Sei sulla pagina 1di 96

SAUNI Yojana - Phase: II, Link - 2, Package - 4

Sauni Yojna - Phase: II, Link - 2, Package - 4: Engineering,


Procurement and Construction (EPC) Contract for Supplying and
laying MS Pipeline of 3000mm dia. (ID) for Length of MS Twin
Pipeline 27.711 Km (Total Length – 55.422 Km) from Bhimdad at
Ch. 0.0 Km to Kalubhar at Ch. 27.711 Km with all allied works etc.
complete including Operation and Maintenance of the
commissioned project for 10 years.

Tender Document,
VOLUME I: PRE – QUALIFICATION BID AND TECHNICAL DATA-
SHEETS FOR CIVIL, MECHANICAL AND INSTRUMENTATION WORKS

NWRWS&KD

Multi Mantech International Pvt. Ltd.


SAUNI Yojana - Phase: II, Link - 2, Package - 4

GOVERNMENT OF GUJARAT
NARMADA, WATER RESOURCES, WATER SUPPLY
& KALPSAR DEPARTMENT

Tender Cost
Name of the Work Time limit for the Work
(In Crores)
Sauni Yojna - Phase: II, Link - 2, Package - 4: 676.06 Time Limit 24 months for
Engineering, Procurement and Construction Construction and 10 years
(EPC) Contract for Supplying and laying MS for Operation &
Pipeline of 3000mm dia. (ID) for Length of Maintenance after
MS Twin Pipeline 27.711 Km (Total Length – commissioning
55.422 Km) from Bhimdad at Ch. 0.0 Km to
Kalubhar at Ch. 27.711 Km with all allied
works etc. complete including Operation and
Maintenance of the commissioned project for
10 years

VOLUME I: PRE – QUALIFICATION BID AND TECHNICAL DATA-SHEETS FOR CIVIL,


MECHANICAL AND INSTRUMENTATION WORKS

VOLUME – I PRE – QUALIFICATION BID AND TECHNICAL DATA-SHEETS FOR


CIVIL, MECHANICAL AND INSTRUMENTATION WORKS

VOLUME – II CONDITIONS OF CONTRACT

VOLUME – III(A) TECHNICAL SPECIFICATIONS FOR CIVIL WORKS

VOLUME – III(B) TECHNICAL SPECIFICATIONS FOR MECHANICAL AND


INSTRUMENTATION WORKS

VOLUME – III(C) DRAWINGS

VOLUME – III(D) TECHNICAL BID

VOLUME – III(E) OPERATION & MAINTENANCE – SCOPE & SPECIFICATIONS

VOLUME – IV PRICE BID

Multi Mantech International Pvt. Ltd.


SAUNI Yojana - Phase: II, Link - 2, Package - 4

Content
Chapter Title Page

1. Tender Notice 1

2. Notice Inviting Online Tender 3


2.1 Name of Work ______________________________________________________________________ 3
2.2 Eligible Bidders _____________________________________________________________________ 3
2.3 Bid Details _________________________________________________________________________ 4
2.4 Details to be Furnished along with Application _____________________________________________ 4
2.5 Contacts for Information / Clarification ___________________________________________________ 5
2.6 Website for Downloading Bid Document __________________________________________________ 5
2.7 Site Visit & Pre-bid Meeting ___________________________________________________________ 5
2.8 Submission of Bid ___________________________________________________________________ 6
2.9 Opening of Tender __________________________________________________________________ 6
2.10 General Instructions _________________________________________________________________ 6

3. Memorandum of Work in Brief 10

4. Project Introduction 12
4.1 Project Introduction _________________________________________________________________ 12
4.2 Description of Link 2 (Limdi Bhogavo II to Raidy) __________________________________________ 12
4.3 The details of 12 (twelve) initial packages which are under execution of SAUNI Yojana are given in
below table: _______________________________________________________________________ 13
4.4 Now, the following Packages are to be taken up. __________________________________________ 14

5. Section II - Information and Instruction to Bidders 17


5.1 Name of Work _____________________________________________________________________ 17
5.2 Special Attention ___________________________________________________________________ 17
5.3 Definitions ________________________________________________________________________ 18
5.3.1 Bidder ___________________________________________________________________________ 18
5.3.2 Digital Signature ___________________________________________________________________ 19
5.3.3 E-Tender _________________________________________________________________________ 19
5.3.4 Online ___________________________________________________________________________ 19
5.3.5 Offline ___________________________________________________________________________ 19
5.3.6 Scanned Copy ____________________________________________________________________ 19
5.3.7 System __________________________________________________________________________ 19
5.3.8 Upload __________________________________________________________________________ 19
5.4 Invitation _________________________________________________________________________ 19
5.5 Download of Tender Documents _______________________________________________________ 20
5.6 Description of work _________________________________________________________________ 20
5.7 Scope of the Work _________________________________________________________________ 20
5.8 Particulars Provisional ______________________________________________________________ 22
5.9 Deleted __________________________________________________________________________ 22
5.10 Communication ____________________________________________________________________ 22
5.10.1 Airports __________________________________________________________________________ 22
5.10.2 Railways _________________________________________________________________________ 22
5.10.3 Roads ___________________________________________________________________________ 23
5.10.4 Approach to work site _______________________________________________________________ 23

Multi Mantech International Pvt. Ltd.


SAUNI Yojana - Phase: II, Link - 2, Package - 4

5.11 General Facilities __________________________________________________________________ 23


5.11.1 Hotel / Guest House Facilities _________________________________________________________ 23
5.11.2 Housing __________________________________________________________________________ 23
5.11.3 Marketing Facilities _________________________________________________________________ 23
5.11.4 Water Supply _____________________________________________________________________ 23
5.11.5 Medical Aids ______________________________________________________________________ 23
5.11.6 Electric Power _____________________________________________________________________ 23
5.11.7 Post and Telephones _______________________________________________________________ 23
5.11.8 Supply of Diesel, Petrol and Oil _______________________________________________________ 24
5.12 Climate and Working season _________________________________________________________ 24
5.12.1 Temperature ______________________________________________________________________ 24
5.12.2 Rainfall __________________________________________________________________________ 24
5.12.3 Working Season ___________________________________________________________________ 24
5.13 Competency of Bidder ______________________________________________________________ 24
5.14 Cost of Bidding ____________________________________________________________________ 24
5.15 Language of Tender ________________________________________________________________ 24
5.16 Bid Validity _______________________________________________________________________ 24
5.17 Method of Tendering ________________________________________________________________ 25
5.18 Earnest Money Deposit (EMD) ________________________________________________________ 25
5.19 Accompaniments to Tender __________________________________________________________ 26
5.20 Submission of Bid __________________________________________________________________ 27
5.21 Site Visit _________________________________________________________________________ 28
5.22 Pre-bid Meeting____________________________________________________________________ 28
5.23 Opening of Tenders ________________________________________________________________ 28
5.24 Opening of Price Bid ________________________________________________________________ 29
5.25 Evaluation of Price Bid ______________________________________________________________ 29
5.26 Bid Acceptance ____________________________________________________________________ 30
5.27 Unbalanced Bid____________________________________________________________________ 30
5.28 Award of Contract __________________________________________________________________ 30
5.29 Conflict Of Interest _________________________________________________________________ 31
5.30 Fraud and Corrupt Practices __________________________________________________________ 32

6. Section III – Qualification Criteria 34


6.1 General __________________________________________________________________________ 34
6.2 List of Attachments _________________________________________________________________ 34
6.3 Eligibility for Qualification ____________________________________________________________ 35
6.4 Minimum Qualifying Criteria __________________________________________________________ 36
6.4.1 Financial Criteria ___________________________________________________________________ 36
6.4.1.1 Turnover _________________________________________________________________________ 36
6.4.1.2 Similar Nature of Work ______________________________________________________________ 36
6.4.2 Physical Criteria ___________________________________________________________________ 37
6.4.2.1 Pipeline __________________________________________________________________________ 37
6.4.2.2 Operation & Maintenance ____________________________________________________________ 37
6.4.3 To fulfil the above criteria, the bidder shall note the following: ________________________________ 37
6.4.4 Technical Staff ____________________________________________________________________ 38
6.4.4.1 Project Manager – 1 Nos. ____________________________________________________________ 38
6.4.4.2 Senior Quality Control Engineer – 1 Nos. ________________________________________________ 39
6.4.4.3 Site Engineer (Civil) – 3 Nos. _________________________________________________________ 39
6.4.4.4 Site Engineer (Mechanical) - 2 Nos. ____________________________________________________ 39
6.4.4.5 Site Engineer (Electrical / Instrumentation) - 1 Nos. ________________________________________ 39

Multi Mantech International Pvt. Ltd.


SAUNI Yojana - Phase: II, Link - 2, Package - 4

6.4.4.6 Civil Supervisors - 3 Nos. ____________________________________________________________ 40


6.4.4.7 Mechanical Supervisors - 2 Nos. ______________________________________________________ 40
6.4.4.8 Technical Assistants - 4 Nos. _________________________________________________________ 40
6.4.4.9 Skilled labours required for Project workshop _____________________________________________ 40
6.4.5 Machineries_______________________________________________________________________ 41
6.5 Assessment of Bid Capacity __________________________________________________________ 41
6.6 Supporting Documents ______________________________________________________________ 41
6.6.1 Approach, Methodology and Conceptual Design __________________________________________ 41
6.6.2 Work Plan and Construction Methodology _______________________________________________ 42
6.7 Operation and Maintenance __________________________________________________________ 42
6.8 Evaluation of Pre-Qualification & Technical Bids __________________________________________ 42

7. Section IV – Forms, Annexures, Statements etc. 44


Form - A _________________________________________________________________________ 46
Form - B _________________________________________________________________________ 47
Form - C_________________________________________________________________________ 48
Form - D1________________________________________________________________________ 49
Form - D2________________________________________________________________________ 50
Form - E _________________________________________________________________________ 51
Form - F _________________________________________________________________________ 53
Form – G ________________________________________________________________________ 54
Form- H _________________________________________________________________________ 56
Form - I _________________________________________________________________________ 57
Statement S-1(a) __________________________________________________________________ 58
Statement S-1(b) __________________________________________________________________ 59
Statement S-2 ____________________________________________________________________ 60
ANNXURE - I _____________________________________________________________________ 61
ANNXURE - II ____________________________________________________________________ 62
Annexure – III ____________________________________________________________________ 67
Annexure – IV ____________________________________________________________________ 68
Annexure – V _____________________________________________________________________ 69
Annexure – VI ____________________________________________________________________ 70
Annexure - VII ____________________________________________________________________ 71
Annexure – VIII ___________________________________________________________________ 72
Annexure –IX _____________________________________________________________________ 73
Annexure –X _____________________________________________________________________ 74
Annexure –XI _____________________________________________________________________ 75
Annexure –XII ____________________________________________________________________ 76
Annexure –XIII ____________________________________________________________________ 77
Schedule – I-A ____________________________________________________________________ 78
Schedule – II-A ___________________________________________________________________ 79
Schedule- III-A ____________________________________________________________________ 80

8. Data Sheet 81

Multi Mantech International Pvt. Ltd.


SAUNI Yojana - Phase: II, Link - 2, Package - 4

1. Tender Notice

GOVERNMENT OF GUJARAT
NARMADA WATER RESOURCES, WATER SUPPLY AND KALPSAR
DEPARTMENT

TENDER NOTICE NO. – EPC/L2P4 of 2016-17

Online tender (e-Tendering System) in three cover bid is invited by the Executive Engineer,
Bhavnagar Irrigation Project Division, T-11, Jilla Seva Sadan No. 2, Nilambaug Road, Near S. T.
stand, Bhavnagar-364001 (Gujarat State) for the following work from the prospective bidders
registered with Government of Gujarat / CPWD / Other State Governments.

Name of the Work Tender Cost Minimum


(In Crores) Qualification of
Bidder
1. Class
2. Bid Fee
3. EMD
4. Time Limit
5. Solvency
Sauni Yojna - Phase: II, Link - 2, Package - 4: 676.06 1. AA Class
Engineering, Procurement and Construction (EPC) 2. Rs. 68,000/-
Contract for Supplying and laying MS Pipeline of 3. Rs. 676.06 Lakhs
3000mm dia. (ID) for Length of MS Twin Pipeline 4. 24 months (Excl.
O&M period of 10
27.711 Km (Total Length – 55.422 Km) from
Yrs.
Bhimdad at Ch. 0.0 Km to Kalubhar at Ch. 27.711
5. Rs. 135.21 Crores
Km with all allied works etc. complete including
Operation and Maintenance of the commissioned
project for 10 years

All the relevant documents; as specified in this bid shall be submitted in prescribed manner.
The physical submission shall be made at the office of Superintending Engineer, Bhavnagar
Irrigation Project Circle, S-2, Jilla Seva Sadan No. 2, Nilambaug Road, Near S. T. stand,
Bhavnagar - 364001 Phone No-0278-2429044 up-to date shown in Table 1.1. Validity period of
E.M.D should not be less than 180 days. Penaltative action for not submitting original FDR
for E.M.D and DD for tender fee by bidder shall be initiated. E.M.D. Exemption certificate is not
allowed. Any documents in support of bid shall be submitted in electronic format only through
online (By Scanning etc.) & hard copy will not be accepted separately. For further details &
online submission of bid, please visit website www.nwr.nprocure.com.

Multi Mantech International Pvt. Ltd.


1
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Table 1.1: Schedule of E-Tendering

A LAST DATE FOR DOWN LOADING BID Dt: 15/02/2017 up-to 17:00 Hrs.
DOCUMENT
B LAST DATE OF ON LINE SUBMISSION UP-TO Dt: 15/02/2017 up-to 18.00 Hrs.
C LAST DATE FOR PHYSICAL SUBMISSION From Dt: 16/02/2017 to 21/02/2017
OF DOCUMENT (In office hours)
D MODE OF PHYSICAL SUBMISSION RPAD / SPEED POST ONLY
E DATE & PLACE FOR SITE VISIT Site Visit: 20/01/2017 @ 09:00 Hrs.
from Kalubhar Dam
F DATE & PLACE FOR PRE-BID MEETING Pre-Bid: 24/01/2017 @ 12.00 Hrs.
At Committee Hall, Block No. 9,
4th floor, NWRWS & K Department,
Sachivalaya, Gandhinagar.
G DATE OF ONLINE OPENING (Pre- On Dt: 22/02/2017 at 12.00 Hrs. at the
Qualification Bid only) office of The Superintending Engineer,
Bhavnagar Irrigation Project Circle, S-2,
Jilla Seva Sadan No. 2, Nilambaug
Road, Near S. T. stand, Bhavnagar -
364001

Multi Mantech International Pvt. Ltd.


2
SAUNI Yojana - Phase: II, Link - 2, Package - 4

2. Notice Inviting Online Tender

NARMADA, WATER RESOURCES, WATER SUPPLY & KALPSAR DEPARTMENT


TENDER NOTICE NO. – EPC/L2P4 of 2016-17

2.1 Name of Work

Sauni Yojna - Phase: II, Link - 2, Package - 4: Engineering, Procurement and


Construction (EPC) Contract for Supplying and laying MS Pipeline of 3000mm dia. (ID) for
Length of MS Twin Pipeline 27.711 Km (Total Length – 55.422 Km) from Bhimdad at Ch.
0.0 Km to Kalubhar at Ch. 27.711 Km with all allied works etc. complete including
Operation and Maintenance of the commissioned project for 10 years.

2.2 Eligible Bidders

Online bids for the above work are invited on EPC contract (turnkey) basis with
single point responsibility by the Executive Engineer, Bhavnagar Irrigation Project
Division, Bhavnagar, from the bidders registered in,

Class “AA” in Narmada, Water Resources, Water Supply and Kalpsar department
and / or Road and Building Department of Gujarat State

CPWD and other State Governments equivalent to class “AA” of Gujarat State Such
Bidder shall have to apply before the date of Submission of bid to get themselves
registered in “AA” class in Government of Gujarat and registered them before the date
of award of contract.

In case of JV, the provisions narrated in the forgoing paras shall be applicable.

Multi Mantech International Pvt. Ltd.


3
SAUNI Yojana - Phase: II, Link - 2, Package - 4

2.3 Bid Details

a. Work

Sr. Name of Work Estimated Earnest Bid Fee Time Limit


No. Cost (Rs. Money in Rs. for the
In Crores) Deposit Completion
(Rs. In of Work
Lakhs)
1 Sauni Yojna - Phase: II, Link - 2, 676.06 676.06 68,000 24 Months
Package - 4: Engineering, (Excluding
Procurement and Construction (EPC) O&M period
Contract for Supplying and laying MS of 10 Years)
Pipeline of 3000mm dia. (ID) for
Length of MS Twin Pipeline 27.711
Km (Total Length – 55.422 Km) from
Bhimdad at Ch. 0.0 Km to Kalubhar at
Ch. 27.711 Km with all allied works
etc. complete including Operation and
Maintenance of the commissioned
project for 10 years

b. Schedule of E-Tendering
1. Downloading of Tender Documents up to Dt: 15/02/2017 up to 17.00 Hrs.
2. Online submission of PQ bid, Technical bid, Price bid and scanned copies of (1) EMD
(2) Tender fees (3) Other documents: 15/02/2017 up-to 18.00 Hrs.
3. Physical submission of EMD, Tender fees and other documents is From Dt:
16/02/2017 to 21/02/2017 (In office hours) at the office of the Superintending
Engineer, Bhavnagar Irrigation Project Circle, Bhavnagar by RPAD / Speed Post.
4. Opening of Pre-Qualification bids (online) on Dt: 22/02/2017at 12.00 Hrs. at the office
of The Superintending Engineer, Bhavnagar Irrigation Project Circle, S-2, Jilla Seva
Sadan No. 2, Nilambaug Road, Near S. T. stand, Bhavnagar - 364001.

2.4 Details to be Furnished along with Application

Tender Documents are only available in Electronic Form. Interested Bidders can view
these tender documents online on nwr.nprocure.com. Bidders, who are interested in
bidding in this tender, can download tender documents. Bidder shall pay tender fee in
form of account payee demand draft payable to the Executive Engineer, Bhavnagar
Irrigation Project Division, Bhavnagar drawn on any Nationalized Bank.
The Demand Draft toward Tender Document fees can be submitted along with Earnest
Money Deposit before the due date as specified. This should be as per details given
online and it should be drawn before last date of the uploading of the Tender. The
intending bidders have to submit the following documents along with the EMD. The Bidder
should submit all the forms electronically only.

a) Latest Income Tax Return Certificate, PAN and Income Tax ward where assessed.
b) Current Calendar Year 2017 Solvency Certificate.( Min. Rs. 135.21 Crores)
c) Registration Certificate.

Multi Mantech International Pvt. Ltd.


4
SAUNI Yojana - Phase: II, Link - 2, Package - 4

d) Current Credit Facility from the bank.


e) Client Certificates and other bid forms.
f) The bidder who have applied for Corporate debt restricting (CDR) / facing recovery
proceedings from financial institutions / facing winding up proceedings / those
under BIFR in the last 7 financial years (2009-10 and 2015-16) shall be considered
for bid qualification, provided bidder has to submit bank authority letter regarding
restructuring process by bankers. In case of Joint Venture agreement, this shall be
applicable for both Lead partner and JV partner.
Bidders who wish to participate in this tender will have to register on
www.nwr.nprocure.com. Further Bidders who wish to participate in online tender
will have to procure Digital Certificate as per Information Technology Act-2000
using which they can sign their electronic bids. Bidders can contact the office
stated below and they will to assist them in procuring the same or for training, if
required.
Manager (Marketing),
(n) code solution –A division of GNFC Ltd.
301, GNFC Info Tower, S.G. Road, Bodakdev,
Ahmedabad - 380054 (Gujarat)
Mobile -9426007087
marketing@ncodesolutions.com
Phone No.079-26857316 / 17 / 18
Fax: 079 – 26857321

2.5 Contacts for Information / Clarification

Further details of the work and plans can be available from the Office of the
Executive Engineer, Bhavnagar Irrigation Project Division, T-11, Jilla Seva Sadan
No. 2, Nilambaug Road, Near S. T. stand, Bhavnagar-364001 (Phone No. 0278-
2439803, 2427661).

2.6 Website for Downloading Bid Document

The bid documents for the work are available only in Electronic format which can
be downloaded free of cost from the internet website www.nwr.nprocure.com

2.7 Site Visit & Pre-bid Meeting

Site visit will be conducted on Date and Place as shown in Table 1.1. Bidders
Interested in participating in bid process are advised to attend site visit and
prepare with queries for Pre-bid meeting before submission of bid. Bidders may
contact for site visit at the Office of the Executive Engineer, Bhavnagar Irrigation
Project Division, T-11, Jilla Seva Sadan No. 2, Nilambaug Road, Near S. T. stand,
Bhavnagar-364001 (Phone No. 0278-2439803, 2427661). Pre bid querries may be
send by email also in soft and hard copy at the email address as below.

 eebipdbvn@yahoo.co.in
 mmipl_ww@mmipl.in
A Pre-bid meeting is proposed on Date as shown in Table 1.1.

Multi Mantech International Pvt. Ltd.


5
SAUNI Yojana - Phase: II, Link - 2, Package - 4

2.8 Submission of Bid

Tenderer shall submit his offer in Electronic format on above mentioned website
up to Date as shown in Table 1.1 after Digitally Signing the same. Offer which is
not Digitally Signed will not be accepted. No offer in physical form will be accepted
and any such offer if received will be out-rightly rejected. Bidder will have to submit
separate account payee DD drawn in favour of Executive Engineer, Bhavnagar
Irrigation Project Division, Bhavnagar, for Tender document fee and EMD drawn in
favour of Executive Engineer, Bhavnagar Irrigation Project Division, Bhavnagar.
Physical submission should be by R.P.A.D. / Speed Post only in the office of the
Superintending Engineer, Bhavnagar Irrigation Project Circle, Bhavnagar.

2.9 Opening of Tender

The Pre-qualification bid will be opened on Date as shown in Table 1.1 on website
www.nwr.nprocure.com as mentioned in Section 2.3(b) above. Intending bidders
or their representatives who wish to participate in online tender opening can log on
to www.nwr.nprocure.com on the due date and time, mark their presence or
participate in online tender opening. Tenderer who wish to remain present at
Office of the Superintending Engineer, Bhavnagar Irrigation Project Circle, S-2,
Jilla Seva Sadan No. 2, Nilambaug Road, Near S. T. stand, Bhavnagar - 364001
Phone No-0278-2429044 at the time of tender opening can do so. Only one
representative of each firm will be allowed to remain present. The Technical bid
and price bid will be opened after Government’s decision on Pre-qualification bid
of tender.

2.10 General Instructions


a. The bidder shall note that maximum two packages out of 11 (Eleven)
packages (refer chapter No. 4, (4.4) Project Introduction) of Sauni project
Phase-II shall be awarded to one bidder (individual/joint venture). In such that
final amount is beneficiary to government.
b. However Government may take decision to award third package to a bidder
in the interest of Government.
c. Tender Fee will not be refunded under any circumstances.
d. EMD in the form specified in tender document only shall be accepted.
e. The offer shall be valid for 120 days from date of opening of online technical bid.
f. Tender without tender document fees, Earnest Money Deposit (EMD) and which
do not fulfil all or any of the conditions or submitted incomplete in any respect will
be rejected.
g. Conditional tender shall not be accepted.
h. Government reserves the right to accept the lowest responsive offer based on
evaluation of tender and reject any or all tenders without assigning any reason.
i. The tender notice shall form a part of contract document.
j. The tenderers are advised to read carefully the “Instructions” and “Eligibility
Criteria” contained in the tender documents.
k. The internet site address for e -Tendering is www.nwr.nprocure.com.
l. The details of the above notice will be available on www.nwr.nprocure.com.

Multi Mantech International Pvt. Ltd.


6
SAUNI Yojana - Phase: II, Link - 2, Package - 4

m. Free vendor training camp will be organized every Saturday between 4.00 to 5.00
P.M. at (n) code solution –A Division of GNFC Ltd. Bidders are requested to take
benefit of the same.
n. EMD (FDR and Bank guarantee) and DD of Tender Fee and other documents
shall be submitted by R.P.A.D./Speed post only.
o. Other terms and conditions shall be applied as per terms and condition of the
tender documents within stipulated date and time.
p. The solvency certificate of minimum Rs. 135.21 Crores shall be submitted along
with the tender documents.
q. The documents, which are not uploaded online, but submitted physically (Hard
copy), will not be considered for Pre-qualification.

Executive Engineer
Bhavnagar Irrigation Project Division,
Bhavnagar,

Multi Mantech International Pvt. Ltd.


7
SAUNI Yojana - Phase: II, Link - 2, Package - 4

DECLARATION

I/we………………...........………………………………………………..hereby declares that a tender


of the following works have been submitted by me / us filled in along with EMD as per tender
condition.

Sr. Name of Work Method of Applying Ref. of EMD


No. (whether individual / Enclosed
joint venture indicate
the name of bidder /
bidders)
1.

I / We also declare that the bid duly filled in online and digitally signed and the required Earnest
Money Deposit, Tender Fee and other required documents (scanned copy submitted on line) will
be submitted physically by RPAD / Speed Post only to office of the Superintending Engineer,
Bhavnagar Irrigation Project Circle, Bhavnagar as per the date mentioned in tender notice.

Name and Signature of Bidder

Multi Mantech International Pvt. Ltd.


8
SAUNI Yojana - Phase: II, Link - 2, Package - 4

SCHEDULE OF E-TENDERING

Sauni Yojna - Phase: II, Link - 2, Package - 4: Engineering, Procurement and Construction (EPC)
Contract for Supplying and laying MS Pipeline of 3000mm dia. (ID) for Length of MS Twin
Pipeline 27.711 Km (Total Length – 55.422 Km) from Bhimdad at Ch. 0.0 Km to Kalubhar at Ch.
27.711 Km with all allied works etc. complete including Operation and Maintenance of the
commissioned project for 10 years.

Division: Executive Engineer, Bhavnagar Irrigation Project Division, T-11, Jilla Seva Sadan
No. 2, Nilambaug Road, Near S. T. stand, Bhavnagar-364001,

A DATE FOR STARTING OF From Dt: 12/01/2017


DOWNLOADING TENDER DOCUMENT
B LAST DATE FOR DOWNLOADING Up to Dt: 15/02/2017 up to 17.00 Hrs.
TENDER DOCUMENT
C DATE FOR PRE-BID MEETING Dt: 24/01/2017 @ 12:00 Hrs.
At Committee Hall, Block No. 9, 4th floor
NWRWS & K Department, Sachivalaya,
Gandhinagar.
D LAST DATE OF ON LINE SUBMISSION Up to Dt: 15/02/2017 up to 18.00 Hrs.
E LAST DATE FOR PHYSICAL From Dt: 16/02/2017 to 21/02/2017 in
SUBMISSION(EMD, TENDER FEE & Office Hours
OTHER DOCUMENTS)
F MODE OF PHYSICAL SUBMISSION RPAD / SPEED POST ONLY
G DATE OF ONLINE OPENING (Pre- On Dt: 22/02/2017 at 12.00 Hrs. at the
qualification only) office of The
Superintending Engineer, Bhavnagar
Irrigation Project Circle, S-2, Jilla Seva
Sadan No. 2, Nilambaug Road, Near S. T.
stand, Bhavnagar - 364001.

Multi Mantech International Pvt. Ltd.


9
SAUNI Yojana - Phase: II, Link - 2, Package - 4

3. Memorandum of Work in Brief

1.0 Name of Work Sauni Yojna - Phase: II, Link - 2, Package - 4: Engineering,
Procurement and Construction (EPC) Contract for Supplying
and laying MS Pipeline of 3000mm dia. (ID) for Length of MS
Twin Pipeline 27.711 Km (Total Length – 55.422 Km) from
Bhimdad at Ch. 0.0 Km to Kalubhar at Ch. 27.711 Km with all
allied works etc. complete including Operation and
Maintenance of the commissioned project for 10 years
2.0 Name of Employer Narmada Water Resources, Water Supply & Kalpsar
Department
3.0 Name of Concerned Chief Chief Engineer (Sau.) & Additional Secretary
Engineer
 Address Narmada Water Resources, Water Supply and Kalpsar
Department, Block No. 9, 2nd floor, Sachivalaya, Gandhinagar.
 Telephone No. 079 – 23251712
 Fax No. 079 - 23251713
4.0 Name of Concerned Superintending Engineer, Bhavnagar Irrigation Project Circle
Superintending Engineer
 Address Bhavnagar Irrigation Project Circle, S-2, Jilla Seva Sadan No.
2, Nilambaug Road, Near S. T. stand, Bhavnagar - 364001
 Telephone No. 0278 - 2429044
 Fax No. 0278 - 2429194
5.0 Name of Concerned Executive Engineer, Bhavnagar Irrigation Project Division
Executive Engineer
 Address Bhavnagar Irrigation Project Division, T-11, Jilla Seva Sadan
No. 2, Nilambaug Road, Near S. T. stand, Bhavnagar – 364001
 Telephone No. 0278 – 2439803
 Fax No. 0278 – 2437661
6.0 Time allowed for completion 24 Months (excluding O & M period of 10 years).
of the work from the date of
written order to commence.
7.0 Amount of Earnest Money Rs. 676.06 Lakhs (Rs. 50,000/- in form of FDR / NSC +
Deposit (EMD) As specified remaining amount of Rs. 675.56 lakhs in form of Either FDR /
in bid. NSC or in form of Bank Guarantee from Nationalized
Bank/Scheduled Bank
8.0 Mode of submission of Bid
documents
 Prequalification bid, Online submission on www.nwr.nprocure.com.
Technical Bid and Price Bid
along with scanned copy of
EMD, Tender Fee, Solvency
certificate, Registration
Certificate and Joint Venture
Agreement and Other

Multi Mantech International Pvt. Ltd.


10
SAUNI Yojana - Phase: II, Link - 2, Package - 4

supporting Documents with


Prequalification Bid
 Other documents in hard At the Office of, The Superintending Engineer,
copy (Physical Submission): Superintending Engineer, Bhavnagar Irrigation Project Circle,
Registration Certificate, S-2, Jilla Seva Sadan No. 2, Nilambaug Road, Near S. T.
Tender Fee, EMD, stand, Bhavnagar - 364001
Solvency Certificate, JV
agreement in Original
R.P.A.D./Speed Post only
 In case of discrepancy
between electronically
submitted documents and
physically submitted
documents, details
provided in electronically
submitted shall prevail.
 It is mandatory for
physical submission of
EMD and Tender Fee
through RPAD / Speed
post only.
Note: Tenders sent by any other mode other than specified in (a) & (b) above will be out rightly
rejected.
9.0 Validity Period of Tender 120 days from the date of opening of online Technical bid.
Offer
10.0 Opening of Tender Pre- As Shown in Table 1.1
Qualification Bid
11.0 Amount of Security Deposit 2.5 % (i.e. Rs. 1,690.15 lakhs in the form of small savings of
Narmada Bonds or FDR of any Scheduled bank (of minimum
64 months’ time limit) on award of work.
2.5% (i.e. Rs. 1,690.15 lakhs) to be deducted from each
running bills @ 5%.
5 % (i.e. Rs. 3,380.3 lakhs) in the form of Performance
bond of Schedule Banks on award of work with validity of
minimum 36 months)
Total Deposit is 10% (i.e. Rs. 6,760.6 lakhs)

Multi Mantech International Pvt. Ltd.


11
SAUNI Yojana - Phase: II, Link - 2, Package - 4

4. Project Introduction

4.1 Project Introduction

Gujarat State is a water scarce state and has vast variation in rainfall in its own regions;
several parts of the State face floods during monsoon, at the same time several parts are
drought affected. The Saurashtra region is scarce in its water resources thereby affecting
its overall development.
The Gujarat Government has decided to augment various reservoirs of Saurashtra region
by construction of pipe line / feeder canals. The entire project is named as “Saurashtra
Narmada Avtran Irrigation Yojana (SAUNI Yojana)”. The entire works have been planned
to be executed in different links, in phased manner. The project is to be executed in the
four numbers of different links. These are named as:

 Link 1 (Machhu II to Sani)


 Link 2 (Limdi Bhogavo II to Raidy)
 Link 3 (Wadhwan Bhogavo II to Venu I)
 Link 4 (Limdi Bhogavo II to Hiran II)

In this Particular tender, part scope of Sauni Yojana Phase-II Link - 2, Package - 4 is
covered, which is defined briefly in below section.

4.2 Description of Link 2 (Limdi Bhogavo II to Raidy)


No.
Link-2, off-takes from Limdi Bhogavo II Reservoir at Vadod and finally drain into Raidy
reservoir. Length of Rising main pipe-line between this two reservoirs is approximately
232.5 km and enroute feeder lines are of approximately 20.3 km; accordingly total length
of the Link works out to be approximately 253.1 km.
It is envisaged that this Link will augment reservoirs listed in the below mentioned table
either through natural rivers or by feeders (Lifting and Gravity). Reservoirs given below
will be fed either through Main line or through feeders; all the remaining ones will be filled
through natural course of rivers..
 Kalubhar, Ranghola, Rajawal, Shetrunji, Rojki, Malan, Dhatarwadi and Raidy are
on the Main line.
 Malpara, Surajwadi, Bhimdad through Lift feeder.
 Hanol, Kharo and Dhatarwadi through gravity feeder.

Multi Mantech International Pvt. Ltd.


12
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Sr.No. Reservoir District Sr.No. Reservoir District

1 Limdi Bhogavo-II Surendranagar 10 Dhatarwadi II Amreli

2 Kalubhar Bhavnagar 11 Bhimdad Bhavnagar

3 Malpara Bhavnagar 12 Shetrunji Bhavnagar

4 Kharo Bhavnagar 13 Surajwadi Amreli

5 Hanol Bhavnagar 14 Ranghola Bhavnagar

6 Bagad Bhavnagar 15 Rajawal Bhavnagar

7 Malan Bhavnagar 16 Nikol B Bhavnagar

8 Malan TR Bhavnagar 17 Rojki Bhavnagar

9 Dhatarwadi I Amreli 18 Raidy Amreli

Subsequent to above description of Link 2, approximate length from Limdi Bhogavo II


reservoir to Bhimdad reservoir is 51 km. It is planned to convey water from Limdi Bhogavo
II reservoir to Bhimdad reservoir for which works are taken up in Package – 1, Package -
2 and Package – 3.

The works to lift water from Limdi Bhogavo II reservoir and convey through twin pipelines
under the scope of work. The lifted water from Limdi Bhogavo II reservoir shall be
delivered the junction point at chainage 14 km. Such water received will be further
conveyed through system of pipeline and pumping station(s) to augment the reservoirs
listed in above table.
Now in this proposed package twin pipeline from Bhimdad reservoir to Kalubhar reservoir
is to be taken up. The length of the twin pipeline is 27.711 Km. The pipeline for Malpara
Branch is also included in this package.

4.3 The details of 12 (twelve) initial packages which are under execution of SAUNI
Yojana are given in below table:

 Packages for Link-1 (from Machhu-II Dam to Sani Dam)

Length in Approx.
Sr. No. Description of Packages
Km. Amount
1 Machhu II Dam to Ch. 15.3 km 15.00 435.24

2 From Ch. 15.3 km to Aji III Dam 21.57 490.19

3 Aji III Dam to Und-I Dam 21.00 456.46

Multi Mantech International Pvt. Ltd.


13
SAUNI Yojana - Phase: II, Link - 2, Package - 4

 Packages for Link-2 (from Limdi Bhogavo-II Dam to Raidy Dam)

Length in Approx.
Sr. No. Description of Packages
Km. Amount

1 Limdi Bhogavo-II Dam to Ch. 14.00 km 14.00 410.10

2 From Ch. 14.00 km to Ch. 31.00 km 16.90 391.56

From Ch. 30.9 km to Ch. 51.286km near


3 20.386 525.38
Bhimdad Reservoir

 Packages for Link-3 (from Wadhwan Bhogavo-II Dam to Venu-I Dam)

Length in Approx.
Sr. No. Description of Packages
Km. Amount

1 Wadhwan Bhogavo-II Dam to Ch.12.7Kms 12.70 402.64

2 Ch. 12.7 Kms to Ch. 41.8 Kms 29.10 735.51

3 Ch. 41.8 Kms to Machhu-I Dam 24.495 653.60

 Packages for Link-4 (from Limdi Bhogavo-II Dam to Hiran - II Dam)

Length in Approx.
Sr. No. Description of Packages
Km. Amount

1 Limdi Bhogavo – II Dam to Ch. 18.0 18.00 425.00

2 At Ch. 18.0 to Goma sump 18.00 349.00

3 Goma sump to Ankadiya Tank 18.90 401.00

Recently the tender for Link – 3, Machhu – I Chainage 66.295 km. to 97.295 km. (Aji-I
reservoir ) is awarded.

4.4 Now, the following Packages are to be taken up.

 Packages for Link-1 (from Machhu-II Dam to Sani Dam)

Length in Approx.
Package No. Description of Packages
Km. Amount

IV Und-I Reservoir to Ch. 36.600 km 48.366 475.20

V Pipartoda Ch. 36.600 km to to Sani Ch. 85.568 km. 66.507 298.29

Multi Mantech International Pvt. Ltd.


14
SAUNI Yojana - Phase: II, Link - 2, Package - 4

 Packages for Link-2 (from Limdi Bhogavo-II Dam to Raidy Dam)

Length in Approx.
Sr. No. Description of Packages
Km. Amount
IV Bhimnad to Kalubhar Ch. 27.711 km (Twin Pipeline) 59.668 676.06
Kalubhar Ch. 27.711 km to MPS-1 Ch. 42.621 Km.
V 29.82 355.76
(Twin Pipeline)
MPS-1 Ch. 42.621 Km. to Setrunji Ch. 73.933 km.
VI 65.791 662.92
(Twin Pipeline)

 Packages for Link-3 (from Wadhwan Bhogavo-II Dam to Venu-I Dam)

Length in Approx.
Sr. No. Description of Packages
Km. Amount

Aji Ch.97.295 Km to Ch. 145.900


V 81.056 800.22
(Partial Twin Pipe)
Machhu-I Ch. 66.295 km. to Aji Ch. 97.295
VI 54.295 455.47
Km

 Packages for Link-4 (from Limdi Bhogavo-II Dam to Hiran - II Dam)

Length in Approx.
Sr. No. Description of Packages
Km. Amount
MPS-1 (Ankadia) to MPS-2 Ch. 15.340 (Twin
IV 48.756 471.38
Pipeline)
V MPS-2 Ch. 15.340 to MPS-3 Ch. 59.98 km. 44.640 543.77

V-A MPS-2 to Bhadar Karmal Link Ch. 43.321 km. 44.911 369.74

VI MPS-3 Ch. 59.98 km. to Ch. 111.129 km. 99.271 665.06

Multi Mantech International Pvt. Ltd.


15
SAUNI Yojana - Phase: II, Link - 2, Package - 4

 The Map for SAUNI Yojana is shown below:

Multi Mantech International Pvt. Ltd


16
SAUNI Yojana - Phase: II, Link - 2, Package - 4

5. Section II - Information and Instruction to


Bidders
5.1 Name of Work
Sauni Yojna - Phase: II, Link - 2, Package - 4: Engineering, Procurement and
Construction (EPC) Contract for Supplying and laying MS Pipeline of 3000mm dia. (ID) for
Length of MS Twin Pipeline 27.711 Km (Total Length – 55.422 Km) from Bhimdad at Ch.
0.0 Km to Kalubhar at Ch. 27.711 Km with all allied works etc. complete including
Operation and Maintenance of the commissioned project for 10 years.

5.2 Special Attention


1. The tenders are invited on turnkey basis with single point responsibility from EPC
contractors who are registered in “AA” class with Government of Gujarat. This tender
consist of pre-qualification for Sauni Yojna - Phase: II, Link - 2, Package - 4: Engineering,
Procurement and Construction (EPC) Contract for Supplying and laying MS Pipeline of
3000mm dia. (ID) for Length of MS Twin Pipeline 27.711 Km (Total Length – 55.422 Km)
from Bhimdad at Ch. 0.0 Km to Kalubhar at Ch. 27.711 Km with all allied works etc. The
water from the tail point of Link - 2, Package - 3 will deliver water for other reservoirs such
as Malpara and Kalubhar. The Package also includes Operation and Maintenance of the
commissioned project for 10 years.
2. A site visit is proposed to be conducted on Date and Place as shown in Table 1.1. Bidders
Interested in participating in bid process are advised to attend site visit and assess field
conditions before submission of their bid.
3. A pre-bid meeting for the works open to all intending bidders will be held on Date as
shown in Table 1.1 at Committee Hall, Block No. 9, 4th floor, NWRWS & K Department,
Sachivalaya, Gandhinagar.
4. All bidders are urged to submit a written request immediately upon receipt of the tender
documents for the getting clarifications and/ or additional information along with the details
of work. The request shall be submitted to the Superintending Engineer, Bhavnagar
Irrigation Project Circle, Bhavnagar two days in advance of Pre Bid Meeting.
5. The tender document shall be submitted as per procedure laid down in 5.20 of this
Section, for submission of Tender.
6. Scanned Copies of Earnest money deposit details and tender fee details shall be
submitted as prescribed on line and original EMD and Tender Fee shall be submitted in
the office of the Superintending Engineer, Bhavnagar Irrigation Project Circle, Bhavnagar
as per details given on line in sealed envelope through RPAD / Speed Post. If earnest
money deposit is not received within prescribed time limit the bid shall be rejected.
7. Tender shall be opened as per procedure laid down in 5.23 of section II and as per
detailed Tender notice.
8. All Tenderers are cautioned that e-tender containing any deviation from the tender
terms and conditions, specifications or requirements shall be rejected as non-responsive.
9. Conditional offer will be out rightly rejected. No condition shall be included in tender
except in technical bid documents.
Multi Mantech International Pvt. Ltd.
17
SAUNI Yojana - Phase: II, Link - 2, Package - 4

10. Alternative bids are not acceptable.


11. Qualification of bidders will be done in accordance with the conditions of bid document.
The bids, which are found responsive and meet the specified evaluation and qualification
criteria as per bid conditions, will be qualified.
12. The bidder who have applied for Corporate debt restricting (CDR) / facing recovery
proceedings from financial institutions / facing winding up proceedings / those under BIFR
in the last 7 financial years (2009-10 and 2015-16) shall be considered for bid
qualification, provided bidder has to submit bank authority letter regarding restructuring
process by bankers. In case of Joint Venture agreement, this shall be applicable for both
Lead partner and JV partner. Bidder shall have to declare regarding tenders submitted in
the prescribed format.
13. The department reserves the right to qualify /disqualify any applicant without assigning
any reason.
14. Applicants shall be disqualified if they have made untrue or false representation in the
forms, statements and attachments required in the prequalification documents; or record
of poor performance either due to technical or financial or any other reasons.
15. The request of the bidder for not opening of bid shall not be accepted in any
circumstances.
16. If bidder has not submitted in original tender fee and E.M.D. off line, but same is scanned
and submitted with his bid on line or vice versa within stipulated period to the
Superintending Engineer, Bhavnagar Irrigation Project Circle, Bhavnagar, the bid shall be
liable to be considered as non-responsive.
17. All the documents submitted and scanned should be numbered chronologically and their
reference in the self-appraisal of Pre-qualification bid, will have to be given for the proof of
qualification.
18. Bidders to furnish scanned copies duly notarized such as Experience certificates,
Turnover certificates, List of works already completed by the Tenderer (Annexure
IV), Declaration regarding works on hand (Annexure V) and an affidavit by bidder
along with certificate of bank authority letter for corporate debt restructuring for the
bidder.
The bidder shall have to upload all required documents as per 5.19 of Section-II duly
scanned with his bid. Only scanned copies uploaded shall be considered. The bid shall be
considered non–responsive if any required documents are not uploaded duly scanned
during online submission of bid.

5.3 Definitions
In this document the following words and expressions have the meaning hereby assigned
to them.

5.3.1 Bidder
Means individual, proprietary firm, firm in partnership, Limited Company, Corporation or
group of firms (not exceeding three) forming a joint venture, applying to become eligible to
tender.

Multi Mantech International Pvt. Ltd.


18
SAUNI Yojana - Phase: II, Link - 2, Package - 4

5.3.2 Digital Signature


Any electronic documents, which contains encrypted message digest using hash
algorithm and Bids public key is known as Digitally Signed Documents and the process of
generating such document is called digitally signing it.

5.3.3 E-Tender
Tender in which you can participate online by means of login on to the respective website
is E-Tender.

5.3.4 Online
Any activity that is done on website is referred as ‘Online’ activity for e.g., Submission of
Price Bid online would mean that the Price Bid has to be submitted on website.

5.3.5 Offline
Any activity that is done in conventional route is referred as ‘Offline’ activity for e.g.,
Submission of Earnest Money Deposit in Offline fashion would mean the Earnest Money
Deposit is to be Submitted in the Form of FDR/Bank Guarantee and is to be physically
sent to the Office of the Superintending Engineer concerned.

5.3.6 Scanned Copy


Electronic Copy of any document generated using a Scanner is called scanned copy.

5.3.7 System
Means the computer which hosts the website (www.nwr.nprocure.com) where Bidder can
participate in the bidding.

5.3.8 Upload
The process of transferring electronic document from Bidder’s computer using internet
connection to the website is called uploading.

5.4 Invitation
Online Tenders on EPC basis with single point responsibility are invited
publically by the Executive Engineer, Bhavnagar Irrigation Project Division, T-11,
Jilla Seva Sadan No. 2, Nilambaug Road, Near S. T. stand, Bhavnagar, Gujarat State
from the bidders registered in “AA” in R&B Department or NWRWS&K Dept. and
equivalent class in CPWD / Railway / other State Government for the work of Sauni
Yojna - Phase: II, Link - 2, Package - 4: Engineering, Procurement and Construction
(EPC) Contract for Supplying and laying MS Pipeline of 3000mm dia. (ID) for Length of
MS Twin Pipeline 27.711 Km (Total Length – 55.422 Km) from Bhimdad at Ch. 0.0 Km to
Kalubhar at Ch. 27.711 Km with all allied works etc. complete including Operation and
Maintenance of the commissioned project for 10 years.
1. The concerned bidder shall submit the certificate of registration with the R & B
Department or NWRWS&K Department of Gujarat along with the bid, as specified.
2. The contractor registered outside Gujarat shall apply for getting registered himself in “AA”
class in the state of Government of Gujarat before the last date of online submission of
bid. The proof of the application for the registration shall have to be attached with the

Multi Mantech International Pvt. Ltd.


19
SAUNI Yojana - Phase: II, Link - 2, Package - 4

tender & the tenderer shall get registered themselves on or before the date of award of
contract.
3. The contractor registered in CPWD / Railway and other State Govt. equivalent to class of
Gujarat mentioned in “AA”, they will be eligible to quote for the bid with the condition that
he / they shall apply for getting registered himself in “AA” class in the Gujarat state before
the last date of online submission of the bid. The proof of the application for the
registration shall have to be attached with the tender & the tenderer shall get registered
themselves on or before the date of award of contract.
4. Failure of taking action specified in above Paras, the concerned bidder shall be
disqualified and earnest money deposit shall be forfeited.

5.5 Download of Tender Documents


The tender documents are available in electronic form up-to as date shown in Table 1.1
from the website “www.nwr.nprocure.com” Interested bidders can view these bid
documents online and download tender documents.
Bidders who wish to submit their offer shall pay bid fee in form of Account Payee Demand
Draft payable at Bhavnagar drawn in favour of the Executive Engineer, Bhavnagar
Irrigation Project Division, Bhavnagar. Details of Bank details are given as below.
Executive Engineer
Bhavnagar Irrigation Project Division, Bhavnagar
Account No. :- 56355001379
Bank Name :- State Bank of India
IFSC Code :- SBIN0060355
Branch Address :- Treasury Branch, Marcha Gali AMDA Chowk, Bhavnagar - 364001.

5.6 Description of work


Sauni Yojna - Phase: II, Link - 2, Package - 4: Engineering, Procurement and
Construction (EPC) Contract for Supplying and laying MS Pipeline of 3000mm dia. (ID) for
Length of MS Twin Pipeline 27.711 Km (Total Length – 55.422 Km) from Bhimdad at Ch.
0.0 Km to Kalubhar at Ch. 27.711 Km with all allied works etc. complete including
Operation and Maintenance of the commissioned project for 10 years

5.7 Scope of the Work

1. The project is proposed to be implemented on Engineering, Procurement and


Commissioning (EPC) – Turnkey basis on single point responsibility. Narmada, Water
Resources, Water Supply & Kalpsar Department (Govt. of Gujarat) shall give the
necessary design parameters for different components based on the conceptual design of
the project. The bidder shall be responsible for the detailed engineering, designs, getting
approval of the design, technical datasheet, QAP etc. for all components of the project,
procurement of all materials and equipments, pipe laying, jointing, testing, construction
and installation of all Civil, Mechanical, Electrical and Instrumentation Control works and
systems as per the work specifications provided in the bid documents, and commissioning
of the project on turnkey basis followed by operation and maintenance of the entire project
in the package for a period of ten years from the date of commissioning of the system.
The contractor has to prepare detail design of his component got recommended by TPI

Multi Mantech International Pvt. Ltd.


20
SAUNI Yojana - Phase: II, Link - 2, Package - 4

fixed by department or C.D.O. Gandhinagar and same shall be got approved from
department.
2. The major components of the project covered under this tender package comprises of
survey, investigations, design, procurement, erection/installation and construction of
RCC Sump, pump house with pumping machinery and electrical work, procure & laying of
pipeline with associated civil, mechanical, electrical and instrumentation works etc.
3. The work of this pipeline is to be executed on the land acquired under “Right of Use”
permission. The minimum width of ROU shall be considered as table shown below as per
site requirement.

Width of ROU Width of ROU


Sr. No. Diameter of Pipe (ID)
(Single Pipeline) (Twin Pipeline)

1 ≥ 2000 mm and ≤ 3000 mm 30 m 40 m


2 ≥ 1000 mm and ≤ 2000 mm 20 m 30 m
3 < 1000 mm 15 m 20 m

The payment of standing crops, compensation of wells, bores, buildings, properties, any
of such requirements for work for the right of use permission to farmer / other affected
persons / owners, NOC and other miscellaneous charges shall be borne by the contractor
for the entire period of the contract. The contractor shall have to take enough precaution
to see that no adjacent/ surrounding land is damaged/ obstructed/ encroached by them
during the execution. Any such dispute / litigation if arise shall be the responsibility of the
contractor. However bidder/contractor shall note that ROU notification shall be issued by
the Department and land cost for getting ROU for laying pipeline shall be paid by the
department as per Government rules and regulations.
a. The contractor shall be responsible for acquiring necessary permission from the
competent authority for Road/ Railway / Highway / canal crossing / gas / oil / water
pipeline / crossings, forest clearance, any electrical cable line crossing,
Telecommunications etc. during laying of pipeline at his own cost and risk. However,
only the correspondence with concerned department shall be facilitated by the
department. All the statutory charges and other charges such as fees, insurance,
miscellaneous charges / expenditure etc., charges for occurrence of any damages,
NOC etc. for laying of pipeline below all the above mentioned crossings are to be paid
by the contractor. Also, the bidder shall refer the Clause 22 and Clause 80 of Vol II
Conditions of Contract. TPI inspection charges shall be borne by the government
during construction period.
b. However, the concerned department insists to pay such statutory charges through the
department / owner, such charges shall be paid by the department / owner and such
amounts shall be adjusted / recovered from the contractor’s bills. If any deposit which
is reimbursable only after the construction period and completion of Operation &
Maintenance of 10 years shall be paid by the department / owner.
c. All necessary persuasion is to be done by the contractor for getting/ obtaining
clearances/ permissions. On satisfactory completion of the work, required NOC is to
be obtained by the contractor from the concerned department. The contractor is
responsible for obtaining all necessary permissions / clearance / NOC / sanctions etc.
Required coordination for sanction from the concerned authority and NOC from the
concerned authority / field owner for satisfactory completion shall be provided by the
contractor.

Multi Mantech International Pvt. Ltd.


21
SAUNI Yojana - Phase: II, Link - 2, Package - 4

d. Right of Way (ROW) and Facilities: The contractor shall bear all costs and charges for
special and / or temporary Rights-Of-Way (ROW), which he may require, including
those for access to the site. The contractor shall also obtain, at his risk and cost, any
additional facilities outside the site which he may require for the purposes of the
works.
e. Avoidance of Interference: The contractor shall not interfere unnecessarily or
improperly with:
i. The convenience of the public, or
ii. The access to and use and occupation of all roads and footpaths, irrespective of
whether they are public or in the possession of the employer or of others.
f. The contractor shall indemnify and hold the employer harmless against and from as
damages, losses and expenses (including legal fees and expenses) resulting from any
such unnecessary or improper interference.
i. Access Route: The contractor shall be deemed to have been satisfied as to the
suitability and availability of access routes to the site. The contractor shall use
reasonable efforts to prevent any road or bridge from being damage by the
contractor’s traffic or by the contractor’s personnel. These efforts shall include the
proper use of appropriate vehicles and routes. Except as otherwise stated in these
conditions:
ii. the contractor shall (as between the Parties) be responsible for any maintenance
which may be required for his use of access routes;
iii. The contractor shall provide all necessary signs or directions along access routes,
and shall obtain any permission which may be required from the relevant authorities
for his use of routes, signs and directions.
iv. the employer shall not be responsible for any claims which may arise from the use or
otherwise of any access route;
v. the employer does not guarantee the suitability or availability of particular access
routes, and Costs due to non-suitability or non-availability, for the site required by the
contractor, of access routes shall be borne by the contractor.
4. Subsequent to the commissioning of the project, the bidders will have to operate and
maintain the system for 10 years satisfactorily before handing over.

5.8 Particulars Provisional


The particulars of the proposed works given herein as well as in the accompanying brief
notes are provisional and must be considered only as advance information to assist the
bidders.

5.9 Deleted

5.10 Communication

5.10.1 Airports

Mumbai, Delhi, Ahmedabad, Rajkot & Bhavnagar are Airports nearby the site.
Bhavnagar is the airport in Gujarat, which is the nearest airport from the work site.

5.10.2 Railways

The nearest Railway Stations at Dhola is connected by Railway.

Multi Mantech International Pvt. Ltd.


22
SAUNI Yojana - Phase: II, Link - 2, Package - 4

5.10.3 Roads

Pumping Station site is connected by road with Rangola highway.

5.10.4 Approach to work site

The above road gives access to the work site. If no direct access by public road is
available, contractor has to make his own arrangement for approaching the site.

5.11 General Facilities

5.11.1 Hotel / Guest House Facilities

At Bhavnagar, Private Hotels and Government Circuit house houses are available.
The Govt. Circuit houses are also available at Umarala.

5.11.2 Housing

The department has not envisaged providing for any housing colonies for bidders.
The bidder, therefore, has to make his own arrangements for housing of his
staff and labourers.

5.11.3 Marketing Facilities

Marketing facilities for day to day needs are generally available at Umarala, Sihor
and Bhavnagar.

5.11.4 Water Supply

The contractor will have to make his own arrangement for water supply for
construction as well as for colonies or camps, which may be established by him.
Wells of farmers exist in nearby area. Suitability for domestic and constructional
use may have to be established in advance.

5.11.5 Medical Aids

Government and private Hospital facilities are available at Bhavnagar. However,


the bidder will have to make his own arrangement for medical services for his
labours and staff.

5.11.6 Electric Power

The bidder shall have to arrange from the Pashchim Gujarat Vij Company Ltd. for
his power requirements for construction purpose. All charges for the use of power
including its maintenance shall be borne by the contractor and paid directly to the
concerned authorities during construction stage. He shall comply with all the
requirements for purchase and use of electric power. During the Hydro-Testing,
commissioning and O & M of 10 years power charges for running of the system
will be paid by the Government / Department.

5.11.7 Post and Telephones

Telephone services are available for public use at Bhavnagar. Post offices are also
available at the above place. Almost every village is covered by postal services.

Multi Mantech International Pvt. Ltd.


23
SAUNI Yojana - Phase: II, Link - 2, Package - 4

5.11.8 Supply of Diesel, Petrol and Oil

Petrol and Diesel pumps are installed by private agencies near Bhavnagar. The
bidder shall have to make his own arrangements for procuring the fuel required by
him.

5.12 Climate and Working season

5.12.1 Temperature

Gujarat State has tropical climate. The daily minimum temperature ranges from 5
Degree Celsius in December - January to 27 Degree Celsius in April-May. The
daily maximum temperature varies from 30 Degree Celsius in December - January
to 45 degree Celsius in April-May.

5.12.2 Rainfall

Average annual rainfall ranges from less than 500 mm in the North west region to
over 2000 mm in the South, with most part of the state receiving 500 to 800 mm of
rainfall. About 95% of rainfall occurs during the months June to September leaving
remaining period of the year almost dry.

5.12.3 Working Season

Since rainfall is confined mainly to the period starting from middle of June to the
end of September, It may be necessary to close the work of concrete during the
monsoon. However, the work of earthwork and pipeline work can be continued in
dry spells during the monsoon.

5.13 Competency of Bidder


Contract will be awarded to pre-qualified, lowest evaluated responsive bidder capable of
performing the class of the work to be completed. Before the award of the contract, any
bidder may be required to show that he has the necessary facilities, experience, ability
and financial resources to perform the work in a satisfactory manner within the time
stipulated. Contractor shall be required to furnish the qualification information prescribed
in Pre-qualification documents, and any additional details if asked by the department.

5.14 Cost of Bidding


All costs and expenses incidental to preparation of the proposals, to attend discussion
and meetings, if any, including pre award discussion with the successful bidder, technical
and other presentations including any demonstration, etc. shall be borne by the bidders
and the Department shall bear no liabilities whatsoever on such cost and expenses.

5.15 Language of Tender


Tender documents shall be submitted in prescribed form in English only. All literature or
correspondence in connection with the tender shall be made in English.

5.16 Bid Validity


 The bid shall remain valid for a period not less than One hundred and twenty (120)
days from the last date of opening of online Technical Bid. A bid valid for a shorter
period shall be rejected by the Employer as non-responsive.
 In exceptional circumstances, prior to expiry of the original bid validity limit, the
Employer may request the bidders to extend the period of validity for a
Multi Mantech International Pvt. Ltd.
24
SAUNI Yojana - Phase: II, Link - 2, Package - 4

specified additional period. The request and the bidder’s responses shall be made in
writing. A bidder may refuse the request without forfeiting his bid security. The Bid
Security amount of the bidders, who do not wish to extend the validity beyond the
previously specified period, shall be returned to the bidder within one month without
any interest. A bidder agreeing to the request shall not be required or permitted to
modify his bid, but shall be required to extend the validity of his Bid Security for the
period of the extension.

5.17 Method of Tendering

1. If the tender is uploaded by an individual, it shall be digitally signed by the individual.

2. If the tender is uploaded by a proprietary firm, it shall be digitally signed by the proprietor.
3. If the tender is uploaded by a firm in partnership, it shall be digitally signed by all the
partners of the firms or alternatively by a partner holding power of attorney for the firm in
which case a certified copy of the power of attorney shall accompany the tender, a
certified copy of the partnership deed, full name, current address of the firm, current
addresses of all the partners of the firm shall also accompany the bid.
4. If the tender is uploaded by a limited company or a corporation, it shall be digitally signed
by a duly authorized person holding the power of attorney for signing the bid in which
case a certified copy of the power of attorney shall accompany the tender. Such limited
company or corporation may be required to furnish satisfactory evidence of its existence
before the contract is awarded. They should also furnish copy of Certificate of
Incorporation and Articles of Memorandum of Association.
5. Each bidder shall submit only one bid for the particular work. A bidder who submits more
than one bid in the particular work will be disqualified
6. The Joint Venture is allowed as per 6.4.3 of Section III; in case of Joint Venture, tender
shall be uploaded by the lead partner and it shall be digitally signed by the lead partner.

5.18 Earnest Money Deposit (EMD)

1. Earnest Money Deposit (EMD) for the Work

The Earnest Money deposit shall be drawn in favour of the Executive Engineer,
Bhavnagar Irrigation Project Division, Bhavnagar and shall be in the form of:

a. Total EMD must be Rs. 676.06 Lakhs. Of this total EMD, Rs.50,000/- fixed
deposit receipt or deposit at call receipt and the balance amount of Rs. 675.56
lakhs in form of Bank Guarantee of any Nationalized Bank or Scheduled Bank
with a validity period of not less than 6 months (180 days).
Or
b. Fixed deposit receipt / deposit at call receipt amounting to Rs. 676.06 Lakhs
from any Nationalized Bank or Scheduled Bank with a validity period of not less
than 6 months (180 days).

2. Cheques / D.D. shall not be accepted.

3. EMD exemption certificate shall not be accepted for this work.

4. The Earnest Money Deposit shall be submitted along with bid fee and other required
documents mentioned in tender notice to the Superintending Engineer, Bhavnagar

Multi Mantech International Pvt. Ltd.


