REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP...

114
RFP MPJNM Multi village rural water supply scheme Page 1 of 114 REQUEST FOR PROPOSAL Selection of Construction Supervision & Quality Control Consultants Multi Village Rural Water Supply Schemes in Madhya Pradesh Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking) "D" Wing, 2 nd Floor, Vindhyachal Bhawan, Bhopal - 462004 Phone No. 0755-2579034-35-36, Website: www.mpjalnigam.co.in

Transcript of REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP...

Page 1: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 1 of 114

REQUEST FOR PROPOSAL

Selection of

Construction Supervision & Quality Control

Consultants Multi Village Rural Water Supply Schemes in Madhya Pradesh

Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014

MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

"D" Wing, 2nd Floor, Vindhyachal Bhawan, Bhopal - 462004

Phone No. 0755-2579034-35-36, Website: www.mpjalnigam.co.in

Page 2: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 2 of 114

MADHYA PRADESH JAL NIGAM MARYADIT "D" Wing,IInd Floor, Vindhyachal Bhawan, Bhopal - 462004

Phone No. :- 0755-2579034-35-36 Website :-mpjalnigam.co.in

No. 75-79/D&M / MPJNM/2014 Bhopal, Dated 03/ 03 /2014

NOTICE INVITING TENDER FOR PROJECT MANAGEMENT AND

SUPERVISION & QUALITY CONTROL CONSULTANTS

Madhya Pradesh Jal Nigam Maryadit intends to engage Consultants for

Project Management Consultancy at Bhopal head quarter office and Supervision and

Quality Control Consultancy at each Project Implementation Unit level during the

execution of Multi Villages Rural Water Supply Schemes:-

Bid No. S.No District Name of

MVRWSS

No. of

Villages

in

Scheme

Probable

Amount

of Work

in EPC

Rs. Cr.

PAC for

Consultancy

Rs. Cr.

EMD

Rs. In

Lacs

Cost of

Tender

Document

1 2 3 4 5 6 7 8 9

75/D&M/

PMC/BPL 1

Bhopal Head

Quarter

Office

Project

Management

Consultancy

889 1337.88 2.70 2.70 15,000/-

76/D&M/

SQC/PIU/

GWL

1 Morena Narhela 32 88.15 1.89 1.89 12,500/-

2 Morena Datehra 22

77/D&M/

SQC/PIU/

SGR

1 Tikamgarh Niwadi 21

216.18 4.42 4.42 15,000/- 2 Datia Udgawan 71

3 Sagar Khimlasa 8

4 Sagar Sanodha 32

78/D&M/

SQC/PIU/

IND

1 Barwani Talunkhurd 27

216.98 4.83 4.83 15,000/-

2 Kharhone Bagod, Nandia,

Pipaliya 59

3 Ujjain Arniya 17

4 Neemuch Gangababdi 29

5 Dewas Punjapura 25

6 Khandwa Roshani 12

79/D&M/

SQC/PIU/

JBP

1 Sidhi Majholi 31

386.19 8.84 8.84 20,000/-

2 Balaghat Davsarra 34

3 Balaghat Bhatera 18

4 Balaghat Dhuti 20

5 Balaghat Piparjhari 8

6 Seoni Jhurki 15

7 Umaria Manpur 19

8 Chhindwara Mohkhed 30

9 Balaghat Devgaon 6

10 Dindori Mehandwani 45

11 Jabalpur Kundam 24

Page 3: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 3 of 114

The firm should fulfil the following minimum criteria for considering

them to be qualified for the assessment of their offer:-

The firm should have minimum average annual turnover of Rs. 35 crores

in the last 3 financial years.

The firm should have experience as Supervision and Quality Control

Consultant/Design and Supervision Consultant/Project Management

Consultant for at least one project costing more than Rs. 200 Crores

amount for SQC/DSC/PMC Consultancy in single work order.

One firm may apply for all the packages but only one package will be

awarded.

Other package may be awarded at lowest rate for 2nd lowest or subsequent

lower tenderer who agrees to work at the rates of lowest bidder. The firm

agreed to work at lowest offered rates then factor (Lowest rate/Bidder rate)

will be multiplied in all rates, to arrive at the lowest offered cost.

The firm will be selected under Least Cost Based Selection (LCBS)

procedure described in the RFP. Detailed terms & conditions are mentioned in the

tender document, which can be downloaded from official website mpjalnigam.co.in

from 10.03.2014. However, the applicant will be required to pay a non-refundable fee

of cost of tender document in the form of Demand Draft drawn in favour of "Madhya

Pradesh Jal Nigam Maryadit" Payable at Bhopal at the time of submission of RFP. A

Pre-bid meeting shall be held on 24.03.14 at 1100 hrs in the office of MPJNM. All

clarifications and corrigendum (s) if any shall be put on the official website. Duly

filled in bid documents are to be submitted on or before 1500 hrs on 09.04.14 and the

bids received shall be opened on same day at 1530 hrs. The qualified bidders shall be

intimated the date, time and venue of opening of the financial bids.

MPJNM reserves the right to accept/reject any/ all tenders without

assigning any reason thereof.

Managing Director

Madhya Pradesh Jal Nigam

Maryadit

Bhopal

Page 4: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 4 of 114

MADHYA PRADESH JAL NIGAM MARYADIT SECTION 1- LETTER OF INVITATION (LOI)

1. Madhya Pradesh Jal Nigam Maryadit( MPJNM) Bhopal is entrusted with the

execution of Multi Village Rural Water supply Scheme (MVRVSS) in Madhya

Pradesh. MPJNM Bhopal intends to engage a Consultant under a single

consultancy for supervision and Quality Control during the execution and trial

run period of the following MVRWSS:-

Bid

No.

Name of the Work Probable

Amount of

EPC Work

(INR in Lacs)

Probable

Amount

of

Consultan

cy

(INR in

Cr.)

Project

Village

/Town in

Number

Scheduled

Completion

period

(Months)

EMD

(INR

in

Lacs)

79/

D&

M/S

QC/

PIU

/JB

P

Manpur Multi Village

rural water supply scheme

District Umariya

3806.56

8.84

19 24

8.84

Devsara Multi Village

rural water supply scheme

District Balaghat

3148.16 34 24

Devgaon Multi Village

rural water supply scheme

District Balaghat

1145.00 6 18

Piparjhari Multi Village

rural water supply scheme

District Balaghat

1590.63 8 18

Dhuti Multi Village rural

water supply scheme

District Balaghat

261.00 20 24

Jhurki Multi Village rural

water supply scheme

District Seoni

1105.19 15 18

Bhatera Multi Village rural

water supply scheme

District Balaghat

4108.74 18 24

Mohkhed Multi Village

rural water supply scheme

District Chhindwara

4349.00 30 24

Majholi Multi Village

rural water supply scheme

District Sidhi

8051.77 31 24

Mehandwani Multi Village

rural water supply scheme

District Dindori

4573.50 45 24

Kundam Multi Village

rural water supply scheme

District Jabalpur

3418.23 24 24

Page 5: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 5 of 114

2. The Schemes basically comprise of Multi Village Rural Water Supply Scheme

with execution of Intake well or/and Jack well Cum Pump House, Raw Water

and Clear Water Pump, Electric Sub Station, Raw and Clear Water conveyance

mains (Pumping/ Gravity) with appurtenances like Valve chambers, Pillars,

Thrust Blocks etc., Water Treatment Plant, Break Pressure Tanks, Over Head

Tanks, Distribution Network and house service connections etc. The proposed

work will involve use of modern equipments and construction practices. Brief

detail of the works to be executed under schemes are enclosed as Annexure III.

3. MPJNM now invites proposals for a Supervision and Quality Control

Consultancy of these Multi Village Rural Water Supply Scheme to provide the

following Consultancy Services:-

Supervision under a single Consultancy as defined in attached Terms of

Reference, administering as the ‘Engineer’ ensuring that contractual clauses related

to the quality and quantity are respected and that the works be executed in accordance

with its provisions/specifications within the stipulated time for which engineering

decisions be taken timely. The consultancy assignment extends to implementation of

all items of works pertaining to the projects complete in all respects up to the end of

trial run. More details on the Services are provided in the attached Terms of

Reference.

4. The firm should fulfil the following minimum criteria for considering them to

be qualified for the assessment of their offer :-

The firm should have minimum average annual turnover of Rs. 35

Crores in the last 3 financial years.

The firm should have experience as Supervision and Quality Control

Consultant/Design and Supervision Consultant/Project Management

Consultant for at least one project costing more than Rs. 200 Crores

amount for SQC/DSC/PMC Consultancy in single work order.

5. A firm will be selected under Least Cost Based Selection procedure described

in this RFP.

6. The RFP includes the following documents:

Section 1 – Letter of Invitation

Section 2 – Instruction to consultants

Section 3 – Technical proposal- Standard Forms

Section 4 – Financial Proposal – Standard Forms

Section 5 – Terms of Reference

Section 6 – Draft Form of Contract

Managing Director

Page 6: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 6 of 114

SECTION 2 – INSTRUCTIONS TO CONSULTANTS

1- INTRODUCTION

Definitions

(a) “Client” means the person who invited this Request for Proposal

whose name is mentioned in the Data Sheet.

(b) “Consultant” means any entity or person that may provide or provides

the Services to the Client under this Contract.

(c) “Contract” means the Contract signed by the Parties and all the

attached document listed in its Clause 1, that is the General

Conditions (GC), the Special Conditions (SC), and the Appendices.

(d) “Contract” means the agency selected by the Client for executing the

civil works.

(e) “Data sheet” means such part of the Instructions to Consultants used to

reflect specific assignment conditions.

(f) “Day” means calendar day.

(g) “Government” means the Government of Madhya Pradesh.

(h) “Instructions to Consultants” (Section 2 the RFP) means the document

which provides Consultants with all information needed to prepare

their Proposals.

(i) “LOI” (Section 1 of the RFP) means the Letter of Invitation.

(j) “Personnel” means professionals and support staff provided by the

Consultant and assigned to perform the Services or any part thereof;

(k) “Proposal” means the Technical proposal and the Financial Proposal.

(l) “RFP” means the Request For Proposal prepared by the Client for the

selection of Consultants.

(m) “Services” means the work to be performed by the Consultants

pursuant to the Contract.

(n) “Terms of Reference” (TOR) means the document included in the RFP

as Section 5 which explains the objectives, scope of work activities,

tasks to be performed, respective responsibilities of the Client and the

Consultant, and expected results deliverables of the assignment.

1.1 The Client named in the “Data Sheet” will select a firm among those invited as

per the Letter of Invitation in accordance with the method of selection

indicated in the Data Sheet.

1.2 The consultants are invited to submit Technical Proposals and Financial

Proposals for consulting services required for the Assignment named in

the Data Sheet. The last date of sale of document is specified in the Data

Sheet. The Proposal will be the basis for contract negotiations and

ultimately signing of a contract with the selected firm.

Page 7: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 7 of 114

1.3 The consultants should familiarize themselves with local conditions and

take them into account in preparing their Proposals. To obtain first hand

information on the Assignment and on the local conditions, consultants

are encouraged to pay a visit to the Client before submitting a Proposal,

and to attend a pre-proposal conference if one is specified in the Data

Sheet. Attending the pre- proposal conference is optional. The

Consultant’s representative should contact the officials named in the

Data Sheet to arrange for their visit or to obtain additional information

on the pre-proposed conference. Consultants should ensure that these

officials are advised of the visit, in adequate time, to allow them to make

appropriate arrangements.

1.4 The Client will provide the inputs specified in the Data Sheet, assist the

firm in obtaining Licenses and permits needed to carry out the services,

and make available relevant project and data reports at no cost to the

consultant.

1.5 Consultant shall bear all costs associated with the preparation and

submission of their proposals and contract negotiation. The Client is not

bound to accept any proposal, and reserves the right to annul the

selection process at any time prior to Contract award, without thereby

incurring any liability to the Consultant.

1.6 The client requires that consultant provide professional, objective, and

impartial advice and at all times, hold the Client’s interest paramount,

without any consideration for future work, and strictly avoid conflicts

with other assignments or their own corporate interests.

1.6.1 A Consultant (including its Personnel) or any of its affiliates shall not be

hired for any assignment that, by its nature, may be in conflict with

another assignment of the Consultant to be executed for the same or for

another Client. For example, a Consultant hired to prepare engineering

design for an infrastructure project shall not be engaged to prepare an

independent environmental assessment for the same project.

1.6.2 A Consultant (including its Personnel) that has business or family

relationship with a member of the Client’s staff who is directly or

indirectly involved in any part of (i) the preparation of the Terms of

Reference of the assignment, (ii) the selection process for such

assignment, or (iii) supervision of the Contract, may not be awarded a

Contract, unless the conflict stemming from this relationship has been

resolved in a manner acceptable to the client throughout the selection

process and the execution of the Contract.

1.6.3 Consultants have an obligation to disclose any situation of actual or

potential conflict that impacts their capacity to serve the best interest of

their Client, or that may reasonably be perceived as having effect.

Failure to disclose said situations may lead to the disqualification of the

termination of its Contract.

Page 8: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 8 of 114

1.7 It is the Client’s policy that the consultants observe the highest standard of

ethics during the selection and execution of such contracts. In pursuance of

this policy, the Client:

(a) defines, for the purpose of this paragraph, the terms set forth below as

follows:

(i) “corrupt practice” means the offering, giving, receiving, or

soliciting, directly or indirectly, of anything of value to

influence the action of a public official in the selection process

or in contract execution;

(ii) “fraudulent practice” means a misrepresentation of omission of

facts in order to influence a selection process or the execution

of a contract;

(iii) “Collusive practices” means a scheme or arrangement between

two or more consultants with or without the knowledge of the

Client, designed to establish prices at artificial, non-competitive

levels ;

(iv) “Coercive practices” means harming or threatening to harm,

directly or indirectly, persons or their property to influence

their participation in a procurement process, or affect the

execution of a contract.

(b) Will reject a proposal for award if it determines that the Consultant

recommended for award has, directly or through an agent, engaged in

corrupt, fraudulent, collusive or coercive practices in competing for the

contract in question;

(c) Will declare a firm ineligible, indefinitely or for a stated period of time, to

be awarded a contract if it at any time determines that the firm has engaged

in corrupt or fraudulent practices in competing for, or in executing, a

domestic financed contract; and

(d) Will have the right to require that in contract, a provision be included

requiring consultant to permit the Client to inspect their accounts and

records relating to the performance of the contract and to have them

audited by authorized representatives of Client.

1.8 The Consultant shall aware of the provisions on fraud and corruption stated in

the specific clauses in the General Conditions of Contract.

1.9 Consultant shall furnish information on commissions and gratuities, if any,

paid or to be paid to agents relation to this proposal and during execution of

the assignment if the Consultant is awarded the Contract, as requested in the

Financial Proposal submission form (Section 4).

1.10 The Data Sheet indicates how long Consultant’s Proposals must remain valid

after the submission date. During this period, Consultant shall maintain the

availability of Professional staff nominated in the Proposal. The Client will

make its best effort to complete negotiations within this period. Should the

need arise, however, the Client may request Consultant to extend the validity

period of their proposals. Consultant who agree to such extension shall

Page 9: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 9 of 114

confirm that they maintain the availability of the Professional staff nominated

in the Proposal, or in their Confirmation of extension of validity of the

proposal, Consultant could submit new staff in replacement, who be

considered in the final evaluation for contract award. Consultants who do not

agree have the right to refuse to extend the validity of their proposals.

2.0 CLARIFICATIONS AND AMENDMENT OF RFP DOCUMENTS

2.1 Consultants may request a clarification of any of the RFP documents up to the

number of days indicated in the Data Sheet before the Proposal submission

date. Any request for clarification must be sent in writing by paper mail, cable,

telex, facsimile, or electronic mail to the Client’s address indicated in the Data

Sheet. The Client will respond by cable, telex, facsimile, or electronic mail to

such requests and will send copies of the response (including an explanation of

the querry but without identifying the source of inquiry) to all invited

consultants who intend to submit proposals.

2.2 At any time before the submission of Proposals, the Client may for any reason,

whether at its own initiative or in response to a clarification requested by an

invited firm, modify the RFP document by amendment. Any amendment shall

be issued in writing through addenda. Addenda shall be available at official

Web Site of MPJNM www.mpjalnigam.co.in and will be binding to all. The

Client may at its discretion extend the deadline for the submission of

Proposals.

3. PREPARATION OF PROPOSAL

3.1 Consultants are requested to submit a Proposal (para 1.2) written in the

language (S) specified in the Data Sheet.

3.1 A Earnest Money Deposit:

The applicant shall have to deposit an Earnest Money Deposit of amount

specified in the Data Sheet, in the form of FDR of any nationalized bank/

Scheduled Bank favouring the name mentioned in the Data Sheet. This should

be kept in a separate envelop. If EMD is not found proper then the proposal

shall be treated as non responsive and shall not be evaluated further and hence

shall be rejected.

Technical Proposal

3.2 In preparing the Technical Proposal, consultants are expected to examine the

document comprising this RFP in detail. Material deficiencies in providing the

information requested in the bid may result in rejection of a Proposal.

3.3 While preparing the Technical Proposal, consultants must give particular

attention to the following:-

(i) If a Consultant considers that it may enhance its expertise for the

assignment by associating with other Consultants in a joint venture,

it may associate with other Consultants if so indicated in the Data

Sheet. In case of a joint venture, all partners shall be jointly and

separately liable and shall indicate who will act as the leader of the

joint venture but subject to approval of the client.

Page 10: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 10 of 114

(ii) For assignments on a staff basis, the estimated number of

professional staff-months is given in the Data sheet.

(iii) It is desirable that the majority of the key professional staff

proposed be permanent employees of the firm or have an extended

and stable working relation with it.

(iv) Alternative professional staff shall not be proposed, and only one

curriculum vitae (CV) must be submitted for each position.

(v) Proposed professional staff must, as a minimum have the

experience indicated in the Data Sheet, preferably working under

conditions similar to those prevailing in the country of the

assignment

(vi) Document to be submitted by the Consultants as part of this

assignment must be in the language (S) specified in the Reference

paragraph 3.1 of the Data Sheet.

3.4 The Technical proposal should provide the following information using

the attached Standard forms (Section 3)

(i) A brief description of the Consultants organization and an outline

of experience in last 5 financial years of the Consultants and, in the

case of joint venture, for each partner, on assignment of a similar

nature is required (Section 3B). For each assignment, the outline

should indicate the names of professional staff who participated,

duration of the assignment, contract amount, and Consultant’s

involvement. Information should be provided only for those

assignments for which the Consultant was legally contracted by the

client as a corporation or as one of the major firms within a joint

venture. Assignments completed by individual professional staff

working privately or through other consulting firms cannot be

claimed as the experience of the Consultant’s associated, but can be

claimed by the Professional staff themselves in their CVs.

Consultants must substantiate his experience by submitting the

requisite experience certificate from the client. Experience

certificate issued by the Principal Employer shall only be accepted.

(ii) Any comments or suggestions on the Terms of reference and on

data, a list of services, and facilities to be provided by the Client

(Section3C).

(iii) A description of the methodology and work plan for performing the

assignment (Section 3D).

(iv) The list of the proposed staff team by specially, the tasks that

would be assigned to each staff team member, and their timing

(Section3E).

(v) CVs originally signed in blue ink on each page by the proposed

professional staff and the authorized representative submitting

the proposal along with the proof of age and qualification

Page 11: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 11 of 114

(Section 3F). Key information should include number of years

working for the firm/entity, and degree of responsibility held in

various assignments. Photocopy or unsigned CV shall not

be evaluated. If no CV is submitted for any position, then

evaluation shall be done as zero for that position. The CV‘s of

only key experts including Resident Engineers are to be submitted

and only these CVs shall be reckoned for evaluation.

(vi) Estimate of the total staff effort (professional and support staff,

staff time ) to be provided to carry out the Assignment, supported

by bar chart diagrams showing the time proposed for each

professional staff team member.(Section 3E and 3G)

(vii) A detailed description of the proposed methodology, staffing and

monitoring of training, if the Data Sheet specifies training as a

major component of the assignment.

(viii) Financial detail mentioning Net worth, Turnover though

consultancy business, etc, as required though format annexed in

this regard.

(ix) Any additional information requested in the Data Sheet

3.5 The Technical proposal shall not include any financial information. A Technical

proposal containing financial information may be declared non responsive.

Financial Proposal

3.6 In preparing the Financial Proposal, consultants are expected to take into

account the requirements and conditions of the RFP documents. The Financial

Proposal should follow Standard Forms (Section 4). It lists all costs associated

with the Assignment, including remuneration for staff (In the field and at Head

Quarters), and (b) rentals/fixed rates/reimbursable such as subsistence (per

diem, housing), transportation (for mobilization and demobilization), services

and equipment (vehicles, office equipment, furniture, and supplies), office rent,

insurance, printing of documents, surveys and training, if it is a major

component of the assignment. The rates to be quoted shall be inclusive of all

taxes, duties, cess, etc. excluding service tax. The rates are to be filled in Indian

National Rupees only.

3.7 The Financial Proposal should clearly identify as a separate amount, the local

taxes (including social security),duties, fees, levies and other charges imposed

under the applicable law, on the consultants and their personnel (other than

nationals or permanent residents of the government’s country);unless the Data

Sheet specifies otherwise.

Page 12: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 12 of 114

4. SUBMISSION, RECEIPT, AND OPENING OF PROPOSALS

4.1 The original proposal (Technical Proposal and if required Financial Proposal;

see para 1.2) shall be prepared in indelible ink .It shall contain no inter-lineation

or overwriting, expect as necessary to correct errors made by the firm itself.

Any such corrections must be initiated by the person or persons who sign (s) the

Proposals.

4.2 An authorized representative of the firm shall initials all pages of the Proposal.

The representative’s authorization in original/notarized is confirmed by a

written power of attorney accompanying the Proposal.

4.3 For each Proposal, the consultant should prepare the number of copies indicated

in the Data Sheet .Each Technical Proposal and financial proposal should be

marked “Original”. If there are any discrepancies between the original and the

copies of the Proposal, the original governs.

4.4 First envelop shall contain Earnest Money Deposit. The original and all copies

of the TECHNICAL PROPOSAL shall be placed in a sealed envelope clearly

marked “TECHNICAL PROPOSAL” Similarly, the original Financial Proposal

shall be placed in a sealed envelope clearly marked “FINANCIAL

PROPOSAL” and with a warning “DO NOT OPEN WITH THE TECHNICAL

PROPOSAL.”The envelopes containing the EMD, Technical and Financial

Proposals shall be placed into an outer envelope and sealed. This outer envelope

shall bear the submission address, reference number and be clearly marked “DO

NOT OPEN, EXCEPT IN PRESENCE OF THE OFFICIAL APPOINTED,

BEFORE [insert the time and date of the submission deadline indicated in the

Data Sheet]”. The Client shall not be responsible for misplacement, losing or

premature opening if the outer envelope is not sealed and/or marked as

stipulated. This circumstance may be case for Proposal rejection. If the

Financial Proposal is not submitted in a separate sealed envelope duly marked

as indicated above, this will constitute grounds for declaring the Proposal non-

responsive. The completed Technical and Financial Proposal must be delivered

at the submission address on or before the time and date started in the Data

Sheet. Any Proposal received after the closing time for submission of proposals

shall be returned unopened.

4.5 After the dead line for submission of proposals the above outer envelope shall

be opened and the envelope containing the EMD shall be opened first and if

found in order the Technical Proposal shall be opened by the evaluation

committee. The date and time of opening the Technical Proposal is specified in

the Data Sheet. The Financial Proposal shall remain sealed and kept in deposit

till the technical proposals are evaluated and then the financial offers of the

technically qualified firms shall be publicly opened.

5. PROPOSAL EVALUATION

General

5.1 To assist in the examination, evaluation, and comparison of the Technical and

Financial Proposals, in the client may, at its discretion, ask any Consultant for a

clarification of its Proposal. Any clarification submitted by a Consultant that is

Page 13: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 13 of 114

not in response to the request by the Client shall not be considered. The Client’s

request for clarification and the response shall be in writing. No change in the

substance of the Technical Proposal or Financial Proposal shall be sought,

offered, or permitted, except to confirm the correction of arithmetic errors

discovered by the Client in the e valuation. Any effort by the firm to influence

the Client in the Client’s proposal evaluation, proposal comparison or contract

award decisions may result in the rejection of the consultant’s proposal.

5.2 Evaluators of Technical Proposals shall have no access to the Financial

Proposals until the technical evaluation is completed and finalized.

Evaluation of Technical Proposals

5.3 The evaluation committee appointed by the Client will evaluate the proposals on

the basis of their responsiveness to the Terms of Reference, applying the

evaluation criteria, and point system specified in the Data Sheet. Each

responsive proposal will be given a technical score (St.) A proposal be rejected

at this stage if it does not respond to important aspects of the Terms of

Reference or if it fails to achieve the minimum technical score indicated in the

Data Sheet.

5.4 The agency will have to secure minimum score in technical evaluation in order

to qualify on technical grounds. The financial proposal of only of those agencies

shall be opened, who are declared qualified on technical grounds. The date and

time of opening of the financial proposal shall be informed separately to

qualified agencies.

Public Opening and Evaluation of financial Proposal;

5.5 After the evaluation of quality is completed, the Client may notify those

consultants whose proposals were considered non-responsive to the RFP and

Terms of Reference, indicating that their Financial Proposal will be returned

unopened after completing the selection process. The Client shall

simultaneously notify the consultants that have secured the minimum qualifying

mark, indication the date and time set for opening the Financial Proposals. The

opening date should allow Consultants sufficient time to make arrangements for

attending the opening. The notification may be sent by registered letter, courier,

cable, telex, facsimile, or electronic mail.

5.6 The Financial Proposals shall be opened publicly in the presence of the

consultants’ representative who chooses to attend. The name of the consultant,

and the proposed prices shall be read aloud and recorded when the Financial

Proposals are opened. The Client shall prepare minutes of the public opening.

5.7 The Evaluation Committee will correct any computational errors. When

correcting computational errors, in of discrepancy between a partial amount and

the total amount, or between word figures the formers will prevail. In addition

to the above corrections, as indicated under Para. 3.6, activities and items

described in the Technical Proposal but not priced, shall be assumed to be

included in the prices of under activities or items. In case an activity or line item

Page 14: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 14 of 114

is quantified in the Financial Proposal differently from the Technical Proposal,

(i) if the Time-Based form of contract has been included in the RFP, the

Evaluation Committee shall correct the quantification indicated in the Financial

Proposal so as to make it consistent with that Indicated in the Technical

Proposal, apply the relevant unit price included in the Financial Proposal to the

corrected quantity and correct the total proposal cost, (ii) if the Lump-Sum form

of contract has been included in the RFP, no corrections are applied to the

Financial Proposal in this respect. The evaluation shall exclude those taxes,

duties, fees, levies, and other charges imposed under the applicable law;

5.8 All consultants having 75% or above technical score are said to be technically

responsive bidder and quality for to consider in Financial bid opening after

qualification technically with 75% or above score all firm are considered as per

.Financial proposals of all technically responsive bidder are opened and

evaluated by tender committee and lowest cost bidder will be selected to award

the work. If committee consider that the proposed require negotiation than only

lowest bidder will be called for negotiation.

6. NEGOTIATIONS

6.1 Negotiations will be held at the and address indicated in the Data Sheet. The

invited Consultant will, as a pre- requisite for attendance at the negotiations,

confirm availability of all Professional staff. Failure in satisfying such

requirements may result in the Client proceeding to negotiate with the 2 nd

lowest Consultant. Representatives conducting negotiations on behalf of the

Consultant must have written authority to negotiate and conclude a Contract.

6.2 Negotiations will include a discussion of the Technical Proposal, the proposed

technical approach and methodology, work plan, and organization and staffing,

and any suggestions made by the Consultant to improve the Terms of

Reference. The Client and the Consultants will finalize the Terms of Reference,

staffing schedule, work schedule, logistics, and reporting. These documents will

then be incorporated in the Contract as “Description of services” Special

attention will be paid to clearly defining the inputs and facilities required from

the Client to ensure satisfactory implementation of the assignment. The Client

shall prepare minutes of negotiations, which will be signed by the Consultant.

6.3 It is the responsibility of the Consultant, before starting financial negotiations,

to contact the local tax authorities to determine the local tax amount to be paid

by the Consultant under the Contract. The financial negotiations will include a

clarification (if any) of the firm’s tax liability in the Client’s country, and the

manner in which it will be reflected in the Contract; and will reflect the agreed

technical modifications in the cost of the services. Unless there are exceptional

reasons, the financial negotiations will involve neither the remuneration rates

for staff nor other proposed unit rates.

Page 15: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 15 of 114

6.4 Having selected the firm on the basis of, among other things, an evaluation of

proposed key professional staff; Client expects to negotiate a contract on the

basis of the experts named in the proposal. Before contract negotiations, the

Client will require assurances that the experts will be actually available.

The Client will not consider substitutions during contract negotiations unless

both parties agree that undue delay in the selection process makes such

substitution unavoidable or that such changes are critical to meet the objectives

of the assignment. If this is not the case and if it is established that key staff

were offered in the proposal without confirming their availability, the firm may

be disqualified.

6.5 Negotiations will conclude with a review of the draft Contract. To complete

negotiations the Client and the Consultant will initial the agreed Contract. If

negotiations fail, the Client will invite the Consultant whose Proposal received

the second lowest cost to negotiate a Contract.

7. AWARD OF CONTRACT

7.1 After completion of negotiation with the consultants, the Client shall award the

Contract to the selected Consultant. The Client may return the unopened

Financial Proposals to the unsuccessful Consultants. Once the agreement is

signed with the successful agency the EMD of unsuccessful agencies shall be

refunded.

7.2 The firm is expected to commence the Assignment on the date and at the

location as instructed by the client.

8. CONFIDENTIALITY

8.1 Information relating to evaluation of proposal and recommendations concerning

awards shall not be disclosed to the consultants who submitted the proposals or

to other persons not officially concerned with the process, until the winning firm

has been notified that it has been awarded the contract.

Page 16: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 16 of 114

DATA SHEET

(This Section Consists of provisions that are specific to and supplement the

information or requirements included in Section-2 Instruction to

Consultants)

Clause

Reference

Description

1.1 The name of the Client is :

MADHYA PRADESH JAL NIGAM MARYADIT

( A Govt. of Madhya Pradesh Undertaking)

"D" Wing, 2nd Floor, Vindhyachal Bhawan, Bhopal – 462004

1.1 The method of selection (Least Cost Basis).

The firm should fulfil the following minimum criteria for considering

them to be qualified for the assessment of their offer :-

The firm should have minimum average annual turnover of Rs.

35 crores in the last 3 financial years.

The firm should have experience as Supervision and Quality

Control Consultant/Design and Supervision Consultant/Project

Management Consultant for at least one project costing more

than Rs. 200 Crores amount for SQC/DSC/PMC Consultancy in

single work order.

1.2 Name of Assignment :

“Consultancy Services for Construction Supervision and Quality

Control of following Projects in parts of Madhya Pradesh.”

Package

No.

Name of the Work Probable

Amount of

EPC Work

(INR in Lakh)

Project

Village

/Town in

Number

Scheduled

Completion

period

1

Manpur Multi Village

rural water supply

scheme District

Umariya

3806.56 19 24

2

Devsara Multi Village

rural water supply

scheme District

Balaghat

3148.16 34 24

3

Devgaon Multi Village

rural water supply

scheme District

Balaghat

1145.00 6 18

4

Piparjhari Multi

Village rural water

supply scheme District

Balaghat

1590.63 8 18

5

Dhuti Multi Village

rural water supply

scheme District

Balaghat

2615.00 20 24

6 Jhurki Multi Village

rural water supply

scheme District Seoni 1105.19 15 18

7

Bhatera Multi Village

rural water supply

scheme District

Balaghat

4108.74 18 24

Page 17: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 17 of 114

8

Mohkhed Multi

Village rural water

supply scheme District

Chhindwara

4349.00 30 24

9 Majholi Multi Village

rural water supply

scheme District Sidhi 8051.77 31 24

10

Mehandwani Multi

Village rural water

supply scheme District

Dindori

4573.50 45 24

11

Kundam Multi Village

rural water supply

scheme District

Jabalpur

3418.23 24 24

1.3 Last date of sale of document :- Download from website before last day

of submission.

1.4 Date. Time & Venue of pre-proposal conference : 24.03.14 at 11.00 am

MADHYA PRADESH JAL NIGAM MARYADIT

( A Govt. of Madhya Pradesh Undertaking)

"D" Wing, 2nd Floor, Vindhyachal Bhawan, Bhopal - 462004

Phone No. 0755-2579034-35-36 Website

www.mpjalnigam.co.in

1.5 Contacting Person :

Chief General Manager, Bhopal / General Manager PIU Jabalpur

1.6 Inputs provided by the Client are :

Project Report including design and drawing and relevant

data collected by design consultants

1.7 The clauses on fraud and corruption in the contract are:

Sub-Clause 1.7

2.0 The validity of proposal should be :

180 days after the date of submission.

2.1 Last date of receipt of clarification :

15 days prior to submission date.

2.1 Address for submission of clarification :

Chief General Manager

MADHYA PRADESH JAL NIGAM MARYADIT

( A Govt. of Madhya Pradesh Undertaking)

"D" Wing, 2nd Floor, VindhyachalBhawan, Bhopal - 462004

Phone No. 0755-2579034&35&36 Website

&www.mpjalnigam.co.in

3.1 The language in which the proposals should be submitted : English

3.1 A The amount of Earnest Money Rs. 8.84 Lacs.

3.1B Name & Address to be mentioned on the EMD :

Managing Director

MADHYA PRADESH JAL NIGAM MARYADIT

( A Govt. of Madhya Pradesh Undertaking)

"D" Wing, 2nd Floor, Vindhyachal Bhawan, Bhopal - 462004

Phone No. 0755-2579034&35&36 Website

&www.mpjalnigam.co.in

Page 18: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 18 of 114

3.2 For Joint Venture, Maximum Number of Partners is limited to 2

(two) only.

3.3 The estimated number of professional staff months required for

supervision of each contract package is enclosed at Annexure- I

3.4 Minimum required experience of proposal Professional staff enclosed at

Annexure-II

3.5 The rates quoted under the financial proposal shall be inclusive of all

statutory duties, taxes, levies, octoroi, cess, etc. but excluding service

tax. Consultants are requested to consult tax consultants for details.

4.0 Number of Copies required for Technical & Financial Proposal :

One Original Proposal and one copy of each.

4.1 The proposal submission address is :

Managing Director,

MADHYA PRADESH JAL NIGAM MARYADIT

( A Govt. of Madhya Pradesh Undertaking)

"D" Wing, 2nd Floor, Vindhyachal Bhawan, Bhopal - 462004

Phone No. 0755-2579034&35&36 Website -

www.mpjalnigam.co.in

The information on the outer envelope should also include :

“PROPOSALS FOR CONSULTANCY SERVICES FOR

CONSTRUCTION SUPERVISION AND QUALITY CONTROL OF

MULTI VILLAGE RURAL WATER SUPPLY PROJECT IN

DRINKING WATER OF MADHYA PRADESH “

4.2 Last date and time of submission of proposal :

Date 09.04.2014 upto 1500 hrs

4.3 Date and time of opening of Technical Proposal :

Date 09.04.2014 from 1530 hrs

5.0 Evaluation Criteria is enclosed at Annexure- II(A)

5.1 Minimum Technical Score required for technical qualification :

A firm to be qualified in the technical evaluation shall have to

attain a minimum technical score (St) of 750 marks (75% of 1000).

6.0 The address for negotiation is :

MADHYA PRADESH JAL NIGAM MARYADIT

( A Govt. of Madhya Pradesh Undertaking)

"D" Wing, 2nd Floor, , Bhopal - 462004

Phone No. 0755-2579034-35-36 Website -

www.mpjalnigam.co.in

7.0 The assignment is expected to commence immediately after the award

of contract or as directed by the Client at the project sites located in the

State of Madhya Pradesh.

Page 19: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 19 of 114

ANNEXURE- I

Number and Time period for which the key professionals and sub

professional are required for the SQC

TABLE-1

Page 20: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 20 of 114

Note :-Personnel mentioned in S.no. 5 to 8 shall not be evaluated in Technical Proposal.

S.

No.

Key

Experts

Main

Office at

Jabalpur

Bhatera

Multi

Village

rural water

supply

scheme

District

Balaghat

Dhuti Multi

Village

rural water

supply

scheme

District

Balaghat

Devsarra

Multi

Village

rural water

supply

scheme

District

Balaghat

Devgaon

Multi

Village

rural water

supply

scheme

District

Balaghat

Piparjhari

Multi

Village

rural water

supply

scheme

District

Balaghat

Jhurki

Multi

Village

rural water

supply

scheme

District

Seoni

Mohkhed

Multi

Village

rural water

supply

scheme

District

Chhindwara

Manpur

Multi

Village

rural water

supply

scheme

District

Umariya

Majholi

Multi

Village rural

water

supply

scheme

District

Sidhi

Mehandwa

ni Multi

Village

rural water

supply

scheme

District

Dindori

Kundam

Multi

Village

rural water

supply

scheme

District

Jabalpur

Total Remark

No Period

(Month)

No Period No Period No Period No Period No Period No Period No Period No Period No Period N

o

Period No Period Nos.

(Month) (Month) (Month) (Month) (Month) (Month) (Month) (Month) (Month) (Month) (Month)

1 Team

Leader

1 26 - - - - - - - - - - - - - - - - - - - - - - 1 Common

2 Construction

Manager

1 26 - - - - - - - - - - - - - - - - - - - - - 1 Common

3 Senior

Water

Supply

Engineer

1 26 - - - - - - - - - - - - - - - - - - - - 1 Common

4 Resident

Engineer

- - 1 for 26 months, with office at

Balaghat

1 for 26 months, with office at Balaghat 1 for 26 months, with office at

Seoni

1 for 26 months, with office at

Majholi (Sidhi)

1 for 26 months, with office at

Mehandwani (Dindori)

5

5 Assistant .

Engineer

Civil

- - 1 24 1 24 1 24 1 18 1 18 1 18 1 24 1 24 1 24 1 24 1 24 11 H.Q. will

be at

scheme

level

6 Assistant

Engineer

E&M

- - 1 for 12 months, with office at Balaghat 1 for 12 months, with office at Majholi 2

7 Field

Engineer/

Supervisor

- - 3 24 2 24 3 24 2 18 2 18 2 18 3 24 3 24 3 24 3 24 3 24 29 H.Q. will

be at

scheme

level

8 Lab

Engineer

1 for 24 months, with office at Balaghat 1 for 24 months, with office at

Seoni

1 for 24 months, at Majholi 1 for 24 months, at

Mehandwani

4

Total

Page 21: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 21 of 114

ANNEXURE II

BROAD QUALIFICATION AND EXPERIENCE REQUIREMENTS OF

KEY EXPERTS

Broad qualification and experience of the key personnel and sub-professionals given

below are clients’ perception in respect of the specific requirement of the project.

Consultants are advised to prepare the CVs of their proposed key personnel

specifically highlighting the qualification and experience in the related area of

expertise as per requirements. The CVs should also highlight higher education,

training and publication of technical papers etc. by the key personnel in the related

field as well as their experience in providing training in the related fields. The CVs of

the proposed personnel should reflect size of the project handled in terms of costs,

duration for which services were provided, source of funding for the project, type of

contract document used etc. Broadly speaking, qualification and experience higher

than the minimum requirement will be given higher weightage. Similarly, the

personnel’s experience in services related to construction supervision will be given

more weightage.

A. Minimum qualification and experience of Technical Staff (Key

Personnel) at Headquarter, Jabalpur (M.P.)

TABLE -2

S.No. Particulars Estimated

man- month

Input

Minimum

Qualification

Minimum

Experience

1 Team Leader 26 Master Degree in

Civil Engineering

20-25 Year (15

yrs in Water

Supply Project)

2 Construction

Manager

26 Bachelors Degree in

Civil Engineering

20-25 Year (15

yrs in Water

Supply Project)

3 Senior Water

Supply

Engineer

26 Bachelors Degree in

Civil Engineering

15-20 Year

15 Years in field

of Water Supply

Note :-

1- Maximum age limit for all key professionals is 65 Years. For Team Leader it

shall be 70 years.

Page 22: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 22 of 114

B. Minimum qualification and experience of Sub Professional Staff &

Field Technical Staff (Technical).

TABLE -3

S.No. Particulars Estimated

man- month

Input

Minimum

Qualification

Minimum

Experience

1 Resident Engineer 26( 5 nos.) Bachelors Degree in

Civil Engineering

15-20 Years (15

years in WS

Project)

2 Assistant Engineer

(Civil)

24(8nos.) and

18 (3 nos.)

Bachelors Degree in

Civil Engineering

8-12 Years (5

years in WS

Project)

3 Assistant Engineer

(E&M)

12(2nos.) Bachelors Degree in

Electrical/Mech.

Engineering

5-10 Years (4

years in E&M

Project)

4 Field Engineer/

Supervisor

24(23nos.) and

18(6nos.)

Bachelors Degree /

Diploma in Civil

Engineering

5-10 Years (3/7

years experience

in WS Project)

5 Lab Engineer 24(4nos.) Bachelors Degree /

Diploma in Civil

Engineering

5 Years

experience in WS

project

Note :-

1- Maximum age limit for all Sub professionals Staff & Field Technical Staff

(Technical) is 65 Years.

Page 23: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 23 of 114

Annexure-II (A)

Evaluation Criteria for Technical Proposal

Sn Description Points

I Consultant’s relevant experience in implementation

and supervision of Construction and maintenance of

water supply project.

200

II The Approach and methodology proposed including

Work Plan.

100

III Qualification and experience of the Proposed key

Personnel

700

Total 1000

The weightage points given to evaluation sub-criteria for qualification and

competence of key staff are:

Weight (%)

General Qualification 20

Relevant Experience and Adequacy for the Assignment 75

Permanent Employment with the firm 5

Total 100

I. CONSULTANT’S RELEVANT EXPERIENCE -200 Points

(Maximum)

The experience of the consultants in the specific field of

supervision of water supply project of similar nature shall be

considered. The minimum requirement for individual applicant or

lead partner (in case of JV) shall be that it should have completed

at least one Supervision and Quality Control Consultancy job of

similar work in last 5 years. In case of Joint Venture, all members

except lead member should fulfil minimum 26% of the criteria

mentioned in the NIT. The experience certificate issued by the

Principal Employer will only be considered.

II. APPROACH AND METHODOLOGY (100 Points)

A. Understanding of Objectives (10 Points)

Criteria: General understanding of the project requirements; coverage

of principal components as requested in TOR; and site visit

assessment.

B. Quality of Methodology (35 points)

Criteria: The degree to which the consultant presented written

methodology/ approach addresses the requirements of the TOR.

C. Innovativeness/Comments on Terms of Reference (10 points)

Criteria: Suggestions, Which could improve the quality of the project.

Factors to consider: Points will be given for workable suggestions

proposed. No innovativeness will be given zero points.

Page 24: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 24 of 114

D. Work Program(20 points)

Criteria: A work program showing graphical presentation of activities

(bar chart); an organization chart showing the relationship of the

Client, the Consultant and the Civil Works contractor.

E. Personnel Schedule (15 points)

Criteria: Relationship between required person-months and proposed

work program.

F. Counterpart Personnel and Facilities (5 points)

Criteria: Requirement for counterpart personnel, office space,

transportation, equipment and services.

G. Proposal Presentation (5 points)

Criteria: Clarity and ease of assessment of the entire proposal

(including material presentation).

III. QUALIFICATIONS AND COMPETENCE OF THE KEY

STAFF/PROFESS FOR THE ASSIGNMENT: 700

The weightage for various key staff are:

Sn Name of the

Position

Number Points Total Points

1 Team Leader 1 125 125

2 Construction

Manager

1 100 100

3 Senior Water

Supply Engineer

1 100 100

4 Resident Engineer 5 75 375

Total Points 700

Note: The CV’s of only Key Experts including Resident Engineers are to be

submitted and only these CVs shall be reckoned for evaluation.

Expertise

Criteria: Separate assessment of each expert listed in the Request for Proposal. Each

expert is to be evaluated against the tasks assigned in accordance with four main

criteria:

(i) General experience such as academic qualification and the number of

years of related experience: (20%)

(ii) Project related experience based on the relevant Water Supply projects

implemented: (75%)

(iii) Permanent Employment: (5%) only if they have worked for the current

employer on a regular/permanent full- time basis continuously for the last

12 months.

Page 25: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 25 of 114

ANNEXURE III

Brief Details Of Works

Piparjhari MVRWSS

S. No. Main works

1.1 Intake well and Jack Well – cum – pump house of 6.00 m dia. capacity 1.9 mld

(16Hours) with a provision of connecting pipe of MS with suitable internal &

external lining of 300 mm dia 60 m length from Intake to Jackwell on River

Wainganga, village Piparjhari, near Shiv Temple, Distt Balaghat.

1.2 Providing, laying & jointing of Raw water pumping main of 200 mm internal dia.

K-9 DI pipes length 2000 m. for clear water demand of 1.6 mld.

1.3 Water treatment plant for supplying 1.6 mld treated water in 16 hours flow, near

village pond, Piparjhari, Distt. Balaghat.

1.4 Clear water pumping mains of K-9 DI pipes with suitable surge protection and

allied works from Water treatment Plant to M.B.R. and other Storage Reservoirs.

(a) 100 mm dia- Length 4330 mtrs.

(b) 150 mm dia- Length 1740 mtrs.

(c) 200 mm dia- Length 5160 mtrs.

1.5 M.B.R. at W.T.P. campus at Piparjhari, capacity 250 kl.

1.6 6 Overhead Reservoirs at different villages of 100 kL ( 4 tanks at villages

Piparjahri, Mangoli Khurd, Mohgaon Kalan and Budunda Kalan ),125 kL (1 tank

at Bamhni) and 225kL ( 1 tank at Khara,Awas ) capacity and all having 12 m

staging

1.7 Pumping equipments including suitable motors, protection equipments for

following-

a. Two V.T. pump sets (1 working + 1 standby) of 22.60 lps discharge

capacity at suitable head (31 m) to pump raw water up to WTP.

b. Two Centrifugal pump sets (1 working + 1 standby) of 22.60 lps

discharge capacity at suitable head (45 m) to pump treated water from

MBR to all 6 Elevated Service Reservoirs.

1.8 Two-33 kV suitable Electrical sub stations for Pump Houses and allied works

including stretching of 2.20 km length of 33 kV and 11 kV power line

Page 26: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 26 of 114

1.9 Distribution network comprising of HDPE, PE100 conforming to IS

4984/14151/12786/13488, including valves, specials, HSC and other allied works

of following diameters-

a. 90 mm dia. - 6 kg/cm2 pressure - Length 203890.00 m

b. 110 mm dia.- 6 kg/cm2 pressure - Length 1149.00 m

c. 125 mm dia.- 6 kg/cm2 pressure - Length 405.00 m

d. 140 mm dia.- 6 kg/cm2 pressure.- Length 627.00 m

1.10 Construction of staff quarters at various sites –

Office at WTP site - 225 Sqm

Store building - 75 Sqm

G-Type staff quarter - 1 Nos of Plinth area 65 sqm each

H-Type staff quarter - 2 Nos of Plinth area 46 sqm each.

I-Type staff quarter - 4 Nos of Plinth area 32.5 sqm each.

Note: Approach roads and boundary walls at each site

1.11 Running and maintenance of the project for 10 years.

Bhatera MVRWSS

S.No. Main works

1.1 Intake well of minimum 4.0 m internal diameter & Jack Well cum

pump house of minimum 6 m dia, 7.75 Million litres per day capacity

(16 hours flow) with a provision of connecting pipe of MS with

suitable internal & external lining of 600 mm dia 60 m length from

Intake to Jackwell on River Wainganga near Dhuna Ghat, village

Bhatera, Distt Balaghat,

1.2 Raw water pumping main of 350 mm internal dia. K-9 DI pipes with in-

lining and out-coating of length 500 m suitable for water supply of 6.75

Million litre in 16 hours.

1.3 Water treatment plant to provide 6.2 Million litre clear water per day in

16 hours flow, with suitable/875 kl capacity clear water sump (WTP

MBR)-cum-pump house complete at Bhatera, Distt. Balaghat.

Page 27: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 27 of 114

1.4 Clear water pumping mains of K-9 DI pipes with in-lining and out-

coating with suitable surge protection and allied works from clear water

sump-cum-pump house to-

a. 350 mm Dia., Length – 8.10 Km WTP MBR to Dhapewara ESR

b. 100 mm Dia., Length – 0.05 Km Bhatera Jn. Pt. to Bhatera ESR

c. 100 mm Dia., Length – 0.05 Km Khairi Jn. Pt. to Khairi ESR

d. 100 mm Dia., Length – 0.05 Km Kumhari Jn. Pt. to kumhari ESR

e. 300 mm Dia., Length – 3.180 Km Jn. Pt. to ZBR I at Jarerra

f. 150 mm Dia., Length – 0.1 Km ZBR I at Jarerra to Jarerra ESR

g. 300 mm Dia., Length – 8.1 Km ZBR I Jarerra to ZBR II Awalazari

h. 100 mm Dia., Length – 0.05 Km Bada Jagpur Jn. Pt. to Bada Jagpur

ESR

i. 100 mm Dia., Length – 0.1 Km Patharwada Jn. Pt. to Patharwada

ESR

j. 100 mm Dia., Length – 1.50 Km Kolhwa Jn. Pt. to Kolhwa ESR

k. 150 mm Dia., Length – 1.63 Km ZBR II to Boda ESR

l. 150 mm Dia., Length – 4.90 Km ZBR II to Ameda ESR

m. 150 mm Dia., Length – 0.25 Km ZBR II to Awalajhari ESR

1.5 Zonal Balancing Reservoir (Zonal Ground Level Sump) of capacity of –

a. 425 kL capacity at Jarera.

b. 350 kL capacity at Awalajhari.

1.6 13 Overhead reservoirs at different villages of following capacity and

approximate staging :-

S.No. Location Capacity

(Kl)

Staging

(m)

1 Bhatera 150 12

2 Khairi 75 12

3 Badi

Kumhari 200 12

4 Dhapewada 75 12

5 Jarera 125 15

6 Jagpur 175 12

7 Patharwada 100 12

8 Awlajhari 300 12

9 Ameda 125 12

10 Boda 100 12

11 Kolhwa 125 12

12 Bharveli 875 12

13. Hirapur 630 12

Page 28: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 28 of 114

1.7 Pumping equipments including suitable motors, protection equipments

for following-

a. Three V.T. pump sets (2 working + 1 standby) of 45.05 lps discharge

capacity each at approximate head (27 m) to pump raw water up to

WTP.

b. Three Centrifugal pump sets (2 working + 1 standby) of 43 lps

discharge capacity each at approximate head (66 m) at WTP MBR for

ZBR -1 at Jarera

c. Three Centrifugal pump sets (2 working + 1 standby) of 67.55 lps

discharge capacity each at approximate head (45 m) at ZBR-1 for ZBR

-2 at Awalajhari Jn.

d. Two Centrifugal pump sets (1 working + 1 standby) of 8.5 lps discharge

capacity each at approximate head (26 m) at ZBR -2 to Awalajhari ESR

e. Two Centrifugal pump sets (1 working + 1 standby) of 3.25 lps

discharge capacity each at approximate head (31 m) at ZBR -2 to Boda

ESR.

f. Two Centrifugal pump sets (1 working + 1 standby) of 4.10 lps

discharge capacity each at approximate head (47 m) at ZBR -2 to

Ameda ESR.

1.8 One-33 kV suitable Electrical sub stations for Pump Houses and allied

works including approx. 5 km length of 33 kV/11 kV power line

1.9 Distribution network comprising of HDPE, PE100 PN6 pipelines,

including valves, specials, HSC and other allied works of following

diameters-

a. 90 mm dia. 6 kg/cm2 pressure, length 33.91 km

b. 110 mm dia. 6 kg/cm2 pressure, length 14.79 km

c. 125 mm dia 6 kg/cm2 pressure, length 0.53 km

d. 140 mm dia. 6 kg/cm2 pressure, length 5.29 km

e. 160 mm dia. 6 kg/cm2 pressure, length 0.10 km

1.10 Construction of staff quarters at various sites –

Office at WTP site - 225 Sqm

Store building - 75 Sqm

G-Type staff quarter - 1 Nos of Plinth area 65 sqm each

H-Type staff quarter - 2 Nos of Plinth area 46 sqm each.

I-Type staff quarter - 4 Nos of Plinth area 32.5 sqm each.

Note: Approach roads and boundary walls at each site.

1.11 Running and maintenance of the project for 10 years

Page 29: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 29 of 114

Dhuti MVRWSS

S. No. Main works

1.1 Intake/Jack well – cum – pump house of minimum 6.0 m internal diameter

capacity 3.64 mld (16 hours flow) on River Wainganga Distt Balaghat. Work

includes construction of 3.0 m dia. Intake well with laying of 450 mm Dia. RCC

N.P. 4 Pipe to connect intakewell to Jackwell and 6.0m dia. Jackwell with Pump

house.

*The Intake location has been fixed on u/s of Dam side near the Irrigation Dept.

inspection Bungalow on the left Bank of River.

1.2 Raw water pumping main of 250 mm internal dia. K-9 DI pipes with in-lining and

out-coating of length 1890 m suitable for water demand of 2.88 mld (16 hours

flow).

1.3 Water treatment plant of 2.73mld capacity in 16 hours flow, with 460 kL capacity

M.B.R. with pump house complete at Dhuti, Distt. Balaghat.

1.4 Clear water pumping mains of K-9 DI pipes with in-lining and out-coating with

suitable surge protection and allied works :

1. from M.B.R. at WTP to ESR at Gunadi, suitable for water demand of

0.645 mld, 150 mm dia.-10180 m.

2. from M.B.R. at WTP to Z.b.R. at Lamta and Narsinga, suitable for water

demand of 1.256 mld, 200 mm Dia.-7120 m.

3. From Z.B.R. at Lamta to ESR at Narsinga, suitable for warer demand of

0.202 mld,100 mm dia. 2820 m.

4. Z.B.R. at Lamta to ESR at Bhondwa, Suitable for water demand of 0.526

mld, 150 mm Dia.-1230 m.

5. Z.B.R. at Lamta toESR atLamta,Suitable water demand of 0.364 mld,100

mm Dia.-50 m.

1.5 125 kl. capacity Z.B.R. at Lamta for ESR at Lamta, Bhondwa, Motegaon and

Atri.

1.6 09 Overhead Reservoirs at different villages of approximate 75 kL,100 kl, 125kl,

150kl, 200kL and 250 kl capacity and different height of Staging :

1.Lamta -250 kL Capacity, 12.0m staging(Approximate)

2.Narsinga -100 kL, Capacity, 12.0m staging(Approximate)

Page 30: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 30 of 114

3.Atri -125 kL, Capacity, 12.0m staging(Approximate)

4. Bhondwa -150 kl, Capacity, 15.0m staging(Approximate)

5.Motegaon -200 kL, Capacity , 12.0m staging(Approximate)

6.takbarra -125 kL, Capacity , 12.0m staging(Approximate)

7. Burhiyagaon -100 kL, Capacity, 12.0m staging(Approximate)

8. pratap pur -75 kl, Capacity, 12.0m staging(Approximate)

9. Gunadi -150 kl, Capacity, 12.0m staging(Approximate)

1.7 Pumping equipments including suitable motors, protection equipments for

following-

a. Three V.T. pump sets (2 working + 1 standby) of 19.90lps

discharge capacity at suitable head (33 m) to pump raw water up to WTP.

b. Centrifugal pump at MBR

1.TwoCentrifugal pump sets(1working +1standby) of 1.67 lpsdischarge

capacity at suitable head (14 m) to pump treated water up to Village Dhuti

.

2.Three Centrifugal pump sets (2 working +1 standby) of 6.16lps

discharge capacity at suitable head (73m) to pump treated water up to

Gunadi ESR.

3.Three Centrifugal pump sets (1 working + 1 standby) of 11.95 lps

discharge capacity at suitable head (48 m) to pump treated water up to

Lamta Zonal Sump. .

c. Centrifugal pump at lamta ZBR

1.Two Centrifugal pump sets (1 working + 1 standby) of 7.05 lps

discharge capacity at suitable head (21 m) to pump treated water up to

Lamta ESR.

2.Two Centrifugal pump sets (1 working + 1 standby) of 3.85lps

discharge capacity at suitable head (22m) to pump treated water up to

Atri ESR.

3.Two Centrifugal pump sets (1 working + 1 standby) of 9.98 lps

discharge capacity at suitable head (40 m) to pump treated water up to

Bhondwa ESR.

1.8 33 kV/11 KV/0.415 KV suitable Electrical sub stations for Clear and Raw water

Pump Houses and allied works including approximately 8.00km length of 33 kV

and 11 kVpower line

1. at Intake/jack well site.

1. at W.T.P site,and

2. at lamta Z.B.R. site.

Page 31: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 31 of 114

1.9 Distribution network approximatly comprising of :

1 .HDPE, PE100 pipelines, including valves, specials, HSC and other allied

works of following diameters-

e. 90 mm dia. 6 kg/cm2 pressure - 32565.0 m

f. 110 mm dia. 6 kg/cm2 pressure - 23048 m

g. 125 mm dia. 6 kg/cm2 pressure - 371.0 m

h. 140 mm dia. 6 kg/cm2 pressure - 10592.0 m

i. 160 mm dia. 6 kg/cm2 pressure - 6652 m

2. DI K7 including valves, specials, HSC and other allied works of following

diameters-

a. 80 mm dia. -1427.0 m

b. 100 mm dia. -1075.0 m

c. 150 mm dia. -1462.0 m

1.10 Construction of staff quarters at various sites –

a. Office at WTP site - 225 Sqm

b. Store building - 75 Sqm

c. G-Type staff quarter - 1 Nos of Plinth area 65 sqm each

d. H-Type staff quarter - 2 Nos of Plinth area 46 sqm each.

e. I-Type staff quarter - 4 Nos of Plinth area 32.5 sqm each.

Note: Approach roads and boundary walls at each site.

1.11 Running and maintenance of the project for 10 years

Page 32: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 32 of 114

Devsarra MVRWSS

S. No. Main works

1.1 Intake well – cum – pump house of minimum 7.0 m internal diameter capacity

2.75 mld (16 hours flow) on River Wainganga located near Village - Devsarra,

Block – Balaghat, Distt Balaghat. i/c R.C.C. Foot Bridge & approach road.

1.2 Raw water pumping main of 250 mm internal dia. K-9 DI pipes with in-lining

and out-coating of length 1620 m suitable for water demand of 2.53 mld (16

hours flow).

1.3 Water treatment plant of 2.50 mld treated water capacity in 16 hours flow, with

150 kL capacity clear water sump and 2 nos. pump house complete at Viilage

Sakari and a clear water sump of 30 kL capacity at village Basegaon. Distt.

Balaghat i/c approach road and compound wall.

1.4 Clear water pumping mains of K-9 DI pipes with in-lining and out-coating with

suitable surge protection and allied works -

n. from clear water sump and pump houses at sakari to O.H.B.R. at village

sakari of 250 mm internal dia. 150 m length suitable for water demand

of 2.50 mld (16 hours flow)

o. from clear water sump at Basegaon to O.H.S.R. at Matkatola of 100

mm internal dia. 2400m length suitable for water demand of 0.52 mld

(16 hours flow)

1.5 Over Head Balancing Reservoir of capacity of 120 kL capacity staging 30 m at

Village sakari near Village Devsarra, Block & Distt. Balaghat.

1.6 Gravity Feeder mains of DI K-7 in-lined and out-coated pipes from O.H.B.R. to

O.H.S.Rs. of different villages suitable for water demand of that group, (i/c

stream crossing between Dhimritola & Khairgaon and Batua & Basegaon and

railway crossing between Sakari & Gudru) as per details below-

a. 100 mm dia. Length - 88 m

b. 150 mm dia. Length - 2286 m

c. 200 mm dia. Length -13070 m

d. 250mm dia. Length -1013 m

e. 300 mm dia. Length - 6885 m

f. 350 mm dia. Length - 1542 m

1.7 09 Overhead reservoirs at following villages of 100kL, 110kL, 130kL, 140kL,

160kL and 250kL capacity with different staging and compound wall :

1. At Village Sakari for Sakari and Devsarra 100 kL/10.0 m staging.

2. At Village Pachpedi for Khairgaon and Pachpedi 110 kL/11.0 m staging.

3. At Village Arnameta for Arnameta, Bijapuri and Chamarwahi 100

kL/10.0 m staging.

4. At Village Mohgaon for Mohgaon, Backwada and Matkatola 110

kL/13.0 m staging.

5. At Village Gudru for Gudru, Thema, and Station tola Gudru 130

kL/12.0 m staging.

6. At Village Thakurtola for Thakurtola, Gangaria,kukda and Dhimartola

140 kL/11.0 m staging.

7. At Village Hirbatola for Hirbatola, Nagarwada and Chanewada 130

kL/16.0 m staging.

8. At Village Basegaon for Baseaon, Batua, Barkhera, Kumajhar,

Kurlatola, and Turangtola 160 kL/12.0 m staging.

9. At Village Mau for Mau, Tikhakhari, Dhimritola, Mahekapata,

Khamtola, Changotola and Baigatola 250 kL/10.0 m staging.

Page 33: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 33 of 114

1.8 Pumping equipments including suitable motors, protection equipments for

following-

c. Three V.T. pump sets (2 working + 1 standby) of 1172 lpm discharge

capacity at suitable head (35 m) to pump raw water up to WTP.

d. Two Centrifugal pump sets (1 working + 1 standby) of 2578 lpm

discharge capacity at suitable head (37 m) to pump treated water from

clear water sump at sakari to O.H.B.R. at Sakari.

e. Two Centrifugal pump sets (1 working + 1 standby) of 216 lpm

discharge capacity at suitable head (53 m) to pump treated water from

Clear water sump at Basegaon to O.H.S.R. at Matkatola .

1.9 One-33 kV suitable Electrical sub stations for Pump Houses and allied works

including 3.00 km length of 33 kV power line

1.10 Distribution network comprising of HDPE, PE100 Grade pipelines, including

valves, specials, HSC and other allied works of following diameters-

a. 90 mm dia. 6 kg/cm2 pressure - 51197.51 m

b. 110 mm dia. 6 kg/cm2 pressure - 9013.19 m

c. 160 mm dia. 6 kg/cm2 pressure - 3863.08 m

d. 200mm dia. 6 kg/cm2 pressure - 166.23 m

Distribution network comprising of DI K7 pipelines, including valves, specials,

HSC and other allied works of following diameters-

e. 100 mm dia. – 5814.00 m

f. 150 mm dia. – 21829.00 m

g. 200 mm dia. – 3122.00 m

1.11 Construction of staff quarters at various sites –

Office at WTP site - 225 Sqm

Store building - 75 Sqm

G-Type staff quarter - 1 Nos of Plinth area 65 sqm each

H-Type staff quarter - 2 Nos of Plinth area 46 sqm each.

I-Type staff quarter - 4 Nos of Plinth area 32.5 sqm each.

Note: Approach roads and boundary walls at each site.

1.12 Running and maintenance of the project for 10 years

Page 34: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 34 of 114

Deogaon MVRWSS

S.No. Main works

1.1 Intake well of minimum 3.0 m internal diameter & Jack Well cum

pump house of minimum 6 m dia, 1.90 Million litres per day capacity

(16 hours flow) with a provision of connecting pipe of MS with

suitable internal & external lining of 350 mm dia 40 m length from

Intake to Jackwell, curtain wall,Approach bund and Barbed wire

fencing, on River Dev, near Murri bridge, Distt. Balaghat.

1.2 Raw water pumping main of 200 mm internal dia. K-9 DI pipes with

in-lining and out-coating of length 420 m suitable for water supply of

1.19 Million litre in 16 hours.

1.3 Water treatment plant to provide 1.44 Million litre clear water per day

in 16 hours flow, with suitable/240 kl capacity clear water sump (WTP

MBR)-cum-pump house with fencing complete at Murri, Distt.

Balaghat.

1.4 Clear water pumping mains of K-9 DI pipes with in-lining and out-

coating with suitable surge protection and allied works from clear water

sump-cum-pump house to-

p. 100 mm Dia., Length – 2.70 Km WTP MBR to

Murri,Katangi,Koste and Paraswada ESR.

q. 150 mm Dia., Length – 8.10 Km WTP MBR to Deogaon ESR.

1.5 05 Overhead reservoirs with fencing at different villages of following

capacity and approximate staging :-

S.No. Location Capacity

(Kl)

Staging

(m)

1 Murri 225 12

2 Deogaon 175 12

3 Katangi 100 12

4 Koste 125 12

5 Paraswada 100 12

1.6 Pumping equipments including suitable motors, protection equipments

for following-

f. TwoV.T. pump sets (1 working + 1 standby) of 20.66 lps discharge

capacity each at approximate head (23m) to pump raw water up to

WTP.

g. Two Centrifugal pump sets (1 working + 1 standby) of 5.36 lps

discharge capacity each at approximate head (37 m) at WTP MBR for

ESR Murri.

h. Two Centrifugal pump sets (1 working + 1 standby) of 14.42 lps

discharge capacity each at approximate head (60 m) at WTP MBR for

ESR Deogaon.

Page 35: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 35 of 114

1.7 Two 33/11 KV/0.415 KV suitable Electrical sub stations for Pump

Houses and allied works including approx. 5 km length of 33 kV/11 kV

power line with fencing.

1.8 Distribution network comprising of HDPE, PE100 PN6 pipelines,

including valves, specials, HSC and other allied works of following

diameters-

h. 90 mm dia. 6 kg/cm2 pressure, length 14.19 km

i. 110 mm dia. 6 kg/cm2 pressure, length 4.55 km

j. 140 mm dia 6 kg/cm2 pressure, length 0.32 km

1.9 Construction of staff quarters at various sites –

Office at WTP site - 225 Sqm

Store building - 75 Sqm

G-Type staff quarter - 1 Nos of Plinth area 65 sqm (approx.)

H-Type staff quarter - 4Nos of Plinth area 46 sqm (approx.)

1.10 Running and maintenance of the project for 10 years

Page 36: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 36 of 114

Mohkhed MVRWSS

S. No. Main works

1.1 Intake well – cum – pump house of minimum 4.7 m internal diameter capacity 5.57

mld (16 hours flow) on Saroth Irrigation Tank, Saroth.

1.2 Raw water pumping main of 300 mm internal dia. K-9 DI pipes with in-lining and

out-coating of length 1300 m suitable for clear water demand of 4.74 mld (16

hours flow).

1.3 Water treatment plant of 4.54 mld treated water capacity in 16 hours flow, with

2300 kL capacity clear water sump-cum-pump house complete at Saroth, Distt.

Chhindwara

1.4 Providing ,laying and jointing Clear water pumping mains of K-9 DI pipes with in-

lining and out- coating with suitable surge protection and allied works:

a. from clear water sump-cum-pump house at Saroth WTP site to Break Pressure

Tank at Saroth WTP site of 250 mm internal dia. 30 m length suitable for water

demand of 4.54 mld (16 hours flow).

b. Break Pressure Tank at Saroth WTP site to Pathra-khokhar OHT and other OHT

and different location as per drawing:

80 mm dia.- Length 1770 m

100 mm dia.- Length 14370 m

150 mm dia.- Length 4890 m

200 mm dia.- Length 900 m

1.5 Break pressure tank of capacity of 2200 kL & 25 m or suitable staging at Saroth

WTP.

1.6 Gravity Feeder mains of DI K-7 in-lined and out-coated pipes from Break pressure

tanks to ESRs of different villages suitable for water demand of that group, as per

details below-

80 mm dia.- Length 1887 m

100 mm dia.- Length 6004 m

150 mm dia.- Length 6448 m

200 mm dia.- Length 174 m

250 mm dia.- Length 1388 m

300 mm dia.- Length 5473 m

450 mm dia.- Length 2000 m

400 mm dia.- Length 2642 m

Page 37: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 37 of 114

1.7 12 nos. proposed overhead reservoirs at different villages of capacity and

approximate staging as given below.

Note: Connecting existing ESRs as shown above with Clear water rising/gravity

main is also in the scope of this contract.

1.8 Pumping equipments including suitable motors, protection equipments for

following-

Two V.T. pump sets (1 working + 1 standby) of 254 lps discharge capacity at

suitable head (21 m) to pump raw water up to WTP.

Two Centrifugal pump sets (1 working + 1 standby) of 143 lps discharge capacity

at suitable head (40 m) to pump treated water up to B.P. Tank near WTP Saroth

village.

Two Centrifugal pump sets (1 working + 1 standby) of 111 lps discharge capacity

at approx. head (114.2 m) to pump treated water up Patharakhokar and Other

OHT’s.

1.9 One-33 kV/11KV/0.415KV suitable Electrical sub stations for Pump Houses and

allied works including 5 km length of 33 kV and 11 kVpower line

Page 38: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 38 of 114

1.10 A. Distribution network comprising of HDPE, PE100 pipelines, including valves,

specials, HSC and other allied works of following diameters-

90 mm dia. 6 kg/cm2 pressure - 48076 m

110 mm dia. 6 kg/cm2 pressure- 6985 m

160 mm dia. 6 kg/cm2 pressure -3601 m

180 mm dia. 6 kg/cm2 pressure -359 m

210 mm dia. 6 kg/cm2 pressure -1124 m

B. Distribution network comprising of DI K-7 Class pipelines, including valves,

specials, HSC and other allied works of following diameters-

80 mm dia.- Length 89669 m

100 mm dia.- Length 15655 m

150 mm dia.- Length 8848 m

200 mm dia.- Length 100 m

250 mm dia.- Length 247 m

1.11 Office, Store building and Staff quarters -

Office at WTP site - 225 Sqm ,

Store building - 75 Sqm

G-Type staff quarter - 1 Nos of Plinth area 65 sqm each.

H-Type staff quarter - 2 Nos of Plinth area 46 sqm each.

I-Type staff quarter - 4 Nos of Plinth area 32.5 sqm each.

Note: Approach roads and boundary walls at each site.

1.12 Running and maintenance of the project for 1 years

Page 39: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 39 of 114

Jhurki MVRWSS

S. No. Main works

1.1 Intake well /Jack well cum pump house of 6 m dia, 1.25 Million litre of capacity

(16 hours flow) on River Narmada, near village Beohari, District Seoni i/c

construction of 60 m long approach channel.

1.2 Raw water pumping main of 150 mm internal dia. K-9 DI pipes with in-lining and

out-coating of length 5250 m suitable for water supply of 1.1 Million litre in 16

hours.

1.3 Water treatment plant to provide 1.05 Million litre clear water in 16 hours flow,

with 65 kl capacity clear water sump-cum-pump house complete near village

Jhinjhari, District Seoni.

1.4 Providing, laying & jointing of Clear water pumping main, DI class K-9 pipe as

per IS 8329 i/c valves, sluice valves, air valves, scour valves, air valves,

chambers, thrust block specials & accessories etc complete.

150 mm dia – 30 m as detailed below:

a. 150 mm dia DI Class K9 from Clear Water sump at WTP to MBR at the same

campus.

1.5 Ground Service reservoir :

1 Beohari ( Cap.60KL)

2 Budhera ( Cap.100 KL)

3 Dukhriya ( Cap.45KL)

4 Jhinjhari ( Cap.40 KL)

5 Selwada ( Cap.50 KL)

1.6 Providing, laying & jointing of Clear Water gravity main 80 - 150 mm pipe DI

class K-7 Clear water gravity main as per IS 8329 length 16971 m, i/c valves,

sluice valves, air valves, scour valves, air valves, chambers, thrust block, specials

& accessories etc complete.

80 mm dia – 205 m

100 mm dia – 11745 m

150 mm dia – 5021 m

1.7 2 Overhead service reservoirs at different villages of following capacity and

staging :-

1. Pipariya 110 Kl approx staging 9 m

2. Gangpur 120 Kl approximate staging 6m

1 Master Balancing reservoir (MBR) of 125 Kl at WTP campus at Jhinjhari

having approximate staging of 15.50 m.

Page 40: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 40 of 114

1.8 Pumping equipments including suitable motors, protection equipments for

following-

Providing and installation of 3 No. suitable Deep well turbine

pumps for Raw water at Intake cum pump house as under:

(a) 12.50 HP, 89m or suitable head, 6.39 lps : 3 Nos ( 2 working & 1

standby)

Providing and installation of 3 No. suitable Centrifugal pumps for Clear water

at pump house at WTP as under:

(a) 3 HP , 6.9 LPM, 20 m or suitable Head : 3 Nos ( 2 working & 1 standby)

1.9 Provision for dedicated 33/11 KV power supply to WTP, Intake well and

Pump houses i/c construction of suitable capacity electric substation

1.10 Distribution network comprising of HDPE, PE100 PN6 & DI K7 pipelines

including valves, specials, HSC and other allied works of following diameters-

HDPE Pipeline :

a. 90 mm dia. 6 kg/cm2 pressure 29.85 km

b. 110 mm dia. 6 kg/cm2 pressure 5.34 km

c. 160 mm dia. 6 kg/cm2 pressure 1.95 km

DI K7 pipeline :

a. 80 mm dia. 7.58 Km

b. 100 mm dia 1.24 km

1.11 Construction of staff quarters at various sites –

Office at WTP site - 225 Sqm

Store building - 75 Sqm

G-Type staff quarter - 1 Nos of Plinth area 65 sqm each

H-Type staff quarter - 2 Nos of Plinth area 46 sqm each.

I-Type staff quarter - 5 Nos of Plinth area 32.5 sqm each.

Note: Approach roads and boundary walls at each site.

1.12 Running and maintenance of the project for 10 years

Page 41: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 41 of 114

Manpur MVRWSS

S. No. Main works

1.1 Intake well and Jack well cum pump house of 7 m dia, 6.25 Million litre of

capacity in 16 hours flow on River Son, near village Baigawan, District Umaria

i/c construction of 85 m long RCC approach bridge having clear width of 3.6 m.

1.2 Raw water pumping main of 300 mm internal dia. K-9 DI pipes with in-lining and

out-coating of length 700 m suitable for water supply of 5.15 Million litre in 16

hours.

1.3 Water treatment plant to provide 4.9 Million litre treated clear water in 16 hours

flow, with 320 kl capacity clear water sump-cum-pump house complete near

village Baigawan, District Umaria.

1.4 Providing, laying & jointing of Clear water pumping main, DI class K-9 pipe as

per IS 8329 i/c valves, sluice valves, air valves, scour valves, air valves,

chambers, thrust block specials & accessories etc complete.

100 to 300 mm dia - 5.25 Km as detailed below:

a. 100 mm dia DI Class K9 - 150 m - from sump at Sigundi to OHBR at Sigundi.

b. 200 mm dia DI Class K9 - 150 m - from sump at Kachchuanha to OHBR at

Kachchaunha.

c. 300 mm dia DI Class K9 - 4.95 Km - from Clear water sump at WTP to OHBR

near Gowardhe village.

1.5 Over head Balancing Reservoir (OHBR) of capacity –

a. 230 KL capacity 30 m or suitable staging near Govardhe village.

b. 100 KL capacity 30 m or suitable staging at Kachchuanha village.

1.6 Providing, laying & jointing of Clear Water gravity main 100 - 450 mm pipe DI

class K-7 Clear water gravity main as per IS 8329 length 46175 m, i/c valves,

sluice valves, air valves, scour valves, air valves, chambers, thrust block, specials

& accessories etc complete.

100 mm dia - 8325 m

150 mm dia - 18606 m

200 mm dia - 2506 m

250 mm dia - 5744 m

300 mm dia - 3158 m

350 mm dia - 4193 m

400 mm dia - 1081 m

450 mm dia - 2562 m

Page 42: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 42 of 114

1.7 17 Overhead service reservoirs at different villages of following capacity and

approximate staging :-

Clear water sumps as given below:

a. Clear water sump of 110 KL capacity at Kachchuanha

b. Clear Water sump of 30 KL capacity at Sigundi.

1.8 Pumping equipments including suitable motors, protection equipments for

following-

Providing and installation of 3 No. suitable Deep well turbine

pumps for Raw water at Intake & Jack well cum pump house as under:-

(a) 40 HP , 2162 LPM, approx. 45 m Head: 3 Nos ( 2 working & 1 standby)

Providing and installation of 3 No. suitable Centrifugal pumps for Clear water

at pump house at WTP as under:-

(a) 65 HP , 2058 LPM, approx. 80 m Head : 3 Nos ( 2 working & 1 standby)

Providing and installation of 3 No. suitable Centrifugal pumps for Clear water

sump at Sigundi:-

(b) 2.5 HP , 171 LPM, approx 13 m Head : 3 Nos ( 2 working & 1 standby)

Providing and installation of 3 No. suitable Centrifugal pumps for Clear water

sump at Kachchuanha:-

(c) 15 HP , 729 LPM, approx. 38 m Head : 3 Nos ( 2 working & 1 standby)

1.9 Provision for dedicated 33/11 KV/0.415KV power supply to WTP, Intake/Jack

well and Pump houses at Sigundi and Kachchuanha Including construction of

substation and stretching of power lines.

Page 43: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 43 of 114

1.10 Distribution network comprising of HDPE, PE100 PN6 pipelines including

valves, specials, HSC and other allied works of following diameters-

a. 90 mm dia. 6 kg/cm2 pressure- 38.61 km

b. 110 mm dia. 6 kg/cm2 pressure- 8.41 km

c. 160 mm dia. 6 kg/cm2 pressure -7.91 km

d. 200 mm dia. 6 kg/cm2 pressure -3.09 km

Note : From the zonal tanks the sub mains carrying the water to the other villages

has been provided separately as DI pipe class K-7 to ensure optimization and are

included in clear water gravity main sub head.

1.11 Construction of staff quarters at various sites –

Office at WTP site - 225 Sqm

Store building - 75 Sqm

G-Type staff quarter - 1 Nos of Plinth area 65 sqm each

H-Type staff quarter - 1 Nos of Plinth area 46 sqm each.

I-Type staff quarter - 6 Nos of Plinth area 32.5 sqm each.

1.12 a) Construction of WBM approach road with bituminous overlay of 20 mm OGPC

for a length of 1.6 km and top width of 3.75 m, at Intake, WTP, OHBR & OHSR

locations.

b) Construction of Compound walls of total length 1644 m and height of 2 m

above GL at the Intake, WTP, OHBR, Sump & OHSRs etc.

1.13 Running and maintenance of the project for 10 years

Page 44: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 44 of 114

Mehandwani MVRWSS

S. No. Main works

1.1 Intake well – cum – pump house of minimum 4.7 m internal diameter capacity 4.15

mld (16 hours flow) at Bank of River Narmada near bridge,village Kosamghat,

Block Ghansore, Distt. Dindori.

1.2 Raw water pumping main of 300 mm internal dia. K-9 DI pipes with in-lining and

out-coating of length 750 m suitable for clear water demand of 4.15mld (16 hours

flow).

1.3 Water treatment plant of 3.60 mld capacity in 16 hours flow, with 950 kL capacity

clear water sump-cum-pump house complete at 750 m or suitable distance from

Bank of River Narmada near village Kosamghat Block Distt. Dindori.

1.4 1.4.1 Providing ,laying and jointing Clear water pumping mains of K-9 DI pipes

with in-lining and out- coating with suitable surge protection and allied works:

From clear water sump-cum-pump house from WTP site to Break Pressure Tank

at Hillock near village Sarasdoli of capacity 600KL , pipe 300 mm internal dia.

5550 m length suitable for water demand of 3.60 mld (16 hours flow).

1.5 Break pressure tank of capacity of 600 kL GSR at Hillock near village Sarasdoli,

block distt. Dindori.

1.6 Gravity Feeder mains of DI K-7 in-lined and out-coated pipes from Break pressure

tanks to ESRs of different villages suitable for water demand of that group, as per

details below-

a. 100 mm dia. Length 50 m

b. 150 mm dia. Length 3670 m

c. 200 mm dia. Length 22700 m

d. 250 mm dia. Length 7700 m

e. 300 mm dia. Length 1600 m

Total Length-35720 m

1.7

4 Overhead reservoirs at different villages of different capacity and staging .

S.No

. Village

Capacity

in KL

Staging in Meter.

1 Zone-I, Near Village-Davargarh 350 16

2 Zone-II, Near Village-Sarasdoli 650 GSR

2 Zone-III, Village-Tanwari 400 5

4 Zone-IV, Village-Kanhari 425 10

1.8

Pumping equipments including suitable motors, protection equipments for

following-

i. Three V.T. pump sets (2 working + 1 standby) of 29.88 lps discharge

capacity at suitable head (40 m) to pump raw water from intake up to

WTP.

j. Three Centrifugal pump sets (2 working + 1 standby) of 28.45 lps

discharge capacity at suitable head (60 m) to pump treated water from

WTP up to Intermediate Pumping Station(IPS) between village Koshaghat

and Sarasdoli.

k. Three Centrifugal pump sets (2 working + 1 standby) of 111 lps discharge

capacity at suitable head (114.2 m) to pump treated water from IPS up to

MBR near village Sarasdoli.

Page 45: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 45 of 114

1.9 One-33 kV suitable Electrical sub stations for Pump Houses and allied works

including 5 km length of 33 kV and 11 kVpower line

1.10 A. Distribution network comprising of HDPE, PE100 pipelines, including valves,

specials, HSC and other allied works of following diameters-

a. 90 mm dia. 6 kg/cm2 pressure 192824 m

B. Distribution network comprising of DI K-7 Class pipelines, including valves,

specials, HSC and other allied works of following diameters-

a. 100 mm dia. Length 15679 m

b. 150 mm dia. Length 20273 m

c. 200 mm dia. Length 15005m

d. 250 mm dia. Length 3273 m

Total length 247054 m

1.11 Construction of staff quarters at various sites –

Office at WTP site - 225 Sqm

Store building - 75 Sqm

G-Type staff quarter - 1 Nos of Plinth area 65 sqm each

H-Type staff quarter - 2 Nos of Plinth area 46 sqm each.

I-Type staff quarter - 4 Nos of Plinth area 32.5 sqm each.

Note:- Site roads and boundary wall be constructed at all sites.

1.12 Running and maintenance of the project for 1 years

Page 46: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 46 of 114

Majholi MVRWSS

S. No. Main works

1.1 Intake well cum pump house of 9 m internal dia, 13 Million litre of capacity in 16

hours flow on River Banas,near village Parasili, block Majholi, Distt. Sidhi.

1.2 Raw water pumping main of 450 mm internal dia. K-9 DI pipes with in-lining

and out-coating of length 2700 m suitable for water supply of 10.3 Million litre in

16 hours.

1.3 Water treatment plant to provide 9.8 Million litre treated clear water in 16 hours

flow, with 600 kl capacity clear water sump-cum-pump house complete near

village Parasili, Distt. Sidhi.

1.4 Providing, laying & jointing of Clear water pumping main, DI class K-9 pipe as

per IS 8329 i/c valves, sluice valves, air valves, scour valves, air valves,

chambers, thrust block specials & accessories etc complete.

400 mm dia - W.T.P. to Master Balancing Reservoir (MBR) - Length-7265 m

1.5 Master Balancing Reservoir (MBR) of capacity –

c. 600 kL capacity near Semariya hill rock with 24 m staging

1.6 Providing, laying & jointing of Clear Water gravity main 150-450 mm pipe DI

class K-7 as per IS 8329 (Master Balancing Reservoir to various OHT sites-

52255 m, i/c valves, sluice valves, air valves, scour valves, air valves, chambers,

thrust block, specials & accessories etc complete.

(i) 150 mm dia- 23035 m

(ii) 200 mm dia- 14400 m

(iii)250 mm dia- 5010 m

(iv)300 mm dia- 2000 m

(v)350 mm dia- 2140 m

(vi)400 mm dia- 2560 m

(vii)450 mm dia- 3110 m

Note :- Proposed over head tank at Village Parasili & Village Karmai are

proposed to be connected to clear water pumping main conveying water from

Water treatment plant to MBR which is located near Village Semhariya hill rock

with appropriate staging for development of head for transmission of water to all

OHT of the proposed project area. Rest of the zonal over head tanks shall be

taken care of by gravity system with available head from MBR.

Page 47: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 47 of 114

1.7 15 Overhead reservoirs and one GLR at different villages of following capacity

and staging :-

S.No. Location Capacity (Kl) Staging (m)

1 Parasili 450 12

2 Dadaur 150 12

3 Pand 375 12

4 Dhanouli 300 16

5 Bagaiha 250 12

6 Tenkar 300 12

7 Jamua 300 12

8 Badwahi 250 12

9 Majholi 600 16

10 Amedhiya 375 15

11 Chhuhi 375 12

12 Bhaisawahi 600 16

13 Tala 600 12

14 Badkadol 150 12

15 Karmai 300 GLR

16 Danga 300 12

1.8 Pumping equipments including suitable motors, protection equipments for

following-

Providing and installation of 5 No. suitable Deep well turbine

pumps with 50% standby arrangements for Raw water at Intake well cum

pump house as under:

(a) 100 HP , 4219 LPM 60 m Head : 2 Nos

(b) 50 HP , 2188 LPM 60 m Head : 1 No.

(c) 25 HP,1042 LPM 60 m Head : 2 Nos

Providing and installation of 5 No. suitable Centrifugal pumps with 50%

standby arrangements for Clear water at pump house at WTP as under:

(a) 225 HP , 4219 LPM 130 m Head : 2 Nos

(b) 100 HP , 2188 LPM 130 m Head : 1 No.

(c) 50 HP , 1042 LPM 130 m Head : 2 Nos

1.9 One 33/11 kV/0.414KV, 200 KVA Electrical substation at Intake and one 400

KVA Electrical substation at WTP for Pumps and allied works including 12 km

length of 11/33 kV power line.

Page 48: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 48 of 114

1.10 Distribution network comprising of DI pipe class K-7, including valves, specials,

HSC and other allied works of following diameters-

a. 150 mm dia 14286 m

b. 200 mm dia 21099 m

c. 250 mm dia 890 m

Distribution network comprising of HDPE, PE100 PN6 pipelines including

valves, specials, HSC and other allied works of following diameters-

b. 90 mm dia. 6 kg/cm2 pressure -93.64 km

c. 110 mm dia. 6 kg/cm2 pressure- 31.42 km

d. 140 mm dia 6 kg/cm2 pressure- 26.84 km

e. 160 mm dia. 6 kg/cm2 pressure -19.94 km

f. 180 mm dia. 6 kg/cm2 pressure- 13.05 km

g. 200 mm dia. 6 kg/cm2 pressure- 7.60 km

Note : 1) Internal distribution consist of PE grade 100 PN6 upto 200 mm

diameter and 200 mm and above DI pipe class K-7.

2) From the zonal tanks the sub mains carrying the water to the other villages has

been provided separately as DI pipe class K-7 to ensure optimization.

3) It is proposed to install Swan neck type fire fighting arrangements at each tank

location site with discharge of 7.5 lps with 12 m head.

1.11 Office, Store building and Staff quarters -

Office at WTP site - 225 Sqm ,

Store building - 75 Sqm

F – Type staff quarter-1 no.of with plinth area 93.0 Sqm

G-Type staff quarter - 2 Nos of Plinth area 65 sqm each.

H-Type staff quarter - 4 Nos of Plinth area 46 sqm each.

I-Type staff quarter - 8 Nos of Plinth area 32.5 sqm each.

Note: Approach roads and boundary walls at each site

1.12 Trial run and Running and maintenance of the project for 10 years

1.13 Construction of approach road 2.5 km at Intake, WTP, MBR, OHT locations

Page 49: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 49 of 114

Kundam MVRWSS

S.No. Main works

1.1 Intake well of minimum 4.0 m internal diameter & Jack Well cum

pump house of minimum 6 m dia, 2.50 Million litres per day capacity

(16 hours flow) with a provision of connecting pipe of MS with

suitable internal & external lining of 600 mm dia 60 m length from

Intake to Jackwell on River Chhoti Mahanadi, Distt Jabalpur.

1.2 Raw water pumping main of 250 mm internal dia. K-9 DI pipes with

in-lining and out-coating of length 450 m suitable for water supply of

2.50 Million litre in 16 hours.

1.3 Water treatment plant to provide 2.16 Million litre clear water per day

in 16 hours flow, with suitable capacity clear water sump (WTP

MBR)-cum-pump house complete near village tikariya (Supawara),

Distt. Kundam.

1.4 Clear water pumping mains of K-9 DI pipes with in-lining and out-

coating with suitable surge protection and allied works from clear

water sump-cum-pump house at WTP to MBR near villag tikariya.

250 mm Dia., Length – 2420 Meters WTP

1.5 Main Balancing Reservoir (BPT) of capacity of –

100 kL capacity Near village Tikariya.

1.6 Gravity Feeder mains of DI K-7 in-lined and out-coated pipes from Break

pressure tanks to ESRs of different villages suitable for water demand of

that group, as per details below-

f. 100 mm dia. Length 8920 m

g. 150 mm dia. Length 3620 m

h. 200 mm dia. Length 4080 m

i. 300 mm dia. Length 9470 m

1.7 4 Overhead reservoirs at different villages of following capacity and

approximate staging :-

S.No. Location Capacity

(Kl)

Staging

(m)

Aprox.

1 NearVillage

Kunwarhat 275 10

2 NearVillage

Garyari 215 10

3 NearVillage

Sadafal 550 18

4 At village

Majhagawan 100 12

Page 50: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 50 of 114

1.8 Pumping equipments including suitable motors, protection equipments

for following-

l. Three V.T. pump sets (2 working + 1 standby) of 19.92 lps discharge

capacity each at approximate head (32 m) to pump raw water up to

WTP.

m. Three Centrifugal pump sets (2 working + 1 standby) of 12.00 lps

discharge capacity each at approximate head (65 m) at WTP to MBR

1.9 One-33 kV suitable Electrical sub stations for Pump Houses and allied

works including approx. 5 km length of 33 kV/11 kV power line

1.10 Distribution network comprising of HDPE, PE100 PN6 pipelines,

including valves, specials, HSC and other allied works of following

diameters-

90 mm dia. 6 kg/cm2 pressure, length 71772 M

Distribution networkK-7 DI pipes with in-lining and out-coating with

suitable surge protection and allied works

a. 100 mm dia. Length 9963 m

b. 150 mm dia. Length 6815 m

c. 200 mm dia. Length 2950 m

d. 250 mm dia length 2829

1.11 Construction of staff quarters at various sites –

Office at WTP site - 225 Sqm

Store building - 75 Sqm

G-Type staff quarter - 1 Nos of Plinth area 65 sqm each

H-Type staff quarter - 2 Nos of Plinth area 46 sqm each.

I-Type staff quarter - 4 Nos of Plinth area 32.5 sqm each.

1.12 Running and maintenance of the project for 10 years

1.13 Construction of Anicut/ Weir on river Chhoti Mahanadi

Page 51: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 51 of 114

SECTION 3. TECHNICAL PROPOSAL STANDARD

FORMS

3A Technical Proposal submission form

3B Firm’s references

3C Comments and suggestions on the Terms of Reference and on

data services and facilities to be provided by the Client.

3D Description of the methodology and work plan for performing

the assignment

3E Team composition and task assignments

3F Format of Curriculum vitae of proposed professional staff

3G Activity (work) schedule.

Page 52: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 52 of 114

3A. TECHNICAL PROPOSAL SUBMISSION FORM

FROM (Name of Firm) To: (Name and Address of

Client)

------------------------------ ----------------------------------------

Subject: Technical proposal for “Construction Supervision and Quality

Control of Multi Village Rural Water Supply Projects.

We, the undersigned, offer to provide the consulting services for Construction

Supervision and Quality Control of following Multi Village rural Water Supply

Projects in different parts of Madhya Pradesh in accordance with your Request for

Proposal dated (Date). We are hereby submitting our Proposal, which includes

Technical Proposal and a Financial Proposal sealed under a separate envelope.

Package

No.

Name of the Work Probable

Amount of

EPC Work

Project

Village

/Town in

Number

Scheduled

Completion

period

1

Manpur Multi Village

rural water supply

scheme District

Umariya

3806.56 19 24

2

Devsara Multi Village

rural water supply

scheme District

Balaghat

3148.16 34 24

3

Devgaon Multi Village

rural water supply

scheme District

Balaghat

1145.00 6 18

4

Piparjhari Multi

Village rural water

supply scheme District

Balaghat

1590.63 8 18

5

Dhuti Multi Village

rural water supply

scheme District

Balaghat

2615.00 20 24

6

Jhurki Multi Village

rural water supply

scheme District Seoni

1105.19 15 18

7

Bhatera Multi Village

rural water supply

scheme District

Balaghat

4108.74 18 24

Page 53: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 53 of 114

8

Mohkhed Multi

Village rural water

supply scheme District

Chhindwara

4349.00 30 24

9

Majholi Multi Village

rural water supply

scheme District Sidhi

8051.77 31 24

10

Mehandwani Multi

Village rural water

supply scheme District

Dindori

4573.50 45 24

11

Kundam Multi Village

rural water supply

scheme District

Jabalpur

3418.23 24 24

Details of Scheme are as per enclosed Annexure III.

(The consultant should write the details of work provided in Annexure III here)

We undertake that the details of work given in Annexure III are indicative in order to

enable us to prepare the bid fairly. We also undertake that any other suitable alteration

or modification as and when needed in the scheme, during execution, which are

necessary for successful completion and commissioning shall be deemed to be a part

of this agreement.

If negotiations are held during the period of validity of the Proposal i.e. before (Date)

we undertake to negotiate on the basis of the proposed staff. Our Proposal is binding

upon us and subject to the modifications resulting from contact negotiations.

We understand that you are not bound to accept any proposal you receive.

We remain,

Yours sincerely,

Authorised Signatory

Name and Title of

Signatory:

Name of Firm:

Address:

Page 54: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 54 of 114

3B - FIRM’S REFERENCES

Relevant Services Carried out in the Last Five Years

Which Best Illustrate Qualifications

Using the format below, provide information on each reference assignment for which

your firm/entity, either individually as a corporate entity or as one of the major

companies within an association, was legally contracted.

Assignment Name: Country with location:

Assignment Period: Total No. of Professional Staff Provided

For the Assignment:

Name of Employer: Address with Telephone No.& Fax No:

Actual Staff

Date

(Month/Year)

Actual Completion

Date (Month/Year)

Approx. Value of Services (In INR) :

No. of Staff Provided by the Firm: No. of Staff Months Provided by the

Firm:

No. of Association Firm (s) if any: Address with Telephone No. & Fax No of

the Association Firm:

No. of Professional Staff

Provided by Associated Firm (s)

No. of Staff Months Provided by the

Associated Firm:

Approx. Value of Services given by the

Consultant (In INR) :

Approx. Value of Services given by the

Associated Firm (In INR) :

Name of Senior Staff (Project Director /Coordinator, Team Leader, etc.) of the

consultant involved and functions performed:

Narrative Description of Project :

Description of Actual Services Provided by the consultant’s Staff :

Signature of Authorized Representative

(Certificate from Principal Employer regarding experience should be furnished)

Page 55: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 55 of 114

3C. COMMENTS AND SUGGESTIONS ON THE TERMS OF

REFERENCE AND ON DATA SERVICES AND FACILITIES TO BE

PROVIDED BY THE CLIENT.

On the Terms of Reference

1

2

3

4

5

On the data. Services and facilities to be provided by the Client

1

2

3

4

5

Page 56: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 56 of 114

CONSULTING FIRM’S NAME:

3D. DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR

PERFORMING THE ASSIGNMENT

Page 57: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 57 of 114

3E. TEAM COMPOSITION AND TASK ASSIGNMENTS

1. Key Personnels :

SI.No. Name of Position Number Task

1. Team Leader 1

2. Construction Manager 1

3. Senior Water Supply Engineer 1

4. Resident Engineer 5

2. Support Staff

SI.No. Name Position Number Task

1. Assistant Engineer Civil 11

2. Assistant Engineer E&M 2

3. Field Engineer/

Supervisor 29

4. Lab Engineer 4

Page 58: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 58 of 114

3F. FORMAT OF CURRICULUM VITAE (CV)*

OF PROPOSED PROFESSIONAL STAFF

Proposed Position: --------------------------------------------------------------------------------

Name of Firm:-------------------------------------------------------------------------------------

Name of Staff;-------------------------------------------------------------------------------------

Profession:-----------------------------------------------------------------------------------------

Date of Birth---------------------------------------------------------------------------------------

Nationality -----------------------------------------------------------------------------------------

Years with Current Firm/Entity-----------------------------------------------------------------

Membership in Professional Societies ---------------------------------------------------------

Detailed Tasks Assigned ------------------------------------------------------------------------

Key Qualification:

(Give an outline of staff member’s experience and training most pertinent to tasks an

assignment. Describe degree of responsibility held by staff member on relevant

previous assignments and give dates and locations. Use about half a page).

Education

(Summarize college/university and other specialized education of staff member,

giving names of schools, dates attended, proof of degrees obtained and

documentary evidence of age proof)

Employment Record

(Starting with present position, list in reverse order every employment held). List all

positions held by staff member since graduation, giving dates, names of employing

organizations, titles of positions held, source of funding ( State Government, Central

Government, NABARD, World Bank, ADB, UN etc.) for the projects handled, types of

activities performed and client reference, where appropriate.)

Languages:

(For each language indicate proficiency- excellent, good fair or poor, in speaking

reading and writing)

Page 59: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 59 of 114

Summary of the CV

(Furnish a summary of the above CV.The information in the summary

shall be precise and accurate. The information in the summary will have

bearing on the evaluation of the CV).

A) Education:

i) Field of Graduation and year of passing

ii) Field of Post Graduation and year of passing

iii) Any other specific qualification

B) Experience

Total experience in water supply scheme &Group Water Supply

Projects -------------------Yrs responsibilities held:-

S.No. Position Held Period Assignment

Period From To

Undertaking:

I, the undersigned certify that to the best of my knowledge and belief, these

data correctly describe me, my qualifications, and my experience. Further I certify

that I am available for the assignment and shall be willing to work for the client for

the entire duration of the position, I have also not left any ongoing project of the

client without its approval and have not been debarred by the client in past.

Date (Day/Month/Year) :-

Signature of staff member Authorized representative of the Firm

Full name of staff member Full name of authorized representative

with mobile number

Page 60: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 60 of 114

3G. ACTIVITY (WORK) SCHEDULE.

A Field Investigation and Study Items

S.No. Itemof

Activity

(work)

Month wise Program (in form of Bar Chart)

1st 2st 3st 4st 5st 6st 7st 8st 9st 10st 11st 12st

Reports (for each civil contract

package)

Frequency

1- Monthly Progress report Every month

By 10th of following Month (3 copies)

2- Quarterly Progress Report Every Quarter

By 20 th day of April, July, October and

January

(3 copies)

3- Supervision Manual At commencement time (5 copies)

4- Engineering Report Every month By 10th of following

month (3 copies)Multi Village Rural

Water Supply Scheme

5- Completion report On completion of each (3 copies)

6- O & M Manual On completion of each Multi Village

Rural Water Supply Scheme (5 copies)

7- Final Completion Report & CD Once

Multi Village Rural Water Supply

Scheme

On completion of all (2 copies)

Page 61: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 61 of 114

SECTION 4. FINANCIAL PROPOSAL STANDARD FORMS

4A Financial Proposal submission form

4B Summary of costs

4C Breakup of Costs.

Page 62: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 62 of 114

4A FINANCIAL PROPOSAL SUBMISSION FORM

(Location, Date)

FROM (Name of Firm) To: (Name and Address of

Client)

------------------------------- ----------------------------------------

Subject: Financial Proposal for Consultancy services for Supervision and

Quality Control of 11 Multi Village Rural Water Supply Schemes.

We, the undersigned offer to provide the Consultancy services for

Supervision and Quality Control of following Multi Village Rural Water Supply

Schemes of Madhya Pradesh in accordance with your Request for Proposal dated

(Date) and our proposal (technical & financial). Our attached financial proposal is for

the sum, of [Amount in words and figures]. This amount is inclusive of all taxes

(excluding Service Tax).

Package

No.

Name of the Work Probable

Amount of

EPC Work

(Rs in lakhs)

Project

Village

/Town in

Number

Scheduled

Completion

period

1

Manpur Multi Village

rural water supply

scheme District

Umariya

3806.56 19 24

2

Devsara Multi Village

rural water supply

scheme District

Balaghat

3148.16 34 24

3

Devgaon Multi Village

rural water supply

scheme District

Balaghat

1145.00 6 18

4

Piparjhari Multi

Village rural water

supply scheme District

Balaghat

1590.63 8 18

5

Dhuti Multi Village

rural water supply

scheme District

Balaghat

2615.00 20 24

6

Jhurki Multi Village

rural water supply

scheme District Seoni

1105.19 15 18

7

Bhatera Multi Village

rural water supply

scheme District

Balaghat

4108.74 18 24

Page 63: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 63 of 114

8

Mohkhed Multi

Village rural water

supply scheme District

Chhindwara

4349.00 30 24

9

Majholi Multi Village

rural water supply

scheme District Sidhi

8051.77 31 24

10

Mehandwani Multi

Village rural water

supply scheme District

Dindori

4573.50 45 24

11

Kundam Multi Village

rural water supply

scheme District

Jabalpur

3418.23 24 24

Our financial proposal shall be binding upon us subject to the modifications

resulting from contract negotiations, up to expiration of the validity period of the

Proposal, i.e.[Date]

We undertake that in competing for (and if the award is made to us, in

executing) the above contract, we will strictly observe the laws against fraud and

corruption in force in India namely “Prevention of Corruption Act 1988”. No

commission or gratuity of any kind is included in the proposal as it is not allowed.

Our total financial quote for this job is as under:

Particular Amount in figure (Rs.) Amount in words

Total cost including all taxes, duties,

cess, etc. excluding service tax.

We understand you are bound to accept any Proposal you receive.

Yours sincerely,

Authorised Signature

Name and Title of Signatory:

Name of Firm:

Address:

Page 64: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 64 of 114

4B. SUMMARY OF COSTS

No. Description Amount in

figures (in INR)

Amount in

words (in INR)

I Remuneration for key

professional Staff

II Supporting professional

Staff

III Other incidental Expenses

Subtotal (Net of taxes)

Local

Taxes

and

Duties

Tax payable in India on

fees for technical services

provided by consultants,

including duties on

equipment imported as

defined in Clause 1.10 of

SCC

(All types of taxes are to be

quantified. It is the duty of

the consultant to enquire

about all types of taxes,

duties, levies etc. leviable

on this contract

assignment)

TOTAL COSTS (Including

all Taxes but excluding

Service Tax))

Note: The Payment will be made as per stipulations of the Special Conditions

of Contract. The bread-up of cost as given in format 4C is to facilitate negotiations in

accordance with clause 6 of the Information to Consultants.

(Signature of authorized Signatory)

Page 65: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 65 of 114

4C. BREAKUP OF COSTS

I. REMUNERATION FOR PROFESSIONAL STAFF

No. Position Name Rate per

month

(in INR)

Man

Month

Amount

(in INR)

Key Professional

staff

1. Team Leader 24

2 Construction

Manager

24

3. Senior Water

Supply Engineer

24

4. Resident Engineer

1

24

2 24

3 24

4 24

5 24

Subtotal for Key

Professional staff

Signature of Authorised Signatory

Page 66: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 66 of 114

OTHER SUPPORT PROFESSIONAL STAFF

No. Position Rate

(in INR)

Staff Month Amount

(in INR)

1 Asstt. Engineer (civil) 246

2 Asstt. Engineer (E&M) 24

3 Field Engineer/

Supervisor

660

4 Lab Engineer 96

Subtotal for other

Support Professional

Staff

Total I + II

Note:

1- The name and CVs of Support Professional Staff as mentioned above is to

be submitted within 15 days of signing of the agreement.

II. Other Incidental expenses

The Consultant will have to maintain office for the team leader and separate

offices for the Resident Engineers. These offices will be fully equipped with

furniture*, office equipment.**, Telephone, Fax, electricity, Water Cooler, AC

other equipments necessary for site and required for executing the job, water

supplies, vehicles for office and field visits, office support staff, all traveling

expenses of all personnel, stationery required for regular office use, reporting,

documentation etc. The consultant shall give a monthly rate for the different

offices as under, which will include all expenses detailed above.

Sn Name of the office No of months Rate per month

in (INR)

Amount

(in INR)

1 Team Leader’s Office 1x24

2 Resident Engineer’s

Office

4x24

* Office furniture rental shall comprise to run the consultant’s office items like desks,

chairs, computer table, cupboards, filing cabinet, meeting table with chairs, white

boards, sofa set etc. Rental of all consolidated items as assessed by consultant on

monthly basis rate to be quoted.

** Office equipments rental shall comprise to run consultant’s office items includes

plotter, laser printer, photo copy machine, external CD writer, lap top, camera, SLR,

generator, refrigerator etc. Rentals of all consolidated items on monthly basis to be

quoted.

Note- Only Bank Holidays are allowed for office support staff. 13 Casual Leaves in

year is permitted to all. For field staff only one weekly off (generally Sunday) and

National holidays are allowed.

Page 67: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 67 of 114

FORM IN WHICH BILLS FOR MONTHLY PAYMENT ARE TO BE

PRESENTED

No./Lumpsum Rate in (INR) Amount (in Rs.)

I. Remuneration

for key

professional

Staff

II Supporting

professional

Staff

III Other Incidental

expenses

Total

Minus Advance

Repayment

ACCUMULATED

TOTAL

(Signature of Authorised Person)

Page 68: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 68 of 114

SECTION 5

TERMS OF REFERENCE

(TOR)

Page 69: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 69 of 114

Terms of Reference 1. BACKGROUND

1.1 The Client named in the Data Sheet is entrusted with the development, maintenance

and of Group Water Supply Scheme and has taken up for execution of Water Supply

Projects mentioned in the Data Sheet in different parts of Madhya Pradesh. These

Water Supply Projects will be supervised by the Consultants on behalf of the Client

under a single consultancy. The Client intends to engage Consultants for supervision

and quality control consultancy for these Water Supply Projects.

The project basically comprises Multi Village Rural Water Supply Scheme with

construction of Intake well, Water Treatment Plant , Raw water & Clear water mains,

Over head tanks, and Distribution house service connection etc. complete.

It is proposed to engage highly qualified consultants with proven relevant experience

in implementing of similar nature and size water supply schemes, for the supervision

of proposed civil works, The proposed construction technology involves use of latest

machinery and equipment and it is expected from the consultants engages and experts

to be deployed to have proven National experience of handling such construction

works. As the project packages are substantially large, experience in project

management of the proposed magnitude is also the essential requirement. The Client

will be the Employer and Execution Agency of this project.

2. WORKS

2.1 The civil works proposed involves construction of all features related to Multi

Village Rural Water Supply Scheme. This work involves construction of

Intake, Treatment plant, Overhead Tank pumping Station, Laying Jointing and

Testing of Pumping main, Gravity main and distribution of Pipe line. The

supervision consultancy packages will handle all works selected to MVRWSS.

2.2 The consultant are expected to reflect the requirement in their technical and

financial proposal adequately besides dealing the project management aspect in

their proposed methodology, MPJNM the supervision construction work

programme shall require working as per requirement of civil work.

2.3 Broadly speaking, the works would consist of the activities, to the brief details

of work of water supply project etc. as mentioned in Annexure III.

3. PROPOSED CONSULTANCY ARRANGEMENT

3.1 The MVRWSS packages have been clubbed under One Supervision

consultancy package as indicated in LOI.

1.1 Under the proposed arrangement supervision consultant will be required to create main

office, located at Jabalpur and four field offices of Resident Engineers to be located at

Balaghat (For 2 REs.) , Seoni, Mehandwani and Majholi. The main office will have

senior experts performing. Supervision functions over the field offices and also

performing advisory functions over the field offices and their experts. Annex-I. At field

formation, set of experts along with the Field Engineers will be deployed separately for

each of the construction package, to carry out the day-to-day supervision of works as well

as quality control testing etc. As brought out in the Chart placed subsequently.

1.2 The consultant may associate, if they like, other consultants to enhance their

capability/capacities. They even hire the services of a better-qualified and experienced

key expert, Contract from outside (ensuring their availability for the project duration) to

enhance the quality of the team, if such experts are not readily available with them. The

majority of the experts should, however, the permanent employees of the consultants.

Page 70: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 70 of 114

2. OBJECTIVES

2.1 The objectives of the consultants’ services are:

(i) To ensure that high quality construction is achieved and to ensure that all

works are carried out in full compliance with the engineering design,

technical specifications and other contract documents within the stipulated

time period.

(ii) To demonstrate the efficacy of contract supervision by independent external

agencies experienced in field MVRWSS.

3. CONTRACT MANAGEMENT FRAMEWORK

3.1 A Contract Management Framework (CMF) will govern the execution of works. The

main features of CMF are described below:

(i) To administer the contracts the Client will be the Employer. The Chief

General Manager will be the overall in-charge of all Multi Village Rural

Water Supply Schemes. He will be duly supported by General Manager,

Deputy General Manager and Managers/Assistant Manager with other

supporting staff including finance and accounts people at the corporate office.

The civil construction packages will have a Project Implementation Unit

(PIU) headed by a General Manager/ Dy.GM duly supported with the sub-

ordinate officers/staff. The Jabalpur PIU will interact with both the

Supervision Consultant and Contractors of all the Multi Village Rural Water

Supply Schemes and shall be reporting to the Chief General Manager, at the

Head Office. The PIU will be field formation of the technical division and

shall act on behalf of the client in their respective construction packages.

(ii) The CGM office will define/re-define the objectives of the Schemes, ensure

the efficient procurement of works and guarantee that the execution of sub

project (S) is within the scope defined in especially on variations in work

quantities on additional items of work, on change in scope of work, etc. The

PIU to administration and monitoring of project implementation as per the

requirements. In discharge of this function, the PIU will be assisted by field

official of PIU and the supervision consultants.

(iii) To ensure efficient Scheme management/administration, the General

Manager/ Dy. General manager will be assisted by Manager/Assistant

Manager (as the case may be), MPJNM conforming to work requirements as

appropriate to each package. The General Manager/ Dy. GM shall be assisted

by an Accounts Officer (A.O.)/Accountants. The A.O. will be responsible for

keeping and maintaining the project accounts and shall assist the General

Manager/ Dy.GM and their other officers in processing of all

invoices/payments pertaining to their concerned construction package PIU.

The A.O. will prepare cheques for the signature of General Manager/ Dy.

General Manager or any other technical officer entrusted with this

responsibility.

(iv) The General Manager/ Dy. GM will have authority to give directions to the

supervising Consultant in all routine matters related to the contract

management/administration which will include among other things

application of correctives for any laxity in respect of slow progress and poor

quality level of execution, to examine the cases of variation orders including

Page 71: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 71 of 114

variations in quantities and additional work items recommended by

Supervision Consultants. The Supervision Consultants shall duly consider his

suggestions/directions and in case of any differences both the Supervision

Consultants and General Managers/ Dy. GM of PIU shall send their

independent point to CGM office. The decision of the CGM office at Bhopal

Head Quarter will be finally implemented. In case of variation orders or any

other issue having financial implications, the General Manager/ Dy. GM of

PIU will send his comments along with the view/recommendations of the

Supervision Consultants for management decisions at the CGM Office. The

General Manager/ Dy. GM will examine invoices of both the consultants and

contractors and make the eligible payments. Both the General Manager/

Dy.GM and Supervision Consultants shall interact with each other on regular

basis and GM/DGM will make prompt decisions as required in routine

technical and contractual matters. All communications/directions at PIU level

to the Supervision Consultants shall be made by General Manager/ Dy.

General manager except in the absence of GM/DGM when such duties will

be discharged by a technical officer of PIU duly authorized for this purpose.

(v) The Supervision Consultant will be part of the C.M.F. and will assist the

Employer in all matters pertaining to contract management, as required.

(vi) The Employer or his representative may inspect and review the progress of

works and may issue appropriate directions to the Engineer for taking

necessary action. The Employer or his representative may also test check the

quality and quantity of the materials brought to the site for incorporating in

permanent works and may also test check the quality and workmanship of the

work executed in the presence of the representatives of the Engineer and the

Contractor.

4. THE CONSULTANT

6.1 Client in its role as “Employer” will employ qualified consultant meeting the National

standards by selecting from the short-listed consultants, to undertake supervision and

contract management of the proposed construction packages. The Consultants’ firm

so selected shall nominate a person to be the “Engineer’s Representative”. This

person will reside at the TL Office on a full-time basis throughout the period of the

construction supervision services, visit the project sites frequently and will be known

as Team Leader. He will be the overall in-charge of the consultants’ firm of all the

Project Sites under this agreement and will interact with the General Manager/DGM,

as well as with the head office of MPJNM on routine basis. Team Leader shall

discharge all the duties and responsibilities of the ‘Engineer’s Representative’.”

4.1 The supervision team will be composed of highly qualified and experienced key

experts. The indicative qualification and experience criteria are furnished in Annex-II

and the proposed aggregate man-months in Annexure-I. The criteria indicated are for

the guidance of the consultants. The relevant professional experience means, the

actual experience in the concerned area of expertise on similar nature water supply

projects. The quality will be give due weight age during technical evaluation.

4.2 The consultants are required to develop the proper understanding of the project design

and drawings.

4.3 The dates of actual deployment of some experts not provided on full time basis shall

be regulated by the Employer on the Employer on the basis of actual project

requirement to ensure that these experts are deployed when needed and not otherwise.

Page 72: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 72 of 114

4.4 The suggestive qualification experience for support personal (Technical) as indicated

in Annex-II shall regulate the approval of these personnel during the implementation

stage. The approval in respect of these personnel from the employer will be required

before the deployment.

4.5 There are certain positions of key experts like Team Leader, Construction Manager

water supply, Resident Engineer, where deployment of suitable personnel in

considered essential for successful completion of the project. These positions are to

be considered for the purpose of technical evaluation. Consultants are therefore

advised to field truly competent and experienced experts at these positions.

4.6 The Consultant is required to review all the designs & drawings and prepare & issue

to the contractor the revised and drawings for execution.

5. DUTIES AND RESPONSIBILITIES OF THE ENGINEER

5.1 The ‘Engineer as per contract document is the party as stipulated in the “Appendix to

Bid” of the contract document. The ‘Engineer’ as such is the consulting firm finally

engaged by the employer. The consultant is, however, required to appoint a Team

leader to act as the “Engineer’s Representative”. The consultant shall delegate the

responsibilities to this Team Leader to work and act on behalf of the firm to carry out

most of the functions related to the project. The consultancy firm may have the

internal regulatory and controlling arrangement with this Team Leader and for this

purpose a Team leader might interact and receive the directions from the firm as

decided by the firm. The employer may also interact with the firm required.

5.2 The duties of the ‘Engineer’ will be to properly supervise the works and approve the

materials and workmanship of the works in cooperation and in consultation with the

Employer to ensure timely completion of the project. The Engineer will administer

both the construction works and contracts and will ensure that the contractual

clauses, whether related to quality or quantities of work, are respected. The

‘Engineer’ shall have no authority to relieve the contractor of any of their duties or

obligations under the contracts or to impose additional obligations not included in the

contracts. The duties of the Engineer will also include issue of decisions certifications

and orders as specified in details in the construction contract document.

7.2.1 Principal responsibilities will be generally to carry out all the duties of the Engineer

as specified in the construction Contract documents, within the limitations specified

therein, but not limited to the following. In case of any disparity, the stipulations

made in the civil construction contract document will prevail in the order of

precedence mentioned therein.

(i) To approve the Contractor’s key supervisory personnel, construction

mobilization programs, temporary land to be occupied by the Contractor

(ii) To approve the contractor’s work program including activity scheduling and

resource programming

(iii) Give the order to commence the work;

(iv) Ensure that the construction works are in accordance with the technical

specifications, Environmental Management plan and other stipulation of

construction contract document and the construction methods proposed by the

contractor are in compliance with the above stipulations particularly, in

relation to Contractor’s construction equipment and other resource

deployment

(v) To approve setting out of the works layout.

Page 73: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 73 of 114

(vi) To verify and if necessary order correction of the drawings supplied by the

Contractor

(vii) Ensure a system of Quality Assurance of works, approve materials and

sources of materials, concrete mix designs proposed by the contractor and

approve/suggest modifications in the mix design, laying methods, sampling

and testing procedure and Quality Control measures to ensure required

standard and consistency in quality, at the commencement of item.

(viii) Check the laboratory and field test carried out by the contractor and develop a

mechanism in consultation with Employer to involve Team Leader/RE to

carry out adequate number of independent tests other than the regular testing

done by laboratory personnel.

(ix) Order special tests of materials and/or completed works, order removal and

substitution of improper materials and/or works as required

(x) To make independent measurements and check all quantity measurements

and calculations required for payment purpose and ensure that all

measurements and calculations are carried out in a manner and at the

frequencies specified in the contact documents

(xi) a. Approve and/or issue good for construction drawings including

variations thereof.

b. Prepare/issue modified good for construction drawings based on the

initial review conducted by the consultant and amendments agreed to

by the Employer.

c. Prepare/issue modified good for construction drawings required for any

variation order, or any other change, agreed to by the Employer.

(xii) To control and appraise the progress of the works to order suspension of works

and to authorize with the Employer’s approval, extensions of the period of

completion of works.

(xiii) To monitor and check the day to day quality control and quality measurements

of the works carried out under the Contract, keep all measurement records as

per the directions of the Employer and issue monthly/interim payment

certificates when the quality of the works is satisfactory and the quantities are

correct;

(xiv) To direct the Contractor in all matters concerning construction safety and care

of the works(including the erection of the temporary signs at MPJNM-works)

and if required, to request the Contractor to provide any necessary lights,

guards, fencing and watchmen;

(xv) To direct the Contractor to carry out all such works or to do such things as may

be necessary in his opinion to avoid or to reduce the risk in any emergency

affecting the safety of like or of adjoining property.

(xvi) To direct the contractor to take all necessary steps including those mentioned in

the construction contract to protect the environment on and off the site which

arise due to construction operations

(xvii) To inspect the works, during the construction period and during the Trial run

and at proper interval during Defects Liability Period to issue Defects Liability

Certificates after the rectification, by the Contractor, of possible defects and

issue final payment certificates

(xviii) Issue interim certificates for monthly payments to the contractors, and specify

completion of parts of the totality of the works, details of progress. Payments

are to be recorded in the measurement book before issue of interim certificate.

(xix) To verify and correct the as-built drawings supplied by the Contractor

Page 74: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 74 of 114

(xx) To direct contractor to take all necessary steps to maintain the rate of progress

of works as per the approved programme of the contractor on monthly basis;

(xxi) To provide adequate Supervision of Contractor’s work carried out in more than

one shift thus matching the working hours to be the same as that of the

contractors(s);

(xxii) To ensure timely completion of the project without diluting the quality

standards envisaged and be fully accountable to the employer in this regard;

(xxiii) Responsibility for maintaining proper water supply in all village of project area.

(xxiv) Provide assistance to the employer in respect of contract implementation,

claims and other matters;

(xxv) Advise and assist the employer with respect to arbitration if so required;

(xxvi) Review and ensure continuity of contractor’s services in approved formats;

(xxvii) Prepare quarterly cash flow for the project in a format acceptable to the

employer. Cash flow should identify budget estimates for all outstanding work.

(xxviii) Update cost estimate each year or at quarterly completion (25 percent, 50

percent, 75 percent and 100 percent) of the project whichever takes place early;

(xxix) Maintain records of all plan labour and material used in the construction of the

works.

7.2.2 The other responsibilities of the Engineer will be to carry out all such duties

which are essential for effective implementation of the construction contract as

mentioned in but not limited, the following:

(i) To prepare, in consultation with the Employer, a Construction Supervision

Manual outlining routines and procedures to be applied in contract

management, construction supervision and administration. The routines and

procedures will be in accordance with the requirements.

(ii) Assist/advice Employer for advance actions required to be taken for handing of

site and in achieving different milestones for completion of projects as per

schedule

(iii) To verify the quantities of all items as per agreement and suggest modifications

addition alteration to the same if necessary as per the prevailing site

conditions, for the approval of the employer

(iv) Assist Employer in proper monitoring/ progress of works and implementation

of project through computer aided project management technique and

Management Information System (MIS)

(v) To write a day by day project diary which shall record all events pertaining to

the Contract, request from and orders given to the Contractor, any other

information which may later date be of assistance in resolving queries which

may arise concerning execution of the works.

(vi) Prepare and issue monthly and quarterly progress reports along with detailed

quality control test statement in an approved format and also prepare detailed

contract completion report

(vii) To advise the Employer on all matters relating to execution of the works,

claims from the Contractor and to make recommendations thereon, including

the possible recourse to arbitration

(viii) To prepare detailed recommendations to the Employer for contract change

orders and addenda, as necessary, to ensure the best possible technical results

are achieved with the available funds

(ix) To assist the Employer in taking over from the Contractor of each section, in

particular by preparing lists of deficiencies which need to be corrected, and

assisting with monitoring of the performance of the works during the defects

liability period.

Page 75: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 75 of 114

(x) Prepare a maintenance manual, outline the routines to adopted in each water

supply schemes.

(xi) Assist the Employer in providing clarifications/explanations to observations

made, from time to time, by the Auditor

(xii) “online Entries on the MIS/Works Contract Management System (WCMS)

Module of the Client as per requirement for recording information regarding

Project, measurement and bills, etc.”

(xiii) Assist the Employer in co-ordination works with different agencies and hold

meetings for proper and timely implementation of the project

(xiv) Preparation of revised estimate etc., if required

(xv) Modification i design and drawings vide details in para 7.2.1 above

(xvi) To carry out any other duties relevant to the project agreed during the

negotiations

(xvii) Consultant shall review the independent safety Audit and incorporate fesible

minor modifications in final drawings &Approval.

(xviii) Review of design and good for construction drawings prepared by the

Contractor and preparation of evaluation report of the design work for

submission to the employer for approval with recommendation of approval.

8. ACTION REQUIRING SPECIFIC APPROVAL OF THE EMPLOYER

8.1 The Engineer will be required to obtain the specific approval of the Employer in the

matters as specified in construction Contract Agreement

8.2 The Engineer will seek prior permission of the Employer before taking any of the

following actions

(i) Consenting to the subcontracting of any part of the works

(ii) Certifying additional cost determined

(iii) Ordering suspension of work

(iv) Issuing the Notice to commence the work

(v) Approving an extension of time.

(vi) Approving new rates either for existing items of work, arises from variation

quantities beyond the limit, defined in the contract document.

(vii) Approving new rates either for existing items of work, which arises from

variation quantities beyond the limit, defined in the contract or fixing rates of

non-priced works involving any extra item and extra item and certifying any

additional cost determined under the provisions of contract;

(viii) Issuing the order for special tests not provided for in the contract and

determining the cost of such tests, which shell be added to the contract price

(ix) Issuing/approving the Technical Specification, if not provided for an item of

works in the Construction Contract, similarly; for any change in Technical

Specification of any item of work.

9. DUTIES AND RESPONSIBILITIES OF THE RESIDENT ENGINEER

9.1 Each scheme/group of 2 to 3 schemes shall be headed by Independent Resident

Engineer who will be reporting and interacting with Team Leader and/or Construction

Manager as required. As the construction contracts shall proceed independently, the

Resident Engineers will be required to be given some delegated power to deal with

Page 76: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 76 of 114

routine specific construction project problems without conflicting significantly with the

command of the Team Leader. He will ensure quality construction as per the approved

design/drawings and specifications. Assistant engineers and field engineers/supervisors

will assist him for the above. He will ensure that projects are running as per their

scheduled approved work programme. He will submit weekly/fortnightly/monthly

progress reports to Team Leader. The Resident Engineer may also be required to

interact with the GM/DGM. Such delegations are suggested to cover up routine nature

decisions, which not be refereed unnecessary to Team Leader leading to delays in

routine decisions. The working relationship including defining of the work areas of

different experts is required to be settled before the award. The consultants may deal

these aspects in the proposed methodology to be furnished by the consultants,

suggesting therein suitable mechanism, so that necessary provisions could be made in

the consultancy contact document in this regard.

10. INTERIM AND FINAL PAYMENTS

10.1 The Supervision& quality control Consultant will process interim and final

payments to the Contractor. Interim monthly payments shall be based on interim

payment certificates processed by the Supervision following claims filed by the

Contractor. The Engineer/Engineer’s Representative will be responsible for ensuring

that all measurements are taken as per specification and drawings for the works and

are recorded in presence of the representative of contactor and are countersigned by

him. All measurements (100%) will be taken by the Engineer’s Field Engineer or

any senior Technical staff and also recorded in prescribed Measurement book

manually and /or by computer. All measurements 100% will be checked by

Assistant Engineer. In processing contractual payments, the Resident Engineer and

Construction manager of the Supervision Consultant will certify that they have

checked at least 25% and 10% respectively of the measurements and quality control

tests. The Resident Engineer shall intimate the details of these check tests to the

GM/DGM before undertaking them, so that the GM/DGM or his officers could

associate, if they wish to do so. The Resident Engineer or any of his concerned

experts shall do the repeat tests or measurements, if directed by the GM/DGM of the

construction package, in the presence of GM/DGM or any of his representative. In

case of any conflict the Team Leader may do the test recheck in the presence of the

GM/DGM limited to 2% of total measurement/quality control tests. In the event of

such conflict the Employer will release to the contractor 80% of the disputed

amount as certified by the Engineer and then instruct the Engineer to respond to the

discrepancies within 14 days. Any discrepancy found will be settled in the following

interim payment certificates.

11. LIKELY ADDITIONAL SERVICE

11.1 The consultants may be required to carry out the following in the event of the

contingencies arising for them on the request of the employer as per terms negotiated

then. No financial cost should be provided against them in the present financial

proposal. The events are:

(i) Preparation of reports or additional contract documents for consideration of proposals

for carrying out additional work;

(ii) Any other specialist services by the Engineer or by other specialists, pertaining to the

works contract supervised by the consultant as may be agreed upon

Page 77: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 77 of 114

12. REPORTING REQUIREMENTS

12.1 The consultant will prepare and submit the following reports in hard and soft copies

to the Employer on the format prepared by the consultants and approved by the

Employer.

Particulars of the Report No. Of Copies

1) Monthly Progress Reports 3

2) Quarterly Progress reports 3

3) Completion Reports of each package 3

4) Final Completion Report with CD 2

5) Any addition report and power point

Presentation in Hindi and English

As & when required

12.2 MONTHLY REPORTS

12.2.1 The Engineer will not later than 10 th of each month, prepare a brief progress report

summarizing the work accomplished by the supervision team for the preceding month

(alongwith photographs). The report will outline any problems encountered

(administrative, technical or financial) and give recommendation on how these

problems may be overcome. Brief work progress summaries will be included for on

going and outlining problems encountered and recommending solutions. The report

should record the status of payment of contractors monthly certificates, of all claims

for cost or time extensions, and of action required of government and other agencies

to permit unconstrained works implementation.

12.3 QUARTERLY PROGRESS REPORTS

12.3.1 The engineer will prepare a comprehensive report summarizing all activities under

the services at the end of each quarter, and also at other times when considered

warranted by either the Engineer or the Employer because of delay of the

construction works of because of the occurrence of technical or contractual

difficulties. Such shall summarize (i) the activities of the Engineer (ii) the progress of

the Contracts (iii) all contract variations and change orders (iv) the status of

Contractor’s claims, if any; etc. And will include brief descriptions of the technical

and contractual problems being encountered, physical and financial progress on

approved formats, financial status of the contracts as a whole consisting the cost

incurred, and cost forecast, as well as financial plan (by Bank and the Government)

and other relevant information for the ongoing contracts. The Construction

supervision Consultant shall also prepare and submit the following reports (hard &

soft copies) from time to time to the client.

S.No. Description Number Copies

1 Supervision Manual 1 5

2 Engineering Reports 1 5

3 O&M Manual 1 5

Page 78: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 78 of 114

12.4 SECTIONAL AND FINAL COMPLETION REPORTS.

12.4.1 The Engineer will prepare a comprehensive final completion Report for each defined

section of the construction contract, after such sections reaches a stage of substantial

completion during the period of the services. These reports must be submitted before

taking over of such sections by the Employer. The report shall incorporate summary

of the method of construction, the construction supervision performed, as built

construction drawings, problems encountered & dilutions undertaken thereon and

recommendations for future projects of similar nature to be undertaken by the

employer. The engineer will then summarize and consolidate in a single report the

key information from each sectional completion reports to prepare the final

Completion Report for the entire construction package.

12.5 ANY ADDITIONAL REPORTS & POWER POINT PRESENTATION.

12.4.2 Then Engineer will prepare progress report & any other report with power point

presentation and submit softcopy & hardcopy as per instruction/ requirement of

GM/DGM.

13. EXPECTED INPUTS

13.1 The consultants are required to make their own assessment of the manpower

requirement in terms of man months for different category of persons proposed to be

deployed to carry out the supervisions works as envisaged in this TOR. The

consultants shall deliberate on this aspect in their proposed methodology to be

submitted to the Employer suitably explaining any difference of option with the

Employer perception about them as reflected in Annexure I & II.

13.2 In case of very low assessment of the man months estimates done by the consultants

without reasonable justification, then the Employer at their discretion may consider

the proposal as impractical and may reject the same as non responsive.

13.3 Consultants are required to furnish CVs of the key experts as mentioned in Annexure-

III. CVs of these key experts only will be evaluated.

Field Support Staff (Technical) as per Table-3 of Annexure-II excluding Resident

Engineer

(CVs of these staff are not required to be submitted but only the number and man-

months of such staff need to be indicated in the technical proposal. The cost in respect

of these personnel is required to be provided in the financial proposal).

14. STAFFING SCHEDULE

14.1 The total implementation period will be the construction period for all contract

packages and 3 month trial run with Defect Liability Period of 12 months for all

contract packages. The Construction Manager will assist the Employer in

management of civil contract, besides finalizing the details/formats/schedules to be

followed during the project implementation stage.

14.2 The site supervision team would be mobilized immediately after award of contract or

as directed by the Employer. During the defect liability period, the Resident Engineer

of the concerned package will inspect the concerning scheme of MPJNM once in

three months and will submit the report through team leader for which proportionate

payment will be made.

14.3 The consultant may propose the various categories of technical and administrative

support staff and the corresponding man-months requirements. Man-months

requirements for each category as proposed by the consultant will generally be

considered as ceiling for each category which may be extended with prior approval of

the client.

Page 79: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 79 of 114

14.4 After award of the contact the Client expects all the proposed key personnel to be

available during implementation to the contract as per the agreed staffing schedule.

The client will not consider substitutions during contact implementation except under

exceptional circumstances. In case of such replacements, the consultant will ensure

that there is a reasonable overlap of at least one month between staff to be replaced

and replacement, at the cost of the consultant.

14.5 The client may ask for mobilization or demobilization of some key personnel with

one-month prior notice as per requirement and progress of civil work.

15. DATASERVICES AND FACILITIES TO BE PROVIDED BY THE CLIENT

15.1 THE CONSULTANTS ARE REQUIRED TO QUOTE THEIR RATES FOR

OTHER INCIDENTAL EXPENSES ON MONTHLY BASIS FOR PROVIDING

THE FOLLOWING FOR THEIR OWN USE: The details mentioned below is

minimum what is required to be deployed by the consultant:

(i) All Office Expenses (One office of Team Leader at Jabalpur (MP) +Four offices

of Resident Engineers at concerning MVRWSS sites) shall to be on monthly hire

basis.( Note:- At Balahghat 2 REs will sit in one office)

(ii) Total number of minimum 12 Vehicle (hard top jeep), one for TL, one for

construction manager and Two for each RE offices ( one for RE and other for

pool use for package 1 to 11), 29 Number of two wheelers inclusive of hire

charges diesel/ Petrol, wages of driver, maintenance etc.

(iii) Computers 14 nos with minimum configuration as Intel Core i3 processor or

equivalent, 2 GB RAM, 500 GB Hard Disk, office furniture and equipment etc on

hire basis per office along with all latest compatible software as per requirement

of the client.

(iv) Any other incidental cost like survey equipment including the equipment required

during construction to regulate the quality of construction on hire basis.

(v) The rental for running the office which is to be included in the other incidental

expenses shall comprise to run the consultant’s office items like desks, chairs,

computer table, cupboards, filing cabinet , meeting table with chairs, white

boards, sofa set etc. Rental of all consolidated items as assessed by consultant on

monthly basis rate to be quoted.

(vi) The rental for deployment of office equipments which is to be included in the

other incidental expenses shall comprise to run consultant’s office items includes

plotter, laser printer, photo copy machine, external CD writer, lap top, camera,

SLR, generator, refrigerator etc. Rentals of all consolidated items on monthly

basis to be quoted.

15.2 The cost for all these items will be included in the financial proposal and shall be

considered for evaluation.

15.3 In case employer decides to provide any or all of these items either by procuring it

from the contractor or by supplying the material already available with employer,

these services may not be taken from the consultant. But cost of these items are

required to be provided in the financial proposal as per Para 15.1 and 15.2 above

16 The quality control laboratory for performing various types of tests shall have to be

arranged by the Contractor including the resting personnel. The supervision

consultant will perform all the required tests and supervise all the tests done by the

contractors. Financial cost for setting up of laboratory and equipment and testing need

not made in financial proposal.

17 Employer will provide to the consultants the copies of all the project reports including

design and drawings and relevant data bases collected by the design consultants.

Page 80: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 80 of 114

18 TRAINING

18.1 Deleted.

19 DEFICIENCIES OF SERVICES

Deficiencies in the services on part of supervision consultant may attract penal

provisions in the form of fines, upto a maximum amount of 10% of contract price and

/or debarment etc. By the client sample deficiencies may includes

Not acting impartially or acting in collusion with contractor in award of

variation, fixation of new rates etc

Not keeping proper records regarding quality control, inspection,

rejection/rectification of work etc.

Failure to give proper and timely advice to client/contractor to enable correction

during execution

Delay in design and withholding approvals etc.

Recommending extension to the contractor with a view to extending duration of

supervision services

Refusing to give reasons for decisions when called for by the client

Not being fully conversant with manuals, specifications, standards, Client’s

/Ministry’s guidelines and requirement of the project to be following during

construction

Certifying substandard work for payment

Not exercising required scrutiny .non approval of temporary stretch/works

Lack of proper coordination with contractors and Project Manager/Client’s

representative to ensure smooth implementation of projects

Permitting subletting of any part/major works without authorization

Delay in mobilization of required staff at any stage of the contract.

20. PERFORMANMCE SECURITY

Supervision Consultant shall be required to submit acceptable Bank Guarantee for an

amount equal to 5.00% of the accepted supervision consultancy cost towards

performance Security proportionately in the currencies of payment asked for in the

bid proposal. The validity of the Bank Guarantee (s) shall cover entire duration of

consultancy period plus 12 months (Defect liability period). The format of the Bank

Guarantee (s) shall be got approved by the consultant from employer. The Bank

Guarantee (s) shall be released after satisfactory completion of the assignment.

21. CONSULTANTS PROPOSAL SUBMISSION

21.1 The Tor is prepared to address all the water supply projects in a general way.

The consultants are advised to understand full the specific requirements of the

supervision consultancy of respective work. The consultants are also advised to

inspect the concerned project stretch and acquaint themselves with the ground

realities.

21.2 The consultant submission should be focused to the project requirements as par

TOR details. The methodology to be submitted should address to the project stretch

requirements. All specific issues for which references have been made in the various

paras of this TOR should be addressed effectively. General nature descriptions

should be avoided.

Page 81: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 81 of 114

DRAFT FORM OF CONTRACT

CONTRACT FOR CONSULTANT’S SERVICES

Between

_________________________________________

(Name of Client)

And

___________________________

(Name of Consultant)

Dated:

# This is a draft Contract for Consultancy Services. In case of any ambiguity, the provisions of

TOR / RFP will prevail while framing the Contract Agreement.

Page 82: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 82 of 114

CONTENTS

I. FORM OF CONTRACT ……………………………………..

II GENERAL CONDITIONS OF CONTRACT ……………….

1. General Provisions ……………………………………….

1.1 Definitions

1.2 Relation between the Parties

1.3 Law Governing the Contract

Language

1.4 Headings

Notices

1.5 Location

1.6 Authority of Member in charge

Authorized Representatives

1.7 Taxes and Duties

2. Commencement, Completion, Modification, and Termination

of Contract…………………………………………………..

2.1 Effectiveness of Contract

2.2 Termination of Contract for Failure to Become Effective

Commencement of Services

2.3 Expiration of Contract

2.4 Entier Agreement

2.5 Modification

2.6 Force Majeure

2.6.1 Definition

2.6.2 No Breach of Contract

2.6.3 Measures to be taken

2.6.4 Extension of Time

2.6.5 Consultation

2.8 Suspension

2.9 Termination

2.9.1 By the Client

2.9.2 By the Consultants.

2.9.3 Cessation of Rights and Obligations

2.9.4 Cessation of Services

2.9.5 Payment upon Termination

2.9.6 Disputes about Events of Termination

3. Obligations of the Consultants ……………………

Page 83: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 83 of 114

3.1 General

3.1.1 Standard of Performance

3.1.2 Law Governing Services

3.2 Conflict of Interests

3.2.1 Consultants not to Benefit from

Commissions, Discounts, etc.

3.2.2 Procurement Rules of Funding Agencies

3.2.3 Consultants and Affiliates Not to

Engage in certain Activities

3.2.4 Prohibition of Conflicting Activities

3.3 Confidentiality

3.4 Liability of the Consultants

3.5 Insurance to be Taken out by the Consultants

3.6 Accounting, Inspection and Auditing

3.7 Consultant’s Actions requiring Client’s prior Approval

3.8 Reporting Obligations

3.9 Documents prepared by the Consultants

To Be the Property of the Client

3.10 Equipment and Materials Furnished by the Client

4. Consultants’ Personnel ……………………………………………….

4.1 General

4.2 Description of Personnel

4.3 Approval of Personnel

4.4 Working Hours, Overtime, Leave etc.

4.5 Removal and /or Replacement of Personnel

4.6 Resident Project Manager

5. Obligations of the Client ………………………………….

5.1 Assistance and Exemptions

5.2 Access to Land

5.3 Change in the Applicable Law

5.4 Services, Facilities and Property of the Client

5.5 Payment Counterpart Personnel

Page 84: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 84 of 114

6. Payments to the Consultants ……………………………..

6.1 Cost Estimates, Ceiling Amount

6.2 Remuneration and Reimbursable Expenditures

6.3 Currency of Payment

6.4 Mode of Billing and Payment

7. Fairness and Good Faith …………………………………………

7.1 Good Faith

7.2 Operation of the Contract

8. Settlement of Disputes

8.1 Amicable Settlement

8.2 Dispute Settlement

III SPECIAL CONDITIONS OF CONTRACT ……………………..

IV Appendices………………………………………………………

Appendix A : Description of the Services ……………..

Appendix B : Reporting Requirements …………………

Appendix C : Key Personnel…………………………….

Appendix D : Medical Certificate ……………………….

Appendix E : Hours of Work for Key Personnel ……….

Appendix F : Duties of the Client ………………………

Appendix G : Cost Estimates ………..

Appendix H : Form of Performance Bank Guarantee………….

Appendix I : Form of Bank Guarantee for Advance Payments…

Page 85: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 85 of 114

1. FORM OF CONTRACT

COMPLEX TIME BASED ASSIGNMENTS

This CONTRACT (hereinafter called the “Contract”) is made the _____day of the

Month of _________, 20 ____, between, on the one hand

_______________(hereinafter

Called the “Client) and, on the other hand, ______________(hereinafter called the

“Consultants”).

[Note* : If the Consultants consist of more than one entity, the above should be

partially amended to read as follows:

“…(hereinafter called the “Client”) and, on the other hand, a joint venture consisting

of the following entities, each of which will be jointly severally liable to the Client for

all the Consultants’ obligations under this Contract, namely,

_____________________and ________________________(hereinafter called

“Consultants”)]

WHEREAS

(a) the Client has requested the Consultants to provide certain consulting services as

defined in the General Conditions of Contract attached to this Contract

(hereinafter called the “Services”);

(b) the Consultants, having represented to the Client that they have the required

professional skills, personnel and technical resources, have agreed to provide the

Services on the terms and conditions set forth in this Contract;

NOW THEREFORE the parties hereto hereby agree as follows:

1. The following documents attached hereto shall be deemed to form an integral part of

this Contract:

(a) Letter of acceptance (LoA);

(b) Addendum/Corrigendum;

(c) RFP Document;

(d) The following Appendices :

[Note: If any of these Appendices are not used, the words “Not Used” should

be inserted below next to the title of the Appendix on the sheet attached hereto

carrying the title of that Appendix].

Page 86: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 86 of 114

Appendix A: Description of the Services ______________

Appendix B: Reporting Requirements ______________

Appendix C: Key Personnel

Appendix D: Medical Certificate ______________

Appendix E: Hours of Work for key Personnel ______________

Appendix F: Duties of the Client ______________

Appendix G: Cost Estimates (Financial Proposal) along with arithmetical

corrections in Local Currency ________________

Appendix H: Copy of Bank Guarantee for Performance security along with

confirmation received from Bank

2. The mutual rights and obligations of the Client and the Consultants shall be as set

forth in the Contract; in particular

(a) The Consultants shall carry out the Services in accordance with the provisions

of the Contract; and

(b) The Client shall make payments to the Consultants in accordance with the

Provisions of the Contract.

IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their

respective names as of the day and year first above written.

Authorized Signatory

For and on behalf of the

Madhya Pradesh Jal Nigam Maryadit

(………………………….)

GM/Dy. General Manager

(MP Jal Nigam Maryadit

Authorized Signatory

For and on behalf of

M/s ……………………………….

(……………………)

Authorized Signatory

Witness

1. Signature

Name

2. Signature

Name

Page 87: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 87 of 114

GENERAL CONDITIONS OF CONTRACT

1. General Provisions

1.1 Definition

Unless the context otherwise requires, the following terms whenever used in this

Contract have the following meanings:

(a) “Applicable Law” means the laws and any other instruments having the

force of law in the India as they may be issued and in force from time to

time.

(b) “Contract means the Contract signed by the Parties, to which these General

Conditions of Contract are attached, together with all the documents listed

in Clause 1 of such signed Contract;

(c) “Effective Date’ means the date on which this Contract comes into force

and effect pursuant to Clause GC 2.1;

(d) ‘GC means these General Conditions of Contract;

(e) “Government” means the Government of Madhya Pradesh;

(f) ‘Currency’ means the Indian Rupees (INR);

(g) “Member”, in case the Consultants consist of a joint venture of more than

one entity, means any of these entities, and “Members” means all of these

entities;

(h) “Party’ means the Client or the Consultants, as the case may be, and

Parties means both of them;

(i) “Personnel” means persons hired by the Consultants as Employees and

assigned to the performance of the Services or any part thereof;

(j) "SC" means the Special Conditions of Contract by which these General

Conditions of Contract may be amended or supplemented;

(k) "Services" means the work to be performed by the consultant, as described

in Appendix A hereto;

(l) "Third Party" means any person or entity other than the Government, the

Client, or the Consultant.

1.2 Relation between the Parties

Nothing contained herein shall be construed as establishing a relation of

master and servant or of principal and agent as between the Client and the

Consultants. The Consultants, subject to this Contract, have complete charge

of Personnel, performing the Services and shall be fully responsible for the

Services performed by them or on their behalf hereunder.

Page 88: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 88 of 114

1.3 Law Governing Contract

This Contract, its meaning and interpretation, and the relation between the

Parties shall be governed by the Applicable Law.

1.4 Language

This Contract has been executed in the language specified in the SC, which

shall be the binding and controlling language for all matters relating to the

meaning or interpretation of this Contract.

1.5 Headings

The headings shall not limit, alter or affect the meaning of this Contract.

1.6 Notices

1.6.1 Any notice, request or consent required or permitted to be given or made

pursuant to this Contract shall be in writing. Any such notice, request or

consent shall be deemed to have been given or made when delivered in person

to an authorized representative of the Party to whom the communication is

addressed, or when sent by registered mail, courier, telex, telegram or

facsimile to such Party at the address specified in the SC.

1.6.2 Notice will be deemed to be effective as specified in the SC.

1.6.3 A Party may change its address for notice hereunder by giving the other Party

notice of such change pursuant to the provisions listed in the SC with respect

to Clause GC 1.6.2.

1.7 Location

The Services shall be performed at such locations as are specified in Appendix

A hereto.

1.8 Authority of Member in Charge

In case the Consultants consist of a joint venture of more than one entity, the

Members hereby authorize the entity specified in the SC to act on their behalf

in exercising all the Consultants' rights and obligations towards the Client

under this Contract, including without limitation the receiving of instructions

and payments from the Client.

1.9 Authorized Representatives

Any action required or permitted to be taken, and any document required or

permitted to be executed, under this Contract by the Client or the Consultants

may be taken or executed by the officials specified in.

1.10 Taxes and Duties

Unless otherwise specified in the SC, the Consultants and Personnel shall pay

such taxes, duties, fees and other impositions as may be levied under the

Applicable Law.

Page 89: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 89 of 114

2. Commencement, Completion, Modification and Termination of Contract

2.1 Effectiveness of Contract

This Contract shall come into force and effect on the date (the "Effective

Date") of the Client's notice to the Consultants instructing the Consultants to

begin carrying out the Services. This notice shall confirm that the effectiveness

conditions, if any, listed in the SC have been met.

2.2 Termination of Contract for Failure to Become Effective

If this Contract has not become effective within such time period after the

date of the Contract signed by the Parties as shall be specified in the SC,

either Party may, by not less than four (4) weeks' written notice to the other

Party, declare this Contract to be null and void, and in the event of such a

declaration by either Party, neither Party shall have any claim against the

other Party with respect hereto.

2.3 Commencement of Services

The Consultants shall begin carrying out the Services at the end of such time

period after the Effective Date as shall be specified in the SC.

2.4 Expiration of Contract

Unless terminated earlier pursuant to Clause GC 2.9 hereof, this Contract shall

expire when services have been completed and all payments have been made

at the end of such time period after the Effective Date.

2.5 Entire Agreement

This Contract contains all covenants, stipulations and provisions agreed by the

Parties. No agent or representative of either Party has authority to make, and

the Parties shall not be bound by or be liable for, any statement, representation,

promise or agreement not set forth herein.

2.6 Modification

Modification of the terms and conditions of this Contract, including any

modification of the scope of the Services, may only be made by written

agreement between the Parties and shall not be effective until the consent of

the Bank or of the Association, as the case may be, has been obtained.

Pursuant to Clause GC 7.2 hereof, however, each Party shall give due

consideration to any proposals for modification made by the other Party.

Page 90: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 90 of 114

2.7 Force Majeure

2.7.1. Definition

(a) For the purposes of this Contract, "Force Majeure" means an event

which is beyond the reasonable control of a Party, and which makes a

Party's performance of its obligations here under impossible or so

impractical as reasonably to be considered impossible in the

circumstances, and includes, but is not limited to, war, riots, civil

disorder, earthquake, fire, explosion, storm, flood or other adverse

weather conditions, strikes, lockouts or other industrial action ( except

where such strikes, lockouts or other industrial action are within the

power of the Party invoking Force Majeure to prevent), confiscation or

any other action by government agencies.

(b) Force Majeure shall not include (i) any event which is caused by the

negligence or intentional action of Consultant or employees, nor (ii)

any event which a diligent Party could reasonably have been expected

to both (A) take into account at the .time of the conclusion of this

Contract and (B) avoid or overcome in the carrying out of its

obligations hereunder .

(c) Force Majeure shall not include insufficiency of funds or failure to

make any payment required hereunder.

2.7.2 No Breach of Contract

The failure of a Party to fulfill any of its obligations hereunder shall not be

considered to be a breach of, or default under, this Contract insofar as such

inability arises from an event of Force Majeure, provided that the Party

affected by such an event has taken all reasonable precautions, due care" and

reasonable alternative measures, all with the objective of carrying out the

terms and conditions of this Contract.

2.7.3 Measures to be Taken

(a) A Party affected by an event of Force Majeure shall take all reasonable

measures to remove such Party's inability to fulfill its obligations

hereunder with a minimum of delay.

(b) A Party affected by an event of Force Majeure shall notify the other

Party of such event as soon as possible, and in any event not later than

fourteen (14) days following the occurrence of such event, providing

evidence of the nature and cause of such event, and shall similarly give

notice of the restoration of normal conditions as soon as possible.

(c) The Parties shall take all reasonable measures to minimize the

consequences of any event of Force Majeure.

Page 91: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 91 of 114

2.7.4 Extension of Time

Any period within which a Party shall, pursuant to this Contract, complete any

action or task, shall be extended for a period equal to the time during which

such Party was unable to perform such action as a result of Force Majeure.

2.7.5 Consultation

Not later than thirty (30) days after the Consultants, as the result of an event of

Force Majeure, have become unable to perform a material portion of the

Services, the Parties shall consult with each other with a view to agreeing on

appropriate measures to be taken in the circumstances.

2.8. Suspension

The Client may, by written notice of suspension to the Consultants, suspend all

payments to the Consultants hereunder if the Consultants fail to perform any of

their obligations under this Contract, including the carrying out of the

Services, provided that such notice of suspension (i) shall specify the nature of

the failure, and (ii) shall request the Consultants to remedy such failure within

a period not exceeding thirty (30) days after receipt by the Consultants of such

notice of suspension.

2.9 Termination

2.9.1 By the Client

The Client may, by not less than thirty (30) days' written notice of termination

to the Consultants (except in the event listed in paragraph (f) below, for

which there shall be a written notice of not less than sixty ( 60) days), such

notice to be given after the occurrence of any of the events specified in

paragraphs (a) through (g) of this Clause GC 2.9.1, terminate this Contract.

(a) if the Consultants fail to remedy a failure in the performance of their

obligations hereunder, as specified in a notice of suspension pursuant to

Clause GC 2.8 hereinabove, within thirty (30) days of receipt of such notice of

suspension or within such further period as the Client may have subsequently

approved in writing;

(b) if the Consultants become (or, if the Consultants consist of more than one

entity, if any of their Members becomes) insolvent or bankrupt or enter into

any agreements with their creditors for relief of debt or take advantage of any

law for the benefit of debtors or go into liquidation or receivership whether

compulsory or voluntary;

(c) if the Consultants fail to comply with any final decision reached as a result of

arbitration proceedings pursuant to Clause GC 8 hereof;

(d) if the Consultants submit to the Client a statement which has a material effect

on the rights, obligations or interests of the Client and which the

Consultants know to be false;

(e) if, as the result of Force Majeure, the Consultants are unable to perform a

material portion of the Services for a period of not less than sixty (60) days; or

Page 92: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 92 of 114

(f) if the Client, in its sole discretion and for any reason whatsoever, decides to

terminate this Contract.

(g) if the consultant, in the judgment of the Client has engaged in corrupt or

fraudulent practices in competing for or in executing the Contract. For the

purpose of this clause:

"corrupt practice" means the offering, giving, receiving or soliciting of anything of

value to influence the action of a public official in the selection process or in

contract execution.

"fraudulent practice" means a misrepresentation of facts in order to influence a

selection process or the execution of a contract to the detriment of the Borrower,

and includes collusive practice among consultants (prior to or after submission of

proposals) designed to establish prices at artificial non-competitive levels and to

deprive the Borrower of the benefits of free and open competition.

2.9.2 By the Consultants

The Consultants may, by not less than thirty (30) days' written notice to the

Client, such notice to be given after the occurrence of any of the events

specified in paragraphs (a) through (d) of this Clause GC 2.9.2, terminate this

Contract:

(a) if the Client fails to pay any money due to the Consultants pursuant to this

Contract and not subject to dispute pursuant to Clause 8 hereof within

forty-five (45) days after receiving written notice from the Consultants that

such payment is overdue;

(b) if the Client is in material breach of its obligations pursuant to this

Contract and has not remedied the same within forty-five (45) days (or

such longer period as the Consultants may have subsequently approved in

writing) following the receipt by the Client of the Consultants' notice

specifying such breach;

(c) if, as the result of Force Majeure, the Consultants are unable to perform a

material portion of the Services for a period of not less than sixty (60)

days; or

(d) if the Client fails to comply with any final decision reached as a result of

arbitration pursuant to Clause GC 8 hereof.

2.9.3. Cessation of Rights and Obligations

Upon termination of this Contract pursuant to Clauses GC 2.2 or GC 2.9

hereof, or upon expiration of this Contract pursuant to Clause GC 2.4 hereof,

all rights and obligations of the Parties hereunder shall cease, except:

(i) such rights and obligations as may have accrued on the date of

termination or expiration;

(ii) the obligation of confidentiality set forth in Clause GC 3.3 hereof;

(iii) the Consultants' obligation to permit inspection, copying and auditing of

their accounts and records set forth in Clause GC 3.6 (ii) hereof; and

(iv) any right which a Party may have under the Applicable Law.

Page 93: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 93 of 114

2.9.4 Cessation of Services

Upon termination of this Contract by notice of either Party to the other

pursuant to Clauses GC 2.9.1 or GC 2.9.2 hereof, the Consultants shall,

immediately upon dispatch or receipt of such notice, take all necessary steps to

bring the Services to a close in a prompt and orderly manner and shall make

every reasonable effort to keep expenditures for this purpose to a minimum.

With respect to documents prepared by the Consultants and equipment and

materials furnished by the Client, the Consultants shall proceed as provided,

respectively, by Clauses GC 3.9 or GC 3.10 hereof.

2.9.5 Payment upon Termination

Upon termination of this Contract pursuant to Clauses GC 2.9.1 or GC 2.9.2

hereof, the Client shall make the following payments to the Consultants (after

offsetting against these payments any amount that may be due from the

Consultant to the Client):

(a) remuneration pursuant to Clause GC 6 hereof for Services satisfactorily

performed prior to the effective date of termination;

(b) reimbursable expenditures pursuant to Clause GC 6 hereof for

expenditures actually incurred prior to the effective date of termination;

and

(c) except in the case of termination pursuant to paragraphs (a) through (d) of

Clause GC 2.9.1 hereof, reimbursement of any reasonable cost incident to

the prompt and orderly termination of the Contract including the cost of

the return travel of the Consultants' personnel and their eligible

dependents.

(d) The client will however be fully entitled to invoke and forfeit the

Performance Bank guarantee upon termination of the contract pursuant to

para (a) to (d) of Clause 2.9.1 of GC.

2.9.6. Disputes about Events of Termination

If either Party disputes whether an event specified in paragraphs (a) through

(e) of Clause GC 2.9.1 or in Clause GC 2.9.2 hereof has occurred, such Party

may, within forty-five (45) days after receipt of notice of termination from the

other Party, refer the matter to arbitration pursuant to Clause GC 8 hereof,

and this Contract shall not be terminated on account of such event except in

accordance with the terms of any resulting arbitral award.

3. Obligation of the Consultants

3.1 General

3.1.1. Standard of Performance

The Consultants shall perform the Services and carry out their obligations

hereunder with all due diligence, efficiency and economy, in accordance with

generally accepted professional techniques and practices, and shall observe

sound management practices, and employ appropriate advanced technology

and safe and effective equipment, machinery, materials and methods" The

Consultants shall always" act, in respect of any matter relating to this Contract

or to the Services, as faithful advisers to the Client, and shall at all times

support and safeguard the Client's legitimate interests in any dealings with

Third Parties.

Page 94: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 94 of 114

3.1.2 Law Governing Services

The Consultants shall perform the Services in accordance with the Applicable

Law and shall take all practicable steps to ensure that any Personnel of the

Consultants, comply with the Applicable Law. The Client shall advise the

Consultants in writing of relevant local customs and the Consultants shall,

after such notifications, respect such customs.

3.2 Conflict of Interests

3.2.1 Consultants Not to Benefit from Commissions, Discounts, etc.

The Remuneration of the Consultants pursuant to Clause GC 6 hereof shall

constitute the Consultants' sole remuneration in connection with this Contract

or the Services and, subject to Clause GC 3.2.2 hereof, the Consultants shall

not accept for their own benefit any trade commission, discount or similar

payment in connection with activities pursuant to this Contract or to the

Services or in the discharge of their obligations hereunder and the Consultants

shall use their best efforts to ensure that any of their Personnel and agents,

similarly shall not receive any such additional remuneration.

3.2.2 Procurement Rules of Funding Agencies.

If the Consultants, as part of the Services, have the responsibility of advising

the Client on the procurement of goods, works or services, the Consultants

shall comply with any applicable procurement guidelines of the Bank or of the

Association, as the case may be, and other funding agencies and shall at all

times exercise such responsibility in the best interest of the Client. Any

discounts or commissions obtained by the Consultants in the exercise of such

procurement responsibility shall be for the account of the Client.

3.2.3 Consultants and Affiliates Not to engage in Certain Activities

The Consultants agree that, during the term of this Contract and after its

termination, the Consultants and any entity affiliated with the Consultants,

shall be disqualified from providing goods, works or services

(other than the Services and any continuation thereof) for any project resulting

from or closely related to the Services. .

3.2.4 Prohibition of Conflicting Activities

The Consultants shall not engage, and shall cause their Personnel not to

engage, either directly or indirectly, in any of the following activities:

(a) during the term of this Contract, any business or professional activities

in the Government's country which would conflict with the activities

assigned to them under this Contract; and

(b) after the termination of this Contract, such other activities as may be

specified in the SC.

Page 95: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 95 of 114

3.3 Confidentiality

The Consultants and their Personnel shall not, either during the term or within

two (2) years after the expiration of this Contract, disclose any proprietary or

confidential information relating to the Project, the Services, this Contract or

the Client's business or operations without the prior written consent of the

Client.

3.4 Liability of the Consultants

Subject to additional provisions, if any, set forth in the SC, the Consultants’

liability under this Contract shall be as provided by the Applicable Law.

3.5 Insurance to be Taken Out by the Consultants

The Consultants (i) shall take out and maintain, at their own cost but on terms

and conditions approved by the Client, insurance against the risks, and for the

coverage, as shall be specified in the SC, and (ii) at the Client's request, shall

provide evidence to the Client showing that such insurance has been taken out

and maintained and that the current premiums therefore have been paid.

3.6 Accounting, Inspection and Auditing

The Consultants (i) shall keep accurate and systematic accounts and records in

respect of the Services, hereunder, in accordance with internationally accepted

accounting principles and in such form and detail as will clearly identify all

relevant time charges and cost, and the bases thereof (including such bases as

may be specifically referred to in the SC); (ii) shall permit the Client or its

designated representative periodically, and up to one year from the expiration

or termination of this Contract, to inspect the same and make copies thereof as

well as to have them audited by auditors appointed by the Client; and (iii) shall

permit the client to inspect the Consultant's accounts and records relating to

the performance of the Consultant and to have them audited by auditors

appointed by the client.

3.7 Consultants' Actions Requiring Client's Prior Approval

The Consultants shall obtain the Client's prior approval in writing before

taking any of the following actions:

(a) appointing such members of the Personnel as are listed in Appendix C

("Consultant's Key Personnel") merely by title but not by name;

(b) the Consultants shall remain fully liable for the performance of the

Services by its Personnel pursuant to this Contract; and

(c) any other action that may be specified in the SC

Page 96: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 96 of 114

3.8 Reporting Obligations

The Consultants shall submit to the Client the reports and documents specified

in Appendix B hereto, in the form, in the numbers and within the time periods

set forth in the said Appendix.

3.9 Documents Prepared by the Consultants to Be the Property of the Client

All plans, drawings, specifications, designs, reports, other documents and

software prepared by the Consultants for the Client under this Contract shall

become and remain the property of the Client, and the Consultants shall, not

later than upon termination or expiration of this Contract, deliver all such

documents to the Client, together with a detailed inventory thereof. The

Consultants may retain a copy of such documents and software. Restrictions

about the future use of these documents and software, if any, shall be specified

in the SC.

3.10 Equipment and Materials Furnished by the Client

Equipment and materials made available to the Consultants by the Client, or

purchased by the Consultants with funds provided by the Client, shall be the

property of the Client and shall be marked accordingly. Upon termination or

expiration of this Contract, the Consultants shall make available to the Client

an inventory of such equipment and materials and shall dispose of- such

equipment and materials in accordance with the Client's instructions. While in

possession of such equipment and materials, the Consultants, unless otherwise

instructed by the Client in writing, shall insure them at the expense of the

Client in an amount equal to their full replacement value.

4. Consultants' Personnel

4.1 General

The Consultants shall employ and provide such qualified and experienced

Personnel as are required to carry out the Services.

4.2 Description of Personnel

(a) The titles, agreed job descriptions, minimum qualification and estimated

periods of engagement in the carrying out of the Services of each of the

Consultants' Key Personnel are described in Appendix C. If any of the Key

Personnel has already been approved by the clients his/her name is listed

as well.

(b) If required to comply with the provisions of Clause GCC 3.1.1 hereof,

adjustments with respect to the estimated periods "of engagement of Key

Personnel set forth in Appendix C may be made by the Consultants by

written notice to the Client, provided (i) that such adjustments shall not

alter the originally estimated period of engagement of any individual by

more than 10% or one week, whichever is larger, and (ii) that the

aggregate of such adjustments shall not cause payments under this

Contract to exceed the ceilings set forth in Clause GC 6.1(b) of this

Contract. Any other such adjustments shall only be made with the

Client's written approval.

(c) If additional work is required beyond the scope of the Services specified

in Appendix A, the estimated periods of engagement of Key Personnel

set forth in Appendix C may be increased by agreement in writing

between the Client and the Consultants, provided that any such increase

shall not, except as otherwise agreed, cause payments under this Contract

to exceed the ceilings set forth in Clause GC 6.1 (b) of this Contract.

Page 97: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 97 of 114

4.3 Approval of Personnel

The Key Personnel listed by title as well as by name in Appendix C are

hereby approved by the Client subject to the condition that they will

qualify in the technical evaluation. The proposal of replacement should

be submitted for those personnel who do not meet the requirement,

before signing the agreement for which no deduction of payment will be

done. In respect of other Key Personnel which the Consultants propose ,to

use in the carrying out of the Services, the Consultants shall submit to the

client for review and approval a copy of their biographical data and (in the

case of Key personnel to be used within the country of the Government) a

copy of a satisfactory medical certