Providing Consultancy Services For Waste Water Analysis

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 86

Government of Gujarat

Narmada Water Resources, Water Supply & Kalpasar

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.

TENDER NO: B-1-03 OF 2022-2023

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

1.1 Request for Proposal Letter /Letter of Invitation (LOI) .............................. 11

1.2 The Timeline for online Tender Process is as under: ....................................... 12

1.3 Details to be furnished along with application................................................... 14

2 Section 2: Project Description & Work Components ........................................ 18

2.1 General Description of the Project: ................................................................... 18

2.2 Objectives of the Study:.................................................................................... 19

2.3 Brief description of Major Components............................................................. 19

2.3.1 Identification and selection of polluted points/locations.............................. 19

2.3.2 Collection, packing, handling water/waste water sample. .......................... 20

2.3.3 Safe transportation of water/waste water sample to the NABL accredited


laboratory. ........................................................................................................ 20

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

2.3.6 Preparing Technical Project Report with recommendation mentioned in this


chapter ............................................................................................................. 20

3 Section 3: Instructions to the Bidders: .............................................................. 22

3.1 Definitions......................................................................................................... 22

3.2 Introduction....................................................................................................... 23

3.3 Conflict of Interest ............................................................................................ 24

3.4 Fraud & Corruption ........................................................................................... 25

3.5 Origin of Services ............................................................................................. 27

3.6 Only one proposal ............................................................................................ 27

3.7 Proposal validity ............................................................................................... 27

3.8 Office Visit & Verification of Information ........................................................... 28

3.9 Clarification and amendment of TENDER documents ...................................... 28

Page 2 of 86
3.10 Preparation of Proposal ............................................................................. 28

3.11 Financial Proposal ..................................................................................... 29

3.12 Taxes ......................................................................................................... 29

3.13 Submission, receipt and opening of proposals .......................................... 30

3.14 Opening and Evaluation of Financial Proposals ........................................ 30

3.15 Negotiations ............................................................................................... 31

3.16 Award of Contract ...................................................................................... 31

3.17 Confidentiality ............................................................................................ 31

4 Section 4: Bid Data Sheet ................................................................................ 32

4.1 General:............................................................................................................ 32

4.1.1 Name of the Assignment:........................................................................... 32

4.1.2 Style &Nature:........................................................................................... 32

4.1.3 Submission of Bid: ..................................................................................... 32

4.1.4 Name of the Employer: .............................................................................. 32

4.1.5 Method of selection: ................................................................................... 33

4.1.6 Undertaking: .............................................................................................. 33

4.2 Preparation of Proposals .................................................................................. 33

4.2.1 Language: .................................................................................................. 33

4.2.2 Clarifications on the TENDER: ................................................................... 33

4.2.3 Bid Validity: ................................................................................................ 33

4.2.4 Details and documents to be submitted: .................................................... 34

4.2.5 Finance Proposal: ....................................................................................... 34

4.2.6 Evaluation of Financial Proposal ................................................................ 35

4.2.7 Contract Period and additional payment for extended period .................... 35

4.2.8 Bid Security- EARNEST MONEY DEPOSIT(EMD):................................... 35

4.2.9 Performance Security- Security Deposit (SD): ........................................... 36

4.2.10 Initial security deposit for due performance of contract as per below, .... 37

4.2.11 Release of security deposits: .................................................................. 37

5 Section 5: Terms of Reference ......................................................................... 38

5.1 Project .............................................................................................................. 38


Page 3 of 86
5.2 Scope of work & services ................................................................................. 41

5.3 Detailed items wise scope of work and services: ............................................. 43

5.3.1 Consultant shall identify and select the polluted points/locations............... 43

5.3.2 Collection, packing, handling of water/waste water sample........................ 43

5.3.3 Safe transportation of water/waste water sample to the NABL accredited


laboratory. ........................................................................................................ 45

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

5.3.6 Preparing Technical Project Report. .......................................................... 48

5.4 Deliverables:..................................................................................................... 51

5.5 Terms of payment ............................................................................................ 52

5.5.1 Terms of Payment:..................................................................................... 52

6 Section 6: General Conditions of Contract ....................................................... 54

6.1 General Provisions ........................................................................................... 54

6.1.1 Definitions .................................................................................................. 54

6.1.2 Relationship between the Parties............................................................... 55

6.1.3 Law Governing Contract ............................................................................ 55

6.1.4 Language ................................................................................................... 55

6.1.5 Headings.................................................................................................... 55

6.1.6 Notices ....................................................................................................... 55

6.1.7 Location ..................................................................................................... 55

6.1.8 Authority of Member in Charge .................................................................. 55

6.1.9 Authorized Representatives ....................................................................... 55

6.1.10 Taxes and Duties .................................................................................... 56

6.1.11 Fraud and Corruption ............................................................................. 56

6.2 Commencement, Completion, Modification & Termination of Contract ............ 57

6.2.1 Effectiveness of Contract ........................................................................... 57

6.2.2 Commencement of Services ...................................................................... 57

Page 4 of 86
6.2.3 Expiration of Contract ................................................................................ 57

6.2.4 Entire Agreement ....................................................................................... 57

6.2.5 Modifications or Variations ......................................................................... 57

6.2.6 Force Majeure ............................................................................................ 58

6.2.7 Suspension ................................................................................................ 59

6.2.8 Termination ................................................................................................ 59

6.3 Obligations of Agency....................................................................................... 61

6.3.1 General ...................................................................................................... 61

6.3.2 Conflict of Interests .................................................................................... 61

6.3.3 Confidentiality ............................................................................................ 62

6.3.4 Liability of the Agency ................................................................................ 62

6.3.5 Insurance to be taken out by Agency ......................................................... 63

6.3.6 Accounting, Inspection and Auditing .......................................................... 64

6.3.7 Reporting Obligations ................................................................................ 64

6.3.8 Documents Prepared by agency to be the Property of the NWRWS&K


DEPARTMENT ................................................................................................. 64

6.3.9 Equipment and Materials Provided by the Agency..................................... 65

6.4 Agency’s Personnel and Sub-Consultants ....................................................... 65

6.4.1 General ...................................................................................................... 65

6.5 Obligations of the NWRWS&K Department ...................................................... 65

6.5.1 Assistance and Exemptions ....................................................................... 65

6.5.2 Access to Land .......................................................................................... 65

6.5.3 Change in the Applicable Law Related to Taxes and Duties ..................... 65

6.6 Payments to Agency......................................................................................... 65

6.6.1 Cost Estimates; Ceiling Amount................................................................. 65

6.6.2 AGENCY’s BID .......................................................................................... 66

6.6.3 ITEM RATES INCLUSION ......................................................................... 66

6.6.4 Penalty ....................................................................................................... 66

6.6.5 Currency of Payment ................................................................................. 67

6.6.6 Mode of Billing and Payment ..................................................................... 67


Page 5 of 86
6.7 Fairness and Good Faith .................................................................................. 69

6.7.1 Good Faith ................................................................................................. 69

6.7.2 Operation of the Contract........................................................................... 69

6.8 Settlement of Disputes ..................................................................................... 70

6.8.1 Settlement by the Chief Engineer: ............................................................. 70

6.8.2 Settlement at the level of Secretary to Government (Kalpasar Department)


……………………………………………………………………………………..70

6.8.3 Resolution of Disputes and Claims through Arbitration .............................. 70

7 Section - 7: Special Conditions......................................................................... 71

8 SECTION 8: Financial Proposal ....................................................................... 72

8.1 Form Fin-1: Financial proposal submission form .............................................. 73

8.2 FORM FIN-2: Bill of Quantity (BOQ)................................................................. 74

8.3 FORM: POWER OF ATTORNEY ..................................................................... 77

8.4 SCHEDULE – 2: AGREEMENT ....................................................................... 78

8.5 DETAILS OF TENDER FEE AND EMD ........................................................... 80

8.6 ANNEXURE-I ................................................................................................... 81

8.7 Annexure II ....................................................................................................... 83

8.8 Annexure III – Consultant’s Experience in Similar Assignments: ..................... 85

8.9 Annexure IV – Financial Capacity of the Applicant ........................................... 86

Page 6 of 86
1 Section 1- Tender Notice and Request for Proposal Letter/
Letter of Invitation (LOI)

OFFICE OF THE SUPERINTENDING ENGINEER, GULF OF KHAMBHAT


DEVELOPMENT PROJECT, PROJECT IMPLEMENTATION UNIT NO.1,
BHAVNAGAR

TENDER NOTICE NO.: B-1-03 OF 2022–23

NARMADA, WATER RESOURCES, WATER SUPPLY & KALPASAR DEPARTMENT


Invites Providing consultancy services for carrying out annual treated/untreated
domestic and Industrial waste water Analysis along Sabarmati, Mahi, Dhadhar rivers
flowing to Kalpasar reservoir
(A) Details of Tender item:
Sr. Name of Work Estimated EMD Tender Time
No. Tender (In Rs.) Fee Period
Value (Rs.) (In Rs.)

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.”

(B) Schedule for e-tendering is fixed as under:


(i) Date of uploading of the tender 01/08/2022
Document on e-tender website
https://www.nprocure.com:

(ii) Last date of downloading and Up to date 17/08/2022 up to18:00 hrs.


submission of Tender Document

(iii) Last date of Submission of EMD, Up to 26/08/2022 up to 18:00 hrs. (During


Tender fee and other Documents office hours) at office of The
during office hours by RPAD/Speed Superintending Engineer, Gulf of
Post/Courier. Khambhat Development Project, Project
Implementation Unit No-1, Bhavnagar,
Panchashil Society, Plot No. 1794,
Sardarnagar, Bhavnagar-364001 by
RPAD/Speed Post/Courier.

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.

Further Details of this tender are as under:


1.0 Particulars: “Providing consultancy services for carrying out annual
treated/untreated domestic and Industrial waste water Analysis along
Sabarmati, Mahi, Dhadhar rivers flowing to Kalpasar reservoir.”

2.0 Downloading Tender Document:


2.1 Bid documents will be available on website up to Date shown below.
2.2 Bidders wishes to participate in this tender will have to register on web site
https://nwr.nprocure.com
3.0 Digital Certificate:
3.1 Bidders who wish to participate in online tenders will have to procure/should have
legally valid Digital Certificate (Class-III) as per Information Technology Act-2000
using which they can sign their electronic bids. Bidders can procure the same from
any of the license certifying Authority of India or can contact (n) code solutions-a
division of GNFC Ltd, who are licensed Certifying Authority by Govt. of India.

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:

a As per the list of Pre-requisite/Preliminary stage documents mentioned in


tender document.
5.4 Demand Draft For tender fee and FDR For E.M.D. shall be submitted in electronic
format through online (by scanning) while uploading the bid. This submission shall
mean that E.M.D. & tender fee are received for purpose of opening the bid.
Accordingly offer of those shall be opened whose E.M.D. & tender fee is received
electronically. However, for the purpose of realization of D.D., bidder shall send the
D.D. for tender fee & FDR for EMD in original to E.E, at the time of tender opening
or send the same through R.P.A.D./ Speed post/ Courier so as to reach to Executive
Engineer, Project Implementation Unit- 1 in stipulated time. Penaltative action for
not submitting D.D. for tender fee & FDR for EMD in original to E.E. by bidder
shall be initiated and action shall be taken for abeyance of registration and
cancellation of E-tendering code for one year as per Government Circular Dt.
27-11-2008. The EMD exemption certificate will not be accepted.
5.5 The bidder shall have to submit unconditional offer without differing from any of the
tender condition.
6.0 Opening of Tender:
6.1 Opening of bid documents will be held on Date & time shown above in the office of
The Superintending Engineer, Gulf of Khambhat Development Project, Project
Implementation Unit No.1, Bhavnagar Panchashil Society, Plot No. 1794,
Sardarnagar, Bhavnagar-364001
6.2 In tending bidders or their representative who wish to remain present at the time of
tender opening can do so.
6.3 After successful completion of preliminary stage evaluation, price bid of only those
bidders would be opened online who are found to be substantially responsive.

7.0 Contacting Officer:


7.1 Further details/clarification if any required will be available from Executive Engineer
office, Gulf of Khambhat Development Project, Project Implementation Unit
No.1, Panchashil Society, Plot No. 1794, Sardarnagar, Bhavnagar-364001
7.2 In case bidder needs any clarification/assistance or if training required for
participating in online tender, they can contact at following office.

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

8.0 General instructions:

8.1 Schedule I Environmental Auditor Accreditation certificate from GPCB OR NABET


(QCI) Accredited EIA Consultant Organizations can participate for this BID.

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.

8.6 This tender notice shall form apart of tender document.

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

TENDER Reference No.:


Date:

Dear Mr. /Ms.:


The Executive Engineer, Project Implementation Unit No. 1, Gulf of Khambhat Development
Project (W.R.), Plot No. 1794, Panchashil Society, Sardarnagar, Bhavnagar, Gujarat – 364 001
invites qualified and experienced Engineering Services Companies registered in India 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:

Sr. Activity Date Remarks

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.

3 Last date of Online 17th August 2022 up to 18.00


Submission of Tender Hrs.
Document
4 Last date of physical 26th August 2022 upto 18.00
Submission of Tender Fee, EMD hrs. in the office of the
Superintending Engineer,
and other documents in sealed
Project Implementation Unit-1,
Cover plot no 1794, Panchashil
Society, Sardarnagar,
Bhavnagar-364001
5 Online / Physical Verification 29th August 2022 at 12.00 PM
of Tender Fee, EMD & Other (If Possible) onwards in the
documents office of the Superintending
Engineer, Project
Implementation Unit-1,
Bhavnagar.
6 Online opening of Price bid of Price Bid opening schedule will
the significantly Responsive be intimated to qualified bidders
Qualified Bidders only. after approval of preliminary
stage.

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.

nCode Solutions (A Division of GNFC Ltd.)


401, GNFC Info tower, Bodakdev.
Ahmedabad, -380054, Gujarat
Email:-mailto.marketing@ncodesolutions.com
Phone: 079- 26857310 to 18, 26854514, 40007300. Fax: 079-26857321,
Tele Fax: 079-40007533

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.

B- Financial Proposal (Online i.e electronic format only)


1. Form FIN-1. Financial Proposal Submission Form
2. Form FIN-2. Bill of quantity (BOQ)

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:

Kalpasar Project Background:

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.

Figure 1 Tentative alignment of the Kalpasar dam.

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.

2.3 Brief description of Major Components

Major Components of the tender are as under:


1. The consultant shall identify and select the polluted source, polluted parameters,
polluted points/locations from river Sabarmati, Mahi and Dhadhar which are
discharged into the kalpasar reservoir.
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.
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. Preparing Technical Project Report with recommendation mentioned in this
chapter. All location should be Marked on GIS data base and prepare Map for the
same. Report should include required Infrastructure facilities along with estimate
for prevention of pollution in respective polluted sources.

2.3.1 Identification and selection of polluted points/locations.


The tentative sampling points of Treated/untreated domestic and Industrial waste water on
Sabarmati, Mahi, Dhadhar and tributaries from which effluent are being discharged in to
proposed kalpasar reservoir are provided in this RFP. However, the consultant shall conduct
the preliminary survey to identify complete path starting from origin point of polluted
discharge to the end, (villages for domestic waste and industries for industrial effluent)
indicating Quantity of discharge of major point and submit preliminary report to the EIC and
after getting the approval of proposed points/locations from the EIC, consultant shall carry
out further collection and sampling work for these approved points/locations.

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.

2.3.3 Safe transportation of water/waste water sample to the NABL accredited


laboratory.
Safe transportation of water/waste water sample to the NABL accredited laboratory. All
expenses towards this activity, logistics, transportation and reporting shall be arranged by
CONSULTANT.

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.

2.3.5 Preparation of prototype design, drawing and estimation for the


proposed infrastructure facilities (CETP/STP) etc.
Consultant shall Prepare 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.
The consultant shall submit 6 (six) 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.
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.

2.3.6 Preparing Technical Project Report with recommendation mentioned in


this chapter
The Consultant shall prepare technical reports for each of the aspects such as method
adopted, machineries/equipment used, sample collection, storage of samples,
transportation, testing of materials, test results, analysis of the test results, and Submit
remedial measures for polluted location. Also, the details of location sites with photographs

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.

3.4 Fraud & Corruption


a) NWRWS & K DEPARTMENT requires that all Consultants participating in NWRWS &
K DEPARTMENT assignments to adhere to the highest ethical standards, both

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.

3.5 Origin of Services


The Consultant/Companies having Schedule-I Environmental Auditor Accreditation
certificate from GPCB OR NABET (QCI) Accredited EIA Consultant Organizations can
participate in this selection process. Consultant/Companies from India are permitted to
participate in this selection process. Subsidiary companies of Foreign Companies having
their Indian Arm in the form of a Company the consultant should registered in India before
31stMarch 2022 and having its office in India can only participate in their name and style. The
Indian Consultant intending to appoint Foreign Personnel / Experts shall comply with the
Government of India Rules and Procedures for Foreign Personnel interested in providing
services in India.

3.6 Only one proposal


Consultants may only submit one proposal. If a Consultant submits or participates in more
than one proposal, such proposals shall be disqualified.

3.7 Proposal validity


The Data Sheet indicates how long Consultants’ Proposals must remain valid from the last
date of the bid submission. During this period, Consultants shall maintain the availability of
Professional staff nominated in the Proposal. The NWRWS & K DEPARTMENT will make its
best effort to complete negotiations within this period. Should the need arise, however, the
NWRWS & K DEPARTMENT may request Consultants to extend the validity period of their
proposals. Consultants who agree to such extension shall confirm that they maintain the
availability of the Professional staff nominated in the Proposal, or in their confirmation of
extension of validity of the Proposal, Consultants could submit new staff in replacement,
which would be considered in the final evaluation for contract award. Consultants who do not
agree have the right to refuse to extend the validity of their Proposals.

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.

3.9 Clarification and amendment of TENDER documents

a) Applicant Consultants are encouraged to submit their respective Proposals after


visiting the office, availability of drawings and other data with the NWRWS & K
DEPARTMENT, Applicable Laws and regulations or any other matter considered
relevant by them.

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.

3.10 Preparation of Proposal


The Proposal (under section 3.2(b)), as well as all related correspondence exchanged by
the Consultants and the NWRWS & K DEPARTMENT, shall be written in the language (s)
specified in the Data Sheet In preparing their Technical Proposal, consultants are expected
to examine the documents constituting this TENDER in detail. Material deficiencies in
providing the information requested may result in rejection of a proposal

While preparing the Technical Proposal, consultants must give particular attention to the
following

a. No Joint Venture Consortium is permitted under this TENDER. Consultants who


apply in response to this TENDER shall not form any kind of joint venture consortium
or association with another consultant whatsoever.

b. Documents to be issued by the Consultants as part of this assignment must be in the


language(s) specified in the Data Sheet. It is desirable that the consultant’s
Personnel have excellent speaking and writing skills in English Language and some
working knowledge of Gujarati Language

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.

In case any assumption or condition is indicated in the Financial Proposal, it shall be


considered non-responsive and liable to be rejected.

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.

3.14 Opening and Evaluation of Financial Proposals


After the verification of pre-requisites is completed, the Client shall notify those Consultants
whose Proposals have a required document asked in the data sheet. The Client shall
simultaneously notify in writing, all remaining Bidders, those have satisfied the pre-requisites
criteria the date, time and location for opening of the Financial Proposals.
Financial Proposals shall be opened online, in the presence of the Bidders representatives

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.

3.16 Award of Contract


After completing negotiations, the NWRWS & K DEPARTMENT shall award the Contract to
the selected Consultant, the Consultant can only commence work once the work order
issued to the consultant.

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.

4.1.2 Style &Nature:


The TENDER is of the style and nature of two stage System i.e., preliminary stage and Price
Bid stage. pre-requisites documents to be opened and evaluated first for identifying and
short listing significantly responsive qualified consultants for opening the Price Bid. No Joint
Venture Consortium is permitted under this TENDER

4.1.3 Submission of Bid:


• No Joint Venture Consortium is permitted under this TENDER.
https://www.nprocure.com. All enclosures to the Bid i.e. the forms attached with the
TENDER which are to be filled up by the Applicant Consultant shall also be
submitted along with the bid. Other related documents can also be submitted along
with the Bid.
• Physical copy of the tender fee, EMD, certificates of experience in treated/untreated
domestic and Industrial waste water analysis and other requisite documents. The
applicant consultant shall submit tender fee, EMD, company registration, GST no,
etc. as listed as prerequisite in sealed cover, clearly stating the same on cover. The
sealed cover shall be submitted at the address mentioned before due date bearing
name of work on it.
• The Financial Bid / Price Bid in the prescribed format along with the Financial Forms
given in the tender shall have to be uploaded on the e-tender website only (i.e. price
bid in electronic format only). No physical copy of the Price Bid / Financial Bid and
enclosures shall be submitted. Any such physical submission will lead to outright
rejection of the Financial Bid / Price Bid.

4.1.4 Name of the Employer:


Narmada Water Resources & Kalpasar Department represented by the Secretary (Kalpasar)
shall be the Employer. The Bid process shall be handled by the Executive Engineer, Gulf of
Khambhat Development Project (W.R.), Project Implementation Unit No.1, Bhavnagar-
364001 for and on behalf of NWRWS& Kalpasar Department.

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.

4.1.5 Method of selection:


The lowest bidder will be awarded the work order after overviewing and verification of pre-
requisite documents submitted by consultant.

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.

4.2 Preparation of Proposals


4.2.1 Language:
The language for submission of the Bid / Price Bid in response to this TENDER shall be
English Only. Experience Certificates and other required documents that are in any other
language shall have to be translated in English by the bidder and make it duly notarized for
submission along with the original documents in other language.

4.2.2 Clarifications on the TENDER:


The Clarifications may be requested on or before last date of submission. Such clarification
may be asked through email or through a letter addressed to:
Executive Engineer,
Gulf of Khambhat Development Project (W.R.),
Project Implementation Unit No. 1,
Plot No:1794, Panchashil Society,
Sardarnagar, Bhavnagar, Gujarat-364001
Contact No : 0278-2563594
E-mail:ee-piu1-bvn@gujarat.gov.in

4.2.3 Bid Validity:


The Financial / Price Bid shall have to be kept live and valid up to a period of 120 days from
the last date of On-line Submission of Tender document.

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.

4.2.5 Finance Proposal:


The Financial Proposal to be submitted by the Applicant Consultant only in online i.e
electronic format only form shall comprise of the following:

Page 34 of 86
Form FIN-1. Financial Proposal Submission Form
Form FIN-2. Bill of quantity (BOQ)

4.2.6 Evaluation of Financial Proposal


The Selected Applicant Consultant shall be the first ranked Applicant Consultant. The
second and third ranked Applicant Consultants shall be kept in reserve and may be invited
for negotiations in case the first/second ranked Applicant Consultants withdraw or fail to
comply with the requirements specified hereinabove.

4.2.7 Contract Period and additional payment for extended period


The Contract for the said work shall be for a period of 12 months, The Contract can be
extended on inevitable circumstances and acceptable reasons granted by the department for
a period as per requirement and no extra / additional payment will be made during this
period.

4.2.8 Bid Security- EARNEST MONEY DEPOSIT(EMD):


Earnest Money Deposit Rs. 36,700/- (Rs. Thirty Six Thousand Seven Hundred only) shall be
in favour of “Executive Engineer, Gulf of Khambhat Development Project, Project
Implementation Unit-1, Bhavnagar”.It must reach by RPAD/ Speed post/ Courier in the
office the Superintending Engineer, Gulf of Khambhat Development Project (WR), Project
Implementation Unit-1, Plot No.1794, Panchashil Society, Sardarnagar, Bhavnagar-364001
on due date specified in the tender notice.
A. The full amount of Earnest Money Deposit shall only be in the form of Fixed Deposit
Receipt (FDR), any Nationalized Bank or Bank mentioned below.
All Nationalized Banks including the Public Sector Bank-IDBI Bank
/ Rajkot NagarikSahakari Bank Ltd. / The Mehsana Urban Co-Operative Bank Ltd / The
Surat District Co-Op. Bank / The Ahmedabad Mercantile Co-operative Bank Ltd. /
NutanNagarikSahakari Bank Ltd. / The Kalupur Commercial Co-operative Bank Ltd. /
SaurastraGramin 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.
B.
i. Cheque shall not be accepted.
ii. It shall be valid for a period of not less than one hundred and eighty days 180 days
from the last date of submission of bid. The same may be extended by the tenderer
for a further period of one hundred eighty 180 days, if required by NWRWS&KD.
Tenders without submission of Earnest Money Deposit shall be rejected as non-

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.

