EoI Drone Survey

Download as pdf or txt
Download as pdf or txt
You are on page 1of 36

TENDER DOCUMENT FOR

CARRYING OUT DRONE SURVEY, HYDROGRAPHIC SURVEY,


SOIL TESTING FOR PREPARATON OF DPR FOR
“REJUVENATION OF WATERBODIES” UNDER JURISDICTION OF
BERHAMPUR MUNICIPAL CORPORATION

NIT No. 1702 Date: 02.02.2023

1|Page
TABLE OF CONTENT

TECHNICAL BID
SECTION PARTICULAR
NOTICE INVITING TENDER
SECTION I INSTRUCTIONS TO BIDDER
SECTION II SELECTION AND QUALIFYING CRITERIA
SECTION III GENERAL CONDITIONS OF CONTRACT
SECTION IV SCOPE OF WORK &TECHNICAL SPECIFICATION
SECTION V FINANCIAL BID
ANNEXURE A FINANCIAL PROPOSAL
ANNEXURE A1 FORM OF QUOTATION
BILL OF QUANTITY
SECTION VI FORMS

LETTER OF TRANSMITTAL
FORM A: FINANCIAL INFORMATION
FORM B: STATEMENT OF SIMILAR WORKS

FORM C: STRUCTURE & ORGANISATION


FORM D: NO CONVICTION CERTIFICATE

FORM E: UNDERSTANDING THE PROJECT SITE


FORM F: NO DEVIATION CERTIFICATE
FORM G: INTEGRITY PACT

FORM H: FORMAT FOR LITIGATION HISTORY, LIQUIDATED


DAMAGES, DISQUALIFICATION
SECTION VII ANNEXURES
ANNEXURE-I: PERFORMANCE SECURITY
ANNEXURE-II: ADVANCE PAYMENT BANK GUARANTEE

2|Page
NOTICE INVITING TENDER (NIT)

3|Page
NOTICE INVITING(NIT) the project envisages conduction Drone Survey, Hydrographic
Survey Soil Testing for preparation of DPR for rejuvenation of 3(three Nos. of water bodies
under jurisdiction of Berhampur Municipal Corporation
Dated: 02.02.2023
Notice No: 1702

1.0 BeMC invites online tender from experienced, competent and eligible Bidders in two
envelope system for Carrying out Drone Survey, Hydrographic Survey, Soil testing for
preparation of DPR for “Rejuvenation of Water bodies” Under Jurisdiction Of Berhampur
Municipal Corporation” as scheduled under:-

Name of the work Carrying out Drone Survey, Hydrographic Surve, Soil
testing and preparation of DPR for “Rejuvenation Of Water
bodies” Under Jurisdiction of Berhampur Municipal
Corporation
Employer/Owner Berhampur Municipal Corporation
Website for upload www.berhampur.gov.in with effect from
tender / corrigendum / 03.02.2023 to 17.00 Hrs on Dt. 13.02.2023
Addendum
Brief Scope of Work The information as provided in the Bid document of the
water bodies are based on very preliminary studies, as
such it is tentative and may change significantly in further
course of studies and hence there may be substantial
reduction of quantities mentioned in BOQ. Therefore,
bidders should keep this in mind while quoting unit rate for
various item of work.

Completion of Work 15 days reckoned from the date of issue of Work Order.

Cost of Tender document


Rs. 6,000/-+18%GST = Rs. 7080 (Non –refundable)
(Demand Draft from any scheduled bank should be infavor of
Commissioner, Berhampur Municipal Corporation payable at
Berhampur.

Earnest Money Rs. 15,000/- (Rupees Fifteen thousand)


Deposit (Demand Draft from any scheduled bank should be infavor of
Commissioner, Berhampur Municipal Corporation payable at
Berhampur.

Offline Bid Submission Commissioner


Address Berhampur Municipal Corporation
In front of Town Police Station, Ram Lingeswar
Tank Road
Berhampur, Ganjam, Odisha-760002
[email protected],
Web- www.berhampur.gov.in

4|Page
Last Date of Download Up to 17.00Hrs. on dated 13.02.2023
Tender Document
Last date of offline Up to 15.00Hrs. on dated 14.02.2023
submission of
Technical and Financial
Bid

Date & time of opening At. 11.00 Hrs. on dated 15.02.2023 at Conference Hall of
of Technical Bid BeMC
Date & time of opening To be informed to responsive Bidders
of Financial Bid
Validity of offer 90 days after the last date fixed for submission of Bid
Performance Security 5% (Five Percent only) of Contract value within 7 days from
the issue of Letter of Award (LoA)
Security Deposit 5% (Five Percent only) of Contract value will be deducted in
each RA bill and will be paid after release of final payment.
Commencement of Commencement of work shall be reckoned from 5th day of
work issue of Letter of Award.
Price Adjustment The rates quoted by the Bidder shall be firm & fixed
Exemption in EMD for Micro & Small Enterprises registered with NSIC/MSME: The
micro and small enterprises registered with the NSIC/MSME are exempted from the
submission of EMD/ Bid security deposit on production of requisite proof in the form of valid
certification from NSIC/MSME for the tendered item/services. Micro and small enterprises
having Udyog Aadhaar Memorandum are also entitled for the above exemption for which
submission of valid memorandum certificate is must.
If the office of BeMC, happens to be closed on the last date and time
mentioned for any of the event, the said event will take place on the next working day at the
same time and venue.

2.0 The Tender NIT document can be downloaded from the website: www.berhampur.gov.in .
3.0 The tenders shall be submitted in two envelopes marked „A‟ and „B‟ on through Registered
Post/Speed Post addressed to:-
. Commissioner
Berhampur Municipal Corporation
In front of Town Police Station, Ram Lingeswar Tank Road
Berhampur, Ganjam, Odisha-760002
[email protected], Web- www.berhampur.gov.in
4.0 Technical Bid: Envelope „A‟ (A1 & A2) wherein Envelope A1 shall contain receipt of
tender fee documents and earnest money deposit. The envelope A2 shall contain
documents related to eligibility criteria and complete Bid documents duly signed by the
authorized representative of the Bidder.

Envelope „B‟ shall contain Financial Bid to be submitted offline only. Entire Bid
Documents related to eligibility criteria and Financial bids are to be submitted.

However, documents related to eligibility criteria & other requirements as per bidding
documents and complete set of bid documents duly signed by the bidder including
original EMD, corrigendum & addendum if any (Envelope A) will also be submitted
physically (hard copy) on or before the last date of submission of Tender.
5.0 “Corrigendum, if any, would appear only on the above-mentioned websites and not be
published”.
6.0 In case any information/details mentioned at two or more places in Tender documents is
unclear/does not match, interpretation/clarification given by Employer shall be final &
binding to the Bidder.

5|Page
7.0 In case the office of BeMC happens to be closed on the last date and time mentioned for
any of the event such as opening of technical and Financial Bids etc., the said event will
take place on the next working day at the same time and venue.

8.0 Incomplete quotations, conditional quotations, quotations received without EMD and
quotation received after the stipulated time shall outrightly be rejected.

9.0 Any queries regarding the terms of reference can be obtained from the following office
address on any working day Up to 15.00 Hrs. on dated 10.02.2023 through email-
[email protected] addressed to Commissioner,BeMC

10.0 BeMC reserves the right to reject any one or all of the quotations without assigning any
reason thereof.

11.0 In case of any dispute in the award of work or terms & condition of award and execution
of works, the decision of Commissioner BeMC is final and binding on all the parties.

