Download as pdf or txt
Download as pdf or txt
You are on page 1of 50

CONTRACT NO.

GUJARAT WATER SUPPLY & SEWERAGE BOARD

GANDHINAGAR

(A WHOLLY OWNED GOVERNMENT OF GUJARAT UNDERTAKING)

Bid Documents for Design, Build & Operate Contract for


Name of Work:- Providing, supplying, lowering, laying and jointing DI/PVC pipeline
as Rising/Gravity Main, Designing constructing WTP, Constructing RCC ESR/ U/G
Sumps, Pump House, Quarters, Compound Wall, village level Sump's,ESRs & Pump
Room including connecting Line at various village & Pumping Machinaries and
Electrification at Various H/W or Sub H/W under LIMKHEDA Regional Water Supply
Scheme with FIve year O & M Turn Key Project

Taluka: Limkheda/Singvad/Jhalod DIST.: Dahod

VOLUME – IA – SECTION - I

TECHNICAL BID

Estimated Cost: - Rs. 61,91,94,003.01

Chief Engineer
Gujarat Water Supply & Sewerage Board
Zone –I, Vadodara
THIS PAGE IS LEFT INTENTIONALLY BLANK
VOLUME IA: TECHNICAL BID

INDEX

SR. NO. PARTICULARS

VOLUME- I A

1 SECTION- I: Tender Notice

2 SECTION- II: Instructions To Bidders


THIS PAGE IS LEFT INTENTIONALLY BLANK.
CONTRACT NO.
GUJARAT WATER SUPPLY & SEWERAGE BOARD

GANDHINAGAR

(A WHOLLY OWNED GOVERNMENT OF GUJARAT UNDERTAKING)

Bid Documents for Design, Build & Operate Contract for


Name of Work:- Providing, supplying, lowering, laying and jointing DI/PVC pipeline as
Rising/Gravity Main, Designing constructing WTP, Constructing RCC ESR/ U/G Sumps,
Pump House, Quarters, Compound Wall, village level Sump's, ESRs & Pump Room
including connecting Line at various village & Pumping Machineries and Electrification at
Various H/W or Sub H/W under LIMKHEDA Regional Water Supply Scheme with FIve
year O & M Turn Key Project

Taluka: Limkheda/Singvad/Jhalod DIST.: Dahod

VOLUME – IA – SECTION - I

TECHNICAL BID

Estimated Cost: - Rs. 61,91,94,003.01


VOLUME – IA

TECHNICAL BID

SECTION-I

TENDER NOTICE

Chief Engineer

Gujarat Water Supply & Sewerage Board

Zone –I, Vadodara


THIS PAGE IS LEFT INTENTIONALLY BLANK
TENDER NOTICE
1 Department Name Gujarat Water Supply & Sewage Board
2 Circle/Division P.H. Circle Godhara / P.H.Work Dn. Dahod
Tender Notice No
3
Tender ID
Bid Documents for Limkheda Regional Water Supply Scheme .
4 Name of Project: Taluka :Limkheda/Singvad/ Jhalod Dist. : Dahod

Providing, supplying, lowering, laying and jointing DI/PVC pipeline


5 Name of Work: as Rising/Gravity Main, Designing constructing WTP, Constructing
RCC ESR/ U/G Sumps, Pump House, Quarters, Compound Wall,
village level Sump's, ESRs & Pump Room including connecting
Line at various village & Pumping Machineries and Electrification at
Various H/W or Sub H/W under LIMKHEDA Regional Water Supply
Scheme with FIve year O & M Turn Key Project
Estimated Contract Value (INR) Rs. 61,91,94,003.01
6

Period of completion of 18 Months including 3 Month Trial Run


7
work (in Months)
8 Period of O & M (in Years) 5 Years
9 Bidding Type Open
10 Bid Call (Nos) 1
11 Tender Currency Type Single
12 Tender Currency Settings Indian Rupee (INR)
13 Joint Venture Applicable
14 Rebate Applicable
Amount Details
Bid Document Fee/Bid
15 Processing Fees/Tender Fee : Rs. 30,000/- (Rupees Thirty Thousand Only)

Bid Document Fee Payable To Executive Engineer, P.H. Works Division, Dahod
16
:
Bid Security/EMD/Proposal Rs.61,91,940.00 /- (Rupees Sixty one lakhs Ninty One Thousand
17
Security (INR) : Nine Hundred Forty only)
Bid Security / EMD In Executive Engineer, P.H. Works Division, Dahod
18
Favour of :
Tender Dates Note: All Dates are in dd/mm/yyyy, hr: min as per Indian Standard
Time (IST)

Bid Document Downloading System Generated Date


19
Start Date
20 Site Visit --
Pre Bid Meeting --
21 Office Of Chief Engineer, Zone-1, Jal Seva Bhavan, 3rd Floor, GERI
Address for pre bid
meeting Campus, Race Course, Vadodara-07
Bid Document Downloading --
22
End Date
Last Date & Time for --
23
Online Receipt of Bids
Physical Submission of --
24 documents last Date & Time
25 Bid Opening Date As Per Online NIT (If possible)
26 Bid Validity Period 180 Days from the last date of submission of bid.
Tender fee shall be paid only by demand draft and EMD shall be
paid either by demand draft / DR of Bank Guarantee favouring
Executive Engineer, P.H. Works Division, Dahod. The Scanned
documents of tender fee and EMD shall be upload with Tender
Document. The Original Document of Tender fee and EMD shall be
sent by through Registered Post A.D./Speed Post/Hand to Hand
Delivery acceptable so as to reach to Executive Engineer, P.H.
Works Division, Dahod. Address shall be before 15.00 Hours on
next working day of last date of Bid submission. i.e 09/02/2021.
Physical submission of
The agencies who fail to send the original DD/FDR shall be banned
Tender Fee, Earnest Money
27 form participating in any tender of GWSSB Board for 3 years. The
Deposit and PQ supporting
date of opening of Tender shall be on same day (if Possible). By
document.
All document shall be submitted in electronic format only through
online (by scanning etc) & Submission only in hard copy will not
be accepted separately.

1. Tender fee, Earnest money deposit, PAN Card shall be


uploaded online only.
2. Tender Fee (Document fee) amounting to
Rs. 30,000/- (Rupees Thirty thousand Only) in favour of "Executive
Engineer, P.H. Works Division, Dahod " in form of Demand Draft
shall be issued by any nationalized bank or as per list mentioned in
28 Payments details GR of. Finance Department, GR. No: EMD/10/2020/42/DMO, Date
19.10.2020. (Enclosed)
Earnest Money Deposit
Rs.61,91,940.00 /- (Rupees Sixty one lakcs Ninty One Thousand
Nine Hundred Forty Only Only) In form of FDR or Bank
Guarantee in favour of " Executive Engineer, P.H. Works Division,
Dahod " valid up to 28 days from the date of closure of the bid
validity period of 180 days i.e.(Total of 180+28=208 days), shall be
issued by any nationalized bank or as per list mentioned in GR of.
GR of. Finance Department, GR. No: EMD/10/2020/42/DMO, Date
19.10.2020. (Enclosed)
Volume-IA, Technical Bid Limkheda RWSS
OTHER DETAILS

29 Officer Inviting Bids : Superintending Engineer, P.H. Circle, GWSSB,Godhara.


30 Bid Opening Authority :
Preliminary Bid: Superintending Engineer, P.H. Circle, GWSSB,Godhara.
Price Bid: Chief Engineer, Zone-I, GWSSB, Vadodara
Superintending Engineer, Public Health Circle, Mangal Murti
31 Address :
Complex , Dahod – Godhara Road , At & Post :- Godhara .
Contact Details of Officer Phone: 0265-2432590, Fax: 0265-221007
32 Inviting Bid : Executive Engineer - Mobile No. 9978406652
Superintending Engineer - Mobile No. 9978405476
The following documents shall be uploaded while submitting the BID
online:
 Scanned copy of Demand Draft as tender fee
 Scanned copy of FDR / BG as EMD
 Scanned copy of contractor’s registration certificate (AA
Class) in Govt. of Gujarat (R&B/WRD/GWSSB) and for others
as mentioned below:
CPWD/ Railway and other State Governments equivalent
to class “AA” of Gujarat State/ Other Contractors who are
registered in Board, Corporation, and Government
Undertaking /Organizations of state & central government
including all Public Sector Units equivalent to “AA” class of
Gujarat state having the above stated criteria, such Contractor
shall have to apply on or before the last date of Submission of
Tender documents to get himself registered in “AA” class in
Government of Gujarat R&B/WRD/GWSSB and obtain
33 Submission of tender registration in “AA” class before the date of finalization of work
order of Project Contract to be issued, if awarded. The proof of
application for Registration in “AA” class shall have to be
uploaded with the Tender documents.
 Scanned copy of Bidder’s solvency certificate. (Minimum 300
Lakhs)
 Scanned copy of PAN card
 Scanned copies of Experience certificates showing successful
completion of work (with certificate)
 Scan copies of financial documents.
In addition to the documents mentioned above, the documents
required as per attached Forms & Annexure are also to be
uploaded. Bidder shall submit their offer i.e. Technical bid as well
as price bid in Electronic format on stipulated website &
date as mentioned in the tender document. No offer in physical
form will be accepted.

GWSSB, 9
Volume-IA, Technical Bid Limkheda RWSS

General Terma & As Per Tender Document


34 Conditions

 For any clarification the bidder may contact:


Superintending Engineer, Public Health Circle,
Mangal Murti Complex ,
Dahod – Godhara Highway ,
Godhara – 389001
Email: [email protected]

Executive Engineer,P.H.Works Division, Dahod


OPP LIC Office , Dist :- Dahod
Phone No :- 02673 244108
Email: [email protected]

Details to be furnished along with application:-

1. Interested Bidders can view these tender documents online. The bidders
who are interested in bidding in these tenders can download tender
documents as mentioned above.
2. Tender Documents are available only in electronic form. Bidders shall upload
the tender documents as per time line specified as above, Tender fee and
Bid Security (EMD) shall have to be furnished as specified in Sr. No 15 to 18
of Tender Notice. The intending bidders have to submit the following
documents also. The bidder should submit all the forms electronicallyonly.

a. Power of attorney.

A power of attorney on Rs. 300/- Non Judicial stamp paper of appropriate


value duly notarized, if power is delegated for signing the bid to other
persons by applicant. (Scanned Copy) – Notarized.
b. Company’s profile and Certificate of Registration of company under thelaw.