4.2.9 Performance Security- Security Deposit (SD):


• Within Ten (10) days from the date of receipt of the letter accepting his bid, the
successful bidder shall furnish the required Security Deposit for performance security
in accordance with the condition of the Contract and attend the office of the Engineer
– In – Charge for execution of the Contract documents. If he fails to furnish the
Security Deposit for performance and/or to execute the Contract for the work offered
to him, his EMD shall be forfeited and the bidder may be disqualified from tendering
for further works.
• The total amount of security deposit to be deposited by the bidder whose bid is
accepted shall be as follows,

SR AMOUNT IN THE FORM WHEN TO BE WHEN TO BE


NO OF DEPOSIT OF SUBMITTED RELEASED

1 Rs. 1,10,000.00 Small saving Certificate/ WITHIN 10 DAYS As per clause no


FDR/ BG/Performance FROM LOI 4.2.11
Bond of any national
bank in form of
Securities of SSNNL (of
Minimum One-year time
limit)
3 2.5% OF BIDDEDUCTION FROM Periodically from As per clause no
amount R.A BILLS R.A Bills 4.2.11.

(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.

4.2.11 Release of security deposits:


The security deposit as per Sr. No. (2) above table deduction from R.A bills, less any amount
due shall be released within MAXIMUM THREE months upon the issue of the certificate of
satisfactory completion of work under the contract by Engineer-in- charge.

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.

Figure 2 Map Showing River Sabarmati, Mahi, Dhadhar

• 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.

5.2 Scope of work & services


In future it will be necessary to apply for Environment Clearance and CRZ Clearance for the
proposed Kalpasar Project. Hence, the department expects the Consultant to carry out
annual analysis of inflow water on every alternate month basis and find out the additional
mitigation infrastructure requirement so that the parameters comply with the existing
MoEF&CC / CPCB guidelines under Environment Protection Act, 1986.

Description of Works & location: -


Environmental Monitoring Particulars/ Number of Sampling on every alternate month basis.

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.

The tentative sampling points/locations of Treated/untreated domestic and Industrial waste


water are following:
Name of Frequency of
Sr. No. Station Name
River Monitoring
1 Sabarmati Sabarmati at Galiyana bridge, Near Vataman
chokdi.
2 Sabarmati D/S. of Vautha nr. Zanand village.
Auda S.P. ring road bridge, Bakrol-Aslali, Dist.
3 Sabarmati
Ahmedabad
D/s. of AMC & NOVED outlets, sample collected
4 Sabarmati
at distance @ 100 mt. away from shashtri bridge.
5 Sabarmati On river Khari nr. Village, Lali. Every
Alternate
Vasana barrage, nr. Shashtri bridge, Vasana
6 Sabarmati Month
narol road, Dist. Ahmedabad.
Domestic waste water of Bhavnagar Municipal
7 Saurashtra
Corporation, at. Kansarnala.
River dhadhar @ Pingalwada bridge, nr.
8 Dhadhar
Kothwada village, Dist. vadodara.
Baroda effluent Disposal channel nr. Village,
9 Mahi
Sanod, Ta. Jambushar, Dist. Bharuch

Note: The Parameters mentioned in BOQ are to be measured monitored. Number of


locations and frequency may vary based on requirement and actual site conditions. These
are likely to be changed following guidelines issued by various statutory authorities like
GPCB/CPCB/MoEF&CC/CGWA/ DGMS etc. from time to time.

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.

CONSULTANT’s Scope shall include but not limited to the following:


1. 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 pollution discharge at river /tributary points and at all its sources

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

5.3 Detailed items wise scope of work and services:


5.3.1 Consultant shall identify and select the polluted points/locations
The tentative sampling points of Treated/untreated domestic and Industrial waste water on
Sabarmati, Mahi, Dhadhar and tributaries/drain from which effluent are being discharged in
to proposed kalpasar reservoir are provided in this RFP. However, the consultant shall
conduct the preliminary survey to identify complete path starting from origin point of polluted
discharge (i.e., villages for domestic waste and industries for industrial effluent) to the end
discharge point, indicating Quantity of discharge of major point and submit preliminary report
to the EIC and after getting the approval of proposed points/locations from the EIC,
consultant shall carry out further collection and sampling work for these approved
points/locations.

5.3.2 Collection, packing, handling of water/waste water sample


Collection, packing, handling of water/waste water sample to the CONSULTANT’s NABL
accredited laboratory. Consultants shall carry all the consumables and equipment required
for the Sampling and Monitoring. The Consultant will arrange for the suitable power supply
and security of the monitoring equipment and Monitoring will be carried out as per NABL
guideline. All monitoring activities shall be carried out in presence of Kalpasar Departments
and/or it’s representative. Each sample shall be labeled properly with location of Site and
date of sample collection on air tight container. Consultant has to collect samples in ample

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

5.3.3 Safe transportation of water/waste water sample to the NABL accredited


laboratory.
Safe transportation of water/waste water sample to the NABL accredited laboratory. carrying
out laboratory tests as specified in specification. Each sample shall be labeled properly with
location of site and date of sample collection. All expenses towards this activity, logistics,
transportation and reporting shall be arranged by CONSULTANT.

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

Equipment’s required for the Sampling and Monitoring: -


All the consumables and equipment required for the Sampling and Monitoring shall be
carried by Consultant.
Analytical Methods and Equipment use
Sr.
Parameters Method of Analysis Instruments/Equipment
No
1 Flow -- -
Thermometer, IS: 3025 (Part – 9)
2 Temperature Thermometer
– 1984(Reaffirmed 2002)
Visible comparison method,
3 Colour IS: 3025 (Part – 4) – 1983 Pt.co -
Method (Reaffirmed 2002)
Electronic (PH meter), IS: 3025
4 pH (Part – 11) – 1983(Reaffirmed pH Meter
2002)
Gravemetric method (Liquid –
5 Oil & Grease Liquid Extraction) APHA 23rdedi. Hot Plate
5520 B
Gravimetric method APHA
6 Total Dissolved Solids 23rdedi Oven
2540 C
Gravimetric method APHA
7 suspended Solids 23rdedi. Oven
2540 D
Distillation followed by Titration
Total Kjhedal Nitrogen
8 Ammonical Nitrogen method
Assembly
APHA 23rd edi. 4500 NH3 B & C
Argentometric Titration APHA
9 Chloride -
23rd edi :4500 Cl-B.

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

5.3.5 Preparation of prototype design, drawing and estimation for the


proposed infrastructure facilities (CETP/STP/other) etc.
• 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 industries etc.), review the same measures
and after consultation with the department consultant shall propose additional

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.

5.3.6 Preparing Technical Project Report.


• The Consultant shall prepare technical reports for each of the aspects such as
method adopted, machineries/equipment used, sample collection, storage of
samples, transportation, testing of materials, test results, analysis of the test results,
and Submit remedial measures for polluted location. Also, the details of location sites
with photographs etc. shall be covered in the technical report.
• Detailed mitigation measures required - The consultants shall include collected
information regarding existing/proposed prevention/ mitigation infrastructure facilities
i.e. Common Effluent Treatment Plant(CETP)/Sewage Treatment Plant (STP), or ny
other facility from concerned authorities (such as municipal corporation,
municipalities, panchayats, Gujarat Pollution Control Board, association of industries
etc.), review the same and 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.

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.

Draft Reports (Technical)


• After carrying out laboratory tests on samples and analysis, the Consultant shall
provide Draft Report (Technical) in two copies along with one soft copy.
• Analysis of test results and recommendation for each of the sample sand submit
remedial measures for polluted location in a draft report.
• The report shall also include:
1. Procedure of investigation and method of various testing adopted.
2. Analysis of test results and recommendation of parameters for each location
and recommendations on improvement of polluted location.
3. Tabular statement containing station-wise parameters analyzed including
pollution load details with calculations.
4. 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.
5. Conclusion must include Basin-wise/River-wise polluted station name (with
station code) and minimum polluted station name.
6. Conclusion must also include the probable reasons of any station being
polluted.
7. 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.
8. all location should be Marked on GIS data base and prepare Map for the
same and the details of sites location with photographs etc. shall be covered
in the draft report.
9. Consultant shall Prepare 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

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 Report (Technical)


• The Consultant shall incorporate in the Final Report of the entire task, the comments/
observations made by the Client and submit six hard copies of the Final Report along
with one soft copy. The CONSULTANT shall incorporate in the final report the
comments/observations made by the Owner/Client on the draft report and submit to
the Owner in six hard copies and one soft copies in CD/Pen drive of the final report.
• The Final Report (Technical) shall be prepared as a factual report presenting the
results of the, the calculation methods used and the field procedures employed.

The contents of the Final Report (Technical) shall at least include:


• Technical Project report containing objective of the assignments shall be prepared
and submitted.
• Final Technical Project Report incorporating the draft reports and additional
information/data/clarification etc. as sought by Competent Authority shall be prepared
and submitted in 6 hard copies and one soft copies.

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

6.1 General Provisions


6.1.1 Definitions
Unless the context otherwise requires, the following terms whenever used in this Contract have
the following meanings:
a. “Applicable Law” means the laws and any other instruments having the force of law in
India and State of Gujarat.
b. “NWRWS&K DEPARTMENT” means the Narmada, Water Resources, Water Supply &
Kalpasar Department, a Govt. of Gujarat undertaking, Gandhinagar.
c. “AGENCY” means the Consultant selected and appointed by the NWRWS&K
DEPARTMENT that will Providing consultancy services for carrying out annual
treated/untreated domestic and Industrial waste water Analysis along Sabarmati, Mahi
and Dhadhar rivers flowing to Kalpasar reservoir.
d. “Contract” means the Contract signed by and between NWRWS&K DEPARTMENT and
the Agency as Parties to the Contract and all the attached documents listed under
General Conditions (GC), the Special Conditions (SC), and the Appendices.
e. “Day” means calendar day.
f. “Effective Date” means the date on which this Contract comes into force and effect
pursuant to Clause GC 6.2.1 (Effectiveness of Contract).
g. “Foreign Currency” means any currency other than the Indian currency.
h. “GC” means these General Conditions of Contract.
i. “Government” means the Government of Gujarat / India.
j. “Local Currency” means the currency of the Indian Rupees.
k. “Party” means the NWRWS&K DEPARTMENT or Agency, as the case may be, and
“Parties” means both of them.
l. “Personnel” means professionals and support staff provided by the Agency 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 India; “Local
Personnel” means such professionals and support staff who at the time of being so
provided had their domicile within India; and “Key Personnel” means the Personnel
required and deployed by the Agency for providing services as referred to in Clause GC
6.4.2(a) (Description of Personnel).
m. “SC” means the Special Conditions of Contract by which the GC may be amended or
supplemented.
n. “Services” means the work to be performed by the Agency pursuant to this Contract
o. “In writing” means communicated in written form with proof of receipt.

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.

6.1.3 Law Governing Contract


This Contract, its meaning and interpretation, and the relation between the Parties shall be
governed by the Indian Law including the laws enacted and put in place by the State of Gujarat.

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.

6.1.8 Authority of Member in Charge


NWRWS & K DEPARTMENT will not permit a joint venture consortium or association of
consultants to participate in this bidding process.

6.1.9 Authorized Representatives


Any action required or permitted to be taken, and any document required or permitted to be
executed under this Contract by the NWRWS&K DEPARTMENT may be taken or executed by
the officials specified hereunder.
The Authorized Representatives are:
Page 55 of 86
For the NWRWS & K DEPARTMENT:
Executive Engineer, Project Implementation Unit No.1, Bhavnagar

6.1.10 Taxes and Duties


Agency shall pay such indirect taxes, duties, fees, and other impositions levied under the
Applicable Law under the existing, amended or enacted laws during life of this contract and the
NWRWS & K DEPARTMENT shall perform such duties in regard to the deduction of such tax as
may be lawfully imposed. The amount of which is deemed to have been included in the Contract
Price.
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.

6.1.11 Fraud and Corruption


6.1.11.1 Definitions
It is the NWRWS&K DEPARTMENT’s policy to observe the highest standard of ethics during the
execution of the Contract. In pursuance of this policy, the NWRWS & K DEPARTMENT defines:
i. “Corrupt practice” means the offering, receiving, or soliciting, directly or indirectly, of
anything of value to influence the action of a public official in the selection process or in
contract execution;
ii. “Fraudulent practice” means a misrepresentation or omission of facts in order to
influence a selection process or the execution of a contract;
iii. “Collusive practices” means a scheme or arrangement between two or more consultants,
with or without the knowledge of the Borrower, designed to establish prices at artificial,
noncompetitive levels;
iv. “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;

6.1.11.2 Measures to betaken


a. NWRWS&K DEPARTMENT will cancel and terminate the contract if it determines that
representatives of Agency were engaged in corrupt, fraudulent, collusive or coercive
practices during the selection process or the execution of that contract.
b. Will sanction a consultant, including declaring AGENCY ineligible either indefinitely or for
a stated period of time, to be awarded a NWRWS&K DEPARTMENT-financed contract if
it at any time determines that AGENCY has, directly or through an agent, engaged in
corrupt, fraudulent, collusive or coercive practices in competing for, or in executing, a
NWRWS&K DEPARTMENT financed contract;

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.

6.2 Commencement, Completion, Modification & Termination of


Contract
6.2.1 Effectiveness of Contract
This Contract shall come into force and effect on the date (the “Effective Date”) of the
NWRWS&K DEPARTMENT’s notice to Agency instructing agency to begin carrying out the
Services. This notice shall confirm that the effectiveness conditions, listed below have been met.
a. NWRWS & K DEPARTMENT’s approval of Agency proposals for appointment of
specified key professionals;
b. Effectiveness of the project for which the assignment is sought for

6.2.2 Commencement of Services


Agency shall begin carrying out the services immediately after receiving the work order.

6.2.3 Expiration of Contract


Unless terminated earlier pursuant to Clause GC 6.2.6 (Force Majeure) hereof, this Contract
shall expire as time period specified in data sheet.

6.2.4 Entire Agreement


This Contract contains all covenants, stipulations and provisions agreed by the Parties. No
agent or representative of either Party has authority to make, and the Parties shall not be bound
by or be liable for, any statement, representation, promise or agreement not set forth herein.

6.2.5 Modifications or Variations


a. Any modification or variation of the terms and conditions of this Contract, including any
modification or variation of the scope of the Services, may only be made by written
agreement between the Parties. Pursuant to Clause GC 6.7.2 (Operation of the Contract)
here of, however, each Party shall give due consideration to any proposals for
modification or variation made by the other Party.
b. In cases of substantial modifications or variations, the prior written consent of the
NWRWS&K DEPARTMENT is required.

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.

6.2.6.2 No Breach of Contract

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.

6.2.6.3 Measures to betaken


a. An agency affected by an event of Force Majeure shall continue to perform its obligations
under the Contract as far as is reasonably practical, and shall take all reasonable
measures to minimize the consequences of any event of Force Majeure.
b. An agency affected by an event of Force Majeure shall notify the NWRWS&K
DEPARTMENT of such event as soon as possible, and in any case not later than
fourteen (14) days following the occurrence of such event, providing evidence of the
nature and cause of such event, and shall similarly give written notice of the restoration
of normal conditions as soon as possible.
c. Any period within which an agency shall, pursuant to this Contract, complete any action
or task, shall be extended for a period equal to the time during which such Agency was
unable to perform such action as a result of Force Majeure.
d. During the period of their inability to perform the Services as a result of an event of Force
Majeure, AGENCY, upon instructions by the NWRWS&K DEPARTMENT, shall either:

A. AGENCY shall be reimbursed for additional costs they reasonably and


necessarily incurred, and, if required by the NWRWS&K DEPARTMENT, in
Page 58 of 86
reactivating the Services; or

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.