For and on behalf of BeMC

Sd/02.02.2023
Commissioner
Berhampur Municipal Corporation

6|Page
Section-1: INSTRUCTIONS TO BIDDERS
1.0 Availability of Bid Document and Bid Submission
The Bid documents can be viewed and downloaded from the website
www.berhampur.gov.in with effect from 03.02.2023 to 17.00 Hrs on Dt. 13.02.2023.

The entire bid-submission would submissions are as follows:


 Technical Bid (Envelope-I of the Tender Document) – with effect from
03.02.2023 to 17.00 Hrs on Dt. 13.02.2023
 Financial Bid (Envelope-II of the Tender Document)
 Both technical bid and financial bid to be submitted offline, through Registered
Post/Speed Post on or before the specified due date upto 17.00 Hrs on Dt. 14.02.2023
1.1 Offline Submission of Documents by bidder
The Bidder shall submit following document offline in separate sealed envelopes
also.
 Technical Qualification Documents in original as mentioned in “clause 2.0
– Bidding Document”
 Originals of EMD, Tender Document fee in the formof Demand Draft.

1.2 Tender Fee


The Tender Fee Deposit as mentioned in NIT and shall also be submitted in physical
form in courtesy of Commissioner, Berhampur Municipal Commissioner payable at
Berhampur.

The Tender Fee is accepted only in the following forms:


 Banker's cheque of a Nationalized Bank /Scheduled Commercial Bank (i.e.
Public and Private Sector Banks).
 Demand Draft of a Nationalized Bank /Scheduled Commercial Bank
2.0 BIDDING DOCUMENT
2.1 The bidder is expected to examine all the documents prior to preparation and
submission of bid.
2.2 The bidder is advised to visit the site at his own expenses to assess the
accessibility, climate and other conditions of the area etc. before quoting the rates.
No claim shall be entertained later, on any such account.

2.3 Failure to comply with the requirements of bid submission will be at bidders‟ risk and
shall be considered as non-responsive.

2.4 Qualifying Criteria: Offline Technical Bid Submission


The intending bidders must read the terms & conditions of tender documents
carefully. They should only submit the bid if they considers themselves eligible and
they are in possession of all the documents required.
All the documents must be serial wise as stated below along with checklist and
clearly marked page no. on each page (MANDATORY). Any following document
not uploaded/submitted or miss leaded information provided shall be out
rightly rejected as per discretion power of tender inviting authority. The
documents which are not are not numbered, document submitted after closure
of submission date shall not be entertained.
7|Page
Format of Check List
S.N. Particular of Document Yes No Page Nos.
From-to
a) Authorization Letter to sign the Tender on bidder‟s original
letter head or Power of attorney from the competent authority
of the firm
b) Financial Instrument towards EMD of amount as mentioned
inNIT.
c) Financial Instrument towards Demand Draft for Tender Fees
ofthe amount as mentioned in NIT.
d) Letter of Transmittal for Technical Bid in prescribedformat on
bidder‟s original letter Head
e) Yearly financial Turnover and Audited Balance Sheet for
Last 5 (five) years ending on the financial year 2021-22 duly
certified by Chartered Accountant.
 The contractor should not have incurred any financial loss
(profit after tax should be positive) in more than 2 years
during the last 5 years ending 2021-2022. Certificate shall
be duly audited and Attested by the Chartered Accountant
(Form-A).
Eligibility Criteria:
The Bidder should have experience in execution of similar
nature of works i.e. Topographic and Hydrological cross section
survey for water bodies/ River/ Dyes /Irrigation structures
photogrammetric technique by un-manned aerial
vehicle(UAV)/Drone equipped with DGNSS or similar
arrangement with LIDAR should be carried out in India under a
single contract for a Hydroelectric /Multipurpose /Irrigation/PSU
as Principal Contractor. (Form-B)
f) Name, Address, details of the Organization, Name(s) of the
Owner/Partners/Promoters and Directors of the firm / company.
(Form-C).
g) Copy of P.F and PAN Number.
h) Goods and Service Tax (GST): Bidders should submit the
valid GST registration certificate, which are mandatory, as per
Govt. of India notification regardingGST.

i) The bidder should be an Indian Registered Company under


Companies Act 1956/2013 Proprietorship Firm/ Partnership
Firm/ Limited company private or public orcorporation.
Joint Ventures/Consortium/Associations are accepted.
(In case of Joint Ventures/Consortium
/Association, any company or the combinationsshould
meet the similar type of works criteria).
Copy of Certificate of Incorporation/ Registration/ Partnership
Deed or any other relevant document, as applicable, should be
submitted along with a copy of address proof.
NOTE: Proprietor firms shall submit registration details or shall
submit the copy of relevant page of Pass book for the Current
Account in the name of Proprietor Firm.

8|Page
j) Bidder should not be blacklisted/ debarred by any government/
semi government department. Bidders shall give undertaking
for not being involved in any form of corrupt and fraudulent
practices. (Form-D).
k) Letter of understanding the project site on bidder‟sLetter
Head (Form-E).
l) No Deviation Certificate in prescribed format inBidder‟s Letter
Head (Form-F).
m) Bidder shall submit Information on litigation history inbidder
Letter Head (Form-G).
n) The bidder should have owned/hired one drone system to
execute the work. Self certified declaration to be furnished by
Bidder

N.B. Preparation should be given to the bidder owning the


drone system
o) Detailed methodology along with equipment (includingtheir
specifications) proposed for this project.
p) The bidder is required to submit the names and bio- data of all
the technical personnel proposed to be deployed for this work
together with the estimated man-month effort expected to be
contributed by each person. (Form-H)

q) List of equipment available along with their specification and


present deployment and make (viz. Auto level / Total Station,
Drone equipment and their specifications, DGPS etc.)

r) Each page of the all Volume of Tender document &


Addendum/ Corrigendum shall be Digitally signed (use
scanned signature) by the bidders submitting the Tender in
token of his/their having acquainted himself/ themselves and
accepted the entire tender documents including various
conditions of contract. Any Bid with any of the Documents not
so signed is liable to be rejected at the discretion of BeMC

No information relating to financial terms of services should be included in the


technical bid. Bids are to be submitted to determine that the bidder has a full
comprehension of the tendered work. Where a bidder technical submittal is found non-
compliant with the requirement of work, it may be rejected. This process is to assure that
only technical acceptable bids are considered for the tendered work.
NOTES:
Bidders who full fill the above requirements shall only be technically qualified.
Non-fulfilment of any of the above requirements by any bidder will automatically
lead to its technical disqualification. Therefore, bidders are requested to make sure that
they submit all the relevant papers which meet all the above mentioned requirements.

9|Page
In case, the bidders are in a position to give audited balance sheet (provisional)
for year 2022-23, then the same can be included and in that case, reference
year will be counted w.r.t 2022-23 in all concern eligibility criteria.