25
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Irrigation Project Circle, Bhavnagar only. It shall be valid for a period of not less than One
Hundred Eighty (180) days. However, if the last date of receipt of bid is extended, and if
the bidder has drawn out the FDR/BG for EMD, the bidder shall have to furnish the
FDR/BG duly renewed and extended for the period of 180 days counted as per latest
extension.(i.e. The validity of FDR for EMD shall be for 180 days from the date as per
latest extension). The same shall be extended by the bidder for a further period of ninety
days if required by department. Tender without submission of Earnest Money Deposit
shall be rejected as non-responsive.

5. If during Tender validity period, the tenderer withdraws his bid, the Earnest Money
Deposit shall be forfeited and the tenderer may be disqualified from bidding for further
works.

6. The Earnest Money Deposit / Deposits will be returned promptly to the


unsuccessful bidder. The Earnest Money Deposit will be returned to the successful
tenderer after he furnishes security deposit for performance and duly enters into the
contract agreement.

7. Within ten days from the date of issue of the letter accepting his price bid, the successful
tenderer shall furnish the required security for performance and plus additional security, if
required for unbalanced bids in accordance with the conditions of the contract and attend
the office of the Engineer-In-Charge for execution of the Contract document. If the
contractor does not turn up to pay security deposit and execute contract agreement within
specified (or extended) time after intimation to him about acceptance of his offer, the
earnest money paid for this work will be forfeited and tenderers tender shall be rejected
and then according to aforesaid provision of the tender, action to suspend registration of
contractor will be intimated without delay

8. E.M.D. shall be forfeited if,

a. A Bidder:
i. Withdraws his bid during bid- validity period specified.
b. A Successful bidder fails
i. To furnish security deposit in accordance with relevant clause in the bid.
ii. To Sign the contract within time limit specified in the bid.
9. In case of forfeiture of E.M.D., bidder shall be disqualified and shall not be allowed to bid
for further work under department for period of three years.

5.19 Accompaniments to Tender

The bidder shall have to upload following legible documents duly digitally signed:
i. Scanned copy of the latest Income Tax return with permanent account number
(PAN) and Income Tax ward where assessed.
ii. Scanned Copies of notarised client certificates as regards previous experience,
if any (preferably in Form G)
iii. Declaration showing the details of all works completed in prescribed form
Annexure – IV (Duly Notarized).
iv. Declaration showing the details of works on hand with the contractor showing
the balance value of works that remain to be executed in each case in
prescribed form Annexure – V required for evaluation of the bidder (Duly
Notarized).

Multi Mantech International Pvt. Ltd.


26
SAUNI Yojana - Phase: II, Link - 2, Package - 4

v. Scanned copy of the certificate of Registration as Approved Contractor of


concerned State Government / Railway / CPWD / Government bodies. The
contractor (s) who are registered with other state Government / Railway / CPWD
/ Government bodies, proof of application made for registration for “AA” class in
Gujarat state shall be submitted.
vi. Scanned copy of Tender Fee and Earnest Money Deposit in accordance with
Section 5.18 above.
vii. Scanned copy of the current calendar year 2017, solvency certificate for a
minimum amount of Rs 135.21 Crores & Credit Facilities available from any
nationalized bank / scheduled bank so as to assess the capability of the
contractor for execution of work.
viii. The copy of power of attorney duly authorized by Board of Directors and signed
by Notary public, if power is delegated for signing the bid to other person by the
bidder. (as per Section 5.17)
ix. Form ‘A’ to ‘I’ along with Statements S1(a), Statement S1(b), S2 and Annexure -
I to XIII shall have to be submitted in Electronic form only and where the space /
window of the prescribed form is not sufficient to fill required matter, bidder may
submit the details in separate “scanned sheet”. In online submission, the bidders
have to mention relevant form number in heading of above mentioned separate
“scanned sheet”,
x. Other documents as mentioned in Tender Notice
xi. Bid Fee, EMD and all mentioned documents in physical form shall also be
submitted by RPAD/Speed Post only in the office of the Superintending
Engineer, Bhavnagar Irrigation Project Circle, Bhavnagar as mentioned in Para
8(b) of Memorandum of work in brief.
xii. Scanned copies duly notarized such as experience certificates, Turnover
certificates, List of works already completed by the Tenderer (Annexure IV),
Declaration regarding works on hand (Annexure V) and Certificate of Chartered
Accountant for Corporate Debt Restructuring appointed by the bidder.
xiii. Schedule – I - A, II – A and III – A of this volume.

In case of forfeiture of E.M.D., bidder shall be disqualified and shall not be allowed
to bid for further work under department for period of three years

5.20 Submission of Bid


i. The bidder / firm must submit online duly filled in the entire tender documents such as
Forms, Technical Forms, Schedules, Price Schedules, etc. Vol. I Pre-Qualification Bid
and Technical Data – Sheet for Civil, Mechanical, Electrical and Instrumentation
Works, Vol. II Condition of Contract, Vol. III(A) - Technical Specification (Civil Works),
Vol. III(B) -Technical Specification - Mechanical Works, Vol III(C) – Technical
Specification – Electrical Works, Vol III(D) – Technical Specification - Instrumentation
Works), Vol III(E) – Drawings, Vol III(F) – Technical Bid, Vol. III(G) - Operation &
Maintenance, scope & Specification, Vol. IV - Price Bid. All the forms, annexure shall
be submitted duly filled in electric form only & shall be available on website.
ii. The tenderer must submit online duly filled in the entire tender document (Forms,
Schedule, Form “A” to “I” along with Statements S1(a), Statement S1(b), S2 and
Annexure I to XIII etc.), i.e. Prequalification bid
iii. The bidder shall fill & submit the required details / data / information in the prescribed
form of bid document.
iv. The bidder shall quote his rate only in Volume – IV - Price Bid.
Multi Mantech International Pvt. Ltd.
27
SAUNI Yojana - Phase: II, Link - 2, Package - 4

v. Tender in offline mode will not be accepted.


vi. If Tender Fee and Earnest Money Deposit is not received within time period, the
tender shall be rejected.
vii. The tender i.e. Pre-Qualification Bid, Technical and Financial bid dully filled in shall
be uploaded on www.nwr.nprocure.com online up to Date shown in Table 1.1.
viii. The employer at its discretion can extend the last date for submission of bid by
amending the bidding document in which case all rights and obligations of the
employer and bidder will thereafter be subject to the last date as extended.
ix. Telegraphic tender will not be entertained.
Bidders will have to submit original F.D.R. & Bank Guarantee for Earnest Money Deposit
and Demand Draft of bid fee in sealed envelope including other documents (as per
Memorandum Clause No. 8 (b)) by due date. The documents shall be submitted by RPAD
/ Speed Post only & submission made by courier shall not be considered.

5.21 Site Visit


The Bidder is advised to visit and examine the Site of Works and its surroundings and
obtain for itself on its own responsibility all information that may be necessary for
preparing the bid and entering into a contract for construction of the Works. The costs of
visiting the Site shall be at the Bidder’s own expense. A site visit for all the bidders is
proposed on Date and place as shown in Table 1.1 and bidders are advised to attend the
same at their cost. Non-attendance of the site visit shall not be a cause for disqualification
of the bidder.

5.22 Pre-bid Meeting


i. Pre-bid Meeting will be held on Date as shown in Table 1.1 at Committee Hall, Block
No. 9, 4th floor, NWRWS & K Department, Sachivalaya, Gandhinagar. Phone No.
079 – 23251712, Fax: 079 – 23251713.
ii. The purpose of the meeting shall be to discuss the bid documents, clarify issues and
to answer questions on any matter that may have been raised by the prospective
bidders in writing to the Office of Superintending Engineer, Bhavnagar Irrigation
Project Circle, Bhavnagar not later than two days prior to the date of Pre-bid meeting,
pursuant to the Para above.
iii. Minutes of the pre-bid meeting including the text of the questions raised and the
responses given shall be transmitted without delay to all recipients of the Bid
documents. Any modification of the bid document shall be made by the Employer
through the issue of an Addendum. All such amendments/addendum, corrigendum
and the minutes of the pre-bid meeting shall be an integral part of the tender
documents.
iv. Non-attendance at the pre-bid meeting shall not be a cause for disqualification of the
bidder.

5.23 Opening of Tenders

i. The designated officer of department will open the e-Tender Pre-Qualification Bid on
Date as shown in Table 1.1 on web site www.nwr.nprocure.com in the office of the
Superintending Engineer, Bhavnagar Irrigation Project Circle, Bhavnagar. The
intending bidder/s or his/their representative, if he/they wish, can participate in the
process of Online Bid Opening. Bidder can log on to www.nwr.nprocure.com on due
date and time and mark their presence or participate in online bid opening in the
department offices and view the results. To participate in Online Bid Opening Event, a
Multi Mantech International Pvt. Ltd.
28
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Bidder will have to login with his User ID and password, and click on “mark my
attendance button” to view tender results.

ii. Bidder may depute one authorized person to remain present at the time of
opening of E-Tender. Based on the information furnished by the bidder in the E-
Tender Pre-Qualification bid, the physical and financial capabilities of the bidder shall
be evaluated with reference to the criteria fixed for the purpose of pre-qualification.
Earnest Money Deposit of unqualified bidder shall be released.

iii. Department reserves the right to accept or reject any of the application for
qualification without assigning any reason thereof.

iv. All the bidders who have paid EMD & tender fee, submitted registration
certificate, current calendar year 2017 solvency certificate, the pre-qualification bid of
such bidders only will be opened. After opening of the same, pre-qualification
evaluation of the same will be carried out & the technical bid of only pre-qualified
bidders will be opened after getting clearance from the competent authority of the
department.

v. The technical bid will be opened on suitable time by the competent tender opening
authority in the presence of bidders who wish may remain present. The technical bid
shall be evaluated and wanting details, if any, and clarification in respect of conditions
if any will be called from the tenderers. In such case, the bidder will be required to
submit clarifications/details (including with respect to conditions, if any) within the
stipulated time allowed for the purpose. If the bidder does not furnish the wanting
details/clarifications in times his tender would be liable for rejection.
The condition specified in technical bid should in-variably be accompanied by proper
financial evaluation with mode of calculation specifying assumptions, quantities, rate and
ceiling amounts for each condition and shall also accompany the information in the form
as per Volume III (F)
Ceiling amount shall be binding on the bidders and are liable to be added to the tender
amount.
The evaluation as given by the bidder as modified tender opening authority with the
ceiling limit will then be intimated to all the bidders. No further opportunity shall be given to
the bidders to modify/withdraw conditions at that stage. After completion of evaluation of
the technical bid in all respects the competent authority will decide about date of opening
of price bid and the same will be intimated to the qualified bidders. After opening of price
bid and their evaluation the tender inviting authority reserves the right to negotiate about
the tender (s) further with any or all the bidders

5.24 Opening of Price Bid


The following details submitted by the bidders online shall be opened.
 Online Submission
 Price Schedules – A to F of Price Bid, Volume - IV

5.25 Evaluation of Price Bid


The rates / prices shall be considered as filled up by the bidder online in the prescribed
Price Schedules – A to F of Volume IV, Price Bid.
The bid is for execution of the work on “EPC” basis. The price mentioned in Summary
Schedule – Price Schedule (Grand Total) based on Price Schedules – A to F along with
Multi Mantech International Pvt. Ltd.
29
SAUNI Yojana - Phase: II, Link - 2, Package - 4

financial implication of technical bid, if any, shall be considered for evaluation & for final
acceptance of the bid as a lump sum price for the whole work.

It should be clearly understood that no foreign exchange sanctions will be made available
either for purpose of equipment, plants, machineries, materials of any kind or other things
required for execution of work.

5.26 Bid Acceptance


Acceptance of bid will rest with the competent authority who does not bind himself to
accept the lowest bid & reserves the right to reject any or all bids without assigning any
reasons thereof. It must be clearly & distinctly understood that the conditions of contract &
specifications shall be rigidly enforced & no relaxation on the ground of customs prevailing
shall be allowed.
The bidder shall note that maximum two packages out of 11 (Eleven) packages described
in para 4.4 of Notice Inviting Tender of SAUNI project Phase – II shall be awarded to one
bidder (Individual or Joint Venture) in such a way that final amount is beneficial to
government. However government may take decision to award third package to a bidder
in the interest of government.

5.27 Unbalanced Bid


If the Bid, which results in the lowest Evaluated Bid Price, is seriously unbalanced or front
loaded in the opinion of the Employer, the Employer may require the Bidder to produce
detailed price analyses for any or all items of the Bill of Quantities, to demonstrate the
internal consistency of those prices with the construction methods and schedule
proposed. After evaluation of the price analyses, taking into consideration the schedule of
estimated Contract payments, the Employer may require that the amount of the
performance security be increased at the expense of the Bidder to a level sufficient to
protect the Employer against financial loss in the event of default of the successful Bidder
under the Contract.

5.28 Award of Contract


The Employer shall award the Contract to the Bidder whose offer has been determined to
be the lowest evaluated bid and is substantially responsive to the Bidding Document,
provided further that the Bidder is determined to be qualified to perform the Contract
satisfactorily.
Prior to the expiration of the period of bid validity, the Employer shall notify the successful
Bidder, in writing, that its Bid has been accepted.
Until a formal contract is prepared and executed, the notification of award shall constitute
a binding Contract.
Promptly after notification, the Employer shall send the successful Bidder the Contract
Agreement.
Within ten (10) days of receipt of the notification for award of work, the successful Bidder
shall sign, date, and return it to the Employer.
Within ten (10) days of the receipt of notification of award from the Employer, the
successful Bidder shall furnish the performance security in accordance with the conditions
of contract, using for that purpose the Performance Security Form included (Contract
Forms), or another form acceptable to the Employer.
Multi Mantech International Pvt. Ltd.
30
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Failure of the successful Bidder to submit the above-mentioned Performance Security or


to sign the Contract Agreement shall constitute sufficient grounds for the annulment of the
award and forfeiture of the bid security or execution of the bid securing declaration and
necessary steps in accordance with clause 79 of conditions of contract and as per
prevailing rule shall be initiated.

5.29 Conflict Of Interest


An Bidder shall not have a conflict of interest that affects the Bidding Process. Any Bidder
found to have a Conflict of Interest shall be disqualified and liable for forfeiture of the BID
Security or Performance Security as the case may be. A Bidder shall be deemed to have
a Conflict of Interest affecting the Bidding Process, if:
1. the Bidder, its Joint Venture Member (or any constituent thereof) and any other
Bidder, its Member or any Member of its Joint Venture thereof (or any constituent
thereof) have common controlling shareholders or other ownership interest;
provided that this disqualification shall not apply in cases where the direct or indirect
shareholding of a Bidder, or its Joint Venture Member thereof (or any shareholder
thereof having a shareholding of more than 5% (Five Percent) of the paid up and
subscribed share capital of such Bidder, or its Joint Venture Member, as the case
may be), in the other Bidder, its Joint Venture Member is less than 5% (Five
Percent) of the subscribed and paid up equity share capital thereof; provided further
that this disqualification shall not apply to any ownership by a bank, insurance
company, pension fund or a public financial institution referred to in section 4A of
the Companies Act 1956. For the purposes of this Clause, indirect shareholding
held through one or more intermediate persons shall be computed as follows:
a. where any intermediary is controlled by a person through management control
or otherwise, the entire shareholding held by such controlled intermediary in
any other person shall be taken into account for computing the shareholding of
such controlling person in the Subject Person; and
b. subject always to (1) a) above, where a person does not exercise control over
an intermediary, which has shareholding in the Subject Person, the computation
of indirect shareholding of such person in the Subject Person shall be
undertaken on a proportionate basis; provided, however, that no such
shareholding shall be reckoned under this sub-clause (1) b) if the shareholding
of such person in the intermediary is less than 26% of the subscribed and paid
up equity shareholding of such intermediary; or
i. A constituent of such Bidder is also a constituent of another Bidder; or
ii. Such Bidder, or any of its Joint Venture Member thereof receives or has
received any direct or indirect subsidy, grant, concessional loan or
subordinated debt from any other Bidder, or any of its Joint Venture
Member thereof or has provided any such subsidy, grant, concessional
loan or subordinated debt to any other Bidder, its Member or any of its
Joint Venture Member thereof; or
iii. Such Bidder has the same legal representative for purposes of this
Application as any other Bidder; or
iv. Such Bidder, or any of its Joint Venture Member thereof has a relationship
with another Bidder, or any of its Joint Venture Member thereof, directly or
through common third party/ parties, that puts either or both of them in a
position to have access to each others’ information about, or to influence
the Application of either or each other; or

Multi Mantech International Pvt. Ltd.


31
SAUNI Yojana - Phase: II, Link - 2, Package - 4

v. Such Bidder, or any of its Joint Venture Member thereof has participated
as a consultant to the Authority in the preparation of any documents,
design or technical specifications of the Project.
A Bidder shall be liable for disqualification and forfeiture of BID Security, if any legal,
financial or technical adviser of the Authority in relation to the Project is engaged by the
Bidder or its Member or any Associate thereof, as the case may be, in any manner for
matters related to or incidental to such Project during the Bidding Process or subsequent
to the (i) issue of the Letter of Award or (ii) execution of the Agreement. In the event any
such adviser is engaged by the selected Bidder or Contractor, as the case may be, after
issue of the Letter of Award or execution of the Agreement for matters related or
incidental to the project, then notwithstanding anything to the contrary contained herein or
in the Letter of Award or the Agreement and without Prejudice to any other right or
remedy or the Authority, including the forfeiture and appropriation of the BID Security or
Performance Security, as the case may be, which the Authority may have there under or
otherwise, the Letter of Award or the Agreement, as the case may be, shall be liable to be
terminated without the Authority being liable in any manner whatsoever to the Selected
Bidder or Contractor for the same. For the avoidance or doubt, this disqualification shall
not apply where such adviser was engaged by the Bidder or its Member or Associate in
the past, but, its assignment expired (or) was terminated 6 (six) months prior to the date of
issue of this invitation nor will this disqualification apply where such adviser is engaged
after a period of 3 (three) years from the date of commercial operation of the Project

5.30 Fraud and Corrupt Practices


The Bidders and their respective officers, employees, agents and advisers shall observe
the highest standard of ethics during the Bidding Process and subsequent to the issue of
the Letter of Award and during the subsistence of the Agreement. Notwithstanding
anything to the contrary contained herein, or in the Letter of Award or the Agreement, the
Authority may reject a BID, withdraw the Letter of Award, or terminate the Agreement, as
the case may be, without being liable in any manner whatsoever to the Bidder, if it
determines that the Bidder, directly or indirectly or through an agent, engaged in corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice
in the Bidding Process. In such an event, the Authority shall be entitled to forfeit and
appropriate the BID Security or Performance Security, as the case may be, as Damages,
without prejudice to any other right or remedy that may be available to the Authority under
the Bidding Documents and/ or the Agreement, or otherwise.
Without prejudice to the rights of the Employer and the rights and remedies which the
Employer may have under the Letter of Award or the Agreement, or otherwise if a Bidder
or Contractor, as the case may be, is found by the Employer to have directly or indirectly
or through an agent, engaged or indulged in any corrupt practice, fraudulent practice,
coercive practice, undesirable practice or restrictive practice during the Bidding Process,
or after the issue of the Letter of Award or the execution of the Agreement, such Bidder
shall not be eligible to participate in any tender issued by the Employer during a period of
2 (two) years from the date such Bidder, or Contractor, as the case may be, is found by
the Employer to have directly or indirectly or through an agent, engaged or indulged in
any corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practices, as the case may be.

For the purposes of this Clause, the following terms shall have the meaning hereinafter
respectively assigned to them:

Multi Mantech International Pvt. Ltd.


32
SAUNI Yojana - Phase: II, Link - 2, Package - 4

a. “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the actions of any person connected with
the Bidding Process (for avoidance of doubt, offering of employment to or employing
or engaging in any manner whatsoever, directly or indirectly, any official of the
Employer who is or has been associated in any manner, directly or indirectly, with the
Bidding Process or the Letter of Award or has dealt with matters concerning the
Agreement or arising there from, before or after the execution thereof, at any time
prior to the expiry of one year from the date such official resigns or retires from or
otherwise ceases to be in the service of the Employer, shall be deemed to constitute
influencing the actions of a person connected with the Bidding Process); or (ii) save
and except as permitted under this document, engaging in any manner whatsoever,
whether during the Bidding Process or after the issue of the Letter of Award or after
the execution of the Agreement, as the case may be, any person in respect of any
matter relating to the Project or the Letter of Award or the Contract Agreement, who
at any time has been or is a legal, financial or technical adviser of the Employer in
relation to any matter concerning the Project;

b. “fraudulent practice” means a misrepresentation or omission of facts or suppression


of facts or disclosure of incomplete facts, in order to influence the Bidding Process;

c. “coercive practice” means impairing or harming, or threatening to impair or harm,


directly or indirectly, any person or property to influence any person’s participation or
action in the Bidding Process;

d. “undesirable practice” means (i) establishing contact with any person connected
with or employed or engaged by the Employer with the objective of canvassing,
lobbying or in any manner influencing or attempting to influence the Bidding Process;
or (ii) having a Conflict of Interest; and

e. “restrictive practice” means forming a cartel or arriving at any understanding or


arrangement among Bidders with the objective of restricting or manipulating a full and
fair competition in the Bidding Process.

Multi Mantech International Pvt. Ltd.


33
SAUNI Yojana - Phase: II, Link - 2, Package - 4

6. Section III – Qualification Criteria

6.1 General

The bidders should furnish all the information requested for in the downloaded forms duly
filling all the columns in the forms with relevant data in electronic formats. If information is
nil, the same should be mentioned as “Nil” or as “No”. If any particular query is not
applicable in case of the applicant, it should be stated as not applicable. However, the
bidders are cautioned that not giving complete information called for in the bid documents
in the form required or not giving it in clear terms or making any change in the
prescribed forms may result in the bidder being summarily disqualified.
1. The bidder’s name shall appear on each page of the prescribed Performa.
2. References, information and certificates from the respective clients certifying
suitability, technical know-how or capability of the bidder shall be signed by that
client, in full with his name in block letter and designation in that organization.
3. No further information will be entertained after submission of bid document unless it is
called for by the Government. Further clarification on only submitted details shall be
asked by the Govt. if required.
4. Any effort by a bidder to influence the Government in the process of examination,
clarification, evaluation of bid and in decision concerning qualification, may result in
disqualification of the bidder.
5. The qualification made for any other work of Government will not be considered valid
for the present work. The intending bidder shall have to apply afresh to get qualified
for this work.
6. The time for substantial completion of work is 24 Months (Twenty Four) (excluding
O & M period of 10 years)

6.2 List of Attachments

Bidder shall include following attachments to bid documents while submission.


i. Letter of transmittal (Scanned Copy).
ii. A power of attorney duly authorized by the Board of Directors in the name of the
person signing the bid duly notarised. (Scanned Copy)
iii. Certificate of registration

A certificate of registration as approved contractor of State Government / CPWD /


Government bodies concerned. The applicant(s) who are registered with other State
Government / CPWD / Government bodies shall submit proof of application made for
registration for “AA” class in Gujarat State (Scanned Copy).
iv. Scanned copy of the current calendar year 2017 solvency certificate for a minimum
amount of Rs. 135.21 Crores & Credit Facilities available from any Nationalized Bank/
Scheduled Bank so as to assess the capability of the bidder for execution of work.
v. Supporting documents: Every blank (fields) in the bid documents (Forms, schedules,
etc.,) must be filled by the bidder and submitted online. Bid forms which are not
completed will not be accepted online. Use of dash (-) is not permitted. Please write “not
applicable” or “Nil” as and where required.
Multi Mantech International Pvt. Ltd.
34
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Form A Details of Organization


Form B Details of Personnel
Form C Details of Equipment
Form D1 Details of Experience of Completed Works
Form D2 Details of Experience of on-going works
Form E Details of Financial Capability
Form F Additional Information
Form G Format for Certificate for Experience of Work
Form H Declaration Form
Form I Details of Tender Fee, EMD and Bank Guarantee
Statement- S-1(a): Statement showing the details of magnitude of works Carried Out for MS
Pipeline During Last Seven Years
Statement –S-1(b): Statement showing the details of Experience in Operation and
Maintenance of lift Irrigation Pipeline Project / Water Supply Projects with
Pumping Station / Petroleum Pipeline Projects/ Hydro Power Project after
commissioning years
Statement- S-2: Statement showing the details of magnitude of works experience in
execution of irrigation / Lift Irrigation or Water Supply Project or Petroleum
pipeline project during last seven years
Annexure – I Form of Bank Guarantee (EMD)
Annexure – II Joint Venture Agreement
Annexure – III Deleted
Annexure – IV List of works already completed by the Tenderer in last seven years
Annexure – V Declaration regarding works on hand and works for which award is likely to
be made to Tenderer
Annexure – VI Work Plan and Construction Methodology
Annexure – VII Approach & Methodology with Conceptual Design & Supporting
Calculations of the System
Annexure – VIII Additional Information and Litigation History
Annexure – IX Undertaking for Engaging Technical Staff
Annexure – X Details of the Board of Directors and` Management
Annexure – XI Declaration of Contractors
Annexure –XII Details of Technical and Supervisory Persons
Annexure –XIII Affidavit’s
Schedule – I-A List of tools and tackles
Schedule – II-A List of construction equipments & plant (leasesd / proposed and owned by
the bidder and shall depoly for this project)
Schedule – III-A List of construction equipment & plant

6.3 Eligibility for Qualification


a. The tenderer in the same name and style shall be a well-established Civil / Pipeline
contractor with at least 3 (three) years’ experience and capability for construction of
all types of Civil Engineering works.
b. The tenderer in the same name and style must give evidence of having adequate
experience in mobilizing equipment and personnel for large value contracts and in
Multi Mantech International Pvt. Ltd.
35
SAUNI Yojana - Phase: II, Link - 2, Package - 4

the deployment of heavy construction equipment for the type of work described
earlier.
c. The tenderer must have adequate staff and equipment for carrying out work
in accordance with time schedule.
d. The bidder must have a Project Manager with not less than 15 (Fifteen) years’
experience in managing construction in the field of Civil Engineering works, of
similar nature along with engineering, technical and other key personal with
adequate experience in civil engineering work.
e. The tenderer must provide evidence of having adequate experience. The bidder
should upload the digitally signed scanned copies of supporting certificates, reports
relating to physical, financial, technical, machinery and other capability of the
applicants in their original language along with certified translation of all relevant
portion of the certificates / reports in English duly attached with their Digital
Signature. The applicant should upload the financial capabilities in Rupees only.
f. The tenderer are required to upload digitally signed scanned copies along with their
applications certificates obtained from the concerned authorities/ employers towards
proof.

6.4 Minimum Qualifying Criteria

To qualify, each bidder in the same name and style should have achieved the
following performances :

6.4.1 Financial Criteria

6.4.1.1 Turnover

Bidder must have achieved minimum annual financial turnover (at 2016-2017 Price
level) from contract receipt of works (in all classes of Civil Engineering construction
works only) of Rs 338.03 Crores in any one year of last SEVEN (7) financial years i.e.
from 2009-2010 to 2015-2016. Details shall be submitted in form - E.

6.4.1.2 Similar Nature of Work

The bidder must have completed similar nature of work in only single work in EPC
contract (of Government / Semi Government Works Only) for a Lift Irrigation or Water
Supply Project or Petroleum pipeline project with a minimum value of work Rs. 405.64
Crores for the conveyance of fluid with Pipeline works with supply, procurement &
construction within last SEVEN (7) financial years i.e. from 2009-2010 to 2015-16. It is
mandatory to furnish the details in Form - G and Statement - S2.

Turnover and cost of similar nature work of previous year shall be given additional
weightage of ten Percent per year to bring them to 2016-2017 price level to account for
price escalation as illustrated below:
Year Annual Turnover Effective Annual Turnover / Cost of work
/ Cost of Work at 2016-17 Price Level
2009-2010 A 1.95 x A
2010-2011 B 1.77 x B
2011-2012 C 1.61 x C
2012-2013 D 1.46 x D
2013-2014 E 1.33 x E

Multi Mantech International Pvt. Ltd.


36
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Year Annual Turnover Effective Annual Turnover / Cost of work


/ Cost of Work at 2016-17 Price Level
2014-2015 F 1.21 x F
2015-2016 G 1.10 x G

Note:
1) The amount of turnover / cost of work shall also include the cost of material
supplied, if any by the owner / Govt.
2) Financial year means period beginning from the 1st April to 31st March of the next
year.
3) The bidder who have applied for Corporate debt restricting (CDR) / facing
recovery proceedings from financial institutions / facing winding up proceedings /
those under BIFR in the last 7 financial years (2009-10 and 2015-16) shall be
considered for bid qualification, provided bidder has to submit bank authority letter
regarding restructuring process by bankers. In case of Joint Venture agreement,
this shall be applicable for both Lead partner and JV partner. Bidder shall have to
declare regarding tenders submitted in the prescribed format.

6.4.2 Physical Criteria

The Bidder must have to satisfy the following criteria:

6.4.2.1 Pipeline

Procure and laying minimum 1800 mm Diameter (ID) of Mild Steel pipeline of minimum
length 22,570 Meter respectively in any one year of last SEVEN financial years (i.e. from
2009-2010 to 2015-16). It is mandatory to furnish the details in Statement S-1(a).

And

6.4.2.2 Operation & Maintenance

The bidder shall have successfully completed of operation & maintenance (minimum 2
years after commissioning) of work of Lift Irrigation Pipeline Project or water supply
pipeline with pumping station or petroleum pipeline project during last SEVEN (7)
financial years (i.e. from 2009-2010 to 2015-16) for a Single project having value of Rs.
202.82 Crores at 2016-17 price level. Additional weightage of 10 % will be given as per
Clause 6.4.1 above. It is mandatory to furnish the details in Statement S-1(b).

6.4.3 To fulfil the above criteria, the bidder shall note the following:

The bidder who satisfies all criteria mentioned above shall be considered qualified for
further evaluation.

The joint venture shall be allowed as under:


a. A joint venture agreement must be submitted along with the documents in which
minimum share of lead member shall have to be 60% and share of other members,
individually shall not be less than 15%. A lead member of Joint Venture must satisfy
the criteria as mentioned in Section 6.4.1.1 (Turn Over), 6.4.1.2 (Similar Nature of
Work) and 6.4.2.1 (Pipeline).
b. Joint Venture with maximum two (i.e. Lead firm A + 2 Nos (firms) max), shall have to
satisfy the remaining criteria as mentioned in Section 6.4.2.2 (Operation &
Multi Mantech International Pvt. Ltd.
37
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Maintenance).
c. Experience of Operation and Maintenance prescribed in 6.4.2.2 shall be satisfied by
either Lead partner or Joint Venture partners.
Note : In case, if the bidder/JV partner has performed the similar nature of work or
pipeline as mentioned above in past, in joint venture with other Contractor(other than
present JV partner), the portion of the work (physically and financially) of the
contractor included in their original EPC contract work shall only be considered for
evaluation purpose.
The lead member and JV partner shall have “AA” class registration with Government
of Gujarat. In case of CPWD/ Railway and other State Governments registration
equivalent to class “AA” of Gujarat State having the above stated criteria, such bidder
shall have to apply on or before the last date of Submission of registration documents
to get himself registered in “AA” class in Government of Gujarat (R & B Department
and NWRWS&K Department) and obtain registration in AA class before the date of
finalization of regular tender procedure of particular work. The proof of application for
Registration in AA class shall have to be attached with the registration documents.
a. In case of the joint venture with foreign party, the experience of foreign party in India
only will be considered for qualification.
b. The individual members who join in JV shall have to give an undertaking that they will
maintain status-quo till the completion of work. This undertaking shall be submitted on
their letter head duly signed by authorized signatory.
c. The power of attorney shall be assigned to any authorized person of lead member and
authorization for assigning power of attorney shall be given jointly by the lead as well as
joint venture members.
d. The lead partner in charge shall be authorized to incur liabilities and receive instructions
for and on behalf of any partners of the joint venture and the entire execution of the
contract including payment.
e. All members of the joint venture shall be liable jointly and severally for the execution of
the contract in accordance with the contract terms and a relevant statement to this effect
shall be included in the authorization mentioned above as well as in the form of tender
and the form of agreement (in case of a successful bid).
f. An original notarized copy of the agreement as prescribed in Annexure-II entered into by
the joint venture partners shall be submitted with the bid. It should also distinctly show
the financial participation of each member of the joint venture and the responsibility of
each member as regards planning and execution of the work.
g. In case of conflict between the terms in contract agreement and the joint venture
documents, the terms in the contract agreement shall prevail.
h. All joint venture agreements should inter-alia include a provision to the effect that all
partners in the joint venture shall be jointly and severally liable to complete the work.

6.4.4 Technical Staff

6.4.4.1 Project Manager – 1 Nos.

Project Manager should be graduate in Civil Engineering and should have at least fifteen
years of construction experience and ten years of similar nature work experience and
capacity to organize works of sizeable magnitudes, preferably of nature of construction
of large diameter Pipeline project including Pumping Station, Earthen dam, R.C.C. weir,
bridge, aqueduct, siphon training wall, Head regulator and spillway bridge and other
such hydraulic structure and building works. History of experience of the Engineer with
Multi Mantech International Pvt. Ltd.
38
SAUNI Yojana - Phase: II, Link - 2, Package - 4

regard to works he has handled for the firm or before with duration magnitude etc. be
briefly mentioned. Where the firm has several personnel and No. of works, the
particulars are mainly required for whoever is due to be in-charge of this work and
specific mention of this purpose be made. Mention of other is stated as additional
services available to credit of firm. Bio-data of all Site Engineers as per attached form
should be submitted.

6.4.4.2 Senior Quality Control Engineer – 1 Nos.

Quality Control Engineer should be graduate in Civil Engineering and should have at
least ten years of quality control experience of similar nature work and capacity to
organize quality control of sizeable magnitudes, preferably of nature of construction of
large diameter Pipeline project including Pumping Station, Earthen dam, R.C.C. weir,
bridge, aqueduct, siphon training wall, Head regulator and spillway bridge and other
such hydraulic structure and building works. History of experience of the Engineer with
regard to works he has handled for the firm or before with duration magnitude etc. be
briefly mentioned. Where the firm has several personnel and No. of works, the
particulars are mainly required for whoever is due to be in-charge of this work and
specific mention of this purpose be made. Mention of other is stated as additional
services available to credit of firm. Bio-data of all Site Engineers as per attached form
should be submitted.

6.4.4.3 Site Engineer (Civil) – 3 Nos.

Site Engineer should be graduate in Civil Engineering and should have at least three
years of experience of similar nature work and capacity to organize works of sizeable
magnitudes, preferably of nature of construction of Earthen dam, R.C.C. weir, bridge,
aqueduct, siphon training wall, Head regulator and spillway bridge and other such
hydraulic structure and building works. History of experience of the Engineer with regard
to works he has handled for the firm or before with duration magnitude etc. be briefly
mentioned. Where the firm has several personnel and No. of works, the particulars are
mainly required for whoever is due to be in-charge of this work and specific mention of
this purpose be made. Mention of other is stated as additional services available to
credit of firm. Bio-data of all Site Engineers as per attached form should be submitted.

6.4.4.4 Site Engineer (Mechanical) - 2 Nos.

Site Engineer should be graduate in Mechanical Engineering and should have at least
three years’ experience of similar nature work and capacity to organize works of sizeable
magnitudes, preferably of nature of providing & erecting Pumping Machinery & laying of
MS Pipeline. History of experience of the Engineer with regard to works he has handled
for the firm or before with duration magnitude etc. be briefly mentioned. Where the firm
has several personnel and No. of works, the particulars are mainly required for whoever
is due to be in-charge of this work and specific mention of this purpose be made.
Mention of other is stated as additional services available to credit of firm. Bio-data of all
Site Engineers as per attached form should be submitted.

6.4.4.5 Site Engineer (Electrical / Instrumentation) - 1 Nos.

Site Engineer should be Graduate in Electrical Engineering and should have at least
three years’ experience of similar nature work and capacity to organize works of sizeable
magnitudes, preferably of nature of providing & installing Electrical works related to
Pumping Machinery installed for water/gas/crude pipeline projects. History of
experience of the Engineer with regard to works he has handled for the firm or before
with duration magnitude etc. be briefly mentioned. Where the firm has several personnel
Multi Mantech International Pvt. Ltd.
39
SAUNI Yojana - Phase: II, Link - 2, Package - 4

and No. of works, the particulars are mainly required for whoever is due to be in-charge
of this work and specific mention of this purpose be made. Mention of other is stated as
additional services available to credit of firm. Bio-data of all Site Engineers as per
attached form should be submitted.

6.4.4.6 Civil Supervisors - 3 Nos.

Civil Supervisors should have qualification in civil engineering discipline at least up to


diploma level having experience of Civil works of at-least two years. Each supervisor
should have sufficient knowledge of handling (Major, Medium and Minor) Irrigation
projects and work of pretty magnitude for hydraulic structures. Bio-data of all supervisory
staff as per attached form should be submitted.

6.4.4.7 Mechanical Supervisors - 2 Nos.

Mechanical Supervisors should have qualification in Mechanical/Production engineering


discipline at least up to diploma level having experience of minimum 2 years in
Mechanical works. Each supervisor should have sufficient knowledge of handling (Major,
Medium and Minor) Irrigation projects and work of pretty magnitude for hydraulic
structures of two years. Bio-data of all supervisory staff as per attached form should be
submitted.

6.4.4.8 Technical Assistants - 4 Nos.

Technical Assistants should have experience of construction works of earthen dam,


bridge, aqueduct, syphon R.C.C. Weir, and training wall, Head Regulator, Spillway
Bridge, pipeline laying, pumping station works protective works etc. at least for two
years.

6.4.4.9 Skilled labours required for Project workshop


Mechanics – 2 - For repairing of Vehicle
Electrician – 2 – Required for Fabrication
Fitter – 6 – Centering & Formwork
Welder – 4 – Fabrication & Maintenance of Workshop

10% of the above staff should be well conversant with one of the language such as
English, Hindi or Gujarati. Contractor must ensure their complete details of staff as
indicated above and incorporate the details with these documents, specifying part of
them to be stationed for the work. Availability of number of personnel with firm and
engaged on other works may also be mentioned which will be sort of additional to the
firms as services of such personnel will become available to the project in case of
urgency. The information of the staff should be given in registration documents along
with certificates of qualification and experience etc. with bio-data form as specified.

If sufficient Nos. of technical staff mentioned above is not available at the time of
tendering, contractor should give undertaking in writing to Govt. that the remaining
qualified technical staff as mentioned herein above should be engaged in work before
issue of work order. After submission of complete staff details work order will be issued.
Any change in staff during execution shall be intimated to Executive Engineer /
Engineer-in-charge and written approval of change should be taken form Executive
Engineer.

Multi Mantech International Pvt. Ltd.


40
SAUNI Yojana - Phase: II, Link - 2, Package - 4

6.4.5 Machineries

The work of pipeline and Pumping Station will require sufficient numbers of equipment
like hauling equipment, allied equipment, plant for fabrication of pipe, carting of pipe to
site of work, welding machine, gas cutters and other such machinery tools and plants
required for the smooth execution of the work. Bidder should have sufficient machinery
which is required for execution of M.S. pipeline 55,422 meter as per the price bid
Volume - IV.

The list of machinery as available with bidder or intended to be acquired for this work by
the bidder should be furnished invariably by the bidder with the bid documents. Other
machinery specifically available but under use or to be used for other project could be
listed in addition.

6.5 Assessment of Bid Capacity

The bidders who meet the minimum qualifying criteria stipulated in Section 6 . 4
above will be qualified only if their annual bid capacity is more than or equal to estimated
cost.

All the bidders shall give their list of on-going works with balance value of work to be
executed during time limit of this work (i.e. 24 months) for assessing their commitment as
on date of bid submission.

The capacity available with the bidder shall be assessed as under:

BID CAPACITY = {(A x N x 2.0) – B}

Where, A = Maximum value arrived by updating to its present value (2016-17)


considering 10% as annual escalation from books of account for works executed in any
one year during last 7 years which will be taken into account the completed and
on-going works.

N = Number of years prescribed for completion of the works for which bids are invited (i.e.
24 months) Two Years.

B= Cost of the existing commitments including balance of partially completed works to be


completed in next 2 years and cost of works to be completed in next 2 years in which the
bidder is declared as L-1 and award is likely to be made (i.e. within the period for
completion of the project) refer Annexure-V.

6.6 Supporting Documents

The bidders must provide by uploading evidence of having adequate experience and
performance which include supporting certificate or report relating to physical, financial,
technical and other capability of the bidder from the respective clients in their original
language along with certified translation of all relevant portions of the information about
the financial capacity in Indian Rupees Only.

6.6.1 Approach, Methodology and Conceptual Design

The bidder shall furnish his proposed approach and methodology for the design,
construction, erection and commissioning of the works and provide conceptual design of
the system with sizing of the components. The design should be supported with design
calculations and procedures for adoption for the EPC work.
Multi Mantech International Pvt. Ltd.
41
SAUNI Yojana - Phase: II, Link - 2, Package - 4

6.6.2 Work Plan and Construction Methodology

The bidder shall furnish his proposed approach and work plan, cash flow statement
ALONGWITH A DETAILED METHOD STATEMENT for the design, construction,
erection and commissioning of the works with appropriate construction / installation
equipment planning and development, duly supported with calculations and procedures
proposed to be adopted, justifying his capability of achieving the completion of works by
the latest commissioning date as fixed and as per the milestones specified within the
stipulated period of completion of construction contract.

6.7 Operation and Maintenance

The Bidder shall also submit his approach, work plan and method statement including
organizational chart, for the effective operation & maintenance of the works for the
stipulated period of O & M. The bidder shall furnish along with his bid CVs of the key
personnel associated for this project both for the construction and O & M of the works.

6.8 Evaluation of Pre-Qualification & Technical Bids


a. The bidder shall be evaluated on the basis of information furnished by the bidders
along with Technical bid, in support of their capability with reference to qualification
criteria laid down in Paras above. The information for the qualification should
only be furnished with technical bid. Any additional information for qualification shall
not be accepted after opening of technical bid. The decision of the Government
shall be considered final. The result of evaluation of qualification shall be conveyed
by Superintending Engineer, Bhavnagar Irrigation Project Circle, Bhavnagar to the
qualified bidders uploaded online.
b. Even though the bidders meets with above qualifying criteria, he shall be
disqualified if he has made misleading or false representation in the forms,
statements and attachments submitted in proof of the qualification requirements and
/ or found to be having record of poor performance such as abandoning the works,
not properly completing the contract, inordinate delays in completion, litigation
history or financial failures etc.
c. During the process of evaluation of the bids, Government may ask the bidders to
furnish details of new works which are awarded to them since submission of bids,
showing the value of award of works, balance value of existing works on hand and
expected completion date of works. This additional details required by the
Government shall be furnished by the bidder duly countersigned by the Executive
Engineer or the equivalent officer of the employer on whose behalf the firm is
carrying out the works.
d. During the process of evaluation the Govt. officials may visit and inspect the works
carried out by the bidder in order to assess the performance of the work during
technical evaluation stage. The bidder shall have to make arrangement for
inspection of work at worksite only. This shall also be considered for evaluation with
reference to performance of the bidder.
e. Depending upon the actual bid capacity assessed and other qualifying
requirements, the applicant will be qualified for the work. However, at the price bid
evaluation stage, department has right to a careful check of the appropriate
references with references to the updated information covering additional liability
created by the bidder will be done and in no case, a contract will be awarded to a
bidder lacking in the financial and technical resources to undertake the work
regardless of qualification.

Multi Mantech International Pvt. Ltd.


42
SAUNI Yojana - Phase: II, Link - 2, Package - 4

f. After approval of the qualification of the bidders, the technical bid will be opened on
suitable time by the competent tender opening authority in the presence of bidders
who wish may remain present. The technical bid shall be evaluated and wanting
details, if any, and clarification in respect of conditions if any will be called from the
tenderers. In such case, the bidder will be required to submit clarifications/details
(including with respect to conditions, if any) within the stipulated time allowed for the
purpose. If the bidder does not furnish the wanting details/clarifications in times his
tender would be liable for rejection.
The condition specified in technical bid should invariably be accompanied by proper
financial evaluation with mode of calculation specifying assumptions, quantities, rate
and ceiling amounts for each condition and shall also accompany the information in
the form as per Volume –III-F.
Ceiling amount shall be binding on the bidders and are liable to be added to the
tender amount.
g. The evaluation as given by the bidder as modified tender opening authority with the
ceiling limit will then be intimated to all the bidders. No further opportunity shall be
given to the bidders to modify/withdraw conditions at that stage. After completion of
evaluation of the technical bid in all respects the competent authority will decide
about date of opening of price bid and the same will be intimated to the qualified
bidders. After opening of price bid and their evaluation the tender inviting authority
reserves the right to negotiate about the tender (s) further with any or all the bidders

Executive Engineer
Bhavnagar Irrigation Project Division
Bhavnagar,

Multi Mantech International Pvt. Ltd.


43
SAUNI Yojana - Phase: II, Link - 2, Package - 4

7. Section IV – Forms, Annexures,


Statements etc.
LETTER FOR SUBMISSION OF TENDER

To,
The Executive Engineer,
Bhavnagar Irrigation Project Division,
Jilla Seva Sadan no: 2
Bhavnagar.
Gujarat State
Sub: SUBMISSION OF bid documents FOR THE WORK of Sauni Yojna - Phase: II, Link - 2,
Package - 4: Engineering, Procurement and Construction (EPC) Contract for Supplying and
laying MS Pipeline of 3000mm dia. (ID) for Length of MS Twin Pipeline 27.711 Km (Total
Length – 55.422 Km) from Bhimdad at Ch. 0.0 Km to Kalubhar at Ch. 27.711 Km with all
allied works etc. complete including Operation and Maintenance of the commissioned
project for 10 years

Sir,
1. Having examined the details given in the invitation to bidder for qualification and brief
note, the conditions of contract and quantities for the execution of above named work, we
the undersigned, offer to execute and complete such works and remedy any defects
therein in conformity with the conditions of contract, Specifications, Drawings, in
accordance with the said conditions.
2. We hereby certify that all the statements made and information supplied in the enclosed
Form A to I and accompanying statements and Annexures are true and correct.
3. We have furnished all information and details necessary for pre-qualification and have no
further pertinent information to supply.
4. We have submitted the required certified solvency certificate and authorize the
Government Of Gujarat to approach the Bank issuing the solvency certificate to verify the
correctness thereof. We also authorize, Government to approach individuals, employers,
firms and Corporation to verify our competency and general reputation.
5. We hereby apply for pre-qualification and bid for the work
6. We undertake, if our Bid is accepted, to commence the works immediately after the
receipt of the Engineer’s notice to commence, and to complete the whole of the works
comprised in the contract within the time stipulated in the Appendix to bid.
7. We agree to abide by this Bid Validity for the period of 120 days from the last date fixed
for submission of the same and it shall remain binding upon us and may be accepted at
any time before the expiration of that period.
8. We enclose here with fixed Deposit receipt / Deposit at call receipt / Bank Guarantee as
per the requirement of the bid Towards Earnest Money Deposit which is to be absolutely
forfeited by the Government, if we do not Deposit the amount against the security deposit
as decided by Government.
9. The Details are as given below:
Multi Mantech International Pvt. Ltd.
44
SAUNI Yojana - Phase: II, Link - 2, Package - 4

a. FDR/DACR No. - FDR/DACR Amount in Rs. 0.50 Lakhs


b. FDR/BG No. - FDR/BG Amount in Rs. 675.56 Lakhs
c. FDR/BG valid up to Date:_________ (i.e. not less than 6 months (180 days))
10. We enclose DD No. in favour of Executive Engineer, Bhavnagar Irrigation Project
Division, Bhavnagar, amounting to Rs. 68,000/- towards bid fee.
11. Unless and until a formal Agreement is prepared and executed for this Bid, together with
your written acceptance thereof, shall not constitute a binding contract between us.

Dated this........................... day of ………… 2017

Signature.............. In the capacity of...................Duly authorised to sign bid for and on behalf
of.......................................................................... (IN BLOCK CAPITALS)

Address......................................... Witness....................................
Address.........................................

Occupation............................................................

Encl.:- Appendix

Seal of applicant

Date of submission Signature of applicant

Multi Mantech International Pvt. Ltd.


45
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Form - A

DETAILS OF ORGANIZATION
(Details to be provided separately for each member, in case of a joint Venture)
1 Name of Bidder
2 Nationality of bidder
3 Office Address Telegraphic Address
Telephone Number Telex / Fax Number
4 Year of Establishment
5 Location of Establishment
6 Bid is submitted as
 An Individual
 A Proprietary Firm
 A Firm in Partnership
 A Limited Company or Corporation
7 Attach the Organization chart showing the structure of the
organization including the names of the Directors and Position
of Key Staff.
8 Number of year of experience
 As a Prime Contractor (shouldering major responsibility)
 In Own Country
 In Other Countries (Specify Country)
 In a Joint Venture
 In Own Country
 In Other Countries (Specify Country)

9 For how many years, has your organization been in business of


similar work under its present name? What were your fields
when your organization was established? Whether any new
fields have been added in your organization and if so, when?
10 Whether you ever required to suspend construction for a Period
of more than six months continuously after the work is started?
If so, give the name of project and reasons thereof.
11 Have you ever left the work awarded to you
incomplete? (If so, give name of project and reasons for not
completing work)
12 In how many of your projects were penalties imposed for
delays? (Please give details)
13 Give details of experience in large Lift Irrigation or Water Supply
Project or Petroleum pipeline project

Multi Mantech International Pvt. Ltd.


46
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Form - B

DETAILS OF PERSONNEL

Provide details of key Technical and Administrative Personnel to be assigned for the work.
A)  Details of the Board of Directors
 Name of the Director
 Address
 Organisation of the Board of Director

B) No of Key Technical and administrative


Personnel required:
 Project Manager (Min. 15 Years of
experience in construction work and 10
years of similar nature of work experience) –
1 No.
 Senior Quality Control Engineer (Min. 10
Years of experience in Quality Control of
similar work of nature) – 1 no.
 Site Engineer
 Civil – Min. 3 Nos.
 Mechanical – Min. 3 Nos.
 Electrical – Min. 2 Nos.
 Supervisor
 Civil – Min. 3 Nos.
 Mechanical – Min. 3 Nos.
 Technical Assistant – Min. 4 Nos.

C) Skilled and other labour (indicate number


category wise)
 Mechanics – Min. 2 Nos.
 Electricians – Min. 2 Nos.
 Fitters – Min. 6 Nos.
 Welders – Min. 4 Nos.
 Other Labour

Multi Mantech International Pvt. Ltd.


47
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Form - C

DETAILS OF EQUIPMENT

Bidder should give the details of Equipment/Machineries and other resources available with
them for the implementation of the project in Form C.

Sr. Details of No of Kind Capacity per Age & Present Remark


No. Equipment Units of Unit Condition Location
Make

Multi Mantech International Pvt. Ltd.


48
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Form - D1
DETAILS OF EXPERIENCE OF COMPLETED WORKS

Provide details of the similar n a t u r e o f work completed during seven (7) Financial years ( i.e. from
2009-2010 to 2015-16) in the following Performa (separate Performa for each work
(Details to be provided separately for each member in case of a joint Venture)
1 Name of Work
2 Agreement No. & Date
3 Country and location
4 Client’s name and address
5 Total tendered cost of work (Rs. in Lakhs)
6 Cost of completed work
7 Brief description of works including principal features and quantity
of main items.
8 Annual achievement (duly supported by certificate from Engineer –
In – Charge)
 Of key quantities, total physical output of last seven years.
(separately for each item) (For Pipeline, Electrical-Mechanical
work for pumping, Switch Yard etc. for Lift Irrigation or Water
Supply Project or Petroleum pipeline project.)
 Financial Output in Rupees (Cost of Work) (Including cost of
materials supplied by the Department)
9 Period of completion
 Originally Stipulated Time Limit
 Date of Starting
 Extended Time Limit, if any
 Actual Date of Completion
Actual time taken to complete the work Reasons for non-
completion of work in stipulated time limit / extended time limit if so.
10 Name of applicant’s Engineer-in-charge of the work and his
educational qualification
11 Were there any penalties/ fines / stop notice / compensation /
liquidated damage imposed? (Yes or No, if yes, give case wise
details)
12 Give the details of annual financial capability and experience in
execution of Lift Irrigation or Water Supply Project or Petroleum
pipeline project in Statement S-2.
13 Details of litigation / arbitration cases, if any pertaining to work
completed.
14 Attach Client’s certificate in Form-G (Not below the rank of
Executive Engineer or equivalent)

SIGNATURE OF BIDDER

Multi Mantech International Pvt. Ltd.


49
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Form - D2

DETAILS OF EXPERIENCE OF ON GOING WORKS

Provide details of works on-going during last seven (7) Financial Year i.e. from 2009-2010 to
2015-16. (In separate form for each work)

(Provide details separately for each member in case of a joint Venture.)


1 Name of Work
2 Agreement No. & Date
3 Country and location
4 Client’s name and address
5 Tendered cost of work (Rs. in Lakhs)
6 Brief description of work including principal
features and quantities of main items of the
work such as Pipeline, Electrical-
Mechanical work for pumping, Switch Yard
etc. for Lift Irrigation or Water Supply Project
or Petroleum pipeline project.
7 Details of work on hand
 Date of Start
 Percentage of Physical Completion
 Amount billed for the work completed up-
to 2015-16
 Cost of Work remaining to be
Executed
 Stipulated Date of Completion
 Anticipated Date of Completion
8 Name of Applicant’s Engineer - in - Charge
with professional qualification.
9 Explain for non-completion of work with in
stipulated time limit if so.
10 Whether any penalties / fine / stop notice
/compensation / liquidated damages
imposed? (Yes or No), (If Yes give
amount and explanation)
11 Details of Litigation / arbitration cases, if any
pertaining to on-going work.
12 Attach Client’s certificate for the details
furnished in the Form No. G (Not below the
rank of Executive Engineer or equivalent).

SIGNATURE OF BIDDER

Multi Mantech International Pvt. Ltd.


50
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Form - E

DETAILS OF FINANCIAL CAPABILITY

Provide details separately for each member in case of a joint Venture.


1 Name of Firm
2 Name of Partner / Director
3 Capital
(a) Authorised
(b) Issued and paid up
4 Furnish Balance sheet and profit and loss
statement with Auditor’s Reports and Income
Tax assessment orders for last seven years.
It should include the following information
 Working Capital
 Foreign Investment
 Turnover for the Last Seven Years, the
Contract Receipts of Civil Engineering
works. (Furnish reference page number of
Balance sheet attached)
Sr. Year Annual Turnover (Rs in Reference page No. to balance
No. Lakhs) sheet or other documents
(i) 2009-2010 Details of work given and
(ii) 2010-2011 supporting authentic documents
certified by the executive
(iii) 2011-2012 engineer / Income tax officer /
(iv) 2012-2013 chartered Accountant shall be
(v) 2013-2014 furnish for Turn Over

(vi) 2014-2015
(vii) 2015-2016
 Gross income in the last seven years
Sr. Year Gross Income Reference page No. to balance
No. (Rs in Lakhs) sheet or other documents
(i) 2009-2010
(ii) 2010-2011
(iii) 2011-2012
(iv) 2012-2013
(v) 2013-2014
(vi) 2014-2015
(vii) 2015-2016
 Total liabilities
Current ratio (ration of current assets/current
liabilities
Total liabilities to net worth
Maximum gross income from contract works
during last seven years

Multi Mantech International Pvt. Ltd.


51
SAUNI Yojana - Phase: II, Link - 2, Package - 4

5 What is the maximum cost of the project that


has been handled? (Please give details)
6 Have you ever been denied tendering
facilities by any Government Department /
Public sector under taking? (If Yes, Please
give details)
7 List your sources of finance
8 Amount of financial soundness certified by
Bank. (Attach copy of certificate)
9 Name and address of Bank from whom
reference can be obtained
10 Have you ever been declared bankrupt? (If
yes, please give details)

Note:
1. Certificate for the account audited by the Chartered Accountant should be given without
fail.
2. Certificate from the owners in support of successful completion of the works by the bidder
may be furnished.
3. C.A. certificate should be notarized.

SIGNATURE OF BIDDER

Multi Mantech International Pvt. Ltd.


52
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Form - F

ADDITIONAL INFORMATION

 Please add any further information which the applicant considers relevant in regard to his
capabilities.
 Please give a brief note indicating by applicant considers him-self eligible for qualification for
the work.
 List of works for which tenderers have already submitted to the client but not awarded.

(Provide details separately for each member in case of a joint Venture.)

Name of Estimated Date of Name of Likely


Sr. Position with ref.
Amount (In Submission Date of
No Work Client to lowest bid.
Crores Rs.) of Offer Award
[1] [2] [3] [4] [5] [6] [7]

SIGNATURE OF BIDDER

Multi Mantech International Pvt. Ltd.


53
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Form – G

FORMAT FOR CERTIFICATE FOR EXPERIENCE OF WORK)

Name of Office:

Date:

CERTIFICATE FOR EXPERIENCE OF WORK

This is to certify that M/s __________________was awarded the work of


_________________________as individual / in a Joint Venture with
___________________________________________

Other details of the work are as under:

1 Name of Joint Venture


(If applicable)
Office Address
Name of State
Telegraphic address
Telephone Number with STD
code
Telex/ Fax number.
2 Percentage of share of the
agency as per Joint Venture
agreement (If applicable)
3 Tendered amount Rs. in Lakhs.
4 Actual cost of work completed /
Executed (Including price
escalation) Rs. in Lakhs up to
2015-16
5 Time Limit in months
6 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)
9 Whether the work was
abandoned? (If Yes, please give
detail)
10 Year wise performance

Sr. Particulars Unit Total Year wise achievement Balance


work to
No Latest 2009- 2010 - 2011- 2012- 2013- 2014- 2015- be
Cost / 2010 2011 2012 2013 2016 carried
2014 2015
Quantity out
[1] [2] [3] [4] [5] [6] [7] [8] [9] [10] [11] [12]

Multi Mantech International Pvt. Ltd.


54
SAUNI Yojana - Phase: II, Link - 2, Package - 4

i) Financial Rs.
(Including Lakhs
price
escalation)
ii) Physical

The agency has carried out the work timely / late and satisfactorily / unsatisfactorily.

SIGNATURE

NAME AND DESIGNATION OF OFFICER

Multi Mantech International Pvt. Ltd.


55
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Form- H

DECLARATION FORM

(Provide details separately for each member in case of a joint venture)

Name of the Bidder:

i. I/We hereby declare that I/We have visited the site and fully acquainted myself/ourselves
with local situations regarding materials, labour and other factors pertaining to the work
before the bid documents published on the website www.nwr.nprocure.com and
accordingly submitted our Bid for the work of Sauni Yojna - Phase: II, Link - 2, Package -
4: Engineering, Procurement and Construction (EPC) Contract for Supplying and laying
MS Pipeline of 3000mm dia. (ID) for Length of MS Twin Pipeline 27.711 Km (Total
Length – 55.422 Km) from Bhimdad at Ch. 0.0 Km to Kalubhar at Ch. 27.711 Km with all
allied works etc. complete including Operation and Maintenance of the commissioned
project for 10 years
ii. I/We hereby declare that I/We have carefully studied the conditions of contract,
specifications and other documents of this work and agree to execute the same
accordingly.
iii. I/We hereby declare that my /our near relatives are not working in this division or its sub
divisions as an Engineer of any category, Divisional Accountant, Store keeper, Manager
of Atithi / Vishram Gruha and in the Circle Office as a Superintending Engineer as on
today.
iv. I/We _____________________declare that I/We have read the tender documents
published on the website www.nwr.nprocure.com accordingly submitted our Technical
Bid for the work of ________________________________________.

SIGNATURE OF THE BIDDER

Multi Mantech International Pvt. Ltd.


56
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Form - I

DETAILS OF TENDER FEE, EMD AND BANK GUARANTEE

Sr. No. Description Remarks


1 Name of bidder
2 Details of Bid Fee
[A] D.D. No.
[B] Date
[C] Name of Bank
EMD Details
3 Total EMD Amount Rs.
[A] FDR Details (In favour of the Executive Engineer only) (no
joint operation)
(a) For Rs. Lakhs for EMD in form of FDR
FDR No. Date Bank Name Validity Period

(B) Details of Bank guarantee Rs. Lakhs.


Bank guarantee No. Date Validity up to -------

Note: please see clause for validity period.

Address of the Office SIGNATURE OF BIDDER

Telephone No

Multi Mantech International Pvt. Ltd.


57
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Statement S-1(a)

STATEMENT SHOWING THE DETAILS OF THE WORK OF MAGNITUDE CARRIED OUT FOR M.S. PIPE LINE OF INTERNAL DIA EQUAL OR
MORE THAN 1800 MM (ID) DURING LAST SEVEN (7) FINANCIAL YEARS (i.e. from 2009-2010 to 2015-16)
Sr. Name Place Cost of Date Date of Total Qty. Year-wise Length of completion (km) Reference
No of Work & The of Completion Of Pipeline of Client
. Country Start Certificate
Work Diameter Length 2009 - 2010- 2011- 2012- 2013- 2014- 2015-
in mm. in km. 2010 2011 2012 2013 2014 2015 2016
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

Note:

1. Certificate from the client in support of successful completion of work by the bidder be furnished preferably in Form G attached herewith.
2. In case the work executed on EPC contract with joint venture, the portion of the bidder in the EPC contract shall be given and duly certified by
the client.
3. In column 7 & 8 the details of pipeline shall be given diameter wise, in each work.
4. All the certificate and supporting documents should be duly signed and notarized.

SIGNATURE OF BIDDER

Multi Mantech International Pvt. Ltd


58
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Statement S-1(b)

STATEMENT SHOWING THE DETAILS OF EXPERIENCE IN OPERATION AND MAINTANCE OF LIFT IRRIGATION PIPELINE PROJECT/
WATER SUPPLY PROJECTS WITH PUMPING STATION / PETROLEUM PIPELINE PROJECTS AFTER COMMISIONING YEARS (i.e.2009 –
2010 Upto 2015-2016)

Details of the major


Date Date of Date of Duration Cost of
Name Locality Cost of Works Included in
Sr. No. of Completion Starting of the the
of work (Region) Project the
Start of Project O&M O&M O&M
O&M
[1] [2] [3] [4] [5] [6] [7] [8] [9] [10]

Note:

1. Certificate from the client regarding satisfactory completion of the O & M Shall be furnished.
2. Only experience in similar nature of work will be considered for evaluation.
3. All the certificate and supporting documents should be duly signed and notarized

SIGNATURE OF BIDDER

Multi Mantech International Pvt. Ltd


59
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Statement S-2

STATEMENT SHOWING THE DETAILS OF EXPERIENCE IN EXECUTION OF IRRIGATION / LIFT IRRIGATION OR WATER SUPPLY PROJECT
OR PETROLEUM PIPELINE PROJECT PROJECTS DURING LAST SEVEN (7) FINANCIAL YEARS (i.e. from 2009-2010 to 2015-16)
Sr. Name of Locality Cost Date Whether If completed, Cost of Value of Construction work completed Reference
No. of of Completed or date of Work of Client’s
Work (Region) During the Year (Rs. In Lakhs)
in progress completion executed Certificate
Work Start
up to 2009 - 2010- 2011- 2012- 2013- 2014- 2015-
31/03/16 2010 2011 2012 2013 2014 2015 2016
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

Note:
1. The work executed on EPC contract for pipeline works shall be given.
2. In case the work executed on EPC contract with joint venture, the portion of the bidder in the EPC contract shall be given and duly certified by
the client.
3. Certificate from the client in support for execution of work shall be attached preferably in form G attached herewith.
4. The bidder shall give work details in Form D1 and Form D2 in case of work completed and in progress respectively.
5. All the certificate and supporting documents should be duly signed and notarized.

SIGNATURE OF BIDDER

Multi Mantech International Pvt. Ltd


60
SAUNI Yojana - Phase: II, Link - 2, Package - 4

ANNXURE - I

Form of Bank Guarantee (For EMD)

v. Whereas M/s. ………………………………………………………… (here in after called


Tenderer) is desirous and prepared to tender for work of Sauni Yojna - Phase: II, Link - 2,
Package - 4: Engineering, Procurement and Construction (EPC) Contract for Supplying and
laying MS Pipeline of 3000mm dia. (ID) for Length of MS Twin Pipeline 27.711 Km (Total
Length – 55.422 Km) from Bhimdad at Ch. 0.0 Km to Kalubhar at Ch. 27.711 Km with all allied
works etc. complete including Operation and Maintenance of the commissioned project for 10
years.

1. Therefore, we here by affirm that we are Guarantors on behalf of the tenderer up to a


total of Rupees ………………………………… (In words)…..………………………… in
figures and we undertake to pay the Executive Engineer, Bhavnagar Irrigation Project
Division, Bhavnagar, upon his first written demand and without necessity of previous
notice of judicial or administrative procedure and without it being necessary to prove to the
Bank and defect or short comings or debits of the contractors any sum within the limit of
………………..

We further agree that the guarantee herein contained shall remain in full force and effect during
the period that would be taken for the acceptance of tender.

However, unless a demand or claim under this guarantee is made only in writing on or before
the Dt: ……………………………… (Date specified shall not be less than 180 days) We shall be
discharged from all liabilities under the guarantee thereafter.

We undertake not to revoke the guarantee during its currency except with the previous
consent of Executive Engineer, Bhavnagar Irrigation Project Division, Bhavnagar in writing.

We lastly undertake not to revoke the guarantee for any change in constitution of the
Tenderer or the Bank.

Signature and Seal of Guarantor

Date : Bank Address :

Seal

Multi Mantech International Pvt. Ltd


61
SAUNI Yojana - Phase: II, Link - 2, Package - 4

ANNXURE - II

JOINT VENTURE AGREEMENT

(To be notarized on stamp paper of appropriate value)


1. The Joint Venture agreement made and entered into at (place) on_________________ day
of_____________ (YEAR) by and between.
a) Party/ Firm A ( Name with address of the registered office)
b) Party/ Firm B (Name with address of the registered office )
c) Party/ Firm C (Name with address of the registered office )

2. Definitions

In this deed the following words & expressions shall have the meaning set out b elow:
a. "The Employer" shall mean Narmada, W ater R esources, W ater Supply &
Kalpsar Department
b. "The Works" shall mean: Sauni Yojna - Phase: II, Link - 2, Package - 4: Engineering,
Procurement and Construction (EPC) Contract for Supplying and laying MS Pipeline of
3000mm dia. (ID) for Length of MS Twin Pipeline 27.711 Km (Total Length – 55.422
Km) from Bhimdad at Ch. 0.0 Km to Kalubhar at Ch. 27.711 Km with all allied works
etc. complete including Operation and Maintenance of the commissioned project for 10
years.
c. "The Tender" shall mean the Tender to be submitted by Joint Venture to the
Employer for the work /works for which tender will be floated by WR Dept.
d. "The Contract" shall mean the contract entered /to be entered into between the Joint
Venture and the Employer for the works.
3. Joint Venture (JV)
The Parties hereto declare that they have agreed to form a Joint Venture for the purpose
of submitting the tender. Application/ tender document initially and then tender and if
successful for the execution of the works as an integrated Joint Venture. The parties
are not under this agreement entering into any permanent partnership of Joint Venture
to tender or undertake any contract other than the subject works. Nothing herein contained
shall be considered to constitute the parties of partners to constitute either Party the agent
of the other.
4. Witness

Whereas Narmada, Water Resources, Water Supply & Kalpsar Department


herein after reinforced as Employer has invited tenders from intending bidders and
has permitted a group of firms (not exceeding three) forming a Joint Venture.

And whereas_____________________________ party of the first part and party of the


Second and/ or Third part are desirous to enter into a Joint Venture in the nature of
partnership engaged in the joint undertaking for the specific purpose of execution of the
work of constructing
________________________________________________________________________
_______________________________________and whereas Parties of the first and
Second and/ or part reached understanding to submit pre-qualified / tender, if pre-
qualification, and to execute the contract if awarded;
This agreement witness as follows.

Multi Mantech International Pvt. Ltd


62
SAUNI Yojana - Phase: II, Link - 2, Package - 4

a. The parties do not enter into an agreement of any permanent partnership of Joint
Venture to tender or undertake any Contract other than the specified above ;
b. That the operation of this Joint Venture firm concerns and is confined to the
work of _______________ of Narmada, W ater Resources, Water Supply &
Kalpsar Department.
c. The name of the Joint Venture firm for convenience and continuity shall be
_______________________________, alternatively the bid may be submitted
in the name of lead member along with Joint Venture agreement.
d. The Address of Joint Venture for communication shall be as under or the lead
member may also communicate with the department for submission of bid &
other correspondence related to the work.
e. The Joint Venture shall jointly submit tender application on the above name
according to all terms and conditions stated in the relevant instructions
contained in the bid documents alternatively the bid may be submitted in the
name of a lead member.
f. This Joint Venture shall regulate the relations between the parties thereto and
shall include without being limited to them the following conditions.
(1) _________________firm shall be the lead company in charge of
the Joint Venture for all intents and purpose.

(2) In case the said work is awarded to the lead member along with
collaboration with the Joint Venture, the partners of the Joint
Venture will nominate a person with duly notarised power of
Attorney on stamp paper, who will represent the lead member / the
Joint Venture with the authority to incur liabilities, receive
instructions and payments, sign and execute the contract for on
behalf of the Joint Venture,
(i) All the (Maximum Three) parties agree to make financial
participation and to place at disposal of Joint Venture the benefits
of its individual experience, technical knowledge, skill and shall in all
respect bear its share as regards planning and execution of the work
and responsibilitie s including the provision of information, advice
and other assistance required in the Joint Venture and participation shall
be as under:

Name of a firm Work component responsibility & Financial Participation (%)

Lead ........... Firm - A

Firm - B

Firm- C

All rights, interest, liabilities, obligation work experience and risks (and all net
profits or net losses) arising out of the contract shall be borne by the parties in
Multi Mantech International Pvt. Ltd
63
SAUNI Yojana - Phase: II, Link - 2, Package - 4

proportion to their shares. Each of the parties shall furnish its proportionate
share in any bonds, guarantees, sureties required for the works as well as it
proportionate share in connection with the works. The share and participation of
the two/three partners in working capital and other financial requirements shall
be in ratio as mentioned above.
5. Internal responsibilities and liabilities
a. The division of individual scope of work may be worked out mutually by the
parties but the party shall be jointly and severally liable to the employer fo r the whole
work.
b. The parties specifically undertake to carry out their separate works in full
compliance with the contract with the employer. Each party shall be responsible
jointly and severally for consequences if any arising out of defective or delayed
execution of works which f alls within the individual's party's area of
responsibility and/ or it has been caused due to acts and /or omission of the
concerned party.
c. The parties jointly and severally agree to replace modify or repair any defect in
their respective portions of works in accordance with the terms and condition of the
contract with the employer.
d. The parties jointly and severally shall indemnify and hold harmless to each other
against any claim made by the employer or any other third party for injury, damage,
loss or expenses is attributed to the breach /non-performance of his responsibilities
by the indemnifying party in accordance with the agreements and /or contract with the
employer.
e. None of parties have joined in any other Joint Venture for the said works.
6. Responsibilities and liabilities of Joint Venture towards the employer
a. Parties hereto shall be jointly and severally liable and responsible for the acts,
deeds and things done or omitted to be done in respect of the execution of the
contract and for any financial liability arising there from.
b. Par-ties hereto shall be jointly and severally responsible to the Employer for the
execution of the works in accordance with the contract conditions;
c. Parties hereto shall be jointly and severally indemnify to the Employer against
any claim made against the employer or any other third party if applicable for any
injury, damage or loss which may be attributed to the breach of the obligations under
the contract pursuant to the contract.

7. Site management
a. The execution of the work on the site will be managed by a lead member or a
Project Manager appointed by the Joint Venture and who will report to the
________ (J.V.) the project manager shall be authorized to represent the Joint
Venture on site in respect of matters arising under the contract.
b. The (Name of the J.V.) shall be jointly and severally
liable to the employer for the execution of the contract commitment in respect of
the works in accordance with contract conditions.
8. Termination of the Agreement
This agreement shall be terminated in the following circumstances.

a. The employer awards the contract for the work to the other Tenderer.

Multi Mantech International Pvt. Ltd


64
SAUNI Yojana - Phase: II, Link - 2, Package - 4

b. The employer cancels the work to award the contract.


c. On completion of the O&M period as stipulated in the contract agreement of the
works and all the liabilities thereof are liquidated.
9. No partner has right to assign any benefits, obligation of liability under the agreement
to any third party without prior written consent of the other partner as well as Narmada,
Water Resources, Water Supply & Kalpsar Department
10. Financial matter
a. Bank Account in the name of the Joint Venture will be opened with any scheduled or
nationalized Bank to be operated by an individual signatory as decided
mutually by the Joint Venture partners. Alternatively, the payment for the work done
may be received by the lead member on behalf of Joint Venture.
b. All the partners shall be responsible to maintain or cause to maintain proper
Books of Account in respects of the business of the Joint Venture firm as per the
Indian Regulation Act and shall be closed at the end of the every financial year
ending 3lst March. Upon closure of the books of accounts balance sheet and profit and
loss account as to the state of affairs of the firm as at the end of the financial year
and as to the profit and loss made or incurred by the firm for the year ended on that
date, respectively shall be prepared and the same shall subject to audit by a Chartered
Accountant.
c. None of the party shall be entitled to make any borrowing on behalf of the Joint
Venture without express prior written consent of the other party.
d. Bank guarantee for the application /execution of the work shall be provided jointly
from a bank acceptable to the employer.

11. Negotiation
Any negotiation of agreement between the parties hereto and the employer subsequent to
the submission of the tender and prior to award, shall take place only with consent of
each of the parties who shall be represented at the such negotiation by one or more
representative(s) duly empowered to make such negotiation or agreement.

12. Legal jurisdiction


All questions relating to validity interpretation of this agreement shall be governed by the
law of India and shall be subject to jurisdiction of High court at AHMEDABAD.

13. Settlement of disputes


Any dispute in interpretation of any condition mentioned herein shall be referred to an
arbitrator by mutual consent of the partners and such proceedings shall be governed by
prevailing law. The award of arbitrator shall be final and binding on the party hereto.
Neither the obligation of each party here to the performance of contract nor the
execution of work shall stop during the course of arbitration proceeding or as a result thereof.
14. Insurance

The Joint Venture through the parties individually shall take such insurance in
connection with the work in accordance with the tender condition as acceptable to the
employer.

The cost of the insurance premium paid by the Joint Venture shall be borne and paid
by the parties in proportion to the respective shares of work. Other insurance taken
individually by the parties shall be fully borne by the respective parties.

Multi Mantech International Pvt. Ltd


65
SAUNI Yojana - Phase: II, Link - 2, Package - 4

15. No change shall be made in this agreement without prior written consent of the
employer and other party. However if the employer directs the parties to make c hanges
in the agreement so as to full fill tender conditions the parties discuss with employer
and mutually agreed such changes required to be made in the agreement.
16. Default and withdrawals from the Joint Venture

In case that either party fails to observe the provision stipulated in this agreement
withdrawal from the Joint Venture, Loss and /or expenses incurred by other party due to such
default and /or withdrawals shall be fully compensated by the party who has defaulted. In
such case, the lead member shall be responsible for completion of the remaining works by
making necessary arrangements acceptable to the employer.
17. All matter relating to or arising due to this agreement shall be treated as confidential
and shall not be disclosed to any other party. In witness whereof the parties have
caused their duly authorized representatives to sign below.
Witness:

1. Signed for and on behalf of firm-A


2. Signed for and on behalf of firm-B
3. Signed for and on behalf of firm-C

Date
Seal

Multi Mantech International Pvt. Ltd


66
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Annexure – III

Deleted

Multi Mantech International Pvt. Ltd


67
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Annexure – IV

List of works already completed by the Tenderer

Details of the work and magnitude carried out in the last 7 Financial years (i.e. from 2009-2010 to 2015-16)
Sr. Name of Place and Estimated Total Annual Turnover Period of Principal Max. Qty. if any E.W. /
No. Work Country cost of the Tendered Year Amount in Completion for Features Excavation / Concrete /
work Cost of the Rs. value entire work pipeline with details of year
Work
1 2 3 4 5 6 7 8 9 10
1
2
3
4
5

Note:
1. Certificate from the Income Tax Authority/Owner of Works/Chartered Accountant for annual turnover in the terms of year wise amount and
quantity shown in column No. 6 & 7 and 10 shall be furnished by the tenderer which clearly mentioned year wise amount of each work by
separately.
2. In column No. 10 quantity of excavation earth work concrete and pipe line work shall be given with supporting documents; which clearly
mentioned year wise quantity of 1) excavation/earthwork 2) concrete work 3) Pipeline of each work by separately
3. Details of works pertaining to Civil Engineer works only shall be mentioned in the above schedule.
4. All the certificate and supporting documents should be duly signed and notarized.

SIGNATURE OF THE BIDDER

Multi Mantech International Pvt. Ltd


68
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Annexure – V

Declaration regarding works on hand and works for which award is likely to be made to Tenderer (Tenderer is found L-1)

Sr. Name Place Work on Hand Works tendered for and tenderer is found L-1 Remarks
No. of & Tender Date Stipulated Cost of Cost of work Estimated Time Date Cost of work to
work country cost and of period of work remaining to Cost limit when be executed in
estimated Issue completion remaining be executed in of decision next 24 months
Cost of to be next 24 months work is (01/01/2017 to
work executed (01/01/2017 to expected 31/12/2018)
order as on 31/12/2018)
31/12/2016
1. 2 3 4 5 6 7 8 9 10 11 12 13

Notes:

1. The cost of work done and works on hand may be furnished in terms of Rupees.
2. Certificate of authentic document for details shown above shall be furnished
3. Certificate from the owner in support of successful completion of work by the contractor is to be furnished.
4. All the certificate and supporting documents should be duly signed and notarized

Date: SIGNATURE OF THE BIDDER

Multi Mantech International Pvt. Ltd


69
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Annexure – VI

WORK PLAN AND CONSTRUCTION METHODOLOGY


Any information / details which bidder may submit in support of their capacity e.g. machinery
for pipeline, works etc. as per 6.4.5 of Section-III.

SIGNATURE OF THE BIDDER

Multi Mantech International Pvt. Ltd


70
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Annexure - VII

Approach and Methodology with Supporting Calculations of the System

Bidder may submit their work plan, details methodology to be adopted for this work.

SIGNATURE OF THE BIDDER

Multi Mantech International Pvt. Ltd


71
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Annexure – VIII

Additional Information and Litigation History

Name of Applicant:

1. Please describe: Company’s history of litigation or arbitration from contract executed in


the last seven years or currently under execution. Please indicate for each case the year,
name of employer, cause of litigation, matter in dispute, disputed amount, and whether
the award was for or against the company.

2. Please add any further information that you may consider to be relevant to the evaluation
of your application for qualification. If you wish to attach other documents, please list
below:

SIGNATURE OF THE BIDDER

Multi Mantech International Pvt. Ltd


72
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Annexure –IX

UNDERTAKING FOR ENGAGING TECHNICAL STAFF

I/We
………………………………………………………………………………………………..Age…………
……………Business……………………………., Residence of
…………………………………………………………………. (With Full Address), hereby declare on
oath of God, that if our offer for the work of “Sauni Yojna - Phase: II, Link - 2, Package - 4:
Engineering, Procurement and Construction (EPC) Contract for Supplying and laying MS Pipeline
of 3000mm dia. (ID) for Length of MS Twin Pipeline 27.711 Km (Total Length – 55.422 Km) from
Bhimdad at Ch. 0.0 Km to Kalubhar at Ch. 27.711 Km with all allied works etc. complete including
Operation and Maintenance of the commissioned project for 10 years.” is accepted by the
competent authority & Awarded to us, I/We will engage & employ the technical staff on site of
work, required as per provision made in tender agreement. All technical staff will remain present
at the site of work during the work is continued.

Signature of Bidder

Place:-………………………

Date:-……………………...

Multi Mantech International Pvt. Ltd


73
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Annexure –X

DETAILS OF THE BOARD OF DIRECTORS AND MANAGEMENT

(Provide details separately for each member in case of a joint venture.)


Sr. Name of Occupation Address Remarks
No. Director
1 2 3 4 5

Signature of Contractor

Multi Mantech International Pvt. Ltd


74
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Annexure –XI

Declaration of Contractors

I/We hereby declare that I/We have visited the site, condition of the ground realities and fully
acquainted myself/ ourselves also with local situation regarding material, labours, and other
factors pertaining to the work before submitting the tender.

1. I/We hereby declare that I/We have read the Tender documents published on the website
www.nwr.nprocure.com.

2. I/We hereby declare that I/We have carefully studied the conditions of contract and
specifications and other documents of this work and agree to execute the same
accordingly.

3. I/We hereby declare that my/our near relatives are not working in this Division or its Sub
Division as an Engineer of any category, Divisional Accountant, Store Keeper, Manager of
Atithi/ Vishram Gruh and in the Circle office as a Superintending Engineer as on today.

4. I/We _______________________________ declare that I/We have read the Tender


document published on the website www.nwr.nprocure.com. accordingly submitted our
offer in P.Q. Bid and Price Bid for the work.

Signature of Contractor

Multi Mantech International Pvt. Ltd


75
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Annexure –XII

Details of Technical and Supervisory Persons with Tender/ to be posted for this work only.
(Provide details separately for each member in case of a joint venture.)

Sr. Description Name Qualification Professional Language Remarks


No. Experience and
Details of Work
Carried Out
1 2 3 4 5 6 7

Signature of Contractor

Multi Mantech International Pvt. Ltd


76
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Annexure –XIII

Affidavit
Affidavit to be provided by the contractor to W.R. Department on Rs. 100 Stamp Paper (for
Joint Venture, all members of the JV shall provide the affidavit)
I / We _________________________________ the undersign under authority from
_____________________ having its office at _____________________ on oath solemnly
undertake.
1. That all the information / data have been provided by us in various formats / forms / along
with our tender submission in __________ in response to the notice inviting Tender No.
_________________ dated __________ relating to the work of
_______________________ are true and correct & represent the factual information
required for the pre-qualification of the contractor for the subject work.
2. That the certificates issued by the client for projects and attached with our tender
submissions as evidence of our technical capability, experience of similar project, work
done as well as the financial data for qualification are all valid as issued by the competent
authority.
3. That M/s. _______________ has not been blacklisted or banned for business with by the
Central / State Govt. / Public Sector undertaking / Municipal Corporation / Local bodies
etc. for whatsoever reasons. We are aware that any such blacklisting or banning of
business may result in to our disqualification for the tender (S) under process.
4. That M/s. ___________________ or any of the joint venture partners bidding for the
subject work have not abandoned any work awarded by the State Government during last
five years prior to the date of this affidavit.
5. That the information provided along with tender submission for the project relating to lifting
and arbitration is also true and correct.
6. That we have not suppressed any factual information that was asked for by the W.R.
Department or was directly or indirectly required for by the W.R. Department or was
directly or indirectly required for the purpose of our pre-qualification.
7. That we are aware that providing false information, data and documentation as well as
suppression of vital information will not only lead to our disqualification for award of
contract by W.R. Department but W.R. Department shall have all the right and privilege to
initiate criminal action against us.

(AUTHORIZED SIGNATORY)

(To be signed by company Secretary / full time director (s) / Managing Director / Proprietor /
Partners / of the firm or a partner holding power of attorney).

Signature of Contractor Signature of Engineer-in-charge

Multi Mantech International Pvt. Ltd


77
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Schedule – I-A

LIST OF TOOLS AND TACKLES

The Bidder shall give below the list of special maintenance tools and tackles offered by him and
included in the prices quoted by him.

SR. NO. PARTICULARS NUMBERS

SIGNATURE: ______________________

NAME: ____________________________

DESIGNATION: ______________________

COMPANY: _________________________

DATE: ____________________________

COMPANY SEAL

 In case any additional tools & tackles is required by the Contractor for O & M but not
included in the above will be supplied by the Contractor free of cost to the Employer.

 The Contractor shall hand over all the maintenance tools & tackles in good condition to
the Employer at the time of handing over the works on expiry of O & M Contract.

Multi Mantech International Pvt. Ltd


78
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Schedule – II-A

LIST OF CONSTRUCTION EQUIPMENTS & PLANT (LEASESD / PROPOSED AND OWNED


BY THE BIDDER AND SHALL DEPOLY FOR THIS PROJECT)

Make Owned
Capacity Year of Present
Description Qty. and or
or Output Manufacture Location
Model Leased
1. List of principal Plant
/ Equipment owned by
the Contractor
a) Cranes (Mobile)
b) Cranes (Tower)
c) Trucks / Dumpers
d) Excavators
e) Concrete Transit
Mixers
f) Concrete Batching
Plant
g) Dewatering Pumps
h) Site lab facilities
i) Slip form Shuttering
j) Electrical tooling kit
k) Other (Bidder to list)

SIGNATURE: ______________________

NAME: ____________________________

DESIGNATION: ______________________

COMPANY: _________________________

DATE: ____________________________

COMPANY SEAL

Note : The contractor shall have to submit proof of ownership of each equipment as
otherwise it will be considered that equipments are to be hired.

Multi Mantech International Pvt. Ltd


79
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Schedule- III-A

LIST OF CONSTRUCTION EQUIPMENT & PLANT

Owned
Capacity Make
Year of or Present
Description Quantity or and
Manufacture Lease Location
Output Model
d

2. List of Plant / Equipment owned , leased,


hired which Contractor considers necessary
for the Contract .
a)
b)
c)
d)
e)
f)
g)
h)

Note: Attach copies of form as necessary

SIGNATURE: ________________________________
NAME: _____________________________________
DESIGNATION: ______________________________
COMPANY: _________________________________
DATE: ______________________________________
COMPANY SEAL

Multi Mantech International Pvt. Ltd


80
SAUNI Yojana - Phase: II, Link - 2, Package - 4

8. Data Sheet

[A] DATA SHEETS FOR MECHANICAL WORKS

Sr.
ITEM DESCRIPTION
No.

1 SLUICE VALVES / GATE VALVES

2 AIR VALVE

3 BUTTERFLY VALVES (BFV)

4 M. S. PIPE LINES

5 SURGE CONTROL DEVICES – ZERO VELOCITY & AIR CUSHION VALVES

Multi Mantech International Pvt. Ltd


81
SAUNI Yojana - Phase: II, Link - 2, Package - 4

(1) SLUICE VALVES / GATE VALVES

Sr. No. Description Required Specs.

1.1 General Double Flanged


(for water application)
(a) Size 750 mm, 800 mm
(b) Type Sluice Valve (SV) – Non-rising Spindle Type or
Gate Valve – Rising Spindle Type
(c) Make Furnish during detail engineering
(it shall be of approved vendor list)
(d) Rating PN 1.0
(e) Standard to which (1) IS 14846 : 2000 (for Sluice Valve)
manufactured (2) API – 600 / 603 / 6D, BS – 1414 (for Gate
Valves)
(3) IS 1538 / 1976, Part IV & VI or standard,
suitable to size
(for Flange)
(f) Valve Location In the Pipe line
1.2 Mode of Operation: Motorized, Hand Operated
1.3 Materials of Construction
(a) Body, Bonnet, Wedge, Ductile Iron as per IS 1865 Gr. 500/7
Stuffing Box & Gland
(b) Stem (Spindle) SS AISI 410
(c) Stem (Spindle) Diameter Furnish during detail engineering
(mm)
(d) Body Seat Ring / Wedge Bronze IS 318, GR LTB 2
Facing Ring & Stem Nut
(e) Gland Packing Jute & Hemp (IS 5414) / PTFE
(f) Bonnet Gasket Rubber IS 638 Type B
(g) Fasteners Carbon Steel IS 1367, CL 4.6 / 4
1.4 Mfg. Quality Assurance To get approved, prior to manufacturing
Plan QAP)
1.5 Testing
(a) Seat Test Pressure (Hydro- As per Standard
test) – Kg/cm2
(b) Body Test Pressure As per Standard
(Hydro-test) – Kg/cm2
1.6 Construction
(a) Gear Arrangement Required
(b) Thrust bearing Required
arrangement
(c) Back Seat Bush Required

Multi Mantech International Pvt. Ltd


82
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Sr. No. Description Required Specs.

(d) Shoe and Channel Required


arrangement

(e) Opening Indicator Required

(f) Back Seat Bush Bronze IS 318 Gr. LTB2

(g) Shoe and Channel lining Bronze IS 318 Gr. LTB2

1.7 Deviation Deviations (if any), from the above specifications,


clearly. If the deviation is for betterment in design
/ performance, then it will be supported with
technical justification.
1.8 Weight/ Dimension
(a) Total Weight (kg) of the Furnish during detail engineering
Complete Assembly

(b) Over-all dimensions of the Furnish during detail engineering


complete assembly – L X B
X H (mm)

Multi Mantech International Pvt. Ltd


83
SAUNI Yojana - Phase: II, Link - 2, Package - 4

(2) DOUBLE ORIFICE TAMPER PROOF KINETIC AIR VALVE-

(WITH ISOLATION SLUICE VALVE)

Sr.
Description Required Specs.
No.
1 General
(a) Size 200 mm, 150 mm

(b) Type Flanged, S. S. Ball, Temper-proof, Kinetic Air


Release Valve with Isolating Valve
(c) Make Furnish during detail engineering
(it shall be of approved vendor list)
(d) Rating PN 1.0
(e) Standard to which IS 14845 : 2000 / AWWA C 512 (for valve),
manufactured IS 1538 / 1976, Part IV & VI (for Flange)
(f) Application / Location To be fitted on water pipe-line for release of air
2 Materials of Construction
(a) Body, Cover, Cowl / Auto Valve
etc.
(i) For Pump-house valve Ductile Iron
(SG Iron, IS-1865, Gr. 500/7)
(ii) For Pipeline Valves Ductile Iron
(SG Iron, IS-1865, Gr. 500/7)
(b) Float - HP Orifice SS AISI 304
(c) Float - LP Orifice SS AISI 304
(d) Large Orifice Nitrile Rubber
(e) Small Orifice Bronze IS 318, Gr. LTB 2
3 Accessories Required with isolating Sluice Valve.
4 Mfg. Quality Assurance Plan To get approved, prior to manufacturing
(QAP)
5 TESTING
(a) Seat Test Pressure As per standard
(Hydro-test) – Kg/cm2
(b) Body Test Pressure (Hydro- As per standard
test) – Kg/cm2
6 Construction
(a) Isolation valve: Furnish during detail engineering
built in or separate (Separate Sluice Valve with same rating & size of
Air Valve is preferred)
(b) Isolation valve: Furnish during detail engineering
Material of Body, Disc &
Spindle
(c) Float ball size Furnish during detail engineering
(Large orifice)
(d) Float ball size Furnish during detail engineering
(Small orifice)

Multi Mantech International Pvt. Ltd


84
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Sr.
Description Required Specs.
No.
(e) Isolation valve stem details (if Furnish during detail engineering
built-in)
7 DEVIATION Deviations (if any), from the above specifications,
clearly. If the deviation is for a betterment in
design / performance, then the it will be with
technical justification.
8 WEIGHT / DIMENTIONS
(a) Total Weight (kg) of the Furnish during detail engineering
Complete Assembly
(b) Over-all dimensions of the Furnish during detail engineering
complete assembly – L X B X
H (mm)

Multi Mantech International Pvt. Ltd


85
SAUNI Yojana - Phase: II, Link - 2, Package - 4

(3) BUTTERFLY VALVES

Sr.
Description Required Specs.
No.
3.1 General Double Flanged, for water application
(a) Size / Dia, mm 2400 mm, 600 mm
(b) Make Furnish during detail engineering
(it shall be of approved vendor list)
(c) Rating PN 1.6
(d) Standard to which IS 13095 (for valve,
manufactured IS 1538 (for Flange)
3.2 Mode of Operation: Hand / Gear operated
3.3 Materials of Construction
(a) Body Ductile Iron as per IS 1865 Gr. 500/7
(b) Shaft SS AISI 410
(c) Disc Ductile Iron as per IS 1865 Gr. 500/7
(d) Seat Ring SS AISI 304
(e) Bearing Bush Steel-backed PTFE
(f) Clamping Ring SS AISI 304
(g) Internal Hardware SS AISI 304
(h) External Hardware Carbon Steel IS 1367, CL 4.6 / 4
3.4 Mfg. Quality Assurance To get approved, prior to manufacturing
Plan (QAP)
3.5 Testing
(a) Seat Test Pressure (Hydro- As per Standard
test) – Kg/cm2
(b) Body Test Pressure (Hydro- As per Standard
test) – Kg/cm2
(c ) Disc Strength Test – Kg/cm2 As per IS 13095
3.6 Deviation Deviations (if any), from the above specifications,
clearly. If the deviation is for betterment in design /
performance, then it will be supported with technical
justification.
3.7 Weight / Dimension
(a) Total Weight (kg) of the Furnish during detail engineering
Complete Assembly
(b) Over-all dimensions of the Furnish during detail engineering
complete assembly –
L X B X H (mm)
3.8 By-pass Valve to Main Required
Valve

Multi Mantech International Pvt. Ltd


86
SAUNI Yojana - Phase: II, Link - 2, Package - 4

(4) M. S. PIPELINE

Sr.
Description Required Specs.
No.
1 Plates / HR coil / Pipe IS:2062, Gr.B Fe 410 /
Manufacturing
IS:10748 Gr.III Fe 410 /
IS: 3589
- of approved make
2 Welding & Electrodes ASME – SECT – IX, IS – 7310, IS – 7307, IS:
814, IS: 3613, IS: 6419, IS: 7280, IS – 9595
Approved Make Electrode
3 Food-grade Epoxy paint, for Shot blasting, followed by application of 406
Inside of pipeline micron Dry Film Thickness (DFT), solvent
free, high build, food-grade epoxy lining,
confirming to AWWA C-210-07/ BS 6920 -
suitable for potable water application as per
specification
4 Epoxy Paint Coating for out- Shot blasting, followed by supply and
side of pipeline For Pump application of primer & suitable epoxy paint,
making total DFT as 200 microns as per
House specifications

5 3LPE for outside of Main External anti-corrosion coating of pipes by


Pipe line using 3 Layer Side Extruded Polyethylene
coating conforming to DIN-30670, 1991,
`Polyethylene Coating for Steel Pipes ‘ and
> DN 100 ≤ DN 2.7 the requirements of specification
250 mm
> DN 250 < DN 2.9
500 mm
≥ DN 500 < DN 3.2
800 mm
≥ DN 800 3.7
mm

6 Fabrication & Manufacturing IS: 3589 /IS: 5504


of Pipe
7 Deviation Deviations (if any), from the above
specifications, clearly. If the deviation is for a
betterment in design / performance, then the it
will be with technical justification.
8 Quality Assurance Plan - To get an approval from Client/ Client’s
QAP representative before supply of pipes

Multi Mantech International Pvt. Ltd


87
SAUNI Yojana - Phase: II, Link - 2, Package - 4

(5) SURGE CONTROL DEVICES:


(Zero Velocity and Vacuum Breaker cum Air Cushion Valves)
Sr.
Valve Type Size & Rating
No.
1 Zero Velocity Valve –1 3000 mm Dia x 15 kg/cm2
2 Zero Velocity Valve –2 3000 mm Dia x 15 kg/cm2
3 Vacuum Breaker cum Air Cushion Valve - 1 300 mm Dia x 15 kg/cm2
4 Vacuum Breaker cum Air Cushion Valve - 2 300 mm Dia x 15 kg/cm2
5 Vacuum Breaker cum Air Cushion Valve - 3 300 mm Dia x 15 kg/cm2
6 Vacuum Breaker cum Air Cushion Valve - 4 300 mm Dia x 15 kg/cm2
7 Vacuum Breaker cum Air Cushion Valve - 5 300 mm Dia x 15 kg/cm2
8 Vacuum Breaker cum Air Cushion Valve - 6 300 mm Dia x 15 kg/cm2
9 Vacuum Breaker cum Air Cushion Valve - 7 300 mm Dia x 15 kg/cm2
10 Vacuum Breaker cum Air Cushion Valve - 8 300 mm Dia x 15 kg/cm2
11 Vacuum Breaker cum Air Cushion Valve - 9 300 mm Dia x 15 kg/cm2
12 Vacuum Breaker cum Air Cushion Valve - 10 300 mm Dia x 15 kg/cm2

Note: The successful contractor has to submit detailed design &


calculations. Locat ion of Air Vessels & Zero Velocit y Val ves are
to be decided by the successf ul contractor on the base of
detailed design submitted & got approved from t he department
competent authority before execution.

General Note:

a) Work allotted EPC agency shall furnish material test certificates of all the major
components during inspection of the equipment.

b) The datasheet given in this chapter of all the components shall be read in conjunction
with the respective Technical Specification of Civil, Mechanical, Electrical &
Instrumentation works (Vol-III-A, B, and C & D) & drawings.

c) Bidder have to confirm guaranteed particular and technical values shall be equal or better
then indicated in the datasheet. However all complete technical datasheet (to meet tender
requirement) shall be filled during detail engineering by work allotted EPC agency.

Multi Mantech International Pvt. Ltd


88
SAUNI Yojana - Phase: II, Link - 2, Package - 4

[B] Technical datasheet of Instrumentation works:-

Bidder to confirm as “Type test certificates” of all the items shall be submitted
after award of work as part of engineering documents”.

Note: Mandatory criteria for submitting data sheet.

1. Bidder shall submit all guaranteed & technical values mentioned in the particulars
at the time of Bidding, Other details shall be confirmed as to meet tender
requirement.
2. Mentioned all guaranteed performance & technical values are equal as per data
sheet or better than values mentioned in the Particulars

1.0 Technical Data Sheet of flow measuring system:

1.1 Full bore type Electromagnetic flow meter

Sr.
Description Particulars
No.
1 General
a Make As per approved vendor list

b Service & application Raw water

c
Electro magnetic Flow meter Dia size 600 mm,800 mm

d Range setting As per the site requirement


e
Overall accuracy of measurement loop ±0.5 % of full scale / measured value

f 2 No.
(a)600 mm dia at Malpara
Quantity
(b)800 mm dia at Kalubhar

g Temperature 50°C
h Lining Neoprene / Hard rubber
i Flanges PN10DN carbon steel
j Output 4-20mA DC, smart HART protocol, Mod
bus RS-485
k Power supply for flow meter immediate
after header shall be 240 V AC, 50 Hz,
Zero and span adjustment, battery
backup for 2 hours.
Power Supply
Power supply for flow meter at remote
area shall be 230 v Ac or 24 VDC
through solar operated system or battery
operated for continuous operation

Multi Mantech International Pvt. Ltd


89
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Sr.
Description Particulars
No.
Arrangement of solar panel, battery bank,
lockable enclosures and other required Provided
accessories at remote locations.
2 Flow sensor
a
Full bore type Electromagnetic with
Type
compatible to GSM/GPRS connectivity

b No. of paths As per site requirement


c Measuring principle Magnetic induction
d Weather protection class IP-68 of IS:13947 part-I
e
Provision for online removal/Full bore
type of flow sensors without Required
depressurization of the line
f
Prefabricated integral cables for
Accessories
connecting sensors and transmitter

g Material of construction
(a) Electrode SS 316
(b) Grounding ring SS 316
(c) Flanges Carbon steel
(d) Flow tube lining EPDM/Neoprene/PTEF
3 Flow Transmitter
a
Microprocessor based multi Channel
Type indicating type have back lit LCD/LED
display
b
Input From Electromagnetic flow element

c Output 4-20 mA. DC ( isolated)


d Zero and Span Adjustment Required
e Weather Protection Class IP 67 of IS:13947 or better as per the
application
4 Flow indicator and integrator
a Type Microprocessor based
b Digital ,seven segment back lit LCD/LED
Display
with built in totalizer
c Earthing Grounding Rings in SS 316,
d Fluid conductivity > 20 µSiemens/cm
e Direction of flow with arrow, size, Sr. no,
Marking
make
f Display language English
g Ambient temperature -20 C to +60 C

Multi Mantech International Pvt. Ltd


90
SAUNI Yojana - Phase: II, Link - 2, Package - 4

Sr.
Description Particulars
No.
h
Min. 2 line back lit LCD for indication of
Display & Digit height actual flow rate, forward, reverse, sum
totalizes with 14mm or higher digit height

i One Current output (4 – 20 mA)


Outputs One scalable pulse output
One Status output
j
Protection Category IP 67 or better as per the application

k Die Cast Aluminium with polyurethane


Enclosure finish
with glass window
l
Optical Pen Programming or any other
Programming method of programming without opening
the cover of display unit.

m Power Supply 240 V AC, 50 Hz


n ½” NPT (4 glands of double compression
Cable Gland
type)
o Mounting Wall mounted
p Interface HART
q Provision of RAM/PROM to store
Power failure mode parameter entered and measured flow
data during power failure
r Shock – Hazard – protected push lock
Terminals
terminals
s Fully interchangeable with all sizes of flow
Interchange ability
sensors
t Safety classification General purpose certification
u No. of digits for
Flow indicator 5 Digits
Flow integrator 8 Digits
v Required
Zero & span adjustment

w
Manual reset facility for flow integrator Required ( shall be key operated)

x Required
Battery backup for integrator for 8 Hours

y Engineering Units for


CUM/Hr
Flow rate indicator
ML
Flow integrator

Multi Mantech International Pvt. Ltd


91

Potrebbero piacerti anche