6.2.8.2 Cessation of Rights and Obligations

Upon termination of this Contract pursuant to as Specified in GC 6.2.2 (Commencement of


Services) hereof, or upon expiration of this Contract pursuant to as Specified in GC 6.2.4 (Entire
Agreement) hereof, all rights and obligations of the Parties hereunder shall cease, except (i)
such rights and obligations as may have accrued on the date of termination or expiration, (ii) the
obligation of confidentiality set forth in as Specified in GC 6.3.3 (Confidentially) hereof, (iii)
Agency obligation to permit inspection, copying and auditing of their accounts and records set
forth in as Specified in GC 6.3.6 (Accounting, Inspection and Auditing) hereof, and (iv) any right
which a Consultant may have under the Applicable Law.

6.2.8.3 Cessation of Services

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.

6.2.8.4 Payment upon Termination

Upon termination of this Contract pursuant to as Specified in GC hereof, the NWRWS&K


DEPARTMENT shall make the following payments to Agency:

a) Remuneration pursuant to Clause GC 6.6 (Payment to agency) hereof for item


satisfactory executed and accepted as per the payment condition prior to the effective
date of termination, and reimbursable expenditures pursuant to Clause GC 6.6 (Payment
to agency) hereof for expenditures actually incurred prior to the effective date of
termination; and

6.2.8.5 Disputes about Events of Termination

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.

6.3.1.2 Law Governing Services

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.

6.3.2 Conflict of Interests


Agency shall hold the NWRWS&K DEPARTMENT’s interests paramount, without any
consideration for future work, and strictly avoid conflict with other assignments or their own
corporate interests.

6.3.2.1 Consultants not to Benefit from Commissions, Discounts, etc.


A. The payment of Agency pursuant to Clause GC 6.6 (Payment to agency) hereof shall
constitute Agency only payment in connection with this Contract and, subject to Clause
GC 6.3.2.2 (Consultant and Affiliates not to be otherwise interested in Project) hereof,
Agency shall not accept for its own benefit any trade commission, discount or similar
payment in connection with activities pursuant to this Contract or in the discharge of its
obligations hereunder, and AGENCY shall use its best efforts to ensure that any Sub-
Consultants, as well as the Personnel and agents of either of them, similarly shall not
receive any such additional payment.
B. Furthermore, if AGENCY, as part of the Services, has the responsibility of advising the
NWRWS&K DEPARTMENT on the procurement of goods, works or services, AGENCY
shall comply with the NWRWS&K DEPARTMENT’s applicable procurement guidelines,
and shall at all times exercise such responsibility in the best interest of the NWRWS&K
DEPARTMENT. Any discounts or commissions obtained by AGENCY in the exercise of
Page 61 of 86
such procurement responsibility shall be for the account of the NWRWS&K
DEPARTMENT.

6.3.2.2 Consultant and Affiliates not to be Otherwise Interested in Project


AGENCY agrees that, during the term of this Contract and after its termination, AGENCY and
any entity affiliated with AGENCY, as well as any Sub-Consultants and any entity affiliated with
such Sub-Consultants, shall be disqualified from providing goods, works or services (other than
consulting services) resulting from or directly related to AGENCY’s Services for the preparation
or implementation of the project.

6.3.2.3 Prohibition of Conflicting Activities


Agency shall not engage, and shall cause their Personnel as well as their Sub-Consultants and
their Personnel not to engage, either directly or indirectly, in any business or professional
activities which would conflict with the activities assigned to them under this Contract.

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.

6.3.4 Liability of the Agency


Subject to provisions, set forth as under, Agency liability under this Contract shall be provided by
the Applicable Law.
Limitation of Agency Liability towards the NWRWS & K DEPARTMENT
a. Except in case of gross negligence or willful misconduct on the part of Agency or on the
part of any person acting on behalf of Agency in carrying out the Services, Agency, with
respect to damage caused by Agency to the NWRWS & K DEPARTMENT’s property,
shall not be liable to the NWRWS & K 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.

6.3.5 Insurance to be taken out by Agency


Agency:
I. Shall take out and maintain, and shall cause any Sub-Consultants to take out and
maintain, at their (or the Sub- Consultants’, as the case may be) own cost but on terms
and conditions approved by the NWRWS & K DEPARTMENT, insurance against the
risks, and for the coverage as follows:

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.

b. Third Party liability insurance, with a minimum coverage of INR 5 lakhs

c. Employer’s liability and workers’ compensation insurance in respect of the


Personnel of AGENCY and of any Sub-Consultants, in accordance with the
relevant provisions of the Applicable Law, as well as, with respect to such
Personnel, any such life, health, accident, travel or other insurance as may be
appropriate; and

d. Insurance against loss of or damage to (i) equipment purchased in whole or in


part with funds provided under this Contract, (ii) AGENCY’s property used in the
performance of the Services, and (iii) any documents prepared by AGENCY in
the performance of the Services.

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.

6.3.6 Accounting, Inspection and Auditing


Agency (i) shall keep accurate and systematic accounts and records in respect of the Services
hereunder, in accordance with internationally accepted accounting principles and in such form
and detail as will clearly identify all relevant time changes and costs, and the bases thereof, and
(ii) shall periodically permit the NWRWS&K DEPARTMENT or its designated representative
and/or the NWRWS&K DEPARTMENT, and up to Fifteen months from expiration or termination
of this Contract, to inspect the same and make copies thereof as well as to have them audited
by auditors appointed by the NWRWS&K DEPARTMENT or the NWRWS&K DEPARTMENT, if
so required by the NWRWS&K DEPARTMENT or the NWRWS&K DEPARTMENT as the case
may be.

6.3.7 Reporting Obligations


Agency shall submit to the NWRWS&K DEPARTMENT the reports and documents specified in
the Terms of Reference, in the form, in the numbers and within the time period set forth in the
said Terms of Reference. Final reports shall be delivered in soft copy in addition to the hard
copies specified in said Terms of Reference.

6.3.8 Documents Prepared by agency to be the Property of the NWRWS&K


DEPARTMENT
All plans, drawings, specifications, designs, reports, other documents and software prepared by
AGENCY for the NWRWS&K DEPARTMENT under this Contract shall become and remain the
property of the NWRWS&K DEPARTMENT, and AGENCY shall, not later than upon termination
or expiration of this Contract, deliver all such documents to the NWRWS&K DEPARTMENT,
together with a detailed inventory thereof. AGENCY may retain a copy of such documents and
software, and use such software for their own use with prior written approval of the NWRWS&K
DEPARTMENT. If license agreements are necessary or appropriate between AGENCY may
retain a copy of such documents and software, and use such software for their own use with
prior written approval of the NWRWS&K DEPARTMENT and third parties for purposes of
development of any such computer programs, AGENCY shall obtain the NWRWS&K
DEPARTMENT’s prior written approval to such agreements, and the NWRWS&K
DEPARTMENT shall be entitled at its discretion to require recovering the expenses related to
the development of the program(s) concerned. Other restrictions about the future use of these
documents and software, shall be that the AGENCY shall not use their documents and software
for purposes unrelated to this contract without the prior written approval of the NWRWS & K
DEPARTMENT.

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.

6.4 Agency’s Personnel and Sub-Consultants


6.4.1 General
Agency shall employ and provide such qualified and experienced Personnel to Providing
consultancy services for carrying out annual treated/untreated domestic and Industrial waste
water Analysis along Sabarmati, Mahi and Dhadhar rivers flowing to Kalpasar reservoir as listed
in the Terms of Reference. Appointment of Sub-Consultants shall not be permitted unless
specifically approved by NWRWS&K DEPARTMENT under special circumstances supported by
relevant evidences.

