Tender Document
Tender Document
Tender Document
WAPCOS LIMITED
(A Government of India Undertaking)
76-C, Sector-18, Institutional Area, Gurgaon (Haryana)
Contact Officer:
Jatinder Kumar, Chief Engineer(P&H)
Contact No. 0124 – 2397395/2397388/2348028
MAY 2017
1
TERMS OF REFERENCES FOR DETAILED ENGINEERING & CONSULTANCY SERVICES FOR
PROVISION OF BUILDINGS & SERVICES AT BAISAKHI COMPLEX
1.0 INTRODUCTION
WAPCOS Ltd. intends to Detailed Engineering & Consultancy Services for Provision
of Buildings & Services at Baisakhi Complex for Military Engineer Services (MES).
2.1 Baisakhi station is in proximity of line of actual control in West Kameng Distt of
Arunachal Pradesh. The project area is wide spread in pockets from Nyukmadong
(NKD) to Baisakhi, Senge, Shangrila, Baisakhi and Ahirgarh. The general area of
Baisakhi is located in HAA and seismic zone V with altitude from 7000 to 12500 ft
and is connected by road network along National Highway joining tezpur to
Tawang. The weather condition during winter is extreme cold with snowfall and
the temperature varies from -60 C to 100 C. During summer the temperature
varies from 30 C to 200 C. The max rainfall is approx 75 mm from May to Aug and
max wind speed 10-15knots from Feb to May. The land area approx 314.28 acres
is required to be developed into military establishment. There is no existing
services nearby at present. The electricity take over point will be developed along
with electric supply main receiving station by A.P Elect, Circle No IV deptt of
power, Dirang. Water treatment plant and its source will be provided by PHE &
WS Division Bomdila, Govt of Arunachal Pradesh.
2.2 The job involves complete Consultancy services from survey to completion
including preparation of CPR geo-technical survey, soil investigation, preparation
of detailed Project Report, design and drawing, bill of quantities, cost estimates,
preparation of tenders and evaluation of bids for construction of OTM
Accommodations and services at Baisakhi.
2
The Consultant should have carried out similar works of minimum value as
follows during the last seven years: -
a) Should have provided consultancy for a single project of cost 364.00 Crore.
Or
b) Should have provided consultancy for two projects not less than 227.00 Crore.
Or
c) Should have provided consultancy for three works costing 182.00 Crore.
c) The firm should have neither direct affiliation with any foreign firm, nor any
foreign national in the board of directors/management. In addition, no foreign
national should be employed by the firm
a. Minimum average annual turnover for consultancy works for the last three
years shall be Rs.500.00 lakhs
Each of the above mentioned two parts shall be sealed in separate envelopes duly
superscribing Part – I (Technical Proposal) and Part – II (Financial Proposal) on the
respective envelopes. The two envelopes shall be put under one sealed cover
3
duly superscribing the name of the project and name of the work before
submission.
5.2 The bidder shall submit the following information in the Technical Proposal:
4
5.3 The bidder shall submit only cost in the financial bid. The financial bid shall not
contain any conditions. The BOQ shall also contain cost of extra items as
proposed by the bidder in the technical bid.
5.4 The bidders are advised to undertake at their discretion a reconnaissance of the
site at their cost, to familiarize themselves with the site conditions before
preparing the bid.
5.5 All the Pages of Bid document shall be signed and numbered serially. If any
information in Bid is missing or not clearly specified or found ambiguous, it will be
assumed that the bidder is not in a position to supply/ share the information and
therefore will be evaluated accordingly.
5.6 The bids shall be accompanied by Tender Document Fee of Rs. 10000/-(Rupees
Ten Thousand only)a Demand Draft drawn in favour of WAPCOS Limited payable
at New Delhi / Gurgaon and an EMD of Rs. 8,25,000.00/- (Rupees Eight Lakhs
Twenty Five thousand only) in the form of DD/Cheque /Bank Guarantee. No other
form of EMD shall be accepted. The quotations received without EMD or any
other form of EMD shall be summarily rejected. The EMD of unsuccessful bidder
shall be returned. However, in case of successful bidder the EMD shall be
returned on submission of Security Deposit.
5.7 The bidder whose bid is accepted, will be required submit security deposit.
Security Deposit of Rs. 8,75,000 will be required to be submitted within thirty
days of the receipt by the consultant of the notification of the acceptance of
his tender, failing which this sum will be recovered from the first RAR payment
or from the first final bill. However, in cases where any payment is made to the
consultant within thirty days of the receipt of notification of the acceptance of
tender, the amount of individual security deposit shall be recovered from such
payments.
5.8 Your tender should reach us at our Gurgaon office by 31st May, 2017upto 1500
hrs. We shall not be responsible for any delay in receipt of the tender. Late
tenders shall not be considered. WAPCOS reserves the right to reject any or all
the tenders, without assigning any reasons thereof. The technical proposal (Part I)
shall be opened on the same day at 1530 hrs.
5
WAPCOS shall not be responsible for any delay in receipt of the tender. Late
tenders shall not be considered. WAPCOS reserves the right to reject any or all
the tenders, without assigning any reasons thereof. The technical proposal
(Envelope 1) shall be opened on the same day at 1530 hrs. Financial bids of the
technically qualified bidders shall be opened at a later date under intimation to
technically qualified bidders. Bidder(s) or his authorized representative may
remain present at the time of opening, if they so desire.