2.5 Offline Submissions of Technical Documents


The Bidder shall submit following Technical Document offline also.
1. All the documents in ORIGINAL, mentioned in “Section-2.0: Bidding
Document” in Para 2.4: Qualifying Criteria for Technical Bid i.e. at Sr. No. (a)
to (r) along with checklist & page numbering (MANDATORY) in separate
sealed envelope clearly labeled as “TECHNICAL BID” for the Work (Write Name
of Work/Project as mentioned in NIT) along with Details of Bidders Address,
Phone, E-mail on Envelope.
2. Originals EMD and Tender submission fee in the form of Demand Draft in
separate sealed envelope clearly labeled as “EMD AND TENDER FEE” for the
work (Write Name of Work/Project as mentioned in NIT) along with Details of
Bidders Address, Phone, Email on Envelope.
NOTE: All above envelopes shall be submitted in one single envelope clearly
labeled as “Technical Qualification Documents for Offline Submission” for the
Work (Write Name of Work/Project as mentioned in NIT) along with Details of Bidders
Address, Phone, Email on Envelope.
The offline submissions as mentioned above shall be submitted on BeMC
address mentioned in NIT as per date & time mentioned in NIT otherwise bids
are liable to be rejected.
2.6 Contents of financial Bid
The Financial Bid should be uploaded separately along with Technical bid before last
date & time of submission of Tender Document.
The estimated cost mentioned in NIT is based on the estimate based on the scope of
work of the project and also based on DSR provisions and Non-scheduled items as
per the standard practice. The bidder shall quote keeping in view all associated costs
with the project including any out of pocket / mobilization expenses/ Custom duty (if
any), Buildings and other construction workers welfare cess, TDS, taxes (except
GST) if any applicable as per Govt. terms, shall be paid by the Contractor. The
Goods and Services Tax (GST) shall be paid extra over quoted cost to
contractor.
It is mandatory to bidders to deposit GST within time limit framed by Govt. of India, if
applicable. The Goods and Services Tax (GST), shall be reimbursed to the Agency
only after uploading of bills by Contractor on GST Portal “to avail Input benefit of
GST”.
The company shall be performing all its duties of deduction of TDS and other
deduction on payment made to the contractor as per applicable legislation in force on
the date of submission of bid or to be newly / amended introduced during the
execution of the Contract.
Quoted amount by bidder shall be firm and fixed for Three (03) months. The contract may be
extended, according to the direction of Project Authority, in this case the rate quoted by the
bidder remains firm and no escalation shall be applicable for extension. Therefore, it is
advised to contractor to quote the rate accordingly.
10 | P a g e
Do not submit any Financial bid information at the time of submission of offline
submission of technical bid otherwise it will lead to rejection of bid.
The financial proposal is to be filled by bidder in the excel file attached in Annexure A and A1
and should be submitted along with the technical bid.
Note:- The BeMC reserves the right to waive minor deviations if they do not materially affect
thecapability of the Tenderer to perform the contract.

2.7 Opening of financial Bid

The financial bids of the technically qualified bidders shall be opened at the notified
date & time mentioned in NIT.
The company reserves the right to waive minor deviations if they do not materially
affect the capability of the Tenderer to perform the contract.

2.8 Joint Venture

Joint Venture / Consortium / Associations are accepted/allowed and maximum


number of partners is limited to 2 (i.e. one lead + 1 JV partner).

3.0 BID PRICES

3.1 The bidder shall fill in rates and prices for all the items of the schedule of works. The
rates should be inclusive of all applicable taxes & duties, if any, and exclusive of
GST which will be paid as applicable.

3.2 The quoted price shall include, but not be limited to, the following activities:

- All the survey works in the field, office work, including preparation of maps/
drawings/ sketches to the scales and extent indicated in the letter of
acceptance, provision of skilled personnel, provision and maintenance of
instruments and accessories, carry forward of temporary bench marks, stay at
the project site, TA & DA of employees, provision of suitable labour etc;
- Restricting or stopping traffic of persons and vehicles near instruments or in
sightlines during instrument observations.
- Taking all necessary safety precautions;
- Clearing sight lines by removal of bushes and scrub.
- Access to the project site
- Making of temporary paths for movement of equipment‟s etc.
- Any stoppage of works due to any unforeseen reason.

3.3 The rate should include all taxes & duties, calibration, insurance,
transportation etc. (excluding GST) and nothing extra will be paid over and
above the contract price as specified in Annexure-A.

3.4 Income tax and all other taxes, levies, impositions, deductions, charges, fees and
similar assessments whatsoever imposed, assessed, levied or collected by the State
11 | P a g e
Government and the Government of India or any subdivision thereof or any tax
authority therein upon the contractor (Successful bidder to whom the work is
awarded by BeMC) and his staff, shall be paid and/ or borne by the Bidder and
BeMC shall perform duty of deduction from Bidder‟s payments whenever required
by law.
3.5 Any conditional bid shall be rejected.

4.0 BID VALIDITY

The offer(s) submitted by the bidder shall be valid for a period of 90 (Ninety) days
from the date of opening of the quotations.
5.0 BID OPENING

Bid opening date & venue will be intimated later to all the bidders. The bidders can
send their representatives, if they desire so as to attend the bid opening.

6.0 TERMS OF REFERENCE

6.1 DRONE SURVEY


a) Scope of Work
Topographic and Hydrological Cross Section Survey using Photogrammetric
Technique by un-manned aerial vehicle (UAV) / Drone equipped with DGNSS or
similar arrangement with LIDAR in connection with Hydrological study in 03(three)
Water bodies located at the location mentioned below. The total area to be
surveyed will be about 38.26 Acre. The exact boundary of the study area will be
supplied in detail along with the award letter to the successful bidder. The project
area will be confined within the administrative boundary of Berhampur Municipal
Corporation.
AREA
S.No. Item

1a Haridakhandi Bandha in Ward No. 01 of BeMC


Lat - 19° 32‟”N 9.46
Long - 84° 76‟E Acre

b Aaina Bandha in Ward No. 16.40


Lat - 19° 3 0 ‟N Acre
Long - 84°77‟E

c Agula Bandha in Ward No. 12.40


Lat - 19° 29. N Acre
Long - 84° 79. E

Total area to be survey (a) 38.26


Acre
As stated earlier, the total area to be surveyed will be about 38.26 Acre, however, it may
decrease or increase during the course study and the same will be informed to the
successful bidder and the bidder will not have any claim for the revision of rate especially
in the case of decrease in area to be surveyed, however, in case of substantial increase
in area to be surveyed the bidder may have to decrease the rate based on mutually
negotiated rate.

N.B. The Drone Survey should be made before onset of Rejuvenation/ twice in
between rejuvenation and after the rejuvenation work (total 04) times in period of
12 | P a g e
rejuvenation, the bidder should quote the rate accordingly.

(b) General specifications:

1. Before quoting the rates, the agency shall inspect the site of work and fully
acquaint himself with the site conditions in regard to accessibility of site, and all
such factors which may affect satisfactory execution of the work. No claim what so
ever shall be entertained due to any difficult site conditions over and above unit
rates quoted by the survey agency.

2. The quoted rates shall include the cost of labour, equipment, boats etc. required
for work, construction of site office etc. complete. Nothing extra shall be paid on
any account whatsoever and above the rates quoted by the agency for relevant
item of schedule of quantity.

3. Good and Service Tax/Income Tax and any other tax applicable shall be
recovered at source from bills of the agency as per prevailing tax structure of
Govt. of India.

4. BeMC shall not be responsible for any mishappening/loss/damage of equipment


or human resource or due to some natural calamities caused during the course
of the work. The agency shall be fully responsible and shall take full care of any
mishappening, accident, disaster, or any unforeseen circumstances while doing
survey work. Any consequential legal/financial/judicial matters shall be full liability
of the agency. BeMC. shall not be liable in whatsoever manner.

5. Survey drawings shall be the copy right of the BeMC. In no way the Survey
agency shall supply or use these maps and drawings to any other agency or for
any other work.

6. The agency shall make his own arrangement for filtered and unfiltered water and
lighting etc. as per requirement at his own cost.

c) Data Capture Specifications


13 | P a g e
I) Drone Imagery Specifications
GSD
10 cm
Bands R G B (Three band natural colour imagery)
End overlap 60% minimum
Side overlap 30% minimum
As pre following conditions:

 Sun angle no less than 30 degrees to minimize shadow


 The project site has high relief changes therefore photograph
will be captured at high sun angle to avoidshadows due to
these high relief formations.
 Cloud free with minimal smoke, smog, fog and dust.
Colle  Minimum soil moisture and after sufficient gap afterrainfall.
ction  Every effort shall be made to avoid breaks within individual
condi flight lines. Where necessary, the entire flight line composed
tion of the resulting segments shall meet all of the requirements
set forth in these specifications. Where breaks occur, these
shall havean overlap of at least four frames to ensure a
stereo
model of overlap or tie.
Horizontal
10cm GSD or better for the ortho-photo generated.
Accuracy
Radiometric Minimum 8 bit per band in accordance with chosen imageformat
Resolution
Horizontal Datum The World Geodetic Datum 84 (WGS-84).
The coordinate system for all deliverables is the
Map Projection
Universal Transverse Mercator (UTM).

6.2 HYDROGRAPHIC SURVEY


(a) Brief Scope of Work
(i) Carry out the Bathymetry Survey at the proposed Water Bodies rejurvation
locations (05 nos. x 05 Cross sections at each location = 75 cross sections).
(ii) Bathymetric survey shall be carried out as follows:
Cross sections are to be undertaken at suitable interval within the stretch of
Water Bodies. The cross section of water bodies shall be undertaken at the
point of intersection of polluted drains as decided by Engineer in charge.
Width of the water bodies may vary from depending on the topography.
(iii) To establish 1 Nos. of TBM‟s showing X, Y & Z co-ordinates in longitude,
latitude and with (X, Y) co-ordinate with reference to local co-ordinates and
RL.
(iv) Establishing vertical control (accuracy +0.1m) and establishing bench mark
(accuracy + 5 millimeters) at suitable interval. Transfer of Bench Mark/datum
w.r.t. MSL.
(v) Establishing horizontal control and marking selected points on the banks
atsuitable intervals. (accuracy +1m).

14 | P a g e
No. of Cross
S.No. Item
sections
Carrying out Bathymetric survey i.e., total no.
1 of cross sections to be carried out at the
each proposed locations (05nos. x 05 3x25=75
C/s)

As stated earlier, about 75 no. of cross sections to be carried out at the proposed water
bodies rejuvenation locations, however, it may decrease or increase during the course
study and the same will be informed to thesuccessful bidder and the bidder will not have
any claim for the revision of rate especially in the case of decrease in area to be
surveyed, however, in case of substantial increase in area to be surveyed the bidder
may have to decrease the rate based on mutually negotiated rate.

(b) Technical Specifications


Establishment of Bench Mark
The levels shall be on the basis of GTS bench marks in the vicinity. The contractor shall
transfer the benchmark to the site. All levels shall be related to IMSL. New Bench mark
shall be established either on existing abutments, Dam site or other monoliths which
shall meet the stability requirement for bench marks specified by Survey of India.
Alternatively, new bench mark of suitable type shall be built to survey of India standards.
Value of bench marks shall be established to accuracy better than +/-5 millimeters.
(c) Establishment of Horizontal control and marking the selected points on
banks
Horizontal control established shall be properly connected to nearby G.T.S. or other
points approved by Engineer-in-Charge.
(d) Establishment of Vertical Control

The vertical control shall be established with suitable water level gauges and/or
GTS Bench Marks within or near the survey area and simultaneous tidal observations
shall be taken to reduce the soundings to a recoverable or approved MSL. Sites of
water level gauges should be carefully selected to ensure the free flow of water levels
to and from the gauge locations. Approval of the site engineer should be obtained for the
location(s) of the water level gauge(s). For vertical control and determination of MSL,
levelling between bench marks and to determine water level gauge zero etc. The
levelling accuracy shall be + 0.10 m. For recording of water levels, water level gauges
shall be erected at approved locations. The water levels shall be recorded at interval not
more than 15 minutes. However, time and height of low water shall be accurately
determined.
(e) Position Fixing

For position fixing the contractor shall use a suitable position fixing equipment with
horizontal positional accuracy of + 1 m. The contractor may however propose
alternative position fixing system that meets above mentioned positional accuracy,
provided at least 3 lines of position can be used to determine position. The position
fixing system shall be calibrated against a most accurate system or a fixed base
line before deployment to the satisfaction of Engineer-in-Charge. While taking
soundings vessel shall be moved at a slow speed (not greater than 3 knots).

15 | P a g e
(f) Reporting Pattern
(i) A survey report in triplicate describing the conduct of the survey along with a
soft copy and all observed data, along with original records viz. calculations
field books, measurement books, Eco-rolls etc. shall be submitted to BeMC.
The data furnished shall be adequate to re-plot the survey chart
independently on the basis of these documents.
(ii) The charts shall be plotted at 1:1000 scale or any other scale as directed by
Engineer-in-Charge. U.T.M. grid and geographical grid shall be marked on
the chart as per normal cartographic practice. Soundings shall be shown in
meter and decimeters and shall be reduced to Chart Datum. Contours shall
be marked at 0.5 m interval. On the chart the soundings shall be marked
duly showing high water and low water lines, delineation of shoals, symbols
and legends, Northline etc. As the area covered shall be in more than one
chart, the contractor shall provide a single chart (Index Map) in triplicate. All
charts/maps should display reference to the ground station and datum based
on which the controls are fixed and shall indicate date/time of surveys and
name of person in-charge carrying out the surveys.
(iii) Master copy of each charts, map shall be provided on stable film (RTM)
along three hard copies and one soft copy on Compact Disc in a format
compatible with AUTOCAD.
(iv) The contractor shall also integrate the topographic survey map with
hydrographic survey. The topographic survey map will be prepared and
developed by Bidder.
(v) The contractor shall submit survey reports as per specification laid down.
However, the contour shall be marked at an interval 0.5 m on the survey
charts.
(vi) Survey maps shall be plotted at 1:1000 scale. An Index Map (Single Chart)
showing entire area of survey and the physical features mentioned above
shall also be prepared and submitted in triplicate along with soft copy as
specified.
(vii) In addition to the above a longitudinal section of the deepest channel in the
sea for establishing the sea bed profile shall be provided. The scale of the L-
section shall be decided by Engineer-in-charge.
c) Deliverables
The activity involves carrying out Detailed Topographic & Hydrographic Survey to
develop the latest planform of showing details of latest position empanelment and
other permanent features like bridges, roads, highways, habitation, marginal bunds,
vegetation etc instretch.

