Download as pdf or txt
Download as pdf or txt
You are on page 1of 40

U.T.

ADMINISTRATION OF DADRA & NAGAR HAVELI AND DAMAN & DIU,


OFFICE OF THE EXECUTIVE ENGINEER,
PUBLIC WORKS DEPARTMENT,
CIVIL DIVISION NO.III,
SILVASSA-396230.

REQUEST FOR PROPOSAL for

Quality & Cost Based Selection for


Consultancy Service for Augmentation
of Water Supply Scheme at Samarvarni,
UT of Dadra and Nagar Haveli

PUBLIC WORKS DEPARTMENT-III,


U.T. ADMINISTRATION OF DADRA & NAGAR HAVELI.
CLIENT:
Executive Engineer,
Public Works Department,
Civil Division No.III,
Dadra and Nagar Haveli
Silvassa- 396230,
(U. T. of DADRA & NAGAR HAVELI AND DAMAN & DIU)
Tele-Fax: 0260-2642949
Email: ee-irri-dnh@nic.in

1
Public Works Department,
District Panchayat,
Dadra and Nagar Haveli, & Daman & Diu
Office of the Executive Engineer,
Silvassa.

No. 5-2(1)/DNH/DP/2023/ Dtd. /01/2023


E – TENDER (ON LINE) INVITATION NOTICE NO.21 OF 2022-2023
The Executive Engineer, PWD, District Panchayat, Dadra and Nagar Haveli, Silvassa invites tenders through On-Line on
https://dnhtenders.gov.in/nicgep/app on behalf of the President of India, the Request for Proposal for Consultancy service
from the Consultants firms of UT of Dadra and Nagar Haveli & Daman and Diu and other Architect Consultants of the following
work.
Sr. Name of work Tender ID No. Estimate Earnest Tender Time
No. Cost. (`
`.). Money. fees Limit.
(`
`.) Non
refund
able

01 Consultancy Service for _____ 25,000/- 1000/- 01 Month


augmentation of Water Supply
Scheme at Samarvarni, UT Of
nd
Dadra and Nagar Haveli. (2 call)

* On line downloading startof tender documents 23/01/2023 18:00 Hrs


* Last date & Time for Receipt of Bid/ Uploading Bid 02/02/2023 12.00 Hrs.
* Online Opening of Technical Bid. 02/02/2023 15.30 Hrs.
* Online Opening of Price Bid 02/02/2023 16.00 Hrs. (If Possible)
Bidders have to submit Technical Bid and Price Bid in Electronic format only on
https://dnhtenders.gov.in/nicgep/app website till the last date and time for submission. Technical Bid and Price
Bid in Physical format shall not be accepted in any case.
 All the empanelled architect/ consultant are hereby directed to scan their tender fees and EMD online only. It is
mandatory to submit tender fees and EMD online failing which the price bid of that agency will not be opened
online and Physical submission of such scanned documents shall reach to office of the Executive Engineer on dtd
02/02/2023 at 15.00 Hrs
 The Satisfactory completion of water supply projects of some Central/State Government Department/Central
Autonomous Body/ Center Public Sector Undertaking experience are required for qualifying for the purpose as
similar water supply projectscarried out up to the extend of required.
The Tender inviting Authority resaves the right to accept or reject any or all the tender to be received without
assigning any reasons thereof.
For any technical related queries please call at 24 x 7 Help Desk Number 0120-4200462, 0120-4001002, 0120-
4001005, 0120-6277787. International Bidders are requested to prefix 91 as country code.
Note- Bidders are requested to kindly mention the URL of the Portal and Tender Id in the subject while
emailing any issue along with the Contact details. For any issues/ clarifications relating to the tender(s) published
kindly contact the respective Tender Inviting Authority.
Tel : 0120-4200462, 0120-4001002, 0120-4001005, 120-6277787,
E-Mail : support-eproc@nic.in

(M. R. Rana)
Executive Engineer,
PWD Civil Division No.III (DP),
Dadra and Nagar Haveli,
Silvassa

2
Copy submitted for kind information to:-
President District Panchayat, D & N.H. Silvassa.
The Chief Executive Officer, District Panchayat, D N.H., Silvassa.
Vice President, District Panchayat, D & NH, Silvassa,
The Chairman, Works Committee, District Panchayat, D & N.H, Silvassa.
Copy fd.w.cs. to the:-
Executive Engineer, PWD, Civil Dn.No.I, Silvassa./
Executive Engineer, PWD, Civil Dn.No.II, Silvassa.
Executive Engineer, Electric Division, Silvassa.
P.A. to the Member of Parliament, DNH, Silvassa.
All Sarpanch, Village Panchayat, D&NH.
All Panchayat Secy., Village Panchayat, D&NH.
Copy to:-
Deputy Engineer, Sub-Dn.I& II PWD Division No.III, Silvassa.
ASW, PWD, Civil Division No.III, Silvassa for taking necessary action.
D.A./S.K./TC/Cashier, PWD, Civil Division No.III, D &NH, Silvassa.
Director IT,Sachivalay, Silvassa for publication on web site www.dnh.gov.in
Administrative officer, District Panchayat, D & N.H., Silvassa for publication on web site www.dnhdp.in.

3
Disclaimer

The information contained in this Request for Proposal document (hereinafter referred
to as “RFP”) or subsequently provided to Bidder(s), whether verbally or in documentary
or any other form by or on behalf of the Chief Engineer, Public Works
Department(hereinafter referred to as “PWD-III”), (the “Authority”) or any of their
employees or advisors, is provided to Bidder(s) on the terms and conditions set out in
this RFP and such other terms and conditions subject to which such information is
provided.

The purpose of this RFP is to provide interested parties with information that may be
useful to them in making their financial offers pursuant to this RFP (the "Bid"). This RFP
includes statements, which reflect various assumptions and assessments arrived at by
the PWD-III (the “Authority”) in relation to the Project. Such assumptions, assessments
and statements do not purport to contain all the information that each Bidder may
require. This RFP may not be appropriate for all persons, and it is not possible for the
PWD-III, its employees or advisors to consider the investment objectives, financial
situation and particular needs of each party who reads or uses this RFP. The
assumptions, assessments, statements and information contained in this RFP, may not
be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct its
own investigations and analysis and should check the accuracy, adequacy, correctness,
reliability and completeness of the assumptions, assessments, statements and
information contained in this RFP and obtain independent advice from appropriate
sources.

Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of
which depends upon interpretation of law. The information given is not an exhaustive
account of statutory requirements and should not be regarded as a complete or
authoritative statement of law. The PWD-III accepts no responsibility for the accuracy or
otherwise for any interpretation or opinion on law expressed herein.

The PWD-III, its employees and advisors make no representation or warranty and shall
have no liability to any person, including any Applicant or Bidder under any law, statute,
rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for
any loss, damages, cost or expense which may arise from or be incurred or suffered on
account of anything contained in this RFP or otherwise, including the accuracy,
adequacy, correctness, completeness or reliability of the RFP and any assessment,
assumption, statement or information contained therein or deemed to form part of this
RFP or arising in any way in this Bid Stage.

The PWD-III also accepts no liability of any nature whether resulting from negligence or
otherwise howsoever caused arising from reliance of any Bidder upon the statements
contained in this RFP.

4
The PWD-III 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 this RFP.

The issue of this RFP does not imply that the PWD-III are bound to select a Bidder or to
appoint the Selected Bidder, as the case may be, for the Consultancy Services for
designing the Office the Executive Engineer, PWD Civil Division No.III (DP), DNH,
Silvassaand the PWD-III reserves the right to reject all or any of the Bidders or Bids
without assigning any reason whatsoever.