6.2 The successful bidder must carryout, complete in all respect, the following task of
project within the period as indicated below:-
Phase – II
(a) Go ahead for Prep of DPR/Acceptance of contract whichever is G (Datum) [G for Ph-
earlier) IIshall be after
approval of CPR]
(b) Preparation of line plan for all buildings G + 20 days
(c) Submission of Topographical Survey Report and Contour Plan G+ 30 days
(d) Submission of Soil Investigation Report G + 60 days
(e) Submission of final DPR (including Internal and Ext services) G + 160 days
Arboriculture and Furniture) after taking following action
(i) Power pt prsn on DPR to owner & user at CCE(Army) No 2 or any G + 125 days
other place as decided by CCE
(ii) Incorporating changes/ deficiencies in DPR
(iii) Countersignature of DPR by Stn Cdr/user By G + 140 days
(f) Go – Ahead for IIT/NIT Vetting By G + 150 days
Note - Concurrently process of DPR approval Part I & II (Part II to be submitted by MES) by MoD
would be undertaken by dept.
(g) Submission of IIT vetted Drawings G + 180 days
(h) Go – Ahead for prep of contractual documents (after approval of DPR G + 210 days
by MoD & submission of vetted drgs for IIT)
(j) Submission of tender docus incl BOQs, yardsticks (Three hard copies G + 240 days
6
and a soft copy to be submitted at this stg)
(k) Checking of documents by deptt correction by consultant and G +270 days
submission of corrected tender documents (Three hard copies and
one soft copy is be submitted to CCE(Army) No 2 and two hard
copies and one soft copy to be submitted to project manager at
site)
(k) Issue ofbid G + 300 days
(l) Tender presentation by PM at CCE(Army)No 2 (To be attend by G + 315 days
consultant and user/rep)
(m) Issue of amdt (s) (if any) after tender esentation G + 330 days
(n) Receipt of bid G + 360 days
(o) Evaluation of bid documents and recommendation alongwith G + 380 days
complete market analysis
(p) Acceptance of tender G + 400 days
(q) Submission of 6 set of tender drawings (final revised) for preparation G + 415 days
of CTC
(r) Execution of the project 30 to 40 months
(Depending on
the size of the
project and the
sanctioned period
of completion)
Note:-
(i) The broad scope of consultant is given in tender documents, however the guideline for
preparation of Detailed Project Report. DPR are as per Appendix D.
(ii) The list of OTM Accn and services to be constructed shall be given after acceptance of
bid along with copy of board of officers based on which the works are to be planned and
DPR is to be prepared.
Note 1:- The exact period for execution of the project will be as per contract(s) concluded
with contractor(s) i.e. Builder and it shall be noted by the consultant that in case of any
delay in completion of the project for whatsoever reasons, the consultant shall not be
relieved of his responsibilities after the period given against execution of project and shall
not be entitled for any compensation for first one years from the date of expiry of the date
of completion. The extra payment of beyond one year of date of completion shall be paid as
per payment condition given in payment condition here in after.
Note 2:- The action for advertising the works in public shall be taken by CCE(Army) No2
sufficiently in advance during DPR stage so that tenders could be issued at the earliest after
Approval of DPR.
Note 3:- In case of failure of the consultant, to prepare and submit DPR, tender
documents or within the stipulated period from the date of go ahead liquidated damage @
Rs. 25000/- per week of delay shall be recovered from the consultant.
Note 4:-In case of failure of the consultant, to prepare submit tender documents within a
period of two weeks from the date of go ahead for same, liquidated damage @ Rs. 15000/-
per week of delay shall be recovered from the consultant.
Note 5:-In case of delay in evaluation of quoted tender document and recommendations
within a period of two weeks from the date of receipt of tenders, liquidated damage @ Rs.
25000/- per week of delay shall be recovered from the consultant.
Note 6:- The job of preparation of DPR documents includes for internal and external
7
services also namely External Electrification including substation building, external water
supply including pump-house, and sewage including sewage treatment plan including
services (beyond first manhole) evaluation of such bids and execution of such external
services is within the scope of the work.
6.3 The consultant shall employ only Indian Nationals after verifying their
antecedents and loyalty.
6.5 The time allowed for the completion of work has been worked out through CPM
after dividing the work in board stage.
6.6 The tenderer shall make/update the CPM chart by using software’s like MS
PROJECTor PRIMAVERA or any other suitable software after taking prior approval
from PM.
6.8 The tenderers are advised to visit the site of OTM Accommodations. A tenderer
shall be deemed to have full knowledge of all related documents, samples, site
etc. whether he has inspected site or not.
6.9 Bidder shall treat the Bidding Document and contents hereof as confidential.
6.10 Bid shall remain valid for acceptance for a period of 90 days from closing date of
submission of the bid excluding the date of submission of the bid. The Bidder shall
not be entitled during the said period to vary the bid.
6.11 The successful Bidder shall be required to execute a formal Agreement as per
Form of Contract enclosed with this tender with the WAPCOS within 15 days from
the date of intimation with regard to acceptance of bid. In case the bidder fails to
do so, his Earnest Money Deposit shall be forfeited.
6.9 Data Collection: Data required for carrying out the survey work and land maps
are to be collected from all concerned agencies and department by the
contractor. However, WAPCOS shall issue necessary authorization letters
required, if any for collecting the same.
6.10 Incomplete tender or tender received after the last date shall not be considered
under any circumstances.
6.11 Contractor shall be submitting Daily Progress Reports to WAPCOS Ltd. about the
progress of the work then and there and shall comply to the instructions of
Engineer-in-Charge of WAPCOS LTD.