Bidders, who wish to participate in this tender, will have to register on


www.gwssb.nprocure.com. Further, Bidders who wish to participate in online
tenders will have to procure Digital Certificate as per Information Technology
Act-2000 using which they can sign, their electronic bids. Bidders can

GWSSB, 10
Volume-IA, Technical Bid Limkheda RWSS

procure the same from GNFC, Ahmedabad, who are licensed certifying
authority by Government of India and they will assist them in procuring the
same as below mentioned address. Bidders who already have a valid Digital
Certificate need not procure a new Digital Certificate.
M/s. (n) Code Solution, A Division
G.N.F.C. Ltd., 301, G.N.F.C. Info
Tower, Bodakdev, S.G. Road,
Ahmedabad, Gujarat – 380054 (INDIA)
Phone No.079-40007501, 40007512, 40007516, 40007517 Fax 079-26857321
Email: [email protected]

3. Contacting Officer :

Further details of the work and plans can be available from the office of
"Executive Engineer, P.H. Works Division, Dahod”

In case bidder needs any clarification or if any training is required for participating in
online tendering, they can contact the following office:
M/s. (n) Code Solution, A Division of G.N.F.C. Ltd.,

301, G.N.F.C. Info Tower, Bodakdev, S.G. Road, Ahmedabad, Gujarat – 380054 Phone
No.079- 40007501, 40007512, 40007516, 40007517 Fax 079-26857321
Email: [email protected]

4. DOWNLOAD OF TENDER DOCUMENT :

The tender document for this work are available only in Electronic format, which
bidders can download free of cost from the internet site
www.gwssb.nprocure.com
5. SUBMISSION OF TENDER :

Bidder shall submit their offer in Electronic format on above mentioned website
within the date specified in the Tender Notice after Digitally Signing the same.
Offers, which are not Digitally Signed, will not be accepted. No offer in physical
form will be accepted and any such offer, if received by the GWSSB, will be out
rightly rejected.
Submission of Tender fee, bid security, other documents shall be as per Tender Notice.

6. OPENING OF TENDER :

The Technical bid will be opened as per the date mentioned in Tender Notice on
website http:// www.gwssb.nprocure.com. Intending bidders or their
representative who wish to participate in online tender opening can log on to
http:// www.nprocure.com on the due date and time, mark their presence or
participate in online tender opening. For more details vendors are requested to
refer “Vendor Training Manual”. Bidder who wishes to remain present at
GWSSB, 11
Volume-IA, Technical Bid Limkheda RWSS

GWSSB premises at the time of tender opening can do so. Only one
representative of each firm will be allowed to remain present. Date of opening of
Price bid will be informed only to the qualifying bidders.

GENERAL INSTRUCTIONS:-

 The Bid Document Fee will not be refunded under any circumstances.

 EMD in the form specified in tender document only shall be accepted.

 The offer shall be valid for 180 days from the last date of submission of
bid.

 Tenders without Bid Document Fee, Earnest Money Deposit (EMD), Valid
Registration Certificate and which do not fulfill all or any of the conditions
or those submitted incomplete, in any respect shall not be considered for
evaluation.

 Not more than one tender shall be submitted by a Bidder.

 If physical progress of work less then 10% within 50% timelimit then
contract will automatically terminated.

 Conditional tender shall not be accepted.

 GWSSB reserves the right to accept the lowest responsive offer, based on
evaluation of package and reject any or all tenders without assigning any
reason.

 The notice shall form a part of contract document.

 The bidders are advised to read carefully the “Instruction” and “Eligibility

Criteria” contained in the tender documents.

 The internet site address for E-Tender is http://www.nprocure.com and


that of corporate website is http://www.gwssb.org

Executive Engineer,
P.H. Works Division,
Dahod

GWSSB, 12
Volume-IA, Technical Bid Limkheda RWSS

MEMORANDUM OF WORK IN BRIEF


1. Name of work: Providing, supplying, lowering, laying and jointing DI/PVC pipeline as
Rising/Gravity Main, Designing constructing WTP, Constructing RCC ESR/ U/G
Sumps, Pump House, Quarters, Compound Wall, village level Sump's & Pump Room
including connecting Line at various village & Pumping Machinaries and
Electricification at Various H/W or Sub H/W under Limkheda Regional Water Supply
Scheme with FIve year O & M Turn Key Project.
2. Name of Employer :Gujarat Water Supply and Sewerage Board,Gandhinagar

3. Name of Concerned Chief Engineer : Shri L.K.Kota

a. Address: Office of the Chief Engineer, Zone –I, JalBhavan, 3rd


Floor, GERI Campus, Race Course, Vadodara-07
b. Telephone No: 0265-26578747, 09978406836

c. Fax No.: (0265) 2333091

d. E-mail address:[email protected]
b. Name the Concerned Superintending Engineer: Shri R.A.Patel
c. Address: Office of the Superintending Engineer, Mangal Murti
Complex , Dahod – Godhra Road , Godhra - 389001
d. Telephone No: 09978405476
e. Fax No.: (02672) 247508

d. E-mail address: [email protected]

4. Name of the Concerned Executive Engineer : Shri A.A.Patel


Executive Engineer, P.H.Works Division, Dahod
OPP LIC Office , Dist :- Dahod
Phone No :- 02673 244108----------
E-mail address: eedahodcivil @gmail.com

6. Estimated Cost: As Mentioned in Tender Notice

7. Time allowed for completion of the work : As Mentioned in Tender Notice

8. Amount of Earnest Money deposit (E.M.D.) as specified in the bid: As


Mentioned in Tender Notice.
Mode of submission of tender documents:

9.a)Technical bid & Price bid duly filled in with Online submission only on
Scanned copy of EMD and tender fee and www.gwssb.nprocure.com
all other supporting documents.

9.b) Other documents in Hard copy “Executive Engineer, P.H. Works Division,
Registration Certificate, IT GWSSB, Dist : Dahod By RPAD/ SPEED
GWSSB, 13
Volume-IA, Technical Bid Limkheda RWSS

certificate, Tender fee, EMD, solvency POST only.


certificate, required supporting documents.

Note: Tenders sent by any other mode than specified in 9a & 9b above will be outright rejected.
1. Validity period of the offer : 180 days from the last date of submission
Of bid.
2. Opening of the Tender : On the date specified, the electronic tender
box will be opened:
3. Place of opening : Office of the Superintending Engineer, P.H.
Circle, Mangal Murti Complex , Dahod – Godhra Highway road ,
Godhara -389001

Date & Time of Opening : As specified in the Tender Notice

Amount of security Deposit : As specified in the Tender Notice

GWSSB, 14
Volume-IA, Technical Bid Limkheda RWSS

THIS PAGE IS LEFT INTENTIONALLY BLANK.

GWSSB, 15
Volume-IA, Technical Bid Limkheda RWSS

CONTRACT NO.

GUJARAT WATER SUPPLY & SEWERAGE BOARD

GANDHINAGAR

(A WHOLLY OWNED GOVERNMENT OF GUJARAT UNDERTAKING)

VOLUME – IA

SECTION-II

INSTRUCTIONS TO BIDDERS

GWSSB, 16
Volume-IA, Technical Bid Limkheda RWSS

THIS PAGE IS LEFT INTENTIONALLY BLANK.

GWSSB, 17
Volume-IA, Technical Bid Limkheda RWSS

SECTION - II

INSTRUCTIONS TO BIDDERS
A. GENERAL
1.0 GENERAL:

1. Online tenders are invited By Executive Engineer, P.H. Works Division, Dahod and published
by Superintending Engineer, Public Health Circle, GODHRA, for the work of ‘Carrying out level
Survey, Soil Investigation, Detailed Survey Work, Designing etc for Providing, supplying,
lowering, laying and jointing DI/PVC pipeline as Rising/Gravity Main, Designing constructing
WTP, Constructing RCC ESR/ U/G Sumps, Pump House, Quarters, Compound Wall, village
level Sump's –ESRs & Pump Room including connecting Line at various village & Pumping
Machineries and Electrification at Various H/W or Sub H/W under Limkheda Regional Water
Supply Scheme with FIve year O & M Turn Key Project from the contractors who are registered
in "AA" Class in R&B Department or Narmada Water Resources, Water Supply & Kalpsar
Department and the other bidders equivalent of class in Government (State/Central), Board,
Corporation, and Government Undertaking /Organisations of State & Central Government
including all Public Sector Units.
(i) The concerned Contractor shall submit the certificate of registration as in concerned State/
Government bodies/ Authority along with the tender.
(ii) CPWD/ Railway and other State Governments equivalent to class “AA”of Gujarat State/
Other Contractors who are registered in Board, Corporation, and Government Undertaking
/Organisations of state & central Government including all Public Sector Units equivalent to
“AA”class of Gujarat state having the above stated criteria, such Contractor shall have;
a) to apply on or before the last date of submission of tender documents to get himself
registered in “AA”class in Government of Gujarat (R&B Department or Water Resources
Department or GWSSB) ;
b) to obtain registration in “AA”class before the date of finalization of work order of project
contract to be issued, if awarded;
c) the proof of application for Registration in "AA" class shall have to be uploaded with the
Tender documents;
Failure of taking action mentioned above for (a) and (c) the concerned contractor shall be
disqualified and for (b) earnest money deposit shall be forfeited.

1.1 SPECIAL ATTENTION

(i) This tender consists for the work for the “Carrying out level Survey, Soil Investigation,
Detailed Survey Work, Designing etc for Providing, supplying, lowering, laying and jointing
DI/PVC pipeline as Rising/Gravity Main, Designing constructing WTP, Constructing RCC
ESR/ U/G Sumps, Pump House, Quarters, Compound Wall, village level Sump's & Pump
Room including connecting Line at various village & Pumping Machinaries and
Electricification at Various H/W or Sub H/W under Limkheda Regional Water Supply
Scheme with FIve year O & M Turn Key Project
(ii) All Bidders are urged to submit a written request immediately upon receipt of the tender
documents for the matter where clarification and/or additional information are desired,

GWSSB, 18
Volume-IA, Technical Bid Limkheda RWSS

along with the details of work. The request shall be submitted not less than four days in
advance of the pre-bid conference.

(iii) The tender document shall be submitted as per procedure laid down in Section-II, Para
No. 26, for submission of tender.

(iv) Tender Fee and Earnest money deposit details scanned copy shall be submitted as
prescribed on line and after submission online, in form specified shall be submitted in
office of " Executive Engineer, P.H. Works Division, Dahod, Dist : Dahod as per details
given online in sealed envelope. If earnest money deposit is not received within
prescribed time limit the bid shall be rejected.

(v) Tender shall be opened as per procedure laid down in this Section-II, clause 28 and as
per detailed tender notice.

(vi) All Bidders are cautioned that e-tender containing any deviation from the contractual
terms and conditions, specifications or requirements shall be rejected as non- responsive.

(vii) Conditional offer will be out right rejected. No condition shall be included in tender.

(viii) Alternative tenders are not acceptable.

(ix) Qualification of bidder will be done whose tender is considered responsive and meets the
specified evaluation and qualification criteria as per tender conditions.

(x) Bidders shall have to declare regarding the tender submitted in the prescribed format.

(xi) The department reserves the right to qualify/ disqualify any applicant without assigning
any reason thereof.