6.5 Obligations of the NWRWS&K Department


6.5.1 Assistance and Exemptions
NWRWS&K DEPARTMENT shall assist Agency and his staff for getting necessary statutory
permissions, approvals as may be required under the law for providing services as per the terms
of the reference. Such assistance shall not be considered as NWRWS&K DEPARTMENT’s
obligation.

6.5.2 Access to Land


The agency has to make their own arrangement to access the required locations of area of
interest (AOI). The agency shall responsible to take all the required permission from concern
authority/owner to perform the required task as per TOR. The NWRWS&K DEPARTMENT will
not be responsible for any damage to such land or any property thereon.

6.5.3 Change in the Applicable Law Related to Taxes and Duties


If, after the date of this Contract, there is any change in the Applicable Law with respect to taxes
and duties which increases or decreases the cost incurred by agency in performing the
Services, then the remuneration and reimbursable expenses otherwise payable to agency under
this Contract shall be increased or decreased accordingly by agreement between the Parties
hereto, and corresponding adjustments shall be made to the ceiling amounts specified in Clause
GC 6.6.1(b).

6.6 Payments to Agency


6.6.1 Cost Estimates; Ceiling Amount
a) Consultant/Agency shall be paid on percentage rate basis as quoted under the financial
proposal for each item executed and accepted by the NWRWS&K DEPARTMENT. Such
payment will be only in Indian Rupees. The total percentage quoted price will be for the
Page 65 of 86
entire scope of services to be provided by Consultant/Agency as per Terms of
Reference.
b) Except as may be otherwise agreed under Clause GC 6.2.6 (Force Majeure) and subject
to Clause GC 6.6.1 (c) (Cost Estimates; Ceiling Amount), payments under this Contract
shall not exceed the total percentage quoted by Consultant/Agency and accepted by the
NWRWS&K DEPARTMENT
c) Not with standing Clause GC 6.6.1(b) (Cost Estimates; Ceiling Amount) hereof, if
pursuant to any of the Clauses GC 6.5.3 (Change in the applicable law related to taxes
and duties), the Parties shall agree that additional payments in Indian Rupees, as the
case may be, shall be made to agency in order to cover an necessary additional
expenditures not envisaged as per the Terms of Reference and the Data Sheet and the
percentage basis referred to in Clause GC 6.6.1(a) (Cost Estimates; Ceiling Amount)
above, the ceiling or ceilings, as the case may be, set forth in Clause GC 6.6.1(b) (Cost
Estimates; Ceiling Amount) above shall be increased by the amount or amounts, as the
case may be, of any such additional payments. Such increase shall be agreed mutually.

6.6.2 AGENCY’s BID


The consultant/Agency will quote for percentage basis of the Form Fin-2 for scope of services
defined TOR. Payment of the item executed for services shall be paid as per the terms of
payment.

6.6.3 ITEM RATES INCLUSION


The item rates agreed upon are deemed to be inclusive of all materials, equipments, manpower,
overheads, and facilities to be provided for successful and satisfactory completion of the work,
including preparation of reports (both soft and hard copies).

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.

6.6.5 Currency of Payment


All payments will be made in Indian Rupees.

6.6.6 Mode of Billing and Payment


Billings and payments in respect of the Services shall be made in accordance to terms of
payment mentioned in the TOR
(a) Within the 30 days after the request of the agency for Payment, the NWRWS&K
DEPARTMENT shall cause to be paid to agency payment in Indian currency as per
terms and conditions.
(b) The NWRWS&K DEPARTMENT shall pay agency’s statements within reasonable period
After the receipt by the NWRWS&K DEPARTMENT of such statements with supporting
documents. NWRWS&K DEPARTMENT shall have exclusive authority and power to call
for any information, data and documentation relating to the bills / invoices raised by the
Consultant/Agency for payment. Only such portion of a statement that is not satisfactorily
supported may be withheld from payment. Should any discrepancy be found to exist
between actual payment and costs authorized to be incurred by agency, the NWRWS&K
DEPARTMENT may add or subtract the difference from any subsequent payments.
(c) The final payment under this Clause shall be made only after the final report and a final
statement, identified as such, shall have been submitted by agency and approved as
satisfactory by the NWRWS&K DEPARTMENT. The Services shall be deemed
completed and finally accepted by the NWRWS&K DEPARTMENT and the final report
and final statement shall be deemed approved by the NWRWS&K DEPARTMENT as
satisfactory ninety (90) calendar days after receipt of the final report and final statement
by the NWRWS&K DEPARTMENT unless the NWRWS&K DEPARTMENT, within such
ninety (90) day period, gives written notice to Consultant/Agency specifying in detail
deficiencies in the Services, the final report or final statement. Agency shall thereupon
promptly make any necessary corrections, and thereafter the foregoing process shall be
repeated. Any amount, which the NWRWS&K DEPARTMENT has paid or caused to be
paid in accordance with this Clause in excess of the amounts actually payable in
accordance with the provisions of this Contract, shall be reimbursed by agency to the
NWRWS&K DEPARTMENT within thirty (30) days after receipt by agency of notice
thereof. Any such claim by the NWRWS&K DEPARTMENT for reimbursement must be
made within twelve (12) calendar months after receipt by the NWRWS&K
DEPARTMENT of a final report and a final statement approved by the NWRWS&K
DEPARTMENT in accordance with the above.
(e) All payments under this Contract shall be made to the accounts of agency.
(f) With the exception of the final payment under (d) above, payments do not constitute
Page 67 of 86
acceptance of the Services nor relieve agency of any obligations here under

6.6.6.1 ACCEPTANCE OF BILLS


The rate for item of work shall be paid only when the item concerned is accepted as having been
completed fully in accordance with the sanctioned T.O.R. In case where the items of work are
accepted as not so completed, the Department’s representative may make payments on
account of such items at such part rate as he may consider reasonable in preparation of final bill
or running account bill.
No extra payments shall be made for the activities required to be performed along with resource
s except where specifically stated in the tender.

6.6.6.2 PAYMENT OF BILL


A bill shall be submitted by the Consultant each month for all works executed and Department’s
representative shall take or cause to be taken the requisite measurements for the purpose of
having the same verified and the claim so far as it is admissible, shall be adjusted and the
amount due shall be paid.
The Department will make payment to the consultant against the monthly bills as early as
possible after acceptance of bills. In case, due to any circumstances, the payment is delayed
beyond 30 days period, the consultant shall not raise any claim for delayed payment or interest
on the due payment for delayed payment.

6.6.6.3 DEDUCTION OF TAXES AND OTHER DUES


Amounts due for recovery on account of taxes, Security Deposit, part rate, the other facilities as
also for other services, water supply and electricity charges and for other expenditure if any
incurred by the Department on behalf of the Consultant will be recovered from the payments to
the Consultant, as and when due.

6.6.6.4 VARIATIONS OF QUANTITIES


Department shall have power to make any alterations in or to the original tender T.O.R.,
drawings, and issue instructions that may appear to him to be necessary or advisable during the
progress of the work and the Consultant shall be bound to carry out the work in accordance with
any instruction in this connection which may be given to him in writing and signed by the
Department and such alteration shall not invalidate the Contract and additional work which the
Consultant maybe directed to do in the manner specified as part of the work shall be carried out
by the Consultant on the same conditions in all respects on which he agreed to do the work.
The quantities shown in the tender approximate and no claim shall be entertained for quantities
of work executed being less than those entered in the tender.
The provision under this Clause is applicable to the measurable items included in the price
schedule.

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.

6.6.6.6 DECREASE IN QUANTITIES


If quantity of the individual item is decreased upto 30% or by more than 30%, such executed
quantity shall be paid as approved tender rate.

6.6.6.7 EXTRA ITEMS


If the additional or altered work includes any class or work for which no rate is specified such
class of work shall be carried out at the rate decided by the competent authority of Kalpasar
Department on the basis of detailed Rate Analysis after hearing the Consultant.

6.6.6.8 MODE AND STAGES OF PAYMENT:


• The payments for the items shall be governed as per the item rates approved and
accepted by the competent authority for each item.
• The Consultant shall whenever required make presentations before competent
authorities from time to time for securing approval from GoG whenever advised by
NWRWS & K Department-GOG in consultation with the Consultant.
• All invoices will be paid by the department within 30 days of the submission of the same
to the department by the consultant.