6.14 In the event of any dispute, the decision of the CMD, WAPCOS LTD shall be final &
binding. The Jurisdiction of the Arbitration shall be at New Delhi.
6.15 WAPCOS reserves the right to reject any one or all the tenders without assigning
any reason thereof.
7.1 WAPCOS LTD may, at its discretion, award total or part of the work and may split
the work among more than one bidder depending upon their Technical
capabilities and Financial Ability.
9
7.2 The contractor shall be solely responsible for the safety; loss, theft, and
breakdown etc. of their equipment and safety of the manpower and shall get the
same Appropriately Insured.
7.3 The quantities indicated in BOQ are tentative only. The payment shall be made as
per actual quantities at the rates accepted by WAPCOS.
7.4 The survey Details/Data collected shall not be passed on to any other person or
organization or used anywhere else by the contractor without the prior
permission of WAPCOS Ltd.
8.2 Scope of services of the consultant shall be spread over in phases as under :-
8.2.1 Helping MES with advice on technical matters in respect of the project in settling
disputes, if any with the contractor(s) and assisting the MES in arbitration
proceedings to settle the disputes with contractor (s), if any in accordance with
CA provisions.
8.3 It must be clearly understood by the consultant that the time of completion of
Phase – II may span more than 4 years. The consultant shall establish a liaison
cell with authorized technical representative with one computer operator along
with serviceable computer, printer and telephone with connection etc, at the
office of CCE(Army) No 2, Missamari, MES on permanent basis during pre-
construction phase. Consumable spares of all types will also be provided nothing
extra shall be payable to the consultant on this account.
8.5 Preparation of Detailed Project Report (DPR). The DPR shall be prepared
10
separately for each station work wise and Based on the “Go Ahead” given by
WAPCOS, the consultant shall prepare and submit 5 copies initially for approval
and final 5 copies after correction (if any) for highlighting the following:-
i. Line plan and after approval of line plan detailed Architectural, Structural,
electrical, water supply, sanitary sewage and construction drawings.
Detailed Arboriculture drawing.
ii. Design, drainage, roads details duly certified by the consultant. These
design details shall be got proof checked through any of the IIT/ NIT.
Outsourced proof checking by will not be accepted. WAPCOS at its
discretion may also get the design proof checked directly from IIT/NIT if
WAPCOS is satisfied that consultant is not able to submit the detail design
duly approved by IIT/NIT. All the vetted design shall bear the signature
and seal of Professor vetting the drawing with the seal and signature of
consultant. Complete design folders (2 hard copy and one soft copy
(AutoCAD and PDF) shall be submitted).
iii. Detailed specifications of structures service and finishes.
iv. Type of materials to be used in construction.
v. Type of scaffolding (only steel / Aluminum).
vi. Detailed BOQ and estimates including yardsticks.
vii. Following liquidity damages will be levied on the WAPCOS by the MESif
the variation in Bills of Quantity in contract in any trade section prepared
by successful bidder is beyond 5% unless the variation is necessitated due
to user requirement :-
If, there is variation in Bills of Quantity in contract in any trade section and
because of this client imposes liquidity damages on WAPCOS as per the
above para & table, in that case, equal actual amount of the liquidity
damages will be deducted from the successful bidder’s bill.
viii. For Variation in BOQ upto 10% in the trade section of site clearance only
no liquidity damage will be charged. However, if the variation in BOQ of
site clearance is more than 10% liquidity damage at the rate specified in
clause 17(f) (x) Sl No.2 and Sl No. 3 above will be charged to the
consultant.
ix. Estimates of all works catered in DPR shall be as per SSR-2010 of MES. If
certain items are not available in SSR-2010 of MES then the market rates
shall be taken for working out the rates. The detail of market rate with
supporting quotation shall be given.
x. Calculation of plinth area rates per square meter of building work
including internal electrification, internal water supply, sanitary and
plumbing work and built in furniture.
xi. Draft lump sum and or item rate tender documents as decided by
WAPCOS to be issued to contractors.
xii. Any other details as deemed necessary and highlight the specific issues in
DPR (station-wise) for information and attention of OWNER, MES.
h) Any other details as spelt out by the Chief Engineer, WAPCOS during currency
of contract.
i) Guideline on DPR is brought out in Appendix “D‟.
12
The type/classification of soil and quantity of the item will be certified by Project
Manager/ CCE(Army) No 2.
8.7 Tenders
(a) Prepare and submit 5 hard copies and 2 soft copies of complete tender
documents and ensure for its correctness with respect to technical
and financial aspects. The tenders shall be based on General Conditions
of Contract. Lump sum tender shall include yardstick for payment based
on detailed bill of quantities.
(b) The Consultant shall evaluate the financial portion of tender documents in
all aspects including financial evaluation and submit recommendation to
CCE(Army) No 2 for their approval alongwith detailed market analysis
with supporting details like quotations, price lists etc.
(c) Assist PM to obtain necessary approval from local agencies required if
any for commencement of construction work or pertaining to services
(Electric & water supply).
(d) Any other details / works spelt out by CCE(Army) No 2 during tender
process till acceptance of contract.
(a) Whenever, the owner exercises his authority to cancel any of the contract
with contractor (s), inventory of the following shall be made jointly by the
consultant, Project Manager and the concerned contractor or their
accredited representative through the board of officers and in case of
failure of the concerned contractor or their accredited representative to
join within the period notified to him, by the consultant and the Project
Manager as per details given below:-
Preparation of “FINAL REPORT” which will contain all technical and financial
information of the project for record of CCE.
The consultant shall assist in preparation of replies and settle all observations
raised by various agencies with respect to the project if it pertains to their scope
of work and services provided by them.
14
The consultant shall not use or reveal the details of the project to any third
party without permission of the owner and shall return all the records of project
whether hard copy or soft copy to the owner on completion of the contract.
9.1 It is expressly mentioned that project Cost shall not include cost of land and
escalation, if any and percentage quoted by consultant of project cost shall not
be paid on cost of land, escalation, if any
9.2 Official Secrets Act and Security of Classified Information and Documents
The Consultant shall not disclose to any third person or party any information,
data, tender documents and contents thereof, design, drawings, plans,
specifications etc. received from the WAPCOS/MES or collected during their site
visits to various military stations at any time either in whole or in part and shall
ensure to preserve the secrecy of the above information and shall not use the
same for any purpose other than construction, maintenance and operation of the
resultant Project/Plant. Officers, staff, employees of the Consultant handing all
such information shall be subject to the OFFICAL SECRETS ACT and violations, if
any, shall be dealt with accordingly.
9.4 INDEMNITY
9.4.1 The consultant shall hold harmless and indemnify the WAPCOS, against any
claims or liability because of personal injury including death of any employees
of consultant arising out of or in consequence of the performance of this Tender.
9.4.2 WAPCOS shall not be responsible for any loss or damage to property of any kind
belonging to consultant or his employees, servants or agents during execution
of the contract.
9.5 ASSIGNABILITY
The tender and benefits and obligations thereof shall be strictly personal to
the parties.
15
9.6 COMMENCEMENT OF SERVICES
The Consultants shall begin carrying out the Services at the end of Maximum 15
days‟speriod after the date of issue of work order to the successful bidder.
9.7 SUSPENSION
The WAPCOs may, by written notice of suspension to the Consultant, suspend all
payments the Consultant hereunder if the Consultant fail to perform any of their
obligations under this Contract, including the carrying out of the Services
provided that such notice of suspension.
(b) Shall request the Consultants to remedy such failure within the period
not exceeding thirty (30) days after receipt by the Consultants of such
notice of suspension.
9.8 TERMINATION
If at any time in spite of reasonable notices, the WAPCOS considers that the
consultant is making default or is not progressing diligently or that the quality of
services rendered by the consultant is not satisfactory, or that the consultant is
not effectively cooperative in achieving the targets of the scheme in one way or
other or that the consultant is lacking in professional ethics or misconducts
himself, then WAPCOS may at his own discretion terminate this contract in whole
or in part as he deems fit without assigning any reason, In the event of such
termination, the consultant shall be entitled to be paid only for those stages of
work/services which have been fully and satisfactorily completed by the
consultant. No compensation whatsoever for payment shall be due to the
consultant for any incomplete stage or on any other account. Any drawings,
design etc received by the WAPCOS for incomplete stage however becomes the
property of the WAPCOS.
16
9.9 FORECLOSURE
At any time before his services and obligations under the contract is completed by
the consultant, the WAPCOS, shall have right to foreclose this agreement without
assigning any reason to the consultant. In case of such foreclosure the consultant
shall be entitled to be paid for the stages of work already completed by him at
applicable rates and a reasonable compensation as decided by Employer (which
shall be final and binding) for any part or any stage of services of the consultant
already completed by the consultant before he was served with a notice of
foreclosure.
In the event of any dispute, the decision of the CMD, WAPCOS LTD shall be final
& binding. The Jurisdiction of the Arbitration shall be at New Delhi.
9.11 WAPCOS reserves the right to reject any one or all the tenders without assigning
any reason thereof.
9.13.1 Definition
For the purpose of this contract, “Force Majeure” means an event which is
beyond the reasonable control of a party, and which makes a Party’s performance
of its obligations under this contract is impossible or so impractical as reasonably
to be considered impossible in the circumstances, and includes but not limited to,
war, riots, civil disorder, earthquake, fire explosion, storm, flood, strikes, lockouts,
or other industrial action (except where such strikes, lockouts or other industrial
action are within the power of the Party invoking Force Majeure to prevent),
confiscation or any other action by government agencies.
(i) Take into account at the time of conclusion of this contract and;
(ii) Avoid or overcome in the carrying out of its obligations under this contract.
17
The failure of a Party to fulfill any of its obligations under this contract shall not be
considered to be a breach of, or default under, this contract insofar as such
inability arises form an event of Force Majeure, provide that the party affected by
such an event has taken all reasonable precautions, due care and reasonable
alternative measures, all with the objective of carrying out the terms and
conditions of this contract.
(a) A Party affected by an event of Force Majeure shall take all reasonable
measures to remove such Party‟s inability to fulfill its obligations under this
contract with minimum of delay.
(b) A Party affected by an event of Force Majeure shall notify the other Party of
such events as soon as possible, and in any event not later than fourteen (14)
days following the occuncence of such event, providing evidence of the nature
and cause of such event, and shall similarly give notice of the restoration of
normal conditions as soon as possible.
(c) The Parties shall take all reasonable measures to minimize the consequences
of any event of Force Majeure.
9.14.2 The consultant shall provide to the Chief Engineer (P&H) a Professional
Liability Insurance (PLI) for a period of five (5) years or as per applicable law,
whichever is higher, after completion of services. The liability to the
CCE(Army) No 2 shall be limited to not less than the total payments expected
18
to be made under the consultant‟s contract, or the pr oceeds the
consultant is entitled to receive under its insurance, whichever is higher.
19
FINANCIAL PROPOSAL
Consultancy Services
Note: -
1. Consultant shall quote cost in BOQ. Based on his quoted cost, the % of consultancy
fee on total project cost (Approx 454 Crores) shall be derived which shall be
applicable for further payments under this contract.
2. Based on quoted cost in BOQ the quoted percentage shall be derived by comparing
quoted cost in BOQ and total project cost i.e. Rs 454 Crores (Approx). The
contract shall be accepted based on the percentage as derived above only.
This percentage shall be applicable for settled fee also.
3. The work is estimated to cost of Rs 454 Crores. This estimate however is not a
guarantee, it is merely given as rough guide, and if the work costs more or less,
the consultant will have no claim on this account.
Stage – 1 20% (Twenty percent) of settled fee of the project will be released
afterapproval ofCPR.
Stage – 2 50% (Fifty percent) of the settled fee for the project will be released after
approval of DPR including BOQ estimates, reqd vetted drawings and draft
specifications by OWNER, MES.
Stage – 3 65% (Sixty five percent) including payments already made, of the settled
fee will be released after submission of requisite set of tender documents
including detailed working drawings & specifications.
Stage – 4 90% (Ninety percent) including payments already made, of the settled fee
will be released on conclusion of respective construction contract
agreement by the owner based on consultant’s tender documents and his
technical evaluation, complete market analysis and recommendation.
Stage – 5 95% (Ninety five percent) including payments already made, of the
settled fee will be released after physical completion of respective
construction contracts provided the contract conditions are fully satisfied
as certified by CCE(Army) , MES
Stage – 6 100% (Hundred percent) including payments already made, of the
settled fee will be released after payment of Final Bill in any contract
All payment will be made on back-to-back basis to the successful bidder i.e after
20
receipt of payment from WAPCOS’s Client i.e. MES.
Note: - The consultant shall be entitled to be paid fees to the extent of 90% of the
respective stage payment on completion of Stage 1, Stage 2, & Stage 3. It is noted that
the Accepting Office shall be responsible for deciding the completion of the stage of the
project or its part. His decision shall be final and binding.
The Consultant may submit bank Guarantee Bond against payment due in Stage 5 for a
period to be decided by the Owner on completion of Stage 4. After completion of stage 5
the consultant may be released 95% of payment provided he submits BGB of settled fee
of stage 5 thus making the total retention money as 10% including the performance
guarantee.
The Consultant’s total remuneration shall be inclusive of costs toward all staff costs, Sub-
Consultant’s Costs (if any), printing, communications, travel, accommodation, getting all
approvals at various levels of MES i.e MOD , ENC etc and the like, and all other costs
including costs for carrying out topographical survey and soil investigations incurred
by the Consultant in carrying out topographical survey and incurred by the Consultant in
carrying out the Services described in this Contract including Vetting of structural drgs by
IIT‟s/NIT‟s.
WAPCOS shall deduct Income Tax at source as per the norms laid-down by the
Government of India at the time payment.
“The remuneration to the consultant shall be calculated as defined in para 1.10 on page
30 here-in-after, No escalation what so ever shall be payable to the consultant on any
account”.
The cost of the project shall be finally considered to be based on the Adm approval
cost, which would be sanctioned as per the finally approved DPR by the Sanctioning
Authority. The settled fee due to the consultant shall be decided accordingly.
The invoice raised by the successful bidder against the corresponding deliverable will be
bonafied only after getting all written approvals from the various approving levels of MES
for that respective deliverable.
21
Tech Form – 1
Bid Submission Form
To
Chief Engineer
Ports and Harbour Division,
Room No. C-22,
WAPCOS Limited,
76-C, Sector-18, Institutional Area,
Gurgaon, Haryana – 122015.
Sir,
With reference to the NIT No……., published in WAPCOS portal on ……………, I/we, the
undersigned, having examined, understood the Employer’s Requirements Carrying out
for the above mentioned project and on behalf of
………………………………………………..…………………………(Name of Firm/ Agency) do hereby
submit our application along with all the essential documents for consideration please.
I/ We hereby declare that the information furnished herewith are correct to the best of
my / our knowledge and belief. However, I/ We agree to abide by the decisions of the
Employer for dismissal of our candidature in case any information furnished along with
this application is found to be false and / or inaccurate at any point of time in future.
Thanking you.
Yours faithfully,
Signature
Position
Seal
Dated:
Place:
22
Tech Form – 2
Details of Similar Works
Assignment No.
Name of Work
Commencement of Date
Scheduled date of
Completion
Actual Completion Date
Details of Services
provided by the firm
Key Professionals
involved in the Study and
their proposed position
We hereby certify the information as given in below in table is correct and we have
attached Client Completion Certificates in support of list of works given as above.
23
Tech Form – 3
Turnover Details
Name of firm:
Sr. No. Financial Year Turnover (In Lakh Rs.)
1. 2013-2014
2. 2014-2015
3. 2015-2016
Avg. Annual Turnover
This is to certify that.................... (Name of the Applicant) has received the payments
shown aboveagainst the respective years on account of professional fees.
Date:
In case the Applicant does not have a statutory auditor, it shall provide the certificate
from its chartered accountant that ordinarily audits the annual accounts of the Applicant.
24
Tech Form – 4
Name of Firm:
Sr. Name Education Total Years Summary of
No. qualification Experience with Professional
in years firm Experience
25
Appendix D
CONTENTS OF DPR
26
1. Introduction:Itshallcontain thefollowing:-
a) Name ofStation
b) NoofOTMAccnindifferentpartsfor eachcategoryapproved byMOD.
c) Special item etctobeincludedinDPR.
3. Topographical details & Soil investigation 3 x 3m grid the min grid size is 3 x 3 m :
4. Land and site plan details: It shall contain layout details covering complete land use
ongoing plan/green areas/ arboriculture / layout of blocks (No of storey/type of
construction) and B/R and E/M external services, details of plinth levels of various
blocks, road levels invert levels of sewage lines and manholes, details of site office,
testing facilities at site, labour camp, tapping points for water and electricity.
5. Site Clearance and area development: The executing agency shall give details of
site clearance involved in the work with supporting documents for each and every
item such as:-
a. Area development details, cutting /filling of earth supported with calculation
details considering use of surplus earth available.
d. Shifting of electric lines/poles (HT/LT) and water pipe lines with estimate
from state electricity / water boards.
6. Architectural drawing and details: Complete set of arch drg based on authorized
plinth area, zonal specifications, scale of Accn-2009 and subsequent amendment and
instruction issued by Min of Defence and including all details & specifications consisting
of the following:-.
b. Elevations from different sides, front, rear, right and left including plinth level
and perspective view.
c. Section at all critical point such as at toilet and kitchen, staircase, sunken
floor, changing slope points etc.
e. Details of door, windows & cupboard shutters with wooden and / or steel
frame, built in dressing table both for gents and ladies, fire place concealed
rain water pipes, CI grating, etc.
7. Structural and execution drawings: - It shall consist of the following details and
information as per approval CPR:
a. Details specification of doors and windows including fixing details clearly shown
on drawing with dimensions.
b. Details of fly proofing, railing and grills including details of fixing (design pattern
of railing and frills guard bars to be shown with dimension of each member).
c. Details of toilets and bath fittings i.e. layout of WC, WHB, towel rails with
dimensions, soap niche, looking mirror, peg set, shower roses, taps and
specification of these fittings, location of geysers and fixing details.
d. Details of iron monger/fluting fixtures for doors and windows, ventilator
cupboards, built in furniture and other such requirement.
e. Details of built in furniture and cupboard i.e. layout type of materials, design
29
and fixing details, details of pelmet including curtains rods, fixing details.
f. Details layout of kitchen and its fitting including fixing details (cooking platform,
sink, plate racks, shelves taps, exhaust fan , plugs & switches etc.
g. Details of floor (living, bath, toilet, and kitchen) dado, skirting and their finishes.
h. Details of serviced water tanks (capacity, make, type i.e. Ferro cement, RCC,
PVC), fixing details, layout of water pipe lines and their connections.
i. Details of staircase railing, balustrade, pillars and fixing arrangement of these
items, floor and its specifications, traps doors & rungs, parapets Jalis etc.
j. Details of gate and gate pillars fixing details of barbed wire with posts etc,
including fixing details of gate (plan elevation and section).
k. Detailed specifications of SWG, GI, CI, RCC & hume pipes, their fittings and fixing
details wherever applicable.
l. Details of layout and fixing of electrical and water supply items such as FTL
fittings, plugs, switches, taps & looking mirrors etc.
m. In all multi storied buildings polished granite stone flooring in & around lift be
considered.
(c) Formwork and shuttering: Details of type of formwork and scaffolding i.e.,
steel, wooden etc. proposed for use during construction, their frequency of use
i.e. no of repetition of use in case of wooden formwork, lift/jacks for connection
of scaffolding etc.
(d) Human Resources: Number of site engineers and their qualifications and
experience, details of manpower to be employed on daily basis during
construction of work, skilled workers trade wise i.e. bar benders, carpenters,
masons, semiskilled workers, labour, arrangement for the boarding/lodging of
30
employed manpower, details of permanent staff etc.
10. Blank
11. Detailed specifications and finishes: The specification and finishes shall be as
per authorization of SOA-2009 Zonal specifications and instruction from Min of Def it
shall cover the following aspects:-
(b) Materials:- Aggregate (coarse and fine), cement, steel, bricks, electric
wiring and fittings, water supply pipes and fittings, SWG, RCC, CI and hume
pipes and fittings, barbed wire, GI wire net, glass panes iron mongery, glazed
tiles, marble chips, HP tiles, bituminous felts, doors and windows, door frames
(steel and wooden) and other joinery, external electrical fittings and water
fittings, water storage tanks, sanitary fittings and fixtures and other materials.
(c) Make of items: The consultant shall clearly specify minimum three
names of manufactures/brands of all items. It shall be ensured that names
specified shall not differ in cost and should be of comparable standard. All such
items shall bear the approval of BIS including embossing. Priority shall be given
to incorporate quality and innovative product. Machine made bricks and roof
tile shall be preferred over conventional bricks and tile wherever available and
cost is comparable and the items are suitable for the place. Possibility shall be
explored for use Ready Mix Concrete (RMC).
(d) Schedule of finishes: It shall contain the type of finishes for each and every
item right from sub base of foundation to roof treatment in tabular from e.g.,
floor/dado/skirting in living, drawing, dining, kitchen, bath and toilet, staircase,
inside/outside well finish, inside of cupboard etc.
(i) Layout plan, sectional drawing with details of specifications, Structural and
functional soundness of existing roads, paths, culverts and bridges where traffic
pattern is likely be affected by OTM Accommodation. Details of
31
strengthening measures to be given if required.
(iii) Site lab for testing relevant materials as per relevant BIS codes.