(xii) The bidder shall be disqualified if;

a. The bidder had made misleading or false representation in the forms, statements and
attachment submitted in proof of qualification requirements and/or
b. A record of poor performance such as abandoning the work, not properly completing the
contract, inordinate delays in completion, litigation history or financial failures etc.
c. The Bidder has been blacklisted by any Government/ Non Government / Private
agencies/Organizations/Institutions/Government Undertakings and funding Agencies in
the last 05 years.
d. If IP address of one or more participated bidders are found duplicate/ same/
doubtful, GWSSB will consider that contractors have made RING while bidding and
department will reject all such doubtful bids and action for blacklisting or/ and
debarring of business will be taken against those contractors.
e. For Operation of Pumping Machinery at Village/ Faliya level, Agency has to Provide
the additional Manpower as and when required & instructed by EIC. The payment
for that shall be paid to the Agency as per minimum Labour Wages Act and
declaration by Labour Commissioner for that Particular Month. (NOTE:- Agency has
to Produce all the relevant documents for reimbursement of Payment.)

GWSSB, 19
Volume-IA, Technical Bid Limkheda RWSS

The bidder should provide accurate information on litigation and/ or arbitration resulting
from contract completed or under execution by him over the last five years. A consistent
history of arbitration awards/ judgments against the applicant or any partner of a joint
venture may result in disqualification for proposed work. If the details of litigation history is
hidden by the applicant and later on it comes to knowledge of the employer the bidder
shall be disqualified for the proposed work and other appropriate actions shall be taken
against the bidder.

The bidder should submit undertaking on non judicial stamp paper of Rs. 300/- dully
attested by notary public regarding document submitted, are true. Board would have the
right to forfeit the EMD and black list to the bidder if any of the information given by the
bidder is found faulty or incorrect or misleading.
(xiii) If the bidder has submitted tender fee and EMD on line & in hard copy, the request of the
bidder for not opening of bid shall not be accepted in any circumstances.

(xiv) If bidder has not submitted in original, tender fee and E.M.D. offline, but same is scanned
and submitted with his bid online or vice versa within stipulated period, to the designated
officer as per Tender document, the bid shall be liable to be considered as non
responsive.

(xv) All those documents which are scanned and submitted should be numbered
chronologically and with their reference in the self appraisal of P.Q. will have to be given
for the proof of qualification.

(xvi) The bidder, whose contracts are earlier terminated on account of poor performance in
GWSSB / GWIL works, will not be eligible for this tender.

(xvii) Any bidder who has been barred by the state/central government or any entity control by
them (Controlling Stake) from participating in any project and the bar subsists as on the
day of issue of notice inviting tender and/or submission of bid, the bidder shall not be
eligible to submit the tender document either individually or as a member of consortium.
However the bidder submits the bid, the tender shall not be considered for evaluation.

(xviii) The experience of works executed in Government (State / Central), Board, Corporation,
and Government Undertaking / Organizations of state & central government including all
Public Sector Units shall only be considered for evaluation.

(xix) The experience certificate from the client equivalent to not below the rank of Executive
Engineer shall only be considered. In case of work under Nagar palika the certificate shall
be issued by Chief Officer, the experience of sublet works / in house / private / foreign
work shall not be considered. The bidder who had already applied as a prime contractor
for the same tender shall not be eligible to apply under joint venture.

(xx) Bidders shall not be listed under a declaration of ineligibility for corrupt or fraudulent
practices issued by the central/ state govt. in accordance with sub clause 45.1 (c) or not in
the list of black listed contractors announced by Government (State / Central), Board,
Corporation, and Government Undertaking / Organizations of state & central government
including all Public Sector Units.

GWSSB, 20
Volume-IA, Technical Bid Limkheda RWSS

(xxi) Bidder (individual or any member in case of JV/ consortium) shall not have suffered
bankruptcy/ insolvency during the last 5 years. For this, Certificate of CA appointed by the
bidder must be produced along with a self affidavit to same effect of prescribed stamp
paper of affidavit.

(xxii) Memorandum of Understanding (MOU) shall be done before online submission of BID to
GWSSB.

(xxiii) The approved Vendor list for the Civil/Mechanical/Electrical/Instrumentation and other
equipments is available on GWSSB’s official website at http://www.gwssb.gujarat.gov.in.
The Vendor list as available on the date of submission of the BID and in future at the time
of approval of QAP, the latest or amended vendor list shall be applicable & considered for
executing the job.

(xxiv) GWSSB shall provide ROU (Right of Use) of adequate width for laying of pipeline
once as per availability. During excavation, laying, back filling, any damages to the
hidden object beneath the earth like pipelines, cables etc. shall be the
responsibility of contractor. The contractor has to rectify the same without any
financial implication on GWSSB within stipulated time as instructed by EIC. The
crop compensation only for single time is the responsibility of GWSSB.

However, if any delay, due to any reasons in contractor’s part, if the next crop
compensation is required to be paid, it will be the responsibility of the contactor and in
event of failure by contractor, to do so, GWSSB shall deduct and recover the same
amount from contactors bills. Any damage in the area beyond the ROU, will be
responsibility of the contractor. After successful completion of the pipeline works like
laying, excavation, back filling etc the contractor is also required to level the field where
pipelines are laid in original condition with caution.

Further ROU (Right to Use) in terms of length shall be provided as per site availability by
GWSSB and it may be in selective available length also. Any demand by the contractor to
get continuous length to start the work will not be considered by GWSSB under any
circumstances.

(xxv) The contractor shall have to pay the labour registration fee of Rs. 25 / labour and annual
contribution of Rs. 75.00 vide Ref: PB/Monitoring Cell/ Standard Contract
Document/2013-14/2294, Dated: 07/09/2013. (Circular Enclosed).

(xxvi) It shall be the sole discretion of the competent authority to decide the total numbers of
packages for evaluation/award to the bidder based on the facts and circumstances of the
cases.

This will be based on the least cost combination and as may be the most advantageous to
GWSSB and shall be final and binding to all the bidders.

(xxvii) In the event of any rectification of a defect or replacement of any defective goods during
the warranty period, the warranty for the rectified/replaced goods shall be extended to a
further period of twelve months (12) from the date such rectified / replaced goods starts
functioning to the satisfaction of the purchaser.

GWSSB, 21
Volume-IA, Technical Bid Limkheda RWSS

(xxviii) The Pact begins when both the parties have legally signed it. It expires for the
Contractor/Vendor 24 Months after the completion of whole Physical work and 60 months
for O&M under the contract and for all other bidders. If any claim is made/lodged during
the time, the same shall be binding and continue to be valid despite the lapse of this
Pacts as specified above, unless it is discharged /determined by the competent authority
of GWSSB

(xxix) Since this is an EPC contract, the bidders are to quote their rates based on the actual
market scenario. Any rates which are found to be abnormal higher/lower or unworkable
shall lead to rejection of the bid. The decision of the GWSSB shall be final and legally
binding to all the bidder.

(xxx) Excise duty exemption certificate – NOT APPLICABLE

(xxxi) The Employer wishes to clarify that regardless of the contents of a bid, the successful
Bidder shall be required to conform in all respects to the requirements of the Contract,
and all proposals shall be subject to the approval of the Engineer In-charge. Acceptance
of the Bidder’s proposal for the purposes of bid evaluation and award of tender shall not
be construed as approval by the GWSSB. All details will subsequently be subject to the
approval of the Engineer In-charge during execution of the Contract. No claim for
additional payments shall be entertained, other than in accordance with the Contract

(xxxii) The Contractor shall completely indemnify and hold harmless GWSSB and its employees
against any liability, all claims by statutory authorities, losses under various Labour Laws,
statutes or any civil or criminal laws in connection with employees deployed by him or
damages sustained by it or them by reason of any breach of contract, wrongful act or
negligence by the Contractor or any of its employees engaged in the provision of the
manpower services to GWSSB.

(xxxiii) For Operation of Pumping Machinery at Village/ Faliya level, Agency has to provide
the additional Manpower as and when required & instructed by EIC. The payment
for that shall be paid to the Agency as per minimum Labour Wages Act and
declaration by Labour Commissioner for that Particular Month.

(NOTE:- Agency has to be produced all the relevant documents for reimbursement of Payment.)

1.2 GENERAL DESCRIPTION OF THE WORK

This is a bid documents for " Carrying out level Survey, Soil Investigation, Detailed Survey Work,
Designing etc for Providing, Supplying, Lowering, Laying and Jointing PVC /G.I. Rising /Gravity
Pipeline from Village Level U/G Sump to Faliya, Designing and Constructing of RCC Cistern /
ESR / UGS at Faliya Level, Repairing of Existing ESR /Storage, Mini Scheme, Micro WSS with
Solar Panel and Pumping Machinery, Cattle Trough & Supply, Installation, Testing &
Commissioning of Pumping Machineries at Existing U/G Sump etc. under LIMKHEDA Water
Supply Scheme including Operation & Maintenance (For 60 Months) . Tal:-
Limkheda/singvad/jhalod Dist.Dahod,Gujarat. "

GWSSB, 22
Volume-IA, Technical Bid Limkheda RWSS

The successful bidder shall have to undertake Working surveys, route surveys for
ascertaining the terrain and planning the. The contractor shall carry out all the hydraulic
design, and submit to client or their representative, along with all the good for
construction drawings for review and approval before executing the same. This is
applicable to all the components of this project. The successful bidder shall have to
prepare and submit ‘As Built Drawings’ depicting the exact construction carried out on
site, in soft and hard copy format.

All the statutory charges & other charges such as fees, insurance, damage, NOC etc. for laying
of pipeline below railway, NH, SH and all other roads and other crossings are to be paid by the
GWSSB.

After the successful commissioning of the scheme, the contractor shall operate and maintain the
system for 05 years. This includes carrying out necessary repairs of equipment, which meet
original specifications; replacement of any components required for smooth running of the
system, etc. during O & M period, the replacement of the items should be of the same
specifications as in the original contract documents. Efficiency of all the systems as considered
for design should be maintained throughout the O & M period. The power factor should be
maintained throughout the maintenance period.

The detailed description of the works is included in the “Extent of Work” under Volume–II (B).

PARTICULARS PROVISIONAL

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

1.2 DEFINITION

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

1.2.1. BIDDER / TENDERER / APPLICANT:

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

1.2.2. ONLINE:

Any activity that is done on website is referred as 'online' activity for e.g., Submission of Bid
online would mean that technical & price Bid has to be submitted on website.

1.2.3. OFFLINE:

Any activity that is done in conventional route is referred as 'Offline' activity for e.g. “Submission
of Tender fee, Earnest Money Deposit , Registration Certificate, Solvency Certificate, etc in
Offline mode” would mean that the tender fee, Earnest Money Deposit, Registration Certificate,
Solvency Certificate etc is to be Submitted to the Office of the concerned Executive Engineer
physically.