The following will be the deliverables of the project:


i. Topographic map at suitable Scale
ii. Contours Map at 0.5m interval
iii. Digital Elevation Model (DEM)
iv. DGPS and Leveling Network raw and processed data
v. Digital Ortho Imagery, in tiles and seamlessly mosaiced over the survey area
Surveying agency shall supply 3 sets of all final drawings of Surveyed area
including five sets of soft copies in CDs or Pen drives in Auto CAD and PDF format.
16 | P a g e
6.3 Scope of work for Soil Testing

 Carrying out soil investigations (both Machine boring, Hand auger boring), hydrological
investigations, etc as IS code provisions and suggest sequence of excavation if necessary.
 Recommend soil stabilization methodology, soil protection systems if required
 Recommendation of economical type of foundation to be adopted and its depth to transfer
the design loads (will be provided by Structural designer).
 All necessary Soil parameters including but not limited to SPT, Particle size Analysis,
Atterberg limits, Water content, Shear parameters (Direct Shear Test, Triaxial Shear Test
Unconfined compression test), Specific gravity, Modulus of sub grade reaction ,„k‟ value,
modulus of soil reaction, E', influence
 actor for raft foundation, RQD details with uniaxial compression test results, depth of
ground water.
 Required Nos of Geotechnical investigation reports with proof calculation sheets shall be
submitted in hard copy as mentioned in RFP. The soft copy of the same shall also be
submitted to BeMC.
 The Consultant will have to visit the site, attend the meetings with the Client / Stakeholders
and also to work in relation with Design team BeMC.
 All deliverables shall be as per the RFP for each project. Drawings, geotechnical
investigation reports including geo technical interpretative reports, analysis model etc all in
digital & hard copies (as required).
 The Consultant shall provide assistance / expertise if required, to analyse and advise
remedies for any problems / test results as per norms arising during foundation construction
at site.

7 AWARD OF WORK
7.0 The work (contract) will be awarded to the bidder whose bid has been determined to
be substantially responsive to the bidding documents and who has highest
combined weighted score covering both technical & financial bids and subsequent
negotiations (if required).
7.1 To complete the work in the time period of 1 .0(one) months from the date of
issue of work order including mobilization period. Contractor has to mobilize
sufficient team with equipment’s to complete the work in time.
7.2 Not-withstanding clause 8.1 as above the employer reserves the right to accept or
reject any bid and to annul the bidding process and reject all bids, at any time prior
to award of contract, without thereby incurring any liability to the affected bidder(s) or
any obligations to inform the bidder or bidder(s) of the ground of the employer
action.

9.0 TERMS AND CONDITIONS


9.1 Time of Completion: 1 (One) month from the date of award of work or in
accordance with the requirements of the Client including the period of mobilization.

9.2 The bidder shall mobilize the required manpower and machineries at Project Site
within 5 days from issue of Letter of Award.
9.3 Time for completion is the essence of the contract and no relaxation of any account
shall be entertained. Progress of work shall be monitored on weekly basis.

9.4 In the event of any delay in completion of the project, a penalty of 0.5% of the
contract value, per week shall be charged subject to the maximum of 10 (ten)% of the
contract value. The contract may be terminated on accumulation of the maximum
amount.

17 | P a g e
10.0 A) PERFORMANCE SECURITY

10.1 A performance security guarantee of 5% of the total value of contract shall be


payable by the Bidder (successful bidder) on award of the works. The EMD shall be
adjusted against the performance guarantee. The balance of the performance
guarantee shall be paid by the Bidder in the form of Bank guarantee in the specified
format.

10.2 EMD of successful tenderer shall be retained until Performance Bank Guarantee
(PBG) is submitted.

10.3 Successful tenderer shall accept the LOA/LOI within 3 days from the receipt of
LOA/LOI, failing which the EMD shall be forfeited and award of work may be liable
to be cancelled.

10.4 Performance guarantee shall remain valid for period of 3 months or one month from
the date of release of final payment whichever is later.

B) SECURITY DEPOSIT

Security Deposit of 5% (Five Percent only) of Contract value will be deducted in


each RA bill and will be paid after release of final payment.

11.0 VARIATION

It may be noted that while the estimated quantities of work given in the schedule has
been estimated as realistically as possible, but any variation in the quantities arising
may be incorporated, on prior approval of Engineer-in-charge of BeMC.

12.0 PHASING OF PAYMENT

(1) 10% of the payment as an advance payment against submission of bank


guarantee (Interest Free).
(2) 15% of payment on completion of all field activities
(3) 35% of the payment on submission of deliverables & reports along with site
photographs
(4) 40% of the payment on acceptance of submitted reports & deliverables.

Payment Terms: All the payments will be made within 30 days after receipt of
original bills/tax invoices along with relevant documents from the date of certification
by the Engineer-In-Charge.

Note: Taxes as applicable shall be deducted at source as per GOO/GOI norms.

13.0 PROGRAMME

The contractor shall furnish within seven days of the LOA full particular of his
programme of field/ home office activity proposed for execution of the contract.

18 | P a g e
13.1 Contractors Superintendence and Obligations

The contractor shall intimate the employer within 3 (three) days the name of the
authorized person, who will be responsible for field activity and day to day interaction
with the employers authorized representative for field activity.

The contractor shall remain fully responsible for the accuracy and relevancy of all
field activities and for subsequent processing of field data including generated
outputs. Sub-contracting of any part or whole of the works is prohibited and these
provisions shall be strictly adhered to. In the event of sub-contracting of any part if
detected, the contract shall be liable for termination forthwith without assigning any
reason thereafter.

13.2 Insurance

The contractor shall insure himself against any liability under any workmen
compensation ordinance or equivalent prevailing legislation and any modifications
thereof which may be put in force by the government during the continuance of the
contract.

In the event of any loss or damage suffered in consequence of any accident or injury
or disease resulting from his work to any workman or other person in the employment
of the contractor, the contractor shall pay compensation to the victims.
13.3 The contractor shall in respect of his employees who are employed by him pay rates
of wages, observed hours of labour and provide other facilities not less favourable
than those required by law.
13.4 In case, any delay occurs due to local hindrance the contractor shall mobilize
additional manpower and equipment/instruments to accelerate the work with a sole
intention to compensate the lost time period. The contractor shall not be entitled to
any payment on account of any accelerated effort if required to complete the work
within the stipulated time period and is deemed to have included in the quoted prices.

13.5 The contractor shall submit weekly progress report to site engineer of BeMC. The
contractor shall equip their site in charge with mobile phone to facilitate
communication and control over work progress.
13.6 No compensation of any kind on account of objection by local officials/ stoppage of
work by local people/ damage to cultivated fields etc. during the course of
investigations shall be entertained by BeMC at any stage.
14.0 OTHER TERMS AND CONDITIONS
i) The Contractor will strictly comply with all the provisions of the Forest
Conservation Act 1980. Under no circumstances any tree should be cut or
destroyed in the vicinity of the project area.
ii) The agency has to make all arrangements to provide necessary
accommodation / shelter to all its employees at their own cost.
iii) The Contractor shall be responsible to take all precautions to ensure safety of
the public and his own personnel. Further, you will also be required to take
following insurances at your own cost.
 Third party liability insurance.
 Worker's compensation insurance in respect of contractor's personnel.
 Any other insurance for public & contractor's personnel in accordance with
the relevant provisions of the applicable land.

19 | P a g e
iv) The agency shall comply with the provisions of the following acts:
 Contract labour (Regulation & Abolition) Act 1970
 Employees Provident Fund Act, 1952
 Minimum Wages Act, 1948 (Amended)
 Employer's Liability Act, 1938 (Amended)
 Industrial Employment Act, 1946 (Amended)
 Personnel Injuries (Compensation Insurance) Act, 1963 (Amended)

v) The Contractor shall not employ any laborer below 18 years.