(b) Drainage:
i. Layout plan and sectional drawing with details specification of exiting storm
water drain and existing discharge point.
ii. Layout plan and sectional drawings with detail specification of proposed storm
water drain with design details based on hydrological and structural design
parameters such as topography of land Geological feature of soil, design
discharge details at various points based on catchments area, rainfall dates, run
off co-efficient and time of concentration etc.
(c) Sewage System Separate STP or feasibility with the existing display system:
ii. Layout plan, details drawings and specifications of proposed sewage scheme
upto disposal point.
i. Detailed drawings and specification for security wall with fencing and gate.
ii. The security/boundary wall shall be designed to sustain the lateral pressure due
to max boundary wall wind velocity based on met datas in the past for at least
32
20 years and stability against seismic condition besides other design
parameters.
(e) Electrification
i. Layout plan of existing external electric supply network of station bringing out
KLP electrical load, availability and present electrical load, system voltages,
location of take over point, transmission/distribution lines with size and
capacity, transformer with capacity and connected load, substations,
protection & switchgears, feeder pillar, street lights etc.
ii. Determination of electrical load phase wise and pocket wise for proposed
married accommodation after taking into consideration of critical electrical load
for lifts, pumps for water supply, pumps for fire fighting, pumps for sewage
disposal, street lights etc.
iv. The proposed electrical scheme must economically consider the augmentation
of existing electrical network and ensure optimal utilization of existing electrical
network to avoid clustering of conductors duplicacy / redundancy of assets.
vi. Schematic diagram, layout plan, specification and details of proposed electric
supply scheme including source, tapping point, transmission/distribution lines
with size and capacity along with supporting fault/voltage drop calculations,
transformer with size and capacity, substation, protection & switchgear, HT /LT
panels, earthing arrangement for earth resistance as per IS, feeder pillar box,
street lights etc along with supporting details and selection criteria for all
electrical items, equipments and accessories.
vii. Schematic diagram, layout plan of sub stations duly marked with location, size,
specification & capacity of all equipments/electrical item such as protection &
switchgears, transformers, HT/LT panels, shunt capacitor bank, switches,
ducting & criteria for all electrical items, equipments and accessories. Necessary
33
clearance, safety & adequate working space as per Indian Electricity rule 1956
be ensured.
viii. Working drawing, layout plan, supporting details, specifications and selection
criteria for all electrical items, equipments and accessories of HT/LT panels, as
well as power and control equipments and accessories such as bus bar,
switches, protection & switchgears, relays, CT/PT, change over switches,
voltmeter / ammeter, energy meter,. Power factor meter, frequency meter,
earthing etc and writing diagram of protection of transformer to relay to be
provided.
ix. Certificate from station commander / MES confirming that electricity for new
OTM Accn works can be made available without augmentation of existing
external electric supply network of station else certificate from State Electricity
Board confirming that electricity for these works can be made available without
augmentation of existing external electric supply network of station.
xii. Schematic diagram, specifications and layout plan of DG set room duly
marked with location, size & capacity of all equipments such as DG set, LT
panels, POL tank, switches, change over switch, control wiring, ducting &
cabling, piping, earthing etc along with supporting details, foundation details of
DG set as per manufacturer‟s instruction and selection criteria for all electrical /
mechanical items, equipments and accessories Necessary clearance, safety &
adequate working space as per Indian Electricity rule 1956 be ensured.
xiv. Installation details, drawings, specification and layout plan of aviation lights.
xv. Installation details , drawings, specification, selection criteria and economic and
technical justification of proposed cost effective energy saving measures for
reduction in consumption of electricity.
34
xvi. Installation details, drawings, specifications, layout plan and selection criteria
for all electrical items, equipments and accessories of lighting protection
scheme.
xvii. Installation details, drawings, specifications, selection criteria for all electrical
items, equipments and accessories, of solar power based electrical items.
i. Layout plan of existing external water supply network of station out KLP
requirement, availability and present requirement, source / bore wells, stroge
reservoirs, pumping.
ii. Installations, water pipe lines with size, method of disinfection/ purification etc.
iii. Determination of water requirement phase wise and pocket wise for proposed
OTM accommodation after taking into Consideration of critical requirement for
firefighting etc.
v. The proposed water supply scheme must ensure optimal utilization of existing
water supply network to avoid delicacy / redundancy of assets.
vi. Schematic diagram, layout plan, specifications and details of proposed water
supply scheme including source /bore wells, tapping point, storage reservoirs,
pumping installation, water pipe lines with supporting friction / hydraulic head
loss calculations, pump & prime mover with supporting details and selection
criteria for all electrical / mechanical items, equipments and accessories.
viii. Schematic diagram, specifications and layout plan of pump hour duly marked
with location, size & capacity of all equipments such as pumps, prime
mover, starters, water lines, valves, LT panels, ducting & cabling, earthling etc
along with supporting details and selection criteria for all electrical
mechanical items, equipments and accessories. Necessary clearance, safety
35
& adequate working space as per rule be ensured.
ix. Working drawing, layout plan, supporting details, specifications and selection
criteria of LT panels showing all power and control equipments and accessories
such as bus bar, switches, relays, CTS, Change over switches, voltmeter /
ammeter, energy meter, shunt capacitors, earthings.
x. Certificate form station commander/ MES, confirming that water for Projects
works can be made available without augmentation of existing external water
supply network of station else Certificate from State / Municipal Board
confirming that water for works can be made available without augmentation of
existing external water supply network of station.
xi. In case requirement of water for proposed works cannot be met and external
water supply network of station is required to be augmented by the MES or
state / Municipal Board details, estimates and time frame of execution for
proposed augmentation work MES or State / Municipal Board to be obtained
and enclosed. Financial effect be included in DPR.
xii. CGWB report, if water supply scheme is based on bore wells, stating the
following items:-
xiv. Installation details, drawings, specifications, layout plan and selection criteria
for all electrical/mechanical items, equipments and accessories of proposed
fire fighting scheme along with report from fire Advisor Ministry of Defence, if
any for building height more than 18 meter.
xvi. Central heating system for Adm bldg, OTM bldg & Tech bldgs.
xvii. STP (Central/Package type) depending upon the location/incoming sewage
and reuse of the treated water for Garden.
xviii. Solar Water system with electrical back up.