1.2.4. E- TENDER:
GWSSB, 23
Volume-IA, Technical Bid Limkheda RWSS

Tender in which the bidder can participate online by means of logging in onto the respective
website is called E- Tender.

1.2.5. DIGITAL SIGNATURE :

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

1.2.6. SCANNED COPY:

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

1.2.7. SYSTEM:

Means the computer which hosts the website (www.gwssb.nprocure.com), using which Bidder
participates in the tendering process.

1.2.8. UPLOAD:

The process of transferring electronic document from Bidder's computer using internet
connection to the website (www.gwssb.nprocure.com) is called uploading.

1.2.9. IT ACT-2000:

Means Information Technology Act, 2000 of Government of India

1.2.10. APPROVED / APPROVAL:

Means approval in writing.

1.2.11. B.I.S:

Means Bureau of Indian Standards.

1.2.12. Deleted

1.2.13. CONSTRUCTION PLANT:

Means all equipment, appliances or things of whatsoever nature required for the execution,
completion or maintenance of the primary work or temporary works but does not include
materials or other things intended to form or forming part of permanent work.

1.2.14. CONTRACT:

Means the instruction and information to bidders, general and special conditions of contract,
specifications, drawings, schedules of quantities & tender prices, other parts of the Bid
Document, the formal agreement between the employer and contractor and all addenda and
attachments related to the above.
1.2.15. CONTRACTOR:

Means the bidder with whom the contract has been made for executing the works.
1.2.16. CONTRACT PRICE / CONTRACT AMOUNT:

GWSSB, 24
Volume-IA, Technical Bid Limkheda RWSS

Means the agreed amount stated in the Contract Agreement for Providing, laying,
Designing, Construction & Commissioning including O&M of the works for the stipulated period
and to remedy of any defects, and includes adjustments (if any) in accordance with the Contract.
1.2.17. CONTRACTOR’S EQUIPMENT:

Means all equipment, tools, apparatus, machinery, vehicles and other things required for the
execution and completion of the works and the remedying of any defects. However,
Contractor’s Equipment excludes Temporary works, Departmental equipment (if any) or plant,
materials and any other things intended to form or forming part of the permanent works.
1.2.18. COMPLIANCE WITH LAWS:

The Contractor shall, in performing the Contract, comply with all applicable Laws related to all
actions of his obligation as per the contract.
1.2.19. CONTRACTOR’S OBLIGATIONS:

Means the obligation to execute the Project in all its entirety and shall, without limitation, include
Operation and Maintenance.
1.2.20. CONTRACTOR’S USE OF EMPLOYER’S DOCUMENTS:

As between the Parties, the Employer shall retain the copyright and other intellectual property
rights in the Employer’s requirements and other documents made by (or on behalf of) the
employer. The contractor may, at his own cost, copy, use, and obtain communication of these
documents for the purposes of the contract. They shall not, without the Employer’s consent,
be copied, used or communicated to a third party by the Contractor, except as necessary for
the purposes of the Contract.
1.2.21. COUNTRY:

Means the Country in which the site (or most of it) is located, where the Permanent Woks are to
be executed.
1.2.22. DAY:

Means a day from midnight to midnight.


1.2.23. DEFECTS LIABILITY PERIOD:

Means the period to rectify defect to all works included in tender scope for Three year
from the certified date of completion of work.
1.2.24. DRAWINGS:

Means the drawings referred to in the specifications, any modifications of such drawings
approved in writing by the Executive Engineer, and such other drawings as may from time to time
be furnished or approved in writing by the Engineer-in-charge.
1.2.25. EMPLOYER / OWNER / DEPARTMENT:

Gujarat Water Supply & Sewerage Board Gujarat or the person named as Employer or Owner
in the Contract Agreement and the legal successor in title to this person.

GWSSB, 25
Volume-IA, Technical Bid Limkheda RWSS

1.2.26. EMPLOYER’S EQUIPMENT:

Means the apparatus, machinery and vehicles (if any) made available by the Employer for the
use of the Contractor in the execution of the Works, as stated in the Employer’s requirements
but does not include plant which has not been taken over by the Employer.
1.2.27. EMPLOYER’S USE OF CONTRACTOR’S DOCUMENT:

As between the Parties, the Contractor shall retain the copyright and other intellectual
property right of the Contractor’s Documents and other design documents made by (or on
behalf of) the Contractor.
The Contractor shall be deemed by signing the Contract to give the Employer a non-
terminable, transferable, non-exclusive royalty-free license to copy, use and communicate the
Contractor’s Documents, including making and using modifications of them. This license
shall:
 Apply throughout the actual or intended working life (whichever is longer) of the relevant
parts of the Works.
 Entitle any person in proper possession of the relevant part of the works to copy, use and
communicate the Contractor’s documents for the purposes of completing, operating,
maintaining, altering, adjusting, repairing and demolishing the works, and
 In the case of Contractor’s Documents which are in the form of computer programs
and other software, permit their use on any computer on the site and other places as
envisaged by the Contract, including replacements of an computers supplied by the
Contractor. The Contractor’s Documents and other design documents made by (or on
behalf of) the Contractor shall not, without the Contractor’s consent, be used, copied or
communicated to a third party by (or on behalf of) the Employer for purposes other than
those permitted under this Sub-Clause.
1.2.28. ENGINEER-IN-CHARGE:

Means the Engineer-in-Charge of the works, or in-charge of specified parts of the works
under the contract or such other assistants or sub-ordinates to whom the Engineer-in Charge
may have delegated certain duties, acting separately within the scope of the particular
duties entrusted to them.

The contractor will be given a copy of the GWSSB’s authorization designating the
Engineer-in-charge by name and delegating him his authority, at the time when contract is
signed. It is however, to be distinctly understood that, no delegation of powers shall be made
to such assistants or sub-ordinates, except in respect of supervision to ensure compliance of
the contract conditions.
1.2.29. EXECUTIVE ENGINEER:

Means the Executive Engineer in overall charge of the works i.e. Engineer In- Charge.

GWSSB, 26
Volume-IA, Technical Bid Limkheda RWSS

1.2.30. FACILITY:

Means the entire system to be designed and constructed in accordance with the provisions
hereof, including the equipments, buildings, structures, ramps, pits, pipes, pipeline
appurtenances, fencing, lighting, testing and analysis equipment, tools, computers, software
programs, safety equipment, plant machinery, supplies, instruments and inventory incorporated
therein, as well as all open areas within the site, and including any additions,
modifications, alterations, adjustments, replacements and repairs as may be made thereto from
time to time.
1.2.31. GOODS:

Means Contractor’s Equipment, Materials, Plant and Temporary Works, all or any of them as
appropriate.
1.2.32. GOVERNMENTAL AUTHORITY / GOVERNMENT:

Means any Indian entity, authority or body exercising executive, legislative, judicial, regulatory or
administrative functions, including, without limitation, any Government authority, agency,
department, board, commission or instrumentality of Indian or any political subdivision thereof,
court, tribunal, arbitrator or self-regulatory organisation.
1.2.33. JOINT AND SEVERAL LIABILITIES:

If the Contractor constitutes (under applicable Laws) a joint venture, consortium or other
unincorporated grouping of two or more persons:

 These persons shall be deemed to be Jointly and Severally liable to the Employer for the
performance of the contract.
 These persons shall notify the Employer of their leader who shall have authority to bind the
Contractor and each of these persons; and
The contractor shall not alter its composition or legal status without the Prior consent of the
Employer.
1.2.34. LAWS:

Means and includes all the provisions of all National (or state) legislation, Indian statutes,
regulations, ordinances, codes, official or other standards, administrative or other rules,
zoning and other plans and restrictions, building and other permits, judgements awards
and decrees of, or agreements with any Governmental, semi-Governmental or quasi-
Governmental Authority as currently in effect or as may be in effect from time to time and /or as
may be amended or supplemented from time to time.
1.2.35. MAINTENANCE STANDARD:

Means the requirements for maintaining, repairing, and renewing the Facility:
 As set forth in the O&M Manual; bidder shall provide this at the time of commissioning of the
project.
 Required pursuant to applicable Law;

GWSSB, 27
Volume-IA, Technical Bid Limkheda RWSS

 As may be necessary for keeping the facility in a satisfactory working condition such
that the Facility will continuously comply with the Operation Standard; and
 As may be necessary to ensure that the Facility shall continuously be in an
optimum working condition and state in relation with the lifetime of the Facility.
1.2.36. MATERIALS:

Means things of all kinds (other than Plant) intended to form or forming part of the Permanent
Works, including the supply (only materials if any) to be supplied by the Contractor under the
Contract.
1.2.37. MATERIAL SUPPLIER:

Means the person who supplies goods or services. A supplier may be distinguished from a
contractor or subcontractor, who commonly adds specialized input to deliverables also called
vendor.
1.2.38. MONTH:

Means from the beginning of a given date of calendar month to the end of preceding date of the
next calendar month.
1.2.39. O & M MANUAL:

Means the final Manual for the Operation and Maintenance of the Facility to be prepared in
accordance with the requirements of Bid Documents.
1.2.40. OPERATION AND MAINTENANCE OBLIGATIONS:

Mean the obligation of the Contractor pursuant to the agreement to operate and maintain the
facility on and from the start date of O&M until the date of completion of this Agreement.
1.2.41. OPERATION AND MAINTENANCE PERIOD:

Means the time period after the issue of Successful Commissioning Certificate and continuing for
the term of the Agreement.
1.2.42. OPERATION AND MAINTENANCE PRICE:

Means the amount payable by the Employer to the Contractor, towards fulfilment of the
Contractor’s Operation and Maintenance Obligations.
1.2.43. OPERATION STANDARD: Means

 The Performance Guarantees;


 All applicable Laws;
 All of the requirements, policies and procedures set forth in the O & M Manual
 All other operational requirements set forth in this Agreement.
1.2.44. PERFORMANCE GUARANTEES:

Means the List of Guarantees offered / provided by the Contractor in his Bid Submission pursuant
of the Bid Documents.

GWSSB, 28
Volume-IA, Technical Bid Limkheda RWSS

1.2.45. PERMANENT WORKS:

Means the works to be designed and executed by the Contractor under the Contract.
1.2.46. PIPE SUPPLIER:

Means the person that supplies pipes.


1.2.47. RUPEE:

Means Indian National Rupees (INR)


1.2.48. SITE:

Means the specific areas / lands and other places on, under, in or through which, the works
are to be executed or carried out and any other lands or places provided by the owner for the
purposes of the contract together with such other places as may be specifically
designated in the Contract or subsequently approved as forming part of the site.
1.2.49. TAKING OVER:

Means, the Owner shall take over the project after contractual completion of the O&M period
and meeting all contractual obligations, Terms & Conditions as agreed by the contractor.
1.2.50. TEMPORARY WORKS:

Means all temporary works of every kind required for successful execution of the Contract.
1.2.51. TESTS ON COMPLETION:

Means the tests which are specified in the Contract or agreed by both Parties or
instructed as a Variation, and which are carried out (Test on Completion) before the works
or a section (as the case may be) are taken over by the Employer.
1.2.52. WEEK:

Means seven consecutive days.