15.0 ARBITRATION
“Any dispute, controversy or claims arising out of or relating to this Agreement or the
breach, termination or invalidity thereof, shall be settled through following
mechanism.

a) Firstly, the aggrieved party shall write a letter to the other party detailing its
grievances and calling upon the other party to amicably resolve the dispute by
convening a joint meeting. Accordingly, the parties as per their convenience shall
jointly convene the said meeting(s), wherein minutes of the said meeting(s) shall
be prepared and countersigned by all the parties. It is mandatory to prepare
minutes of meeting(s) and to be countersigned by all the parties, irrespective of
the outcome of the said meeting(s).
b) In the event the parties are unable to reach on any settlement in the said
meeting(s), then the aggrieved party shall resort to resolution of disputes
through arbitration of a Sole Arbitrator. The appointing authority of Sole Arbitrator
is Commissioner,BeMC, to which neither of the parties have any objection nor
they shall ever object.
c) Subject to the parties agreeing otherwise, the Arbitration proceedings shall be
conducted in accordance with the provisions of the Indian Arbitration and
Conciliation Act, 1996 (amended as on date).

d) The place/seat of arbitration shall be Berhampur and any award whether interim
or final, shall be made, and shall be deemed for all purposes between the parties
to be made, in Berhampur. The arbitral procedure shall be conducted in English
language and any award or awards shall be rendered in English. The procedural
law of the arbitration shall be Indian Law. The award of the arbitrator shall be final
and conclusive and binding upon the Parties.
e) The Contract and any dispute or claim arising out of or in connection with it or its
subject matter or formation (including non-contractual disputes or claims) shall be
governed by and construed in accordance with the laws of India and the Parties
submit to sole & exclusive jurisdiction of courts at Berhampur”.

20 | P a g e
Annexure – A
Form of Quotation

Quotation for
CARRYING OUT DRONE SURVEY,HYDROGRAPHIC SURVEY, SOIL
TESTING FOR PREPARATON OF DPR FOR“REJUVENATION OF
WATERBODIES” UNDER JURISDICTION OF BERHAMPUR MUNICIPAL
CORPORATION

To,
Commissioner
Berhampur Municipal Corporation
In front of Town Police Station, Ram Lingeswar Tank Road
Berhampur, Ganjam, Odisha-760002
[email protected], Web- www.berhampur.gov.in

I/We the undersigned, having carefully examined and understood the documents on
which quotation to be based, hereby agree to carry out the aforesaid Drone Survey works for
the following work on item rate basis described in the Scheduled of work, in conformity with
the specifications and terms and condition as specified in the document.
Total price for carrying out the work, as mentioned above is,
Rupees
(Amount in Words and Figures)
This price will remain valid for 90 (Ninety) days from the date of submission of bid. Unless
and until a formal contract is prepared and executed, this quotation, together with your
acceptance thereof, shall constitute a binding contract between us.
I/We undersigned, that you are not bound to accept the lowest or any quotation you may
receive.
Signed this day 2023

Signature and seal of bidder


or Authorized representative
Name of firm :
Address of firm :
Telephone No. :
Fax No. :
E-mail :

21 | P a g e
ANNEXURE– A1

(Contd.,) BILL OF QUANTITIES (BOQ) AND SCHEDULE OF PRICE

PAGE OF

S. Total value in
ITEM QUANTITY Rate
NO. Rupees

(1) (2) (4) (3) (5)

Scope of work 38.26 Acre


1
As per Clause
No. 6.1

Scope of work
2 75 Cross
As per Clause
sections
No.6.2

3 Scope of work 12 Nos.


As per Clause
No.6.3

Sub-Total

3 GST @ 18%

Total

Note:

A) Quoted price shall be inclusive of all levies and taxes and exclusive of GST which will
be paid as applicable.
B) Quantity mentioned may vary according to the site conditions.
C) Payment will be made according to actual executed quantity and unit price.

Date:
Place: Signature of bidder
Name and Stamp
22 | P a g e
LETTER OF TRANSMITTAL
(on Bidder Original Letter Head)
To
Commissioner
Berhampur Municipal Corporation
In front of Town Police Station, Ram Lingeswar Tank Road
Berhampur, Ganjam, Odisha-760002
[email protected], Web- www.berhampur.gov.in

Subject: Carrying Out Drone Survey, Hydrographic Survey, Soil Testing For
Preparaton Of DPR For “Rejuvenation Of Waterbodies” Under
Jurisdiction Of Berhampur Municipal Corporation

Ref:- NIT No:-

Dear Sir,

i) I/We downloaded /obtained the tender document(s) for the above mentioned
Tender/Work from the website namely:
as
per your advertisement.
ii) I/We hereby certify I/We hereby certify that I/We have read the entire Terms
& Conditions of the Tender Documents (including all documents like
annexure(s), schedule(s), etc.,), which form part of the contract agreement
and I/We shall abide hereby the terms/conditions/clauses contained therein.
iii) The corrigendum(s) issued from time to time by your
department/organization too have also been taken into consideration, while
submitting this acceptance letter
iv) I/We hereby unconditionally accept the tender condition of above
mentioned tender document(s)/corrigendum(s) in its totality/entirety
v) In case any provisions of this tender are found violated, then your department
/ organization shall without prejudice to any other right or remedy be at liberty
to reject this tender/bid including the forfeiture of the full said Earnest
Money Deposit absolutely.

Yours faithfully,

Date: (Signature, name and designation


of the Authorized signatory)

Place: Name and seal of Bidder

23 | P a g e
FORM-A
FINANCIAL INFORMATION
[To be submitted on Original Letter Head of CA]

1. Financial Analysis: Details to be furnished duly supported by figures in balance sheet/ profit
& loss account for the last five years duly certified by the Chartered Accountant, as
submitted by the applicant to the Income Tax Department (Audited balance sheet copies to
be attached).

Years Annual Financial Turnover Profit/Loss


(After Tax)
2017-2018

2018-2019

2019-2020

2020-2021

2021-2022

2. Financial arrangements for carrying out the proposed work : It is hereby declared that ------
------------- (Name of firm with address) has enough financial resources to execute the
proposed work.

Note:
In case, the bidders are in a position to give audited balance sheet (provisional) for
year 2022-2023, then the same can be included and in that case, reference year will
be counted w.r.t 2022-23 in all concern eligibility criteria.

Signature of Chartered Accountant Signature of Bidder(s)


(with Seal) (with Seal)

Note: Original Signature with Stamp of CA is Mandatory. Copy will not be entertained.

24 | P a g e
FORM B
STATEMENT OF SIMILAR WORKS* EXECUTED/IN HAND

YEARS NAME OF CLIENT NAME OF PROJECT & VALUE OF DETAILS OF W.O.


WORK WORKS (RS. REFERENCES &
LAKHS) COMPLETION
CERTIFICATES
1 2 3 4 5

* is to be supported by relevant proof.

25 | P a g e
FORM- C
STRUCTURE & ORGANISATION

S.No. Particulars Details Submitted by Bidder


1. Name & address of the bidder
2. Telephone no./Telex no./Fax no.
3. Legal status of the bidder (attach copies of original
document defining the legal status)
(a) A proprietary firm
(b) A partnership firm
(c) A limited company or Corporation
(d) A Company registered under company’s Act
1956/2013
4. Particulars of registration with various Government
Bodies (attach attested photocopy)
Organization/Place of Registration Registration No.
1.
2.
3.
5. Names and titles of Directors & Officers with
designation to be concerned with this work.
6. Designation of individuals authorized to act for the
organization
7. Has the bidder, or any constituent partner in case of
partnership firm Limited Company/ Joint Venture,
ever been convicted by the court of law? If so, give
details.
8. In which field of Civil Engineering construction the
bidder has specialization and interest?
9. Any other information considered necessary but not
included above.

Signature of Bidder(s)

26 | P a g e
FORM-D

FORMAT FOR NO-CONVICTION CERTIFICATE

[To be submitted on Bidder’s Original Letter Head]

Subject: No-Conviction Certificate for --- (Name of the work / project)

This is to certify that (Name of the organization), having


registered office at (Address of the registered office) has
never been blacklisted or restricted to apply for any such activities by any Central / State
Government Department/Client/ Owner or Court of law anywhere in the country.

This is also to certify that M/s (Name of the organization), is not


involved in any form of Corrupt and Fraudulent Practices in past and will never be involved in
future.

Yours faithfully,

Date: (Signature, name and designation


of the Authorized signatory)

Place: Name and seal of Bidder

27 | P a g e
FORM-E
FORMAT FOR UNDERSTANDING THE PROJECT SITE

[To be submitted on Bidder’s Original Letter Head]


A. I/We hereby solemnly declare that I/We have visited the site of work and have familiarized
myself/ourselves of the working conditions there in all respects and in particular, the following:-

a. Topography of the Area


b. Soil & rock conditions at the site of work
c. Availability of local labour, both skilled and unskilled and the prevailing labour rates
d. Availability of water & electricity
e. The existing roads and access to the site of work
f. Availability of space for putting labour camps, Offices, survey equipments, repairing
works yard etc.
g. Climatic condition and availability of working days
h. Law & Order, Security & Working conditions
i. Methodology to be adopted for successful completion of work
j. Working hours and shifts for completing the work as per tender conditions

B. I/We have kept myself/ourselves fully informed of the provisions of this tender document
comprising NIT, General Information, Form of Bid, Instructions to the Tenderers & Appendices,
General Conditions of the Contract, Special Conditions of Contract, and Specifications, Annexure
and Statement of advertised Quantities apart from information conveyed to me/ us through
various other provisions in this tender document.

C. I/We have quoted my/ our rates as per financial bid format based on the prevailing rates.

I / We hereby submit our BID considering above all facts gathered during site visit and each &
every aspect have been considered. Advertised Quantities taking into account all the factors
given above and elsewhere in tender document.

Yours faithfully,

Date: (Signature, name and designation


of the Authorized signatory)

Place: Name and seal of Bidder

28 | P a g e
FORM-F
FORMAT FOR NO DEVIATION CERTIFICATE
[To be submitted on Bidder’s Original Letter Head]

To
Commissioner
Berhampur Municipal Corporation
In front of Town Police Station, Ram Lingeswar Tank Road
Berhampur, Ganjam, Odisha-760002
[email protected], Web- www.berhampur.gov.in

Subject: No Deviation Certificate for (name of Work /Project)


Dear Sir,
With reference to above this is to confirm that as per Tender conditions we have visited site
before submission of our Offer and noted the job content and site condition etc. We also confirm
that we have not changed/modified the above tender document and in case of observance of
the same at any stage it shall be treated as null and void.

We hereby also confirm that we have not taken any deviation from Tender Clause together with
other reference as enumerated in the above referred Notice Inviting Tender and we hereby
convey our unconditional acceptance to all terms & conditions as stipulated in the Tender
Document.

In the event of observance of any deviation in any part of our offer at a later date whether
implicit or explicit, the deviations shall stand null and void.

Yours faithfully,

Date: (Signature, name and designation


of the Authorized signatory)

Place: Name and seal of Bidder

29 | P a g e
FORM-G
FORMAT FOR LITIGATION HISTORY, LIQUIDATED DAMAGES, DISQUALIFICATION
[To be submitted on Bidder’s Original Letter Head]

To
Commissioner
Berhampur Municipal Corporation
In front of Town Police Station, Ram Lingeswar Tank Road
Berhampur, Ganjam, Odisha-760002
[email protected], Web- www.berhampur.gov.in

Subject: Litigation History, Liquidated Damages, Disqualification for ---------------- (Name of


Work /Project)

It is hereby declared that our firm (Name of firm with address ------- ) neither disqualified, nor
have any Litigation history and no Liquidated Damage imposed on the firm by any Department.

Yours faithfully,

Date: (Signature, name and designation


of the Authorized signatory)

Place: Name and seal of Bidder

30 | P a g e
FORM H
DETAILS OF TECHNICAL PERONNEL PROPOSED WITH BIO-DATA*

S. No Name of Qualification Present Proposed Total No. of Proposed Man-


Technical Position Position Years month Effort
Personnel under this Experience
assignment
1 2 3 4 5 6 7

* Bio-Data to be provided as per following format.


FORMAT OF RESUME OF PROPOSED PERSONNEL

The bidder shall provide all the information requested below:

Position

Personnel Name Date of birth


information
Professional qualifications

Present Name of Employer


employment
Address of Employer

Telephone Contact (manager / personnel officer)

Fax E-mail

Job title Years with present Employer

Summarize professional experience in reverse chronological order. Indicate particular technical and
managerial experience relevant to the project.

From To Company, Project , Position, and Relevant Technical and Management


Experience

Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes
myself, my qualifications, and my experience, and I am available to undertake the assignment in
case of an award. I understand that any misstatement or misrepresentation described herein may
lead to my disqualification or dismissal by the Client, and/or sanctions by the Bank.

{day/month/year}
Name of Personnel Signature Date

{day/month/year}
Name of authorized Signature Date
Representative of the Contractor
FORM OF PERFORMANCE SECURITY

In consideration of WAPCOS LTD. (hereinafter referred to as "the Employer") which expression shall, unless
repugnant to the context or meaning thereof include its successors, administrators and assigns) having
awarded to (Contractor’s name) with its Registered/ Head Office at
(hereinafter referred to as "the Contractor“ which expression shall unless repugnant
to the context or meaning thereof, include its successors, administrators, executors and assigns) a contract,
by issue of Employer’s Notification of Award No. dt. and the same having been
unequivocally accepted by the Contractor, resulting into a contract valued at Rs. (Rupees in
words) for “Carrying out Topographical Survey using LiDAR, data analysis & processing, application tool
development and other allied activities for report” (hereinafter called “the contract”) and the Contractor having
agreed to provide a Contract Performance Guarantee for the faithful performance of the entire Contract
equivalent to Rs. (Rupees only)
(5% of the said value of the contract to the Employer).