6.7 Fairness and Good Faith


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

6.7.2 Operation of the Contract


The Parties recognize that it is impractical in this Contract to provide for every contingency
which may arise during the life of the Contract, and the Parties hereby agree that it is their
intention that this Contract shall operate fairly as between them, and without detriment to the
interest of either of them, and that, if during the term of this Contract either Consultant believes
that this Contract is operating unfairly, the Parties will use their best efforts to agree on such
action as may be necessary to remove the cause or causes of such unfairness, but no failure to
agree on any action pursuant to this Clause shall give rise to a dispute subject to arbitration in
accordance with Clause GC 7 hereof.
Page 69 of 86
6.8 Settlement of Disputes
Disputes and Claims arising out of this Contract shall first be settled through a process of
Amicable Settlement.

6.8.1 Settlement by the Chief Engineer:


The parties shall first refer the Disputes and claims for settlement to the Chief Engineer of the
Project through a notice of 30 days to be given by the disputing party. The Chief Engineer shall
consider and hear the parties for settlement of the disputes and claims and give his report to the
parties within a period of 30 days from the date of receipt of the Notice of dispute.

6.8.2 Settlement at the level of Secretary to Government (Kalpasar Department)


If either party is not satisfied with the settlement report given by the Chief Engineer in-charge of
the Project, the disputes and claims shall be referred to the Secretary to Government, Kalpasar
Department within a period of 30 days from the date of receipt of the Chief Engineer’s Report.
The Secretary to Government will give the Final Report with regard to the settlement of the
dispute after hearing the parties to the Contract within a period of 30 days from the date of
receipt of the reference from the parties raising the dispute.

6.8.3 Resolution of Disputes and Claims through Arbitration


If either party not satisfied with the settlement report given by the Secretary to Government, the
disputes and claims shall be referred to the Gujarat Works Contract Arbitration Tribunal for
adjudication and award as per the provisions of the Gujarat Public Works Contract Disputes
Arbitration Tribunal Act 1992.

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.

Form FIN-1. Financial Proposal Submission Form


Form FIN-2 Bill of Quantity (BOQ)

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.)

Identification of polluted points/locations


along river Sabarmati, Mahi, Dhadhar and
tributaries of these rivers through which
treated/untreated domestic and industrial
effluent are being discharged into the said
1 rivers/tributaries and preliminary assessment 1 Job 201930 201930
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 treated/untreated domestic and
2 Industrial waste water Analysis along 54 Station 1050 56700
Sabarmati, Mahi, Dhadhar rivers flowing to
Kalpasar Reservoir. (Collection Charges)
Providing consultancy services for carrying
out annual treated/untreated domestic and
3 Industrial waste water Analysis along 1 L.S. 95000 95000
Sabarmati, Mahi, Dhadhar rivers flowing to
Kalpasar Reservoir. (Transportation)
Providing consultancy services for carrying
out annual treated/untreated domestic and
Industrial waste water Analysis along
Sabarmati, Mahi, Dhadhar rivers flowing to
Kalpasar Reservoir. (Testing Charges)
TDS (mg/l) 250 13500
Suspended Solids (mg/l) 250 13500
Temperature (oC) 150 8100
Ammonical Nitrogen (mg/l) 500 27000
BOD (mg/l) 1500 81000
COD (mg/l) 850 45900
Chlorides (mg/l) 250 13500
4 Detergent (mg/l) 54 No. 500 27000
Cynide (mg/l) 850 45900
Fluorides (mg/l) 500 27000
Sodium (%) 1500 81000
pH (pH Units) 150 8100
Phosphates (mg/l) 850 45900
Sulphates (mg/l) 350 18900
Arsenic (mg/l) 530 28620
Boron (mg/l) 530 28620
Cadmium (mg/l) 530 28620
Total Chromium (mg/l) 530 28620
Copper (mg/l) 530 28620

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.

*Estimated amount *Estimated amount


Put to tender Rs………………… Put to tender Rs…………………
Deduct …….% below Rs…………………. Add …….% above Rs………………….
Net Rs. ……………….. Net Rs. ………………..
In words…………………… In words……………………

*(please strike out whichever is not applicable)

Signature of Authorized signatory of Applicant Consultant


Name and Title of Signatory

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

(Signature, name, designation and address of the Attorney)

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.

Terms and Conditions:


1. The consultant/Agency hereby agrees and commits to provide 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 the State of Gujarat in full compliance to the “Terms of Reference”, General
Conditions of Contract, Special Conditions of Contract as contained in the TENDER
dated ___________ which is made a part of this tender Contract.
2. The NWRWS& K Department shall pay a fee as per total quantities of items executed
and the quoted rates as per Form Fin-2 of the Financial Bid by the Consultant and
accepted by the NWRWS & K Department. The Goods & Services Tax (GST) as
applicable shall be reimbursed separately by the NWRWS & K Department against proof

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:

Consultant/Agency NWRWS & K Department

Witness Witness

Page 79 of 86
FORM – I

8.5 DETAILS OF TENDER FEE AND EMD

1) Details of Tender Fee

i. D / D No.:

ii. Date:

iii. Name of Bank:

2) EMD details

Total EMD Amount Rs. _____

i. FDR Details (In favour of the concerned Executive Engineer only)

FDR No. Date Bank Name Amount Rs. In Validity period


thousands

SIGNATURE OF BIDDER

Note: Please see relevant Clause for validity period.

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 :-………………….

* Bidders are not required to complete this form.


** An amount is to be inserted by the Guarantor, representing the
percentage of the contract price specified in the contract and
denominated either in the currency (i.e.) of the contractor in a freely
convertible currency acceptable to the Employer.

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

This is to Certify that M/s ________________________________________ was awarded the


work of ___________________________ (Agreement / contract No. & Year__________).
As individual/in a Joint Venture with
other details of the work are as under.
1(a) Name of company/consultants

1(b) -Office address.


-Name of state
-Telephone number with STD code
-Fax number.
-E-mail address.

2) Percentage of share of the agency as


per Joint Venture agreement (If
applicable)
3) Updated tendered amount (Rs. in
Lacs)------(X).
4) Actual cost of work completed/
executed. in Rs. Lacs up to
(i) 31.03.2022-----------------(Y)
(ii) Last date of previous month of
inviting tender.
Percentage of completion of work ------
-------(Y/X x 100)
Note: Cost of work excludes unsettled
claims.
5) Time Limit in months
6) (A) Actual date of starting.
(B) Stipulated date of completion

7) Actual / expected date


of completion
8) Whether any fine imposed for not
carrying the work as per stipulated time
Schedule? (If Yes please give details)

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

Sr. Particulars Unit Total Year wise Total Balance work


No updated achievement to be carried out
Cost /
Quantity
(i) Financial
(i) work of Rs.Lacs
treated/untreated
Rs.Lacs
domestic and Industrial
waste water Analysis
water analysis
(ii) Price escalation.
Note: cost of work
excludes unsettled
claims.
(ii) Physical
Pre Major Item
(Item wise details of
main items of the work
as per Clause 5.3

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.

Signature of Accountant Signature of Engineer-In-Charge


Name of Accountant Name and Seal of Engineer-In-Charge
Date: Date:

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

Consultant’s Signature & Seal

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

Sr. No. Financial Year Annual Turnover (Consultancy Fees)

1 2 3

1. 2017-2018

2. 2018- 2019

3. 2019– 2020

4. 2020– 2021

5. 2021– 2022

6. 2022– 2023 (Base Year)

Certificate from the Statutory Auditor


This is to certify that the information contained in Column 3 above is correct as per the
Accounts of the Applicant (Name of Applicant)

Name of the Audit firm:


Seal of the Audit firm:

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.

Sr. No Year Enhancement Factor


1. 2017-2018 1.61
2. 2018- 2019 1.46
3. 2019– 2020 1.33
4. 2020– 2021 1.21
5. 2021– 2022 1.10
6. 2022– 2023(Base Year) 1.00

Page 86 of 86

You might also like