1.2.53. WORKS:

Means the works / action to be executed in accordance with the contract.


1.2.54. COMMISSIONING:

Means the successful operation of the project after successfully running for a period of
three Month as a part of trial run.
1.2.55. COMPLETION:

Means the date of successfully commissioning of all the equipment/ components in totality
included in the scheme after satisfactory running for Three Month as a part of trial run.

1.2.56 TRIAL RUN/ TRIAL OPERATION:

“Trial Run/ Trial operation” shall demonstrate that the works or section perform reliably and in
accordance with the contract.

1.2.57 SUBSTANTIAL COMPLETION:


GWSSB, 29
Volume-IA, Technical Bid Limkheda RWSS

Substantial Completion of the works means when the work or designated portion thereof is
sufficiently completed in accordance with the contract except for any minor outstanding works and
defects which will not substantially affect the use of works or section for their intended purpose.

BID INVITATION:

Means the call / invite by The Gujarat Water Supply & Sewerage Board (hereinafter referred to as
"The Employer" or GWSSB) from all interested and eligible bidders for Water Supply/drainage
Schemes as per Tender Notice.

1.3 DOWNLOAD OF TENDER DOCUMENTS:

The tender documents are available in electronic form, from the website
www.gwssb.nprocure.com. Interested bidders can view these tender documents online, and can
down load tender documents.

1.4 Particular Provisional

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

1.5 Present Status of the Work:

This is a proposed water supply scheme needs to be designed and executed as per the
specifications and BOQ etc.

2 Time of Performance:

The successful bidder will be expected to complete the works within 24 Months (Including
Monsoons), as per time limit given in memorandum of work from the date of Letter of Intent.

3.0 Project Implementing Agency:

The "Gujarat Water Supply & Sewerage Board" shall be the project implementing agency. This
contract shall be administered and managed by ".Executive Engineer, P.H. Works Division,
GWSSB, Dahod" for and on behalf of Gujarat Water Supply & Sewerage Board and shall act
as the "Engineer In-charge."

4.0 Allocation of Risk & Responsibilities:

4.1 Contractor:

a) The preliminary designs and details contained in the bid documents are based on limited and
indicative field data as available with the Employer at the time of preparation of the bidding
documents. Bidder shall be responsible to verify/ examine/ check and make his own assessment
of the site, site data, soil data and the schematic details shown in the bid documents based on
his own investigations and/ or additional surveys, if required, at bidder's own cost.

The contractor shall be responsible to make good and bring to original position road and land
surface, etc. damaged during laying of pipelines and construction of structures or while carrying
out any activities related to this contract, at his cost.

GWSSB, 30
Volume-IA, Technical Bid Limkheda RWSS

The Contractor shall be responsible for all the damages that may occur during the execution of
the work, to the underground cables, power lines, telephone lines, other water/sewer lines and
other infrastructure facilities etc. while executing the works under this contract and shall bear all
costs relating to repairs / replacements.

b) The contractor shall be responsible for failure of any components of the works executed by him
during the full period of contract and the defect liability period. The contractor shall have to
replace defective/ damaged/non-standard components of the executed works as may be
identified by the engineer in charge at the cost of the contractor.

The Contractor will prepare and present interim/running and final bills.

The Contractor shall be responsible for the safety and performance of all civil and other structure
up to the end of period of defect liability period. The damages/defects identified by the "Engineer
in charge" shall be made good, as per Standards, by the contractor at his cost and risk. In case
of collapse of structures in part or full replacement/ reconstruction shall be done by the contractor
at his cost and risk.

The defects liability period shall commence from the date of successful commissioning of work
and will be 3 years from the certified date of completion of work.

c) On successful completion of works as per the contract and successful commissioning, contractor
shall start Operation & Maintenance of the system.

5 The Employer:

a) The Gujarat Water Supply & Sewerage Board assures all participants for the contract that,
adequate financial resources are available to cover the financial requirements and funds are
available to meet the disbursement needs of the construction contracts in accordance with the
provisions of tender documents.

All the material shall be inspected by GWSSB internal system and/or through Third Party Agency
appointed by the board.

GWSSB will provide indicative drawings and design parameters as may be required for works to
be designed by the contractor.

GWSSB will approve and pay all interim / running / final bills presented by the Contractor after
due verification against the provisions of contract.

GWSSB will be responsible to get all statutory permissions and clearances from the concerned
central/ state or local statutory authorities. However, the contractor shall have to manage the day-
to-day co-ordination and follow up activities based on these clearances on site. Gujarat Water
Supply & Sewerage Board shall provide required help and assistance for such day-to-day
activities.

The GWSSB will make available land for laying the pipeline & will be responsible for payment of
crop compensation etc. in case of laying the pipeline in private/ government land. However, once
clearance/ possession is obtained and established through mutual consent of the owner, its day-
to-day management on site shall be the responsibility of the contractor for which GWSSB shall
provide only necessary help and assistance.

GWSSB, 31
Volume-IA, Technical Bid Limkheda RWSS

b) All bids are to be completed and returned to the Employer in accordance with these Instructions
to Bidders.

c) A copy of the available reports and data has been kept for reference in the office of: (Name,
Address, Contact Person & nos. of Executing Authority as per appendix to bid details)

6. ONE BID PER BIDDER:


Each bidder shall submit only one bid either by himself, or as a partner in a joint venture. A bidder
who submits or participates in more than one bid under this proceed will cause all those bids to
be rejected.
7. COST OF BIDDING:
The bidder shall bear all costs associated with the preparation and submission of its bid, up to
acceptance of the offer. The Employer will in no case be responsible or liable for those costs.
8. SITE VISIT:
8.1 The bidder is advised to depute a suitable team to visit and examine the Site of Works and its
surroundings for fully understanding of the job and ascertain the difficulties that may be
encountered during execution of the works and for obtaining for himself, on his own
responsibility, all information that may be necessary for preparing the bid and entering into the
Contract. The cost of visiting the Site shall be entirely at bidder’s own expense.
.8.2 COMMUNICATION:
8.2.1. AIRPORTS:
Vadodara is the nearest domestic Airport near site. Everyday there are flights on Delhi-
Ahmedabad-Mumbai route.
8.2.2. Railway:
The Railway station is at Vadodara is connected to Ahmedabad, Mumbai & Delhi. All the district
places of the state are connected by railways.
8.2.3. Roads:
All the districts and taluka places including cities are connected with well defined road networks.
9 DETAILS OF APPROACH
Approach to the site of works: The bidder has to make own arrangements for approaching the
site
10 GENERAL FACILITIES

10.1. Hotel/ Guest House Facilities:

At Vadodara, hotels up to 3 star standard and Government Circuit house are available. The Govt.
Circuit houses are available at all district places.

10.2. Housing:

The GWSSB has not envisaged any provision of house colony for contractors. The contractor,
therefore, has to make his own arrangement for housing his staff and labourers.

10.3. Marketing facilities


GWSSB, 32
Volume-IA, Technical Bid Limkheda RWSS

Marketing facilities for day-to-day needs are generally available. Special & major marketing
centres are in nearby Vadodara, etc.

10.4. Water Supply

The contractor shall have to make his own arrangement for water supply for work as well as for
colonies of camps which may be established by him.

10.5. Medical Aids

Government and private Hospital facilities are available at all districts. However, the contractor
will have to make own arrangement for Medical services for his labour and staff.

10.6. Electric Power

The contractor will have to arrange with Gujarat Electricity Board, Gujarat for his power
requirements during construction phase. All charges for the use of power including maintenance
shall be borne by the contractor and paid directly to the concerned authorities. He shall comply
with all the requirements for purchase and use of electric power.

10.7. Post. Telegraph and Telephones

Post and Telephone services are available for public use at all district places.

10.8. Supply of Diesel, petrol and Oil

Petrol and diesel pumps are installed by private agencies in all district places. The contractor
shall have to make his own arrangement for procuring the lubricants required by him.

11 CLIMATE AND WORKING SEASON


11.1. Temperature
Gujarat State has tropical climate. The daily minimum temperature ranges from 5 o Celsius in
December- January to 270 Celsius in April-May. The daily maximum temperature varies from 30
Degree Celsius in December- January to 47 Degree Celsius in April –May.

11.2. Rainfall
Average annual Rainfall ranges from less than 800 to 1200 mm. About 95% of rainfall occurs
during the months June to September leaving remaining period of the year almost dry.

11.3. Working Season:


Since rainfall is spread over the period starting from middle of June to the end of September, It is
generally not contentions and intense except for few days.

The above information of Climate of the project area is given only as helping information in good
faith and GWSSB does not carry any liability for providing this information. The interested parties
may refer the reports and forecast issued by the Indian Meteorological Department or other
weather agencies for their use.

11.4 Excess over Tender Quantities, Extra Items and Variations. :

In addition to clause 14 of General Condition of Contract,

GWSSB, 33
Volume-IA, Technical Bid Limkheda RWSS

The Project is conceived to deliver drinking water to the Faliya of beneficiary Villages. The
contractor shall be bound to carry out any additional work which is not included in scope of tender
in order to ful-fill the above requirement. Payment for any addition and or alteration shall be made
as per the conditions stated in the tender and shall be binding to the contractor.

GWSSB, 34
Volume IA : Technical Bid

B. BIDDING DOCUMENTS
12. CONTENT OF BIDDING DOCUMENTS
12.1 The bidding documents are those stated below, and should be read in conjunction with
any Addenda issued there to in accordance with Clause 14.

 Section I : Tender Notice


VOLUME: IA  Section II : Instruction to Bidders
 Section III : Technical Bid

VOLUME – I B  General conditions and conditions of particular applications

 2A Extent of works
 2B Tech. Specifications/ work specifications
VOLUME – II:
 2C Tech. Specification for Electro-mechanical Works
 2D Tech. Data Sheets

 Price bid
VOLUME –III  Bid Form
 Price Schedule

VOLUME-IV  Bid Drawings

VOLUME-V  Conditions of Contract for Operation and Maintenance

12.2 The bidder is expected to examine carefully the contents of the Bidding documents.
Failure to comply with the requirements of bid submission will be at the bidder's own risk.
Pursuant to Clause 28 under “E. Opening of Tender” bids which are not substantially
responsive to the requirements of the bidding documents will be rejected.