36
NOTE
The development of source for electric supply & water supply for Baisakhi
Complex Spread in various pockets such as NKD, Senge, Sangrilla, Baisakhi &
Ahirgarh out of which Senge, Sangrilla, Baisakhi & Ahirgarh experience snowfall in
winter and temp drop to (-)160C. Anti freezing, methodology/measures to be
adopted in complete water supply system covered accn/sheds to be considered
to all electrical equipments/panels have been taken up with state Govt authority.
The scope of consultancy involved the external water supply, external electric
supply network after the main receiving station & main water treatment plant
erected by the state Govt authority.
The estimates/Costing must be supported with market rates and rate analyses.
Others
(i) Rain water Harvesting (In case it is proposed)
(aa) Layout plan and details of proposed scheme for roof rainwater harvesting
and ground water recharging as per CGWB recommendation.
(ab) Location of recharging pit, trench/any other method recommended
considering ground conditions, subsoil strata, rainfall data‟s and runoff co -
efficient etc.
(ii) Land scaping and arboriculture: The detailed land scaping and arboriculture
keeping in view of the local flora & fauna and climatic conditions shall be submitted by
the Consultant alongwith Schedule of quantities and particular specifications of scope of
work.
(iii) Environmental Clearance : Environmental clearance wherever required shall
be obtained from local/Govt agency.
(iv) Fire Fighting (If required)
(v) Central heating system: -
(aa) Determination of heat load bldg wise and pocket wise for proposed
central heating system.
(ab) Schematic Diagram, layout plan, specification and details of proposed
central heating system including distribution lines with size and capacity along
supporting calculation. Necessary insulations, equipments and accessories etc
must be according to IS.
(ac) Schematic diagram, layout plan of plant duly marked with location, size,
specification & capacity of all equipments/heating system including insulation etc.
Necessary clearance, safety & adequate space as per IS be ensured.
(ad) Working drawing, layout plan, supporting details, specification and
selection criteria for all equipments and accessories such as safety/protection
devices, pressure gauge, thermometers etc.
(ae) Installation details, drawing, specification layout plan and selection criteria
and economic and technical justification of proposed cost effective energy saving
measures etc.
(af) Installation details, drawings, specification, selection criteria for all
37
equipments and accessories of solar power based plants/system.
(ag) Schedule of quantities and particular specification of scope of works.
17. Estimates and bill of quantities:
(a) Details estimates of all items and other accessories are to be prepared as
per MES SSR2010 and wherever rates are not available it should be prepared on
market rate (rate analysis to be enclosed).
(b) Calculation of plinth area per Sqm of building work including internal
electrification, internal water supply, sanitary and plumbing work.
18. Defect liability period: Modalities for ensuring smooth and timely rectification
of all type of defects shall be spelt out by the executing agency giving details of
each category of tradesmen and inventory of stores and time period of
rectification of defects reported.
19. Miscellaneous information:-
(a) Grade of cement (43/53).
(b) Grade and type of structural steel.
(c) Source and availability of local material- bricks, coarse and fine aggregate.
(d) Aesthetic details of the project keeping in view of existing structures, local
environment and surrounding construction patterns.
(e) Type of shuttering/scaffolding proposed for construction.
(f) Any other relevant information if any.
20. List of appendices: The following appendices are part of the guidelines.
(a) Appendix „E‟ : Cost estimate part I
(b) Appendix „F‟ : Cost estimate part II
(c) Latest updated zonal specifications of the station duly Authenticated by
CE ZONE.
38
Appendix E
Station:
Name of Project: CCE(Army) No 2, Missamari
Brief particulars of work to be done:
Date:-
Signature
Place:- (Competent Authority) Of Executing
Agency
39
Countersigned
(StationCommander)
40
Appendix E
Station
Name of Project CCE(Army) No 2, Missamari
Brief particular of work to be done
Name of Executive Agency
41
FormatofBankGuaranteeforEMD
To,
WAPCOSLimited
76-C,InstitutionalArea
Sector-18
Gurgaon
Haryana-122015
Sir,
In accordancewithyourNITNo…………….……..dated…………….
M/s………………. havingitsregistered officeat……..(herein aftercalledthe
‘Bidder’)wishtoparticipateinthesaidNITfor……………………………
AsanirrevocableBankGuaranteeagainstBidGuaranteeforanamount of
Rs……………. (Rupees ……………) valid upto…….. is required to be
submittedbytheBidderasaconditionpresetforparticipation inthesaidNIT,
whichamount isliabletobeforfeited onthehappening ofanycontingencies
mentionedin theNIT.
Designation..…………………
Bank’sCommonSeal…..……………
…
AttorneyasperpowerofAttorneyNo…..……………….
WitnessSignature……
….. Name……………
42