We, (name & address of bank) having its Head Office at (hereinafter
referred to as "the Bank" which expression shall, unless repugnant to the context or meaning thereof, include
its successors, administrators, executors and assigns) do hereby guarantee and undertake to pay the
Employer immediately on demand any or, all monies payable by the Contractor to the extent of Rs.
(Rupees only) as aforesaid at any time upto without any demur, reservation,
contest, recourse or protest and/or without any reference to the Contractor. Any such demand made by the
Employer on the bank shall be conclusive and binding notwithstanding any difference between the Employer
and the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. We
agree that the Guarantee herein contained shall be irrevocable and shall continue to be enforceable till the
Employer discharges this guarantee. We further agree that no change in the constitution of the Bank or of
the Employer shall affect this guarantee.
We the said Bank further agree that the guarantee herein contained shall remain in full force and effect during
the period that would be taken for the performance of the said Contract and that it shall continue to be
enforceable till all the dues of the Employer under or by virtue of the said contract have been fully paid and
its claims satisfied or discharged or till the Employer certifies that the terms and conditions of the said Contract
have been fully and properly carried out by the said Contractor and accordingly discharges the guarantee.
The Employer shall have the fullest liberty without affecting in any way the liability of the Bank under this
guarantee, from time to time, to vary the advance or to extend the time for performance of the Contract by
the Contractor. The Employer shall have the fullest liberty without affecting this guarantee, to postpone from
time to time the exercise of any powers vested in them or of any right which they might have against the
Contractor and to exercise the same at any time in any manner, and either to enforce or to forbear to enforce
any covenants, contained or implied, in the Contract between the Employer and the Contractor or any other
course or remedy or security available to the Employer. The bank shall not be released of its obligations under
these presents by any exercise by the Employer of its liberty with reference to the matters aforesaid or any
of them or by reason of any other act or forbearance or other acts of omission or commission on the part of
the Employer or any other indulgence shown by the Employer or by any other matter or thing whatsoever
which under law would but for this provision, have the effect of relieving the Bank. The guarantee shall not
be affected by a change in the constitution of the bank or of the employer.
The bank also agrees that the Employer at its option shall be entitled to enforce this Guarantee against the
Bank as a principal debtor, in the first instance without proceeding against the Contractor and
notwithstanding any security or other guarantee that the Employer may have in relation to the Contractor's
liabilities.
We The Said Bank do hereby declare that we have absolute and unconditional power to issue this guarantee
in your favour under the Memorandum and Articles of Association or such other constitutional documents of
the Bank and the undersigned have full power to execute this guarantee under the Power of Attorney/ Post
Approval Authorization dated of the bank granted to him / us by the Bank. We the
said bank do hereby declare and undertake that your claim under the guarantee shall not be affected by any
deficiency or other defect in the powers of the bank or its officials and the guarantee shall be deemed to have
been issued as if the bank and its officials have all the powers and authorization to give this guarantee on
behalf of the bank.
We the said bank do hereby certify the genuineness and appropriateness of the Stamp paper and stamp value
used for issuing the guarantee. We the said bank do hereby declare and undertake that your claim under the
guarantee shall not be affected by any deficiency or other defect in the stamp paper or its stamp value.
We the said bank do hereby declare that our payments hereunder shall be made to you , free and clear of and
without and deduction, reduction on account of any reasons including any and all present and future taxes,
levies, charges of withholding whatsoever imposed or collected with respect thereto.

Notwithstanding anything contained hereinabove our liability under this guarantee is limited to Rs.
(Rupees only) and it shall remain in force upto and including
and shall be extended from time to time or such period (not exceeding one
year), as may be desired by M/S BeMCon whose behalf this bank guarantee has been given.
Notwithstanding anything contained herein
i. Our liability under this guarantee shall not exceed Rs. _ (Rupees only);
ii. This bank guarantee shall be valid up to and
iii. Our liability to make payment shall arise and we are liable to pay the guaranteed amount or any part
thereof under this guarantee, only and only if you serve upon us a written claim or demand in terms
of the guarantee on or before (indicate a date six months after the validity of the guarantee).
Dated this day of at New Delhi.

For & on behalf of Tenderer


FORM OF ADVANCE PAYMENT GUARANTEE
In consideration of WAPCOS LTD. (hereinafter referred to as "the Employer") which expression shall, unless
repugnant to the context or meaning thereof include its successors, administrators and assigns) having
awarded to (Contractor’s name) with its Registered/ Head Office at
(hereinafter referred to as "the Contractor“ which expression shall unless repugnant
to the context or meaning thereof, include its successors, administrators, executors and assigns) a contract,
by issue of Employer’s Notification of Award No. dt. and the same having been
unequivocally accepted by the Contractor, resulting into a contract valued at Rs. (Rupees in
words) for “Carrying out Topographical Survey using LiDAR, data analysis & processing, application tool
development and other allied activities for report” (hereinafter called “the contract”) and the Employer
having agreed to make an advance payment to the contractor for Performance of the above contract
amounting to Rs. (Rupees only)
as an advance against bank guarantee to be furnished by the contractor.

We, (name & address of bank) having its Head Office at (hereinafter
referred to as "the Bank" which expression shall, unless repugnant to the context or meaning thereof, include
its successors, administrators, executors and assigns) do hereby guarantee and undertake to pay the
Employer immediately on demand any or, all monies payable by the Contractor to the extent of Rs.
(Rupees only) as aforesaid at any time upto without any demur, reservation,
contest, recourse or protest and/or without any reference to the Contractor. Any such demand made by the
Employer on the bank shall be conclusive and binding notwithstanding any difference between the Employer
and the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. We
agree that the Guarantee herein contained shall be irrevocable and shall continue to be enforceable till the
Employer discharges this guarantee. We further agree that no change in the constitution of the Bank or of
the Employer shall affect this guarantee.
The Employer shall have the fullest liberty without affecting in any way the liability of the Bank under this
guarantee, from time to time, to vary the advance or to extend the time for performance of the Contract by
the Contractor. The Employer shall have the fullest liberty without affecting this guarantee, to postpone from
time to time the exercise of any powers vested in them or of any right which they might have against the
Contractor and to exercise the same at any time in any manner, and either to enforce or to forbear to enforce
any covenants, contained or implied, in the Contract between the Employer and the Contractor or any other
course or remedy or security available to the Employer. The bank shall not be released of its obligations under
these presents by any exercise by the Employer of its liberty with reference to the matters aforesaid or any
of them or by reason of any other act or forbearance or other acts of omission or commission on the part of
the Employer or any other indulgence shown by the Employer or by any other matter or thing whatsoever
which under law would but for this provision, have the effect of relieving the Bank.
The bank also agrees that the Employer at its option shall be entitled to enforce this Guarantee against the
Bank as a principal debtor, in the first instance without proceeding against the Contractor and
notwithstanding any security or other guarantee that the Employer may have in relation to the Contractor's
liabilities.
We The Said Bank do hereby declare that we have absolute and unconditional power to issue this guarantee
in your favour under the Memorandum and Articles of Association or such other constitutional documents of
the Bank and the undersigned have full power to execute this guarantee under the Power of Attorney/ Post
Approval Authorization dated of the bank granted to him / us by the Bank. We the
said bank do hereby declare and undertake that your claim under the guarantee shall not be affected by any
deficiency or other defect in the powers of the bank or its officials and the guarantee shall be deemed to have
been issued as if the bank and its officials have all the powers and authorization to give this guarantee on
behalf of the bank.
We the said bank do hereby certify the genuineness and appropriateness of the Stamp paper and stamp value
used for issuing the guarantee. We the said bank do hereby declare and undertake that your claim under the
guarantee shall not be affected by any deficiency or other defect in the stamp paper or its stamp value.
We the said bank do hereby declare that our payments hereunder shall be made to you , free and clear of and
without and deduction, reduction on account of any reasons including any and all present and future taxes,
levies, charges of withholding whatsoever imposed or collected with respect thereto.
Notwithstanding anything contained hereinabove our liability under this guarantee is limited to
Rs. (Rupees only) and it shall remain in force upto and
including and shall be extended from time to time or such period (not
exceeding one year), as may be desired by M/S on whose behalf this bank guarantee
has been given.
Notwithstanding anything contained herein
i. Our liability under this guarantee shall not exceed Rs. _ (Rupees only);
ii. This bank guarantee shall be valid up to and
iii. Our liability to make payment shall arise and we are liable to pay the guaranteed amount or any part
thereof under this guarantee, only and only if you serve upon us a written claim or demand in terms
of the guarantee on or before (indicate a date six months after the validity of the guarantee).
Dated this day of at New Delhi.

WITNESS

(Signature) (Signature)

(Name) (Name)

(Official address) (Designation with bank stamp)

Attorney as Power of Attorney


(Signature) No. dt.

(Name)

You might also like