The Bidder shall bear all its costs 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 the PWD-III or any other costs incurred in connection with or relating to its
Bid. All such costs and expenses shall remain with the Bidder and the PWD-III shall not
be liable in any manner whatsoever for the same or for any other costs or other
expenses incurred by a Bidder in preparation or submission of the Bid, regardless of the
conduct or outcome of the Bidding Process.

Consultants will provide details of manpower and machinery available with them which
will form the basis of technical bid. Bidders who score 60 or more marks in technical bid
will be qualified and only their financial bid will be opened. Bidder will be selected under
Quality and cost base selection (QCBS) procedures described in details in this RFP
at appropriate place.

5
SECTION - 1

Request for Proposal

Salient features are as under:


1) Name of work Consultancy service for
augmentation of Water supply
Scheme at Samarvarni, UT of
Dadra and Nagar Haveli (2nd
call)

 Important Note : PWD-III reserves the right,


without any obligation or
liability, to accept or reject any
or all the bid at any stage of
the process, to cancel or
modify the process or any part
thereof or to vary any of the
terms and conditions at any
time, without assigning any
reason whatsoever.

2) Tender fees Rs. 1,000/-


(Rupees One Thousand only)
 the form DD only in favor of
Executive Engineer, PWD Civil
Division No.III (DP), DNH,
SilvassaFrom any Nationalized /
Scheduled Bank only.
2 (a) EMDthe form FDR only in favor of Rs. 25,000/-
Executive Engineer, PWD Civil (Rupees Twenty-Five Thousand
Division No.III (DP), DNH, only)
SilvassaFrom any Nationalized /
Scheduled Bank only.

3) Validity period of tender offer. 120 days from Opening of the


Bid.

4) Time limit for completion of work from 1 (One) Monthor up to


the date of written order to commence. completion of the work.

5) Other details :

i) Submission date & time of tender


documents

6
a) Date on (or before) which the 23/01/2023 to
tender with DD only for Tender fee
02/02/2023
(by scanning) required documents
must upload on the web site of up to12.00 hrs.
https://dnhtenders.gov.in

b) Date on (or before) which the DD in 23/01/2023 to


original for Tender fee & other 02/02/2023
documents must reach in the office of
the Executive Engineer, PWD Civil up to 15.00 hrs.
Division No.III (DP), DNH, Silvassa

ii) Mode of sending the tender


documents.

a) The tender with DD for Tender fee By only Online through e -


by scanning) required documents tendering process

b) The Tender fee in DD in original Personally i.e. Hand Delivery to


Office of the Executive
Engineer, Public Works
Department, Civil Division
No.III (DP), Silvassa

iii) Submission of tender document By only online through e-tending

6) Technical Bid
02-02-2023 at 15:30 hrs.

8) Tender to be opened by Online by office of the


Executive Engineer, Public
Works Department, Civil
Division No.III (DP), Silvassa
9) Site Visit Contact Person :
Shri G. N. Jadav,
Executive Engineer,
Public Works Department,
Civil Division No.III (DP),
DNH, Silvassa- 3962300,
(U. T. of DNH & DD)
Tele-Fax: 0260-2642949
Email: ee-irri-dnh@nic.in

7
DETAILS TO BE FURNISHED ALONG WITH APPLICATION: (ONLINE TENDER)

Interested Bidders can view this tender documents online, but bidders who are
interested in bidding these tenders can download tender documents from web site as
mentioned above and bidder who wish to submit their offer shall pay non-refundable
tender fee in the form of Account Payee Demand Draft payable for tender at Sr. no. 1 at
Silvassa-396230in favor of Executive Engineer, PWD Civil Division No.III (DP), DNH,
Silvassa

(A) FOR DIGITAL CERTIFICATE

(1) Bidders who wish to participate in online this tender 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 eProcurement System UT Administration of Dadra and
Nagar Haveli who are licensed certifying Authority by the Government of
India.

(2) All bids should be digitally signed, for details regarding Digital signature
certificate & related training involved the below mentioned address should be
contacted :
eProcurement System UT Administration of DNH
Tel. No. 0120-4001002, 0120-4001 005, 0120-6277 787
Email: https://dnhtenders.gov.in

Signature of Applicant with seal The Executive Engineer,


P.W.D.,CivilDivision No.III DP
Dadra and Nagar Haveli,
SILVASSA.

8
1.0 Introduction of the project…..
The Public Works Department, Civil Division No. –III (District Panchayat), Dadra
and Nagar Haveli has propose to undertake the Project for the work at Integrated
water management plan for Samarvarni Patelad within the Union Territory of
Dadra and Nagar Haveli.

Project Location :

1 Proposal for augmentation Samarvarni (DNH)


of water supply scheme at
Samarvarni

1.0 SCOPE OF CONSULTANT:-


1.1 General Scope Of Work
1. General Scope of work broadly defined as:

(a) All water supply schemes are to be designed for future development with
projectionof population till the year 2054.

(b) Preparation of detailed hydraulic designs and project report.

(c) Presentation to the Government and other relevant authorities.

2. The infrastructure, equipment, devices etc. required to carry out any measurement
shall be procured by the consultant & the cost for the same shall be borne by the
Consultant.

3. All necessary manpower, machineries, equipment etc. shall be arranged and paid by
the consultant only. Concerned staff of CLIENT will only guide the representative of
the consultant regarding the area of CLIENT.

4. The design schemes may be put up before Govt. for its sanctions, approval under
available scheme. In such case if requires the scheme shall be presented in a
required format of Central Govt. or any Agencies etc. The Consultant shall do the
same. No extra payment shall be made on such account. Necessary presentations,
preparations of reports, Liaison work etc. is also in the scope of consultant.

5. Necessary topography survey, contour survey etc. to be carried out at various


locations for different components.

6. The consultant shall accompany officials of CLIENT for discussion with relevant
authority regarding design, drawing and estimate submitted by them, if necessary to
answer queries raised there upon and to revise design for due consideration from
relevant authority.

9
7. The consultant shall render to CLIENT every assistance, all technical services,
guidance or advice on any matter concerning the technical and engineering and
financial aspect of the project including periodical interactions with local
administration, Central Govt. or any other authority etc.

8. The consultant shall suggest CLIENT for modification in existing system so as to


synchronize it to accommodate water supply system of new area, if any and advising
regarding cost variation.

9. Preparation cost estimates of water supply schemewith detailed specifications,


Liaison with relevant Govt. agencies etc.

10. Cost estimation of each component and item shall be done according to latest
CPWD, GWS and SB, R & B Schedule of rates of Valsad District / rate analysis
based on current market prices.

11. Consultant shall also collect necessary data and drawings from concerned
authorities as and when required. CLIENT will recommend the concern department
to provide help to consultant in this matter.

2.0 The main description of the work to be handled by the consultant shall
include:
2.1 Visiting the site, discussing details with PWD’s and other authorities and
attending meeting etc. as and when required.
2.2 Topographical survey of actual measurement and levels of Project side
machinery, equipment, manpower, mobilization, demobilization etc., complete
with three hard copy and one soft copy and Soil testing up to requireddepth OR
five meters for soil bearing capacity (SBC) which is required for structural design
with all equipment, manpower, mobilization and demobilization etc.
2.3 Preparation of detailed specifications if required.
2.4 Preparing necessary layout, detailed architectural drawings, plan elevation etc.
including cross sections with all required details.
2.5 Vetting of structural design, working drawing etc. including cross sections with all
required details submitted by contractor agency to be awarded work in future.
2.6 Power Point Presentation and obtaining approval from competent authorities.
2.7 Modifying Plan and Estimate if necessary and obtaining PWD’s final approval
including association in presentation and discussion with authorities at local level
including all liaison work required for an approval of the work/project.
2.8 Preparation of PERT/CPM charts for ensuring timely completion of the work and
reviewing the progress of work as time allowed in tender Agreement of proposed
construction.
2.9 Preparation of working drawings and such detailed drawings required for
successful execution and completion of the construction activities.

10
2.10 Assisting in litigation cases that may arise out of the contracts entered into
in respect of any of the related works.
2.11 On completion of work, the contractor shall submit making available one copy of
as-built drawings on tracings to PWD & one in C.D. with all details of services
provided their level etc. for useful maintenance and office records etc. The
consultant will verify the submitted details for the vetting purpose. The consultant
will issue a certificate to the contractor in this regard.
2.12 Making available prints of working drawings as may be required during the
progress of work.
2.13 Providing working drawing during execution of works incorporating all the
changes in drawings etc. as may be required during the progress of the work.
2.14 The consultant to be issuing all necessary certificates that may be required
during the progress of work.
2.15 Providing site supervision with periodical visitsintervals mutually agreed upon
preferably 3 visit in a month.
2.16 To submit all documents on completion of work for the purpose of stability
certificate and other local requirements.
2.17 Consultant shall prepare a program and submit it to the Executive Engineer,
PWD-IIII (DP), Silvassa for preparation of the drawings. NIT etc. within one week
from date of the signing of agreement as inception report.
2.18 Consultant shall develop conceptual plan showing layout and other requirement.
On approval of the same by PWD, consultant shall take up the further work of
detailed architectural drawing, structural design, and detailed engineering works
for the building.
2.19 Vetting of the detailed RCC/Structural Design, Architectural and engineering
works as per sound engineering practices. Detailed RCC structural designs with
architectural & engineering works shall be prepared by executing agency (the
contractor). The design shall meet the requirements of relevant BIS, IRC and IS
codes and standards as amended upto date or in its absence, accepted
requirements for such works. Based on detailed design consultant shall prepare
a detailed Estimate in PWD pattern with necessary analysis and justification and
submission same to the Executive Engineer, P.W.D.-III. The consultant shall also
provide four sets of Estimate with all engineering calculations structural design &
drawings in soft and hard copy format. In addition to this,the consultant shall
provide 4 sets of structural design & drawing in soft and hard copy format which
shall further submitted to any government institution.
2.20 Consultant shall provide vetting to Electrical Design, specification, BOQ and
Drawings for tendering consisting of lighting layout and conducting, low current
system layout, External cable layout single line diagram of electrical system.
[Minimum 4 sets]. Designs to be prepared by executing agency.
2.21 Any other services in the subject as the work/site demands.
2.22 Vetting of structural design to be carried out as per the direction of P.W.D.
authority from third party, and consultant shall have to attend the discussion
11
panel during proof checking and if any modification as suggested is require
consultant shall have to carry out immediately and submit the 4 sets of all revised
structural drawings alongwith soft and hard copy and all revised calculation. The
charges of vetting shall be paid by the PWD-III (DP) directly to the Institution
undertaking the vetting.

3.0 Copyright, number of drawings sets etc…..


3.1 The fee to be paid as provided will be for full discharge of the functions to be
performed by the consultant and no claim whatsoever shall be entertained by the
U.T. Administration/District Panchayat/Executive Engineer, PWD-III (DP) in
respect of any proprietary right of the parts of any other party relating to the
drawings etc. The consultants indemnify and keep indemnified Executive
Engineer, PWD-III (DP) against all such claims cost and expenses paid by PWD
in defending themselves against all such claims. The Consultant shall keep
PWD-III (DP) indemnified against any claim concerning any other parties in
connection of the discharge of their responsibilities for this work.
3.2 All data collected, survey and investigation report etc. all drawings architectural
and engineering or other services/utilities (internal and external) would be
supplied by the consultant as and when required for submission to all the local
bodies and other authorities, the sets required by the Executive Engineer, PWD-
III (DP) itself shall not less than Six sets of prints and one reproducible copy in
the same size. If there is any revision of any data, detail in any drawing for any
reason same number of drawings shall be re-issued without any extra charge. All
the drawings will become the property of the District Panchayat/PWD.III (DP) and
it will have the right to use the same anywhere else but only at its own risk and
responsibility.
The drawings cannot be issued to any other persons, firm or authority,
except to the associates and sub Consultants of the Consultants or used by the
Consultants for any other project. No copies of any drawings or documents shall
be issued to anyone except the District Panchayat, D&NH/PWD-I (DP) and/or his
authorized representative.
4.0 CONSULTANTS RESPONSIBILITY…..

Consultants shall be responsible for….


4.1 Planning Stage/Survey and investigation.
(a) Understanding the client’s requirement, visit of site preparation of conceptual
drawing/scheme.
(b) Revising the scheme to suit the client’s need as and when required, no extra
payment will be paid for the same.
(c) Preparing specification considering cast economics of the project ensuring
soundness and stability; highlighting the cost effectiveness and feasibility criteria.
(d) Revising the specifications to suit the various parameters required for successful
execution of project.
12

4.2 Statutory Approval Stages…

(a) On approval of conceptual scheme from the client’s, preparing drawings and
other documents for submission to statutory authorities/vetting authority.
(b) Doing necessary corrections/amendments/modifications, if required, for
approvals from Statutory Authorities.
(c) Any modification/ changes made at any stage shall be get approved from
Executive Engineer, PWD-IIII (DP) before resubmitting to Statutory
Authorities/vetting authority.

4.3 Tender Stage…

(a) Preparation of detailed layout, site plan, architectural drawings, structural


drawing, Cross section, of building, services drawings and including details of
specifications of all special items of work.
(b) Obtaining approval of the employer to above and modification if considered
necessary by the Executive Engineer, PWD.-III (DP).
(c) To prepare required sets of drawings for obtaining approval of local bodies and
other authorities.

4.4 Construction Stage…


The Consultant would…
(a) Release such architectural, structural and services working drawings
specification and details, which may be required for proper execution of the work.

(b) Obtained Executive Engineer’s, PWD-III (DP), Silvassa approval for any material
deviation in design or cost, as in the working drawings, schedules and
specifications’ from the approved scheme.
(c) Consultant shall carry out necessary periodic supervision and inspection as and
when required by the Employer to verify that the works are being executed
generally in accordance with the working drawings and as per
architectural/Structural drawing and concept and best engineering practices be
adopted and certificate that effect shall also to issue by the consultant.
(d) Checking and verification of completion drawings and as-built drawings prepared
by contractor.

5.0 Payment of Remuneration…


5.1 The PWD-III (DP) shall paid the fees on % basis to consultant for the
professional services to be rendered by consultant.
[Not to be quoted here, to be quoted in as per Schedule – B online.]

13
5.2 For the purpose of calculation of fee, the estimated cost of work as referred
shall exclude the following
(a) Cost of Land.
(b) Cost of any services which are not designed or planned by the
Consultant or unapproved by the Executive Engineer, PWD-III (DP), Silvassa.
(c) Cost of any anfractuous of work, demolition etc.
(d) All payments made to local bodies.
(e) Cost of overheads and administrative expenses, advertisements charges of
the department.
5.3 The fees shall be paid only on the basis of estimated cost of the work/project
worked out on current SOR, however, market rate can be taken for item those
not included in the SOR. However, in cases it is not mentioned, this shall paid on
actual cost of construction which shall include entrusted services on admissible
items subject to a ceiling of cost of approved Preliminary estimate or the approved
revised preliminary estimate where such revision was considered necessary. In the
event of authorized changes in the scope of work leading to recasting of the said
estimate, the ceiling shall be based on the cost including such extra cost of the
approved modifications or the actual cost of construction of such work including
modifications whichever is lower. The schedule of payment at various stages
shall be as per Annexure enclosed herewith.
5.4 Service tax as applicable shall be paid to the consultants by the Executive Engineer,
PWD-III (DP) subject to condition that the same is to be mentioned separately in
writing along with bid.
5.5 The above fee at clause (5.1), is inclusive of fees payable by the consultant to any
other sub consultant and associated consultant and nothing extra shall be payable
by the Executive Engineer, PWD-III (DP).
5.6 The above fees shall be inclusive of the expenditure on any outstation visit by the
consultant or his representatives for the purpose of the work/project.
5.7 The Consultants shall have to make all arrangements for any other facilities required
by his staff at his own cost.
5.8 The compensations of Rs.500/- per default shall be recovered by the Executive
engineer, PWD-III (DP) from the Consultant’s senior representative for not attending
prefixed meetings or for discussions, assistance to PWD in completing the
work/project, provided that no such compensation will be recoverable, if in the
opinion of the Executive Engineer of PWD-III (DP) that such failure to attend the
meeting was for reason beyond the control of the consultant/s.
5.9 The fee shall be finally paid on the basis of Preliminary Estimate or revised
Preliminary estimate or actual cost whichever is lower.

14
Annexure showing Fee Structure and Time Schedule for completion of work.

The fee for the assignment shall be released after acceptance and approved by Client as per
5(A) in installments related to the progress of work, as indicated below:-

Stage Stages % Feesentitled to be Payment Cumul Time Deliverable


Released in % ative % Durati
on
Award of Contact M
1 On Submitting conceptual design M+5 As per 5(A)
and rough estimate cost 00% 00 %
days Stage 1
2 On Submitting the required preliminary As per 5(A)
scheme/ architectural drawing and Stage 2
perspective views for the client’s
approval along with the preliminary 00%
M+10
estimate of cost the payment will be 00%
days
done only after obtaining AA & ES from -do-
the Competent Authority and it will
applied for all para after and above
para 2.
3 (a) On incorporating Client’s suggestion As per 5(A)
and submitting Revised drawing for M+15 Stage 3
10% 10%
approval from the Client/ Statuary days
authorities if any
3 (b) Preparing and on submission of detail As per 5(A)
structural design calculation structural Stage 4
drawing and providing technical
assistance for clearance of design to
vetting agency/any Govt. institution 10 % 20%
engaged by the U T Administration for
vetting/proof checking verification
including adopting modification in
design and drawing as suggested.
4 Preparing and on submission of detail As per 5(A)
estimate as per plan and design (Civil) Stage 4
Interior & Electrical and other utility
05% 25%
service) including specification and
schedule of quantities rate analysis etc.
to client department
4 (a) Upon Clients/ statutory approval As per 5(A)
necessary for commencement of 05% 30% Stage 4
Construction wherever applicable
5 On inviting receiving and analyzing As per 5(A)
tender, advising client on 05% 35% Stage 5
appointment of Contractors.
6(a) On submitting working drawings As per 5(A)
and details required for 05% 40% Stage 6
commencement of work at site

15
6(b) (i) On Completion of 20% of the 10% 50%
Work
(ii) On Completion of 40% of the 10% 60%
work.
(iii) On Completion of 60% of the 10% 70%
work
(iv) On completion of 80% of work 10% 80%
(v) On Actual Completion 10% 90%
7 On submitting completion report As per 5(A)
and drawing for issuance of Stage 4
completion/occupancy/certificate 10% 100%
by statutory authorities wherever
required and issue of as-
builtdrawings.

Effective Payment to the consultant

The project will be executed as per requirement in phase manner. The fees payable to the
consultant shall be computed on the actual cost of wok on completion. The Payment due to
the consultant at different stages be computed on the following basis.

Stage 1 On rough estimate of cost


Stage 2 to 4 On preliminary estimate of cost
Stage 5 On accepted tender cost
Stage 6 to 7 On actual Cost
5.00 TIME SCHEDULE FOR WHOLE PROJECT.
Stage Stages % Feesentitled to be Time Cumula Time Remarks
Released Allowed for tive Durati
the Activity Time on
(in days)
Award of Contact M
1 On Submitting conceptual design 5 5 5 days
and rough estimate cost
2 On Submitting the required
preliminary scheme/ architectural
drawing and perspective views for 2 7 07 days
the client’s approval along with the
preliminary estimate of cost
3 (a) On incorporating Client’s suggestion
and submitting Revised drawing for 09
2 9
approval from the Client/ Statuary days
authorities if any
3 (b) Preparing and on submission of
detail structural design calculation 3 12
structural drawing and providing
technical assistance for clearance of
16
design to vetting agency/any Govt.
institution engaged by the U T
Administration for vetting/proof
checking verification including
adopting modification in design and
drawing as suggested.
4 Preparing and on submission of
detail estimate as per plan and
design (Civil) Interior & Electrical
and other utility service) including 5 17
specification and schedule of
quantities rate analysis etc. to client
department
4 (a) Upon Clients/ statutory approval 17
necessary for commencement of “X”
+”X”
Construction wherever applicable
5 On inviting receiving and analyzing 17+”
tender, advising client on “Y”
X”
appointment of Contractors.
6(a) On submitting working drawings Overlapping
22
and details required for 5 activity with
commencement of work at site +A
S.NO 5
(6(b) (i) On Completion of 20% of the
Work
(ii) On Completion of 40% of the
work. 22+”
“Z”
(iii) On Completion of 60% of the X”+”Z”
work
(iv) On completion of 80% of work
(v) On Actual Completion
7 On submitting completion report As per 5(A)
and drawing for issuance of Stage 4
completion/occupancy/certificate 30
7
by statutory authorities wherever +”X”+”Z”
required and issue of as built
drawings.

5(A) Schedule of service (Refer above Table mentioned in Clause 5)

Stage 1
• Ascertain Authority's requirements, examine site constraints & potential; and prepare a
design brief for Authority's approval.
• Prepare report on site evaluation, state of existing buildings, if any; by total station survey,
soil investigation and analysis and impact of existing and/ or proposed development on its
immediate environs.
17
• Prepare drawings and documents to enable the Authority to get done the detailed survey
and soil investigation at the site of the project, if required.
• Furnish report on measures required to be taken to mitigate the adverse impact, if any, of
the existing and / or proposed development on its immediate environs.
• Prepare conceptual designs with reference to requirements given and prepare rough
estimate of cost on area basis.
Stage 2
• Modify the conceptual designs incorporating required changes and prepare the preliminary
drawings, sketches, study model, etc., for the Authority's approval along with preliminary
estimate of cost based on relevant SOR, Rate analysis approvals from PWD-III, structural
drawings/designs based on NBC/BIS &MoRT&H and to get approved from PWD-III& get the
Technical Sanction from competent authority.
Prepare drawings necessary for Authority's/ statutory approvals and ensure compliance with
codes, standards and legislation, as applicable and to obtain the statutory approvals from
relevant authorities.
Stage 3
• Prepare working drawings, specifications and schedule of quantities as perapproved
estimate and tender documents including code of practice covering aspects like mode of
measurement, method of payments, quality control procedures on materials & works and
other conditions of contract including all tender documents & detailed specification of all the
items of work, B2 agreement of the tender documents and get DTP approved from
competent authority of PWD-III.
Stage 4
• Invite, receive and analyze tenders; advise Authority on appointment of contractors
Stage 5
• Prepare and issue working drawings and details for proper execution of works during
construction.
• Approve samples of various elements and components.
• Visit the site of work, at intervals mutually agreed upon, to inspect and evaluate the
Construction Works and where necessary clarify any decision, offer interpretation of the
drawings/specifications, attend conferences and meetings to ensure that the project
proceeds generally in accordance with the conditions of contract and keep the Authority
informed and render advice on actions, if required.

Time Schedule for Professional Personnel

• Please provide PERT chart of the work schedule. Provide Completion dates of various
milestones.
Stage 6and 7
• In order to ensure that the work at site proceeds in accordance with the contract documents/
drawings and to exercise time and quality controls, the frequent supervision shall be carried
out by Architect/ Structural Engineer/ Construction Manager as per requirement, who shall
work under the guidance and direction of the Agency and site engineer of contracting
Authority.
• Issue Certificate of Virtual Completion of works.

18
• Prepare and submit completion reports and drawings for the project as required and
obtain "Completion Certificate" from statutory authorities, wherever required.

6. Security Deposit:-

(i) An amount equal to 7.5 % from the payment to be made to the CONSULTANT
shall be retained by the Client towards the Security Deposit.

(ii) The Security Deposit will be release by the client to the Consultant without any
interest therefore only after successful completion and functioning of the project.

(iii) For securing the performance under the terms & condition of RFP document, the
Selected Bidder shall be required to provide a performance guarantee of Rs. 01 lakhs in
the form of an irrevocable Bank Guarantee of any Scheduled Bank, with validity for a
period not less than six months, immediately on being selected as the consultant
executing the project.

(iv) Performance Security will be forfeited for non-compliance of the work order, and
further action shall be taken at the costs of the Party.

7. Termination Clauses.

That the agreement shall be terminated at any time by Executive Engineer,


PWD, III giving one month’s notice to the Consultant and in the event of such
termination, the Consultants shall be entitled to all such fee for the services
rendered and liable to refund the excess payment, if any made to him over and
above what is due in terms of the agreement on the sate of termination and the
PWD may make full use of all or any of the drawings prepared by the
Consultants. The determination of entitle fees shall be as determine by
Executive Engineer, PWD, III which will be final & binding.

8. PENALTIES:
I. If the consultant fails to maintain the required progress or to complete the work
as per time Schedule defined, a penalty for delay of work @ 0.50% on tendered
amount per month of delay to be computed on per day basis shall be made from
his due payment. However the total amount of penalty/ compensation for delay to
be paid on this account shall not exceed 5% of his quoted amount. The
competent authority for levy of penalty on account of delayed completion shall be
Superintending Engineer/ Chief Engineer.
II. A penalty of Rs. 10,000/- per default shall be levied in case the Architect
Consultant or theirs head of sub-consultant firm fails to attend the meeting of
PWD-III / any committee/ nodal officer appointed by PWD-III and intimation of
this when conveyed to them either by written/ telephonic/ through internet or
SMS communication. The competent authority for levy of penalty on default shall
be concerned Chief Engineer, PWD, DNH.

19
III. The consultant shall prepared estimate realistic way considering all items
required for the project. Any variation beyond the 10%. of the estimated quantity
of the items will be liable for penalty @ 10% maxim on the total amount of
consultant The competent authority for levy of penalty on account of excess
beyond 10% shall be the Superintending Engineer/ Chief Engineer who’s division
shall be final & binding, and consultant will be debarred for participating for any
works in U.T. of DNH.
9. Criminal Liability:

9.1. If the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor, or


of an employee or a representative or an associate of a Bidder or Contractor
which constitutes corruption within the meaning of Indian Penal code
(IPC)/Prevention of Corruption Act, or if the Principal/Owner has substantive
suspicion in this regard, the Principal/Owner will inform the same to law enforcing
agencies for further investigation.
9.2. All the agencies / executing agencies & Consultants will be held criminally liable
and will be subject to prosecution, in case of substandard material supply, usage
substandard work execution, substandard of faulty design etc. as per circular No.
JS/PWD/DMN/CIRCULAR/2020/89 dated 23/09/2020.
10 Technical Scope Of Work

CLIENT intended to prepare a comprehensive water supply scheme for projected


population of Horizon years- 2054 for the Water supply of Samarvarni Patelad area of
Silvassa. The principal scope of the work includes.

(I) Preparation of project report plan for the water supply scheme for within revenue
boundary of Samarvarni and synchronizing it with the existing water supply scheme.

The detailed scope of work shall be inclusive of but, not be limit to the following:-

(A) Proposal for Augmentation of Water Supply schemeat Samarvani Patelad

1) Reconnaissance Survey of the area.


2) Study of history of the area and exiting population and working out population,
population growth and its projection for year up to 2054.
3) Working out domestic and non – domestic water demand and its projection for
the year up to 2054.
4) Working out water resources and allocation of the water from existing source.
5) Consultant can also consider augmentation of existing water supply scheme (i.e.
existing water works, existing water distribution station, source etc.) for the
techno - commercial design.

20
6) Prepare detailed water transmission and distribution network design and working
drawings on latest Computer Software Program as recommended by CPHEEO.
Manual designs shall not be accepted.

7) Proper site suggestion along with conceptual planning/set up along with tentative
cost estimates as well as layout and related other drawings covering Water
Supply scheme for Samarvarni panchayat including hydraulic design distribution
network of pipeline design and UGSR, ESR, pumping design and other related
mechanical-electrical – instrumentation work etc.
8) Prepare detailed design (inclusive of electrical-mechanical-instrumentation work
etc.) and working drawings.
9) Working out detailed cost estimate according to design of water supply scheme.
10) Working out operation and maintenance cost and provide suggestion for energy
efficiency and cost benefits.
11) Planning out the water distribution zone.
12) Working out power requirement.
13) Submission of draft report/development plan comprising required suggestions
and recommendation to improve the water supply scheme and to implement
water supply related projects (augmentation, treatment, distribution up to
consumer end). The entire preparation must be based on the recommendations
of CPHEEO (Central Public Health Environment & Engineering Organization). Or
GWSSB approved principles/guidelines
14) Prepare a final report/development plan based on discussion on the draft report
with the competent Authority of the Public Works Department(civil), Div-III
(Irrigation), Silvassa, UT of Dadra and Nagar Haveli.- 396330 along with required
the data, design, calculations, maps, working drawings etc. on latest Water
Supply Network Design Computer Software Program as recommended by
GWSSB.
15) Major points requires to be incorporated in Preparation of project report shall not
be limited to following:
I. Study of existing system.
II. Population and water demand.
III. Planning for water sources.
IV. Ground Water Resources.
V. Surface water.
VI. River/Reservoir Water Quality.
VII. Development.
VIII. Water Treatment.
IX. Land Requirement for Treatment Plants.
X. Water Zoning, Storage requirement and Transmission of water.
XI. Water Transmission and Distribution network:
(a) Planning and DesignCriteria,
(b)Peak Factors,
21
(c) Hours of Supply and Storage,
(d) Terminal Pressures,
(e) Pressure at Distribution Station and Overhead tanks.
XII. Cost Estimates.
XIII. Operation and maintenance cost.
XIV. Detailed design (inclusive of electrical-mechanical-instrumentation work
etc.) and working drawings.
XV. Working out power requirement.

(B) Study of entire existing Water supply Scheme identify gaps and suggest
necessary improvements/suggestions/modifications with detailed design
and estimate and prepare a detailed project report for the Samarvarni
Patelad.

1. Reconnaissance Survey of the area of entire water' supply scheme.


2. Collection of data required for study the existing Water supply scheme.
3. Site visit for verification of data.
4. Study of population growth, working out population projection and revised
domestic and non-domestic water demand (Water Zone wise) of the city with
housing category.
5. Study existing resources and identify future water resources and provide
suggestions/modifications in view of future development.
6. Study and review existing water transmission and distribution network on
latest water Supply Network Design Computer Software Program as
recommended by CPHEEO and workout modification/rectification if any.
7. Study and review of existing system of intake well, water treatment plants and
water distribution stations and networks, electrical-mechanical-
instrumentation system and provide suggestions/modifications for future
development.
8. Planning/ revised planning of water distribution zones, if any.
9. Study of allocation of water and review the same and giving suggestions to
save energy and recurring cost.
10. Planning and design approaches after the completion of the data collection,
study, and review of the whole water supply system of the city.
11. Working out cost estimate according to suggestions/modifications if any.
12. Detailed design and working drawings as per the suggestions/modifications.
13. Study and work out operation and maintenance cost and provide suggestion
for energy efficiency and cost benefits.
14. Working out additional power requirements for the future.
15. Any other work related to preparation and completing the scheme.
16. Consultant shall also include the total work of scope (I) in this master plan.

22
(C) To prepare and submitDraftProject Report(s)related to each and every project
individually or summarily as required by authority and/or any other agency and
liaison on behalf of Public Works Department(civil), Div.-III (Irrigation), Silvassa,
UT of Dadra and Nagar Haveli.- 396330 to get these projects approved by the
apex authority. Any suggestion and recommendations as desired by CLIENT,
competent authorities of UT of Dadra and Nagar Haveli or any other agency shall
be incorporated immediately and then Final Report(s) of project(s) must be
submitted within permissible time limit and in required format(s) and copies.

11.0 Addition and Alteration….


11.1 The Executive Engineer, PWD-III (DP), Silvassa shall have the right to request in
writing changes, additions, modifications or deletions in the design and drawing
of any part of the work and to request in writing additional work in connection
therewith and the consultants shall comply with such request. If the PWD
deviates substantially from the original work/scheme which involves for its proper
execution extra services, expenses and extra labour on the part of the
consultants for making changes and additions to the drawings specifications or
other documents due to rendering major part or the whole of his work in fractious
and the consultants may then be compensated for such extra services and
expenses on quantum merit basis at percentage applicable under this agreement
and to be determined mutually unless such changes, alterations are due to
consultants own omission and/or discrepancies including changes required by
consultants of all internal, external utilities and services the decision of the
executive engineer PWD-III(DP), Silvassa shall be final on whether the deviation
and additions are substantial as requiring any compensation to be paid to the
Consultants. However for the minor modification or alteration which does not
affect the entire design planning etc. no amount will be payable.
11.2 If it is found after call of tender that the acceptable tender is not within the
amount sanction then the consultants shall if so desired by the executive
engineer, PWD-III (DP), Silvassa take steps to carry out necessary modifications
in the design and specification to see that tendered cost does not exceed the
corresponding provision in the Preliminary estimate by more than 5%. The
consultants shall not be paid anything extra for such modification.
11.3 The Consultants shall not make any deviation, alterations, additions to or
omissions from the work shown/described and awarded to the contractor except
through and with prior approval of the Engineer-in-charge in writing.

12 Abandonment of work….
If the Consultants abandons the work for any reason whatsoever or becomes
incapacitated from acting as Consultants as aforesaid, the Executive Engineer,
PWD-III (DP), Silvassa shall make full use of all or any of the drawings prepared
by the Consultants and that the Consultants shall be liable to pay such damages
23
as may be assessed by the Executive Engineer, PWD-III(DP), Silvassa.
Provided, however, that in the event of the termination of the agreement being
under proper notice as provided in the clause hereinafter, the Consultants shall
be entitled to all such fee for the services rendered and liable to refund any
excess payment made to him over/and above which is due to him in accordance
with the terms of this agreement, for the service rendered by him till the date of
termination of the agreement.

13 Termination….
That the agreement shall be terminated at any time by Executive Engineer,
PWD-III(DP), Silvassa giving one month’s notice to the Consultant and in the
event of such termination, the Consultants shall be entitled to all such fee for the
services rendered and liable to refund the excess payment, if any made to him
over and above what is due in terms of the agreement on the state of termination
and the PWD-III (DP) may make full use of all or any of the drawings prepared by
the Consultants. The determination of entitle fees shall be as determined by
Executive Engineer, PWD-III (DP), Silvassa which will be final & binding.
CONSULTANT TO SUBMIT FOLLOWING DOCUMENTS

1. Consultant to prepare area wise Detail Project Report (DPR)


Samarvarni – Patelad area of Silvassa

(a) Soft copy of all the documents along with:

(b) Draft documents - 04 Sets (Hard copy)

(c) Final documents. - 04 Sets (Hard copy)

2. In addition to above consultant shall submit tender document - 3 sets (Hard copy)
and Soft Copy.
If required additional sets for DPR and Tender document shall be paid separately
at Rs.2,000/- per set.

14 Mandatory Documents to be submitted by the bidders:

a) Tender copies duly filled up and signed within prescribed time period addressed to
The Executive Engineer, PWD Civil Division III (DP), Silvassa. Tenders received
after due time frame shall not be entertained.
b) Original of for payment of EMD Fee in the form of a FDR drawn on any nationalized /
scheduled bank.
c) Company/Firm Registration details with certificates.
d) GST Certificate.
e) Turnover details of last three years along with CA Certificates with UDIN.

24
f) An undertaking stating that the agency has not being blacklisted by any Central
Government/ State Government/ PSU.
g) Work completion certificates along with work-order to substantiate claim for
experience

15 CONSULTANCY FEES

1. "Price Bid" enclosed in this Offer

2. CLIENT will pay the stage wise consultancy fee as and when payable.

3. In case of suspension of work or withdrawal of work at any stage, payment shall


be made to consultant based on work carried out by the consultant till that stage.
The Consultant shall not be entitled to get any payment beyond the stage for
which consultancy services are not availed by CLIENT. In such cases payment
should be decided by Engineer-In- Charge which is final and binding to
consultant.

Goods and Service Tax (GST) shall be paid extra.

The offer is exclusive of Vetting charges.

11.1 The applicant shall quote professional fee as per Schedule –B only in %
(Percentage) on estimated cost.

16 GUARANTEE.

The Consultants shall re-design at his own cost any portion of Structure if
not found suitable/stable then the repair, Re-habitation or remedial measures as
its cost which due to his failure to use a reasonable degree of design skill, shall
be found defective within one year from the date of start of regular use of the
portion of work affected.
The Executive Engineer, PWD-III (DP), Silvassa grant right of access to
the Consultants of these portions of the work claimed to be defective for
inspection.
In case of failure of the Consultant to the above, the Executive Engineer, PWD-I,
Silvassa would attend to it as the risk of cost of the Consultant.
The Executive Engineer, PWD-III (DP), Silvassa shall make good
the loss by recovery from the dues of the Consultants in case of failure to comply
with the above clause.

17 Time limit….
17.1 The time frame including all exercise required for preparation detailed project
report including hydraulic designs etc. shall be 30days from the date of issue of

25
work order failing which the work order will be withdrawn and actions as per the
law will be initiated. The EMD/PG will also be forfeited to the Govt. /Dist.
Panchayat and the agency will be debarred from participating in the tender/s
process of the District Panchayat.

1. Topographical and Hydrographical map 5 Days

2. Feasibility and site selection report 10 Days

3. Detailed hydraulic design 10 Days

4. BOQ and Tender document 5 Days.

18.0 Technical Audit


18.1 The Consultants shall assist PWD-III (DP) in evaluating the tenders preparing
market rate justification and selection of contractors/vendors etc.
18.2 The consultant shall ensure that the Structure has been designed as earthquake
resistant structure and shall issue a certificate in this respect.

19.0 General
19.1 The Consultants shall be fully responsible for the technical soundness of the
work including those of the specialists engaged, if any by him and ensure that the
work is carried out generally in accordance with drawings, specifications and his
conception.
19.2 The successful Consultant firm, on allotment of work shall execute an agreement
on non-judicious stamp paper worth of Rs.100/- (RupeesOneHundred only).
19.3 The stamp duty payable under the law in respect of the agreement shall be borne
by the Consultants and other incidental charges shall also be borne by the
Consultant.
19.4 The location of the proposed work is required to be inspected by the Consultant
before offering the rate.
19.5 The tender/bid documents shall be submitted in sealed cover to below address or
to be deposited in the tender box kept in the Office of the tender inviting authority
as under.

20. Eligibility Criteria: -

Bidder must prove his competency and eligibility to participate as under;


20.1 Year of Experience:-
The consultant firm should have Minimum 10 years of experience i.e. the firm
applying should have been established minimum ten years ago from the date
of issue of tender & continuously engaged in the field of consultancy such as
Planning/Designing/ tender process advising related with above stated

26
works. Firms having lesser experience shall be rejected outright and their
technical bid shall not be evaluated.
20.2 Project Cost:
Consultant should have successfully completed minimum 5 assignments of
cost more than Rs. 02.00 Crores each of water supply and storm
water/Sewerage. Successful completion shall mean issuance of work
completion certificate by Competent Authority. Firms having lesser
experience shall be rejected outright and their technical bid shall not be
evaluated.
20.3 Government Project:-
All assignments must be executed for Government (either of state, Centre, or
a Union Territory) as client and the consultant has directly dealt with
government in capacity of a lead consultant.
20.4 Key Professional staff:
The key professional staff proposed by consultant for PWD assignments
shall include the following experts-
Team Leader: -
Masters level degree in the field of Engineering (Total 3 marks. 0 mark if
qualification not existing)
Minimum experience of handling 5 projects in a capacity of Team Leader.
(Total 2 marks. For lesser experience, marks shall be reduced
proportionately)
The projects and the designation held in these projects are to be
mentioned in CV, Form TECH –1 and TECH-3
Total work experience of minimum 20 years. (3 marks. For lesser
experience, marks shall be reduced proportionately)
Infrastructure Expert:
Master level degree in relevant field like Engineering, (1 mark. 0 mark, if
qualifications not present)
Minimum experience of handling 05 projects in a capacity of Infrastructure
expert. (2 mark. 0 mark, if less than 5 projects)
The project and the designation held in these projects are to be mentioned in
CV form TECH-1 and TECH-3
Total work experience of minimum 10 years. (2 mark, 0 mark, if less than 10
years of experience)
Hydrology Expert:
Master’s degree in engineering. (1 mark. 0 mark, if qualifications not present)
Minimum experience of 5 projects in last 2 years water and sewerage or
storm water drainage. (2 mark. 0 mark, if experience not present)
The project and the designation held in these projects are to be mentioned in
CV form TECH-1 and TECH-3
Procurement and Tender expert:

27
Bachelor level engineering degree in any field. (1 mark. 0 mark, if
qualifications not present)
Minimum experience of 05 years having worked in any agency in capacity of
procurement expert. (2 mark. 0 mark, if less than 5 years of experience)
Survey Expert:
Bachelor level degree in relevant field like engineering, architecture etc. (1
mark. 0 mark, if qualifications not present)
The project and the designation held in these projects are to be mentioned in
CV.
Total work experience of 05 years (1 mark, 0 mark, if less than 5 years of
experience)
Survey equipment and software:
Consultant must use latest survey and mapping technology like Drone
survey, Satellite image procurement & process, DGPS survey, working on
GIS platform. He must have related infrastructure (Total 4 marks. 1 mark for
each technology, For lesser experience, marks shall be reduced
proportionately)
The information of all staff and available survey equipment/technology should
be submitted with list and their resumes.

Executive Engineer
PWD Civil Division No.III (DP)
Dadra and Nagar Haveli,
Silvassa

28
APPENDIX AND TECHNICAL EVALUATION FORMS
Appendix-A:

The bidder will be awarded marks for each of the above parameter on following basis:

SN Parameters Marks
1. CAPABILITYSTATEMENT Maximum marks 25
Providing consultancy infrastructure planning,
designing services of value more than 2 crores each.
Project cost 02 Crore to 10 Crore (01 mark for each
i. successfully completed project up to 05 projects)
Project cost above 10 crores to 20 Crores (3 mark for each
ii. successfully completed project up to 05projects)
Project cost 20 Crore and above (5 mark for each
iii. successfully completed project up to 05projects)
2 FIRM’SEXPERIENCE Maximum marks 25
Experience of more than 10 years’
a Experience of 10 years will be allotted 3 marks, Add 1
mark for every ‘2’yearofadditionalexperience.

3 Distance of nearest office from DNH Maximum marks 05


Distance from DNH up to 100 Km. 05 marks.
Distance from DNH 101Km.to 200 Km.03marks.
Distance from DNH 201 Km. to 300Km.01marks.
Distance from DNH above 301 Km. 00marks.
(Arial distance between cities shall be counted
from Silvassa)
4 FIRM’SFINANCIALCAPACITY Maximum marks 15

Average Annual Financial Turnover for last three years


(2019-20, 2020-21, 2021-22)
Annual financial Turnover of 02 Crore
a (If turnover> 2 Cr, 5 marks. If turnover < 2 Cr, 0 mark).
For turnover exceeding 02 Crore, for each additional Rs.
b ‘0.5’crore, add 2 mark
(Maximum marks shall be restricted to 15).
5 *PRESENTATION BY CONSULTANT Maximum marks 50
(Various factors including methodology and approach to work
will be considered while allotting marks in this category)

29
Total Marks St (100 Marks), the above marks are the maximum for each qualification.
The individual marking for each qualification will be done based on minimum eligibility
as mentioned in Eligibility Criteria
Bidder failing to obtain minimum score of 60 marks will be outright rejected and their
financial bids will not be opened.
Bidder obtaining score 60 or more marks will be treated and technically qualified and
their price bid shall be opened and evaluated on QCBS basis.
Successful bidder will be selected under Quality and Cost Base Selection (QCBS)
procedures based on 70:30 ratio as described below.

\
Executive Engineer
PWD Civil Division No.III (DP)
Dadra and Nagar Haveli,
Silvassa

30
: Proposal evaluation:
From the time, the proposals are opened to the time to the time the contract is awarded,
the consultants should not contact the client on any matter related to its technical and/or
financial proposal. Any effort by consultant to influence the client in the examination,
evaluation, ranking of proposals and recommendation for award of contract may result
in the rejection of consultant’s proposal.
The evaluation committee shall evaluate the technical proposals based on their
responsiveness to the terms of reference, applying the evaluation criteria, sub criteria,
and point system is specified in appendix-A. Each responsive proposal will be given a
technical score. All bidders shall be called separately for making presentation before a
committee. Based on presentation, Committee shall allocate marks to each bidder
which shall be added to technical score obtained by bidder. A proposal shall be rejected
at this stage if it does not respond to presentation of the project or any of the terms of
reference or if it fails to achieve the minimum technical score indicated in the Appendix-
A.
After the technical evaluation is completed, Successful bidders shall be intimated the
date, time and location for opening of financial bid to remain present, if they wish so. No
intimation shall be made to bidders who did not meet the minimum qualifying mark or
were considered nonresponsive to assignment or TOR.
Evaluation under QCBS Procedure:
The evaluation committee will determine if the financial proposals are complete in
accordance with ToR. The quoted price shall be corrected for arithmetical errors only.
The evaluation committee will determine if the financial proposals are complete and
without computational errors. The evaluation shall exclude all taxes.
The lowest financial proposal (Fm) will be given a financial score (Sf) of 100 points. The
financial scores of all the proposals will be computed as follows:
Sf = 100 x Fm/F (F = amount of financial proposal of the bidder).
Proposals will finally be ranked according to their combined technical (St) and financial
(Sf) scores using a weight of 70% for technical proposal and 30% for financial proposal.
S = St x 0.70 + Sf x 0.30
The Bidder(S) securing the highest score would be successful bidder and may be
invited for negotiations.

31
: Availability of Professional staff/Experts:

Having selected the consultant based on, among other things, an evaluation of
proposed professional staff, the client expects to seek an assurance that the
professional staff named in the proposal will be actually available for this work and will
attend site whenever asked by client to do so. In case any professional staff is changed,
the consultant will have to bring it to notice of the EIC. The EE, PWD shall be the sole
authority to allow or disallow any new staff replacing proposed staff.

Signature of Applicant with seal Executive Engineer,


P.W.D. Civil Division No.III (DP)
Dadra and Nagar Haveli,
SILVASSA.

32
SCHEDULE-B

Name of work: Consultancy Service for Augmentation of Water Supply Scheme at


Samarvarni, UT of Dadra and Nagar Haveli (2nd call)

Item Item Description Quantity Unit Rate


Numb (in
er (up percen
to 200 tage
charac only)
ter) %
1 Name of project: 1 Job One
Providing Consultancy Services for engaging job
for proposed providing drinking water supply
scheme for Samarvarni Patelad of District
Panchayat, DNH project a project Consultant
for preparation of detailed project report
(DPR) including hydraulic designs etc., and
Project presentation and thereafter vetting of
detail Structural Design and Drawings
submitted by executing agency, details cost
Estimates, and providing technical assistance
for clearance of the design, drawings, and
estimates from the Government institution
engaged by the U.T. Administration. The work
shall include the terms as given in tender
documents. (Note - Rate offered in
percentage of proposed entire project
estimate cost)

Total

Note: Bidders have to submit Technical Bid and Price Bid in Electronic format only on
https://dnhtenders.gov.in/nicgep/appwebsite till the last date and time for submission.
Price Bid in Physical format shall not be accepted in any case.

Executive Engineer,
P.W.D. Civil Division No.III DP
Dadra and Nagar Haveli,
SILVASSA.

33
Form Tech-1: Technical Proposal Submission Form Silvassa, Date:

To;

The Executive Engineer,


PWD Civil Division No III DP
Dadra and Nagar Haveli & Daman & Diu
Silvassa
Dear Sir,

We, the undersigned, offer to provide consulting service for the work of Augmentation to
Samarvani water supply scheme as Consultant in accordance with your Tender Notice
No.____ Of 2022-23.

We hereby submitting our proposal, which includes this primary and Technical Proposal (Hard
Copy), sealed under a separate envelope and a financial proposal (online). We are submitting
our proposal in association with: (Insert a list with full name and address of each associated
consultant). We here by declare that all the information and statements made in this proposal are
true and accept that any misinterpretation contained in it may lead to our disqualification. If
negotiations are held during the period of validity of the proposal, i.e. within 90 days from the
last date of submission of tender we undertake to negotiate on the basis of the proposed staff.
Our proposal is binding upon us and subject to the modification resulting from contract
negotiations. We undertake, if our proposal is accepted, to initiate the consulting service related
to the assignment not later than the date indicates by the PWD. We understand you are not
bound to accept any proposal you receive. We remain,

Yours Sincerely

Authorized Signature (In full and Initial):


Name and Title of Signatory:
Name of the Firm: Address:

34
FormTECH-2Consultant’sOrganizationandExperience

A-Consultant’s Organization
(Provide here a brief (not exceeding two pages) description of the background and organization of your
firm/entity and each associate for this assignment)

B-Consultant’s Experience
(Using the format below, provide information on each assignment for which your firm, and each
associate for this assignment, was legally contracted either individually as a corporate entity or as one of
the major companies within an association, for carrying out consulting services similar to the ones
requested under this assignment…)
1. Firm’s name:
2. Indian Council of Architecture Registration No.
3. Year of Establishment of firm:
4. Total number of years’ Experience:
a) Total number of project under taken for Government:
I) Total number of projects under taken for Government as a lead consultant:
II) Total number of projects under taken for Government as a lead joint venture/ partnership
b) Bifurcation of cost of project under taken for Government
c) Details of each project to be given in the format given below:

Project Cost Total number of project sin range of project cost

1 02 Croreto 10 Crore

Above 10 Crore to 20 Crore


2

Above 20 Crore
3

Total

35
Details of each project to be given in the format given below:

1.Assignment name

2.Country

3.Location within country

4.Nameof Client: Address

5.Approx.valueofthecontract(in
Indian Rupees)
6.Approx.value of services
provided by your firm under the
contract (in Indian Rupees)
7.Duration of assignments (month)

8. Name of associate
consultant: Consultant:
9. No professional staff-
months provided by associated:
10.Total No. of staff –months of the
assignment:
11. Name of senior key
professional staff of your firm
involved and functions performed
(indicate most significant profiles
such as project Directors,
Coordinator, Team Leader):
12.NarrativedescriptionofProject

13.Description of actual service


provided by your staff within the
assignment:

Firm’s Name:

Firm’s Seal:

Name of Authorized Person and its Designation: Signature of Authority:

36
FormTech-3A: Team composition and Task Assignments

Sr. Task Years of


Position Assigned Name of Staff Qualifications
No. Assigned Experience

1 Team Leader

2 Infrastructure Expert

3 Hydrology Expert

4 Survey Expert

5 Process/
Transaction
Expert

6 Procurement and
Tender expert

There is no upper limit to the members of team. If more team members are there then kindly use the
table above.

37
Form Tech-4 Curriculum Vitae (CV) for proposed key professional staff

Assignment: Proposed Position (Only one candidate shall be nominated for each position)

Number of project Handle as (insert proposed position) Name of Project Handle as

(insert proposed position)

1.

2.

3.

4.

5.

Name of Firm (insert name of firm proposing the staff)

Name of staff(Insert full name):

Date of Birth:- / /

Nationality:

Education: (indicate college/University and other specialized education of staff member,


giving names of institutions, degree obtained, and dates of obtainment):

Total Number of years Experience:

Membership of professional Association:

Other training (indicate significant training since degrees were obtained)

Countries of work Experience: (List countries where staff has workedin the last10years):

Languages (For each language indicate proficiency: Good, fairorpoor in speaking,


Reading and writing):

38
CERTIFICATE

I, the undersigned, certify that to the best of my knowledge and belief, this CV
correctly describes my self, my qualifications, and my experience. I understand that
any willful misstatement describe herein may lead to my disqualification or
dismissal, if engaged.

(Signature of staff member or authorized representative of the staff) Day/ Month/ Year

Full name of authorized representative

39
FormTech5: Details of Projects (Project data sheet)

The details of outstanding projects are to be provided by the consultant explain the client
needs, the objective of the project, project cost, the timeline of project, the issues, the
input of consultant, any innovative method used and why the consultant considered a
particular project to be outstanding. PWD would prefer a presentation of these
outstanding projects if be needed and it will be evaluated by PWD.

Signature Not Verified40


Digitally signed by MAYANK RAMANLAL
RANA
Date: 2023.01.23 11:42:04 IST
Location: Dadra and Nager Haveli-DN

You might also like