13 CLARIFICATION OF BIDDING DOCUMENT:


A prospective bidder requiring any clarification of the bidding documents may notify the
Employer in writing or by email or by Fax (hereinafter the term "fax" is deemed to include
electronic transmission such as facsimile, cable and telex) at the Employer’s address
indicated in the Invitation for Bids. The Employer will respond to any request for
clarification, which it receives earlier than 4 days prior to Pre-bid meeting. Copies of the
Employer's response, including a description of the enquiry, will be communicated on
www.gwssb.nprocure.com.
14. AMENDMENTS OF BIDDING DOCUMENTS:
14.1 At any time prior to the deadline for submission of bids, the Employer may, for any
reason, whether at its own initiative or in response to a clarification requested by a
prospective bidder modify the bidding documents by issuing amendment.

GWSSB, 35
Volume-IA, Technical Bid Limkheda RWSS

14.2 Any addendum/amendment thus issued shall be part of the bidding documents pursuant
to Sub-Clause 12.1, and shall be communicated on www.gwssb.nprocure.com
14.3 To afford prospective bidders reasonable time in which to take an addendum into account
in preparing their bids, the Employer may extend the deadline for submission of bids, in
accordance with Clause 26, Submission of Tender.
14.4 All amendments and modifications issued by the Employer shall be deemed to be integral
part of the contract to be signed with the successful bidder.

C. PREPARATION OF BIDS
15. LANGUAGE OF BID:
The bid, and all correspondence and documents, related to the bid, exchanged between
the bidder and the Employer shall be written in the English language. Supporting
documents and printed literature furnished by the bidder may be in another language
provided they are accompanied by an accurate translation of the relevant passages in
the English language, in which case, for purposes of interpretation of the bid the English
translation shall prevail.
16. DOCUMENTS COMPRISING THE BID:
16.1 The bid submitted by the bidder shall comprise two envelopes submitted simultaneously,
one containing only the “Technical Proposal” and the other the “Price Proposal”.
16.2 The technical proposal shall contain the following;
(i) Bid Form for Technical Proposal and Appendix to Technical Proposal;
(ii) Power of Attorney
(iii) Information on Qualification
(iv) Confirmation of Eligibility
(v) Schedule of Major items of equipments
(vi) Schedule of major items of Constructional plant
(vii) Schedule of key personnel
(viii) Schedule of compliance with the bidding documents
(ix) Schedule of construction facilities
(x) Schedule of construction method
(xi) Any other material required to be completed and submitted by bidders in
accordance with these instructions to bidders.
(xii) Form of Bid Security
16.3 The price proposal shall contain the following;
(i) Bid form for price proposal and Appendix to price proposal;
(ii) Schedule of prices:

GWSSB, 36
Volume-IA, Technical Bid Limkheda RWSS

(iii) Schedule of Payment


(iv) Any other materials required to be completed and submitted by bidders in
accordance with these Instructions to Bidders.
17. BID FORM & PRICE SCHEDULE:
The Bidder shall complete the Bid Forms and schedules furnished in the bidding
documents in the manner and detail indicated therein, following the requirements of
Clause 15 and Clause 16.
18. BID PRICES:
18.1 Unless specified otherwise in Employer's requirements, Bidders shall quote for the entire
facilities on a "single responsibility" basis such that the total bid price covers all the
Contractor's obligations mentioned in or to be reasonably inferred from the bidding
documents in respect of the design, manufacture, including procurement and
subcontracting (if any), delivery, construction, installation and completion of the facilities.
This includes all requirements under the Contractor's responsibilities for testing, pre-
commissioning and commissioning of the facilities and, where so required by the bidding
documents, the acquisition of all permits, approvals and licenses, etc. services as may
be specified in the bidding documents, all in accordance with the requirements of the
Conditions of Contract.
18.2 The bidders shall have to give detailed rate analysis in justification of the prices as may
be required by the employer as a part of the evaluation process, if so desired by the
employer.
19. BID CURRENCIES:
The prices shall be quoted on fixed and firm price basis in Indian currency i.e. Indian
currency (INR) Only.
20. BID VALIDITY:
20.1 Bids shall remain valid for a period of 180 days from the last date of submission of bid.
20.2 In exceptional circumstances, prior to expiry of the original bid validity period, the
Employer may request that the bidders extend the period of validity for a specified
additional period. The request and the responses there to, shall be made in writing. A
bidder may refuse the request without forfeiting its bid security. A bidder agreeing to the
request will not be required or permitted to modify its bid, but will be required to extend
the validity of its bid security for the period of the extension, and in compliance with
Clause 18 in all respects.
21 BID SECURITY:
21.1 The bidder shall furnish, as part of its bid with the technical proposal, a bid security
amount as specified in the Tender Notice.
21.2 The bid security shall, at the bidder's option, be in one of the following form:
(a) A Demand Draft payable to the officer inviting bid as per tender notice and issued by
short listed bank as per tender notice.

GWSSB, 37
Volume-IA, Technical Bid Limkheda RWSS

(b) Fixed deposit receipt pledged in the name of the officer inviting bid as per tender
notice and issued by short listed bank as per tender notice and valid up to 28 days
from the date of closure of the bid validity period of 180 days. i.e. (Total of
180+28=208 days).
(c) Unequivocal and unconditional Bank Guarantee in the prescribed format given in
this document issued by short listed bank as per tender notice and valid up to 28
days from the date of closure of the bid validity period of 180 days. The format of the
bank guarantee shall be in accordance with the sample form included in Section–IV
as Form-19. Other formats may be permitted subject to the prior approval of the
Employer. The bid security shall remain valid for 28 days beyond the original validity
period for the bid and beyond any period of extension subsequently requested under
Sub-Clause 20.2. i.e. (Total of 180+28=208 days)
21.3 Any bid not accompanied by an acceptable bid security shall be rejected by the
Employer as non-responsive.
21.4 The bid securities of unsuccessful bidders will be returned as promptly as possible.
21.5 The bid security of the successful bidder will be returned when the bidder has signed the
Contract Agreement and furnished the required performance security.
21.6 Within 10 days from the date of issue of the letter accepting his tender, the successful
Bidder shall furnish the required Security Deposit for performance and plus additional
security if any for unbalanced bids in accordance with the condition of the Contract and
attend the office of the Engineer In–charge for execution of the Contract documents. If
he fails to furnish the Security Deposit for performance or to execute the Contract for the
work offered to him, his EMD shall be forfeited and the Bidder may be disqualified from
tendering for further works for three years.
21.6 The bid security may be forfeited;
(a) If the bidder withdraws its bid, during bid validity period specified
(b) If any document submitted by the bidder are false and fraudulent
(c) If the successful bidder fails
i. To furnish security deposit in accordance with the relevant clause in the bid.
ii. To sign the contract with in time limit specified in the bid.
21.7 In case of forfeiture of EMD, Bidder shall be disqualified and shall not be allowed to bid
for further works under GWSSB / GWIL for three years.
22. ALTERNATIVE PROPOSALS BY BIDDERS:
Bidders are not permitted to give any alternative offer containing technical or other
alternatives. Their bid proposals shall be in total conformity of the employer’s
requirement as described in the bidding documents.
23 PRE- BID MEETING: NOT APPLICABLE
D. SUBMISSSION OF BIDS
24 METHOD OF TENDERING:

GWSSB, 38
Volume-IA, Technical Bid Limkheda RWSS

24.1. If the tender is uploaded by an individual, it shall be digitally signed by the individual.
24.2. If the tender is uploaded by a proprietary firm, it shall be digitally signed by the proprietor.
24.3. 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 tender.
24.4. If the tender is uploaded by a limited company or a corporation, it shall be digitally signed
by a duly authorized person holding the powers of attorney for signing 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 Articles of
Memorandum of Association.
24.5. 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.
24.6. The joint Venture: is as per Clause no. 34 of Section-II
If the Tender is uploaded by a consortium/group of firms, that is, Joint Venture (maximum
Three firms (Lead member + 2 Other Members) the sponsoring firm, shall submit
complete information required in the forms pertaining to each firm in the group and state
along with the Bid as to which of the firms shall have the responsibility for tendering and
completion of the Contract document and furnish evidence admissible in law in respect of
the authority assigned to such firm on behalf of the group of firms for tendering and for
completion of the Contract documents. Full information and satisfactory evidence
pertaining to the participation and responsibility of each member of the group of firm in
the Tender shall be furnished along with the tender. A certified copy of the Joint Venture
Agreement in prescribed form (specified at Form-22) shall be submitted along with the
Tender.
24.7. The tender documents uploaded in the name of an individual applicant shall not be used
by a Joint Venture. Joint venture shall have to upload the tender document in the name
of JV only, if he wants to apply.
24.8. 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.
24.9. All witnesses and sureties shall be person of status and probity their full name,
occupation and addresses when they fill the vendor registration form provided in the
website. www.gwssb.nprocure.com
24.10. In case at time of tender uploading, if any of the above information has changed then the
Bidder shall correct the same by making the modification in his personal profile.
25 ACCOMPANIMENTS TO TENDER

GWSSB, 39
Volume-IA, Technical Bid Limkheda RWSS

The Bidder shall have to upload following documents which are digitally signed by
Bidder’s Digital Certificate with his tender.

25.1. Scanned Copy of the latest Income Tax Return with permanent account number (PAN)
and Income Tax ward where assessed.
25.2. Scanned copies of client certificate showing, performance of the Bidder working with
GWIL / GWSSB or any employer for ongoing works as per prescribed proforma
mentioned in Section-III.
25.3. A scanned copy of declaration showing the details of all works completed and works on
hand with the contractor and the value of works that remain to be executed.
25.4. Scanned copy of Registration or renewal receipt as approved contractor of concerned
state Govt./ Railway/CPWD/Government bodies . The contractor(s) who are registered
with other state Govt./ Railway/ CPWD, Government (State / Central), Board,
Corporation, and Government Undertaking /Organizations of state & central Government
including all Public Sector Units. Proof of application made for registration for “AA”class
in Government of Gujarat (R&B/WRD/GWSSB) shall be submitted.
25.5. Scanned copies of the Power of Attorney duly authorized by a notary public, if power is
delegated for signing the Bid to other person by the Bidder.
25.6. Scanned copy of E.M.D. in accordance with relevant clause in “Tender Notice” of
tender notice and the original shall also be submitted in physical form by RPAD/Speed
Post.
25.7. Scanned Copy of the Solvency Certificate from Bank of required amount as per Tender
Notice.
25.8. Scanned copy of Account payee Demand Draft for Tender Fee in accordance with
relevant clause of Tender Notice, and also in physical form shall also be submitted by
RPAD/Speed Post/……..
25.9. Scanned copy of all the prescribed Forms & Annexure mentioned in Section-III, also in
physical form in separate sealed cover by RPAD/Speed Post/………. in the office of The
Superintending Engineer as mentioned in Tender Notice.
25.10. Scanned copy of the detailed statement of the turnover (Civil Engineering Works Only) of
last seven completed financial years audited and certified by the Chartered Accountant.
25.11. The bidder should submit undertaking on non judicial stamp paper of Rs. 300/- duly
notarized regarding document submitted, are true. Board would have the right to forfeit
the EMD and black list to the bidder if any of the information given by the bidder is found
faulty or incorrect or misleading.
25.12. If the Bidder Firm is a member of a Group of Companies (with a common name),
scanned copies of all relevant documents clearly indicating the stake of the bidding Firm
in the equity of each firm of the Group, Turnover, Net Tangible Worth and Cash Flow of
each company wherein the stake of the Bidding Firm is 51% or more in terms of equity.
25.13. All MOU’s shall be on a Non Judicial stamp paper of appropriate value duly notarised
and signed by respective authorised representatives.
26. SUBMISSION OF TENDER:
26.1. The Bidder must submit online duly filled in the entire tender document i.e. technical bid
and price-bid available on website the rate and the along with other details in Schedule B

GWSSB, 40
Volume-IA, Technical Bid Limkheda RWSS

26.2. of tender document.


26.3. The bidder shall fill the required details/ data/ information in the prescribed form of tender
document.
26.4. Tender in offline mode will not be accepted.
26.5. The tender i.e. Technical bid and Price bid, dully filled in shall be uploaded on
www.gwssb.nprocure.com up to the date and time mentioned in the Tender Notice.
26.6. The employer at his discretion can extend the last date for submission of tender 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. The bidder shall be
responsible for extending the validity of tender accordingly, failing which his bid shall be
rejected as non-responsive.
26.7. Bidders will have to submit F.D.R. or Bank Guarantee for Earnest Money Deposit and
Demand Draft of tender fee in a separate sealed envelope and other technical
documents in another sealed envelope. The documents shall be submitted by
RPAD/Speed Post only to the designated officer, as mentioned in the Tender Notice &
submission made by courier shall not be considered. Each cover must clearly be marked
with the contents i.e. “TENDER FEE & EMD” and “TECHNICAL BID DOCUMENT”
27. LATE AND DELAYED TENDER:
As a rule the system will not accept any Tender after the due date and time and hence in
case of E-Tenders there will be no late tender.
27.1 STATING OF RATES
The Rates for items in Schedule – B must be submitted in figures only on the website.
Amount in words will be automatically generated by system. Total amount of each item
and the grand total in figures and the respective words will be automatically calculated by
the Computer and displayed.
E. OPENING OF TENDER
28. OPENING OF TENDERS
The Designated Officer of GWSSB will open the e-Tender on the date as mentioned in
the tender notice, if possible in his office at the address specified in the Tender Notice.
The intending Bidders, if they wish may participate in online Tender opening process
and view the result on www.gwssb.nprocure.com To participate in online tender opening,
bidder will have to log in with his user ID and password and click on “Mark my
attendance button” to view Tender result. For more details please refer “Vendor Training
Manual.”
1. Opening of Technical Bid :
The designated officer of GWSSB will open technical bid first at the address specified in
the Tender Notice. The evaluation of Technical Bid will be done as per “Clause F:
Evaluation of Tender”.
2. Opening of Price Bid :

GWSSB, 41
Volume-IA, Technical Bid Limkheda RWSS

The price Bid of ONLY qualified bidders shall be opened as decided here after.
The designated Officers of GWSSB will open each price bid on or after the date and time
mentioned in the Tender or time and date pre-intimated to qualified bidders on and the
print out of total amount quoted in the tender along with rate quoted for each item in the
Bid Schedule and the condition if any put forth by the Bidder. The Bidder can see his
price bid as well as other Bidders’ entire price Bid who have participated in the E-Tender.
F. EVALUATION OF TENDER
EVALUATION & COMPARSION OF TECHNICAL PROPOSAL:
The Employer will carry out a detailed evaluation of the bids in order to determine
whether the bidders are qualified and whether the technical aspects are substantially
responsive to the requirements set forth in the bidding documents. In order to reach such
a determination, the Employer will examine the information supplied by the Bidders and
other requirements in the bidding documents, taking into account the following factors:
QUALIFICATION
The determination will take into account the Bidder's financial, technical, production
capabilities and past performance; it will be based upon examination of the documentary
evidence of the Bidder's qualifications submitted by the Bidder, pursuant to Clause 24,
as well as such other information as the Employer deems necessary and appropriate;
and
An affirmative determination will be a prerequisite for the employer to continue
with the evaluation of the technical proposal; a negative determination will
result in rejection of the Bidder's bid.
TECHNICAL:
Overall completeness and compliance with the Employer's Requirements
29 EVALUATION OF TECHNICAL BIDS
29.1. The bidder shall be qualified on the basis of information furnished by the bidder in
accordance with Clause-25 above, in support of his capability with reference to
qualification criteria laid down.
29.2 Even though the bidder meets the above qualification criteria, he shall be disqualified if:
a. The bidder had made misleading or false representation in the forms, statements and
attachment submitted in proof of qualification requirements and/or
b. A record of poor performance such as abandoning the work, not properly completing the
contract, inordinate delays in completion, litigation history or financial failures etc.
c. Bidder has been blacklisted by any Government/ Non Government / Private
agencies/ Organizations/ Institutions/ Government Undertakings and funding Agencies in
the last 05 years.
The bidder should provide accurate information on litigation and/ or arbitration resulting
from contract completed or under execution by him over the last five years. A consistent
history of arbitration awards/ judgments against the applicant or any partner of a joint

GWSSB, 42
Volume-IA, Technical Bid Limkheda RWSS

venture may result in disqualification for proposed work. If the details of litigation history
is hidden by the applicant and later on it comes to knowledge of the employer the bidder
shall be disqualified for the proposed work and other appropriate actions shall be taken
against the bidder.
The bidder should submit undertaking on non judicial stamp paper of Rs. 300/- dully
attested by notary public regarding document submitted, are true. Board would have the
right to forfeit the EMD and black list to the bidder if any of the information given by the
bidder is found faulty or incorrect or misleading.
29.3 During the process of evaluation the GWSSB may visit and inspect the works carried out
by the bidder in order to assess the performance of the work. The bidder shall have to
make arrangement for inspection of work at the respective work site only. This shall also
be considered for evaluation with reference to performance of the bidder.
29.4 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, a
careful check of the appropriate references with reference to the information submitted
by the bidder will be done and in no case, a contract will be awarded to a bidder lacking
in the financial criteria.
30. Evaluation of Price bid
30.1. Quoted Tender rates shall have to be reasonable and competitive to meet with the timely
and satisfactory performance of the contract.
30.2 Reasonability of Tenders’ proposed method and technique of construction, construction
programme, sequence of components of the work and proposed resources assigned to
the work shall be seen where it has been called for in the tender.
30.3. (a) If the Bid of the successful bidder is seriously unbalanced in relation to the estimated
cost of the work/ item (s) to be performed under the Contract, GWSSB, may require
the bidder to produce detailed rate price analysis for any of all Items of the Bid of the
quantities to demonstrate the internal consistency of this rate Price with the
construction methods proposed. After evaluation of the rate analysis, the GWSSB
may require, that, the amount of the Performance Security set forth in “Clause No.
21 under Bid Security” above of the contract be increased at the expense of the
successful Bidder to a level sufficient to protect the GWSSB, against financial loss in
the event of default of the successful Bidder under the contract.
(b) In respect of those items for which the quoted rates are more than 10% above the
overall percentage of accepted tender, the payment of such items in the running bills
shall be made at rate of that item which was used for the estimate plus or minus
overall variation percentage of the accepted tender plus 5% of the estimated rate of
that item. The balance amount as per accepted tender rate shall be withheld from
the running bills and will be released as per R&B Department Circular no
.PARCH/102008/(61) dated 03-05-2013. No interest will be payable for such
withheld amount. This shall be taken care by way of payment schedule and quoted
rates need not be changed.

GWSSB, 43
Volume-IA, Technical Bid Limkheda RWSS

(c) The contract performance for actual execution and the payments to be made for the
work shall be based on such bid rates as per (a) and (b) above wherever applicable
for the purpose of running account bills. However the final payments shall be made
based on the item wise quoted rates.
(d) Any decision of GWSSB regarding the interim rates at which payment shall be made
in accordance with the above Clauses shall be final and binding to the Bidder.
(e) The application of the above clause (a) & (b) above shall be at the discretion of the
employer.
30.4 As the work shall be executed on EPC contract basis on lump sum amount in the
abstract of price schedule, however the contractor should have quoted the item wise rate
in the breakup of price schedule for the purpose of running account bill. In case of
variation of the quantities in any item which needs revision of rates in accordance with
"Clause No. 14, Volume-I (B)", the revision of rate of the particular item shall not be
considered more than the quoted rate of such item.
30.5. To assist in the examination, evaluation and comparison of Tenders, the GWSSB may
ask the Bidders individually for clarification of their tenders including break up of work
done. The request for clarification and the response shall be in writing but no changes in
the price or substance of the tender shall be sought, offered or permitted.
31 GWSSB reserves the right to accept or reject any Tender without assigning any reason.
32. PROCESS TO BE CONFIDENTIAL:
Information relating to the examination, clarification, evaluation and comparison of bids
and recommendations for the award of a contract shall not be disclosed to bidders or any
other persons not officially concerned with such process. Any effort by a bidder to
influence the Employer's processing of bids or award decisions by any way may result in
the rejection of the bidder's bid.
33 PRELIMINERY EXAMINATION OF TECHNICAL PROPOSAL:
The Employer will examine the bids to determine whether they are complete, whether
the documents have been properly signed, whether-the required security is included, and
whether the bids are generally in order. Any bids found to be non-responsive for any
reason or not meeting the minimum levels of the performance or other criteria specified
in the bidding documents will be rejected by the Employer and not included for further
consideration.
34. JOINT VENTURE CONSORTIUM (JV):

Joint venture consortium of Maximum Three firms/ members / companies, as partners


shall be allowed for the works.

All the Members of the JV shall be jointly and severally responsible for this Contract.
The Member of the JV holding highest stake shall be the Lead Partner. The JV shall
comply with the following requirements:

GWSSB, 44
Volume-IA, Technical Bid Limkheda RWSS

(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%.

(b) All the members of the Joint Venture firms shall have to collectively satisfy
all the criteria mentioned.

Note:

In case, the applicant/JV partner has achieved physical & financial performance
for the criteria 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 Joint Venture Agreement in
original contract work shall only be considered for evaluation purpose.

In joint venture consortium the lead partner shall only be an Indian


citizen, Indian partnership firm or Indian private/ public limited company.

The lead member shall have “AA” class registration with Government of Gujarat
/CPWD/ Railway, Government (State/Central), Board, Corporation, and
Government Undertaking /Organisations of State & Central Government and
Public Sector Units 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/WRD/GWSSB) 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.

(c) The individual members who join in JV shall have to give an undertaking that
they will maintain status-quo till the completion of the work, if the work is
awarded to the JV Consortium, the same JV Consortium shall be maintained till
the satisfactory completion of the work. This undertaking shall be submitted on
E-stamp paper/ Stamp paper Rs. 300. duly signed by authorized signatory, which
shall be notarized.

(d) In case of Bidder participating as a Joint Venture, on his selection for award of
contract, all the partners/members of the Joint Venture will have to sign the
Contract with the employer and will be jointly and severally liable for
performance of the contract. Award of Contract will be in the name of Joint

GWSSB, 45
Volume-IA, Technical Bid Limkheda RWSS

Venture consortium which will be considered as “Legal Entity” as far as this Bid/
Contract is concerned.

(e) The Bid, and in case of a successful bid, the Form of Contract Agreement, shall
be signed with the name of Joint Venture which will be legally binding on all the
partners;

(f) Lead partner shall be declared as Prime Bidder authorized to be in charge; and
this authorization shall be evidenced by submitting a Power of Attorney signed by
legally authorized signatories of all the partners;

(g) The member in charge shall be authorized to incur liabilities, receive payments
and receive instructions for and on behalf of any or all partners of the Joint
Venture and the entire execution of the contract including defect liability
period;

(h) All members of the Joint Venture shall be jointly and severally liable 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 under
(b) above as well as in the Bid Form and the Form of Contract Agreement (in case
of a successful Bid); and,

(i) A copy of the stamped and notarized agreement entered into by the Joint
Venture partners shall be submitted with the Bid. Roles, responsibilities and
financial stakes of all members of the Joint Venture consortium shall be clearly
and unambiguously prescribed in the Joint Venture agreement. In case of non-
prescription, the JV agreement will be declared as invalid and the bid will be
treated as non-responsive.

(j) In case of Joint Venture financial strengths of each of the JV members


individually shall not be less than Minimum Qualifying Criteria worked out in
proportionate to their financial stakes in the JV. In case of physical criteria,
either of the JV member shall individually fulfil the minimum qualifying criteria
as mentioned in clause 4.2 “PHYSICAL CRITERIA” of Section III.

Each JV member shall be register anywhere in India in appropriate class as per


their financial stakes in the JV and proof of registration to be uploaded along
with bidder’s submission, solvency certificate, project manager having 5 years’
experience, existence of company as per tender requirement. Each member shall
satisfy these requirements separately.

GWSSB, 46
Volume-IA, Technical Bid Limkheda RWSS

(k) The contractors participating in the name and form of a Joint Venture
consortium shall have to clearly and unambiguously define the role,
responsibilities and financial stake of each of the partners, the lead partner shall
also have to be defined. On award of contract to such a Joint Venture
consortium, each of the members of the Joint Venture consortium shall have to
sign the Contract. Each member of the JV shall be jointly and severally
responsible for the performance of the contract.

(l) An original notarized copy of the agreement as prescribed in Form-22 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.

(m) In case of conflict between the terms in contract agreement and the
Joint Venture documents, the terms in the contract agreement shall prevail.

35. DELETED

G. AWARD OF CONTRACT
36 SUCCESSFUL BIDDER:
The Employer will award the Contract to the bidder whose bid has been determined to
be substantially responsive in terms of minimum qualification requirement and technical
requirements to the bidding documents and who has offered the Lowest Evaluated Bid
Price, provided that such bidder has been determined to be eligible & qualified in
accordance with the provisions mentioned under “Clause F. Evaluation of Tender” in
Section-II. A substantially evaluated responsive Tender is one, which conforms to all the
terms, conditions and specifications of tender documents without material deviation or
reservation. The material deviation or reservation is one,
36.1. Which affects in any substantial way the scope, quality or performance of the works.
36.2. Which limits in any substantial way inconsistent with tender documents, the Employer’s
‘right’ or the Bidder’s obligations to the contractor.
36.3. Whose rectification would affect unfairly the competitive position of other bidders
presenting substantially responsive tender.
37 EMPLOYER’S RIGHT TO ACCEPT ANY BID OR TO REJECT ANY OR ALL BIDS:
37.1. Those Tenders which do not have Digital Signature attached shall be rejected.
37.2. Tender without Earnest Money Deposit, will be treated as non responsive and will be out
rightly rejected.
37.3. Notwithstanding the above, the GWSSB reserves the rights to accept or reject any bid or
to cancel the Bidding process and reject all Bids at any time prior to award of contract,

GWSSB, 47
Volume-IA, Technical Bid Limkheda RWSS

without thereby incurring any liability to the affected Bidder or Bidders or any obligation to
inform the affected Bidder or Bidders on the grounds of the GWSSB's action.
37.4. In addition to the above, the Tender will also be liable to be rejected out rightly if, the
Bidder or in the case of a firm, each partner or the person holding the Power of Attorney
thereof does not digitally sign.

38 NOTIFICATION OF AWARD:
38.1 Prior to the period of bid validity prescribed by the Employer, the Employer will notify the
successful bidder by fax, confirmed by registered letter, that its bid has been accepted.
This letter (hereinafter and in the Conditions of Contract called the “Letter of Intent") shall
name the sum which the Employer will pay the Contractor in consideration of the
execution, completion and maintenance of the Works by the Contractor as prescribed by
the Contract (hereinafter and in the Conditions of Contract called “the Contract Price”).
38.2 The notification of award will constitute the formation of the Contract.
38.3 Upon the furnishing by the successful bidder of a performance security (and domestic
preference security where required).
39 SIGNING OF CONTRACT AGREEMENT:
39.1 At the same time that he notifies the successful bidder that its bid has been accepted,
the Employer will send the bidder the Form of Contract Agreement, incorporating all
agreements between the parties.
39.2 Within One Month of receipt of the Form of Agreement, the successful bidder shall sign
the Form and return it to the Employer.
40 PERFORMANCE SECURITY:
40.1. The successful bidder shall have to pay Performance Security in the form of Unequivocal
bank guarantee issued by any shortlisted bank as per Notice Inviting Tender having
branch at Ahmadabad or Gandhinagar and the same shall become refundable as per
Clause No. 01 under General Conditions of Contract (Volume 1B).
41. CORRUPT OR FRAUDULENT PRACTICES:
41.1 The GWSSB requires that bidders/suppliers/contractors have followed the highest
standard of ethics during the procurement and execution of such contracts. In pursuance
of this policy:
(a) Defines for the purposes of this provision, the terms set forth below as follows:
(i) “Corrupt practices” means behaviour on the part of officials in the public or
private sectors by which they improperly and unlawfully enrich themselves and/or
those close to them, or induce others to do so, by misusing the position in which
they are placed, and it includes the offering, giving, receiving, or soliciting of
anything of value to influence the action of any such official in the procurement
process or in contract execution; and

GWSSB, 48
Volume-IA, Technical Bid Limkheda RWSS

(ii) “Fraudulent practice” means a misrepresentation of facts in order to influence


a procurement process or the execution of a contract to the determination of the
Borrower, and includes collusive practice among bidders (prior to or after bid
submission) designed to establish bid prices at artificial non-competitive levels
and to deprive the borrower of the benefits of free and open competition;
(b) Will reject a proposal for award if it determines that the bidder recommended for
award has engaged in corrupt or fraudulent practices in competing for the contract in
question;
(c) Will declare a firm ineligible, either indefinitely or for a stated period of time, to be
awarded an contract if it at any time determines that the firm has engaged in corrupt
and fraudulent practices in competing for, or in executing, an contract.
If at any stage it is found that bidder had hidden material information or had
submitted information which is false and fraudulent shall be debarred from bidding in
GWSSB/GWIL tender for three years and EMD shall be forfeited. The matter shall
also be brought to notice to the registration authority of the contractor.
42 GENERAL RULES AND DIRECTIONS:
42.1. No receipt for any payment alleged to have been made by a Contractor in regard to any
matter relating to this tender or the contract shall be valid and binding on GWSSB unless
it is signed by the Engineer-in-Charge.
42.2. The measurements of work will be taken according to the usual method in use in
GWSSB and no proposal to adopt alternative methods will be accepted. The decision of
the ‘Engineer-in-Charge as to what is the usual method in use in the GWSSB, will be
final.
42.3. Under no circumstances shall any contactor be entitled to claim enhanced rate for any
item covered in this Contract except price variation for specified items as per contract.
42.4. The Contractor shall not be permitted to tender for the work in which his near relative is
working in that Division or its sub-division as an Engineer of any category, Divisional
Accountant, Store Keeper, and in the Circle Office as a Superintending Engineer
Controlling that division as on date when Tender is submitted.
(Note: By the term “near relative” it is meant wife, husband, parent, and grandparent)
42.5. The contractor shall compulsorily furnish his latest address(es) including the latest
address of his partners and place(s) of filling his/their income tax returns along with the
tender (in the annexure form appended hereinafter). Any changes, if occur, in such
address, during the tenure of contract, the latest address(es) shall invariably and
forthwith be intimated by the Contractor to the concerned Engineer-in-Charge.
42.6. Receipt for payment made on account of the work, when executed by a firm shall be
signed by all the partners except where the contractors are described in their tender as
firm in which case the receipt shall be signed in the name of the firm by one of the
partners or by some other person having authority to give effectual receipts for the firm.
42.7. Every Blank (fields) in the Tender document (Forms, Schedule, etc.) must be filled up by
the Bidder and shall be submitted online.

GWSSB, 49
Volume-IA, Technical Bid Limkheda RWSS

42.8. Erasures and corrections:


Persons tendering are informed that no erasures or alternations by them in the text of
document downloaded from website will be allowed and such erasure and alterations will
be disregarded. If there is any error in writing, Bidder can edit the same and correct it.
Please refer to the Vendor Training Manual.
42.9. The contract will normally be made within 180 days from last date of receipt of Tenders.
43.0 DECLARATION FORM: (FORM-H)
43.1. In conjunction to Sub Clause 'C' under “29. Evaluation to Technical bids" the bidder
should submit undertaking as per Form-H on non judicial stamp paper of Rs. 300/- dully
attested by notary public regarding document submitted, are true. GWSSB would have
the right to forfeit the EMD and blacklist the bidder if any of the information given by the
bidder is found faulty or incorrect or misleading.
44.0 REQUIREMENTS OF A BIDDER
44.1 The applicant in the same name and style shall be a well established
Civil/Mechanical/Electrical (as per type of the tender) Engineering Contractor and shall
have Registration in the required class for the work. The agencies whose contracts have
been terminated on account of non-performance / poor performance in GWSSB work
and debarred contractors will not be eligible for this Tender.
44.2 COMPETENCY OF TENDER:-
Contract will be awarded to responsive Bidders on the basis of prequalification criteria
and evaluation of price-bid accordingly.
44.3 The Bidders/ Bidders are required to deploy the necessary machineries/ equipments (by
owning/ hiring/ leasing) for the execution of work as specified in Clause 3.0, Section-III of
this Volume44.4 The Bidder shall employ Project Manager, Engineers, technicians
and other key personnel and other Civil/Mechanical/Electrical Technical Staff as
specified.

GWSSB, 50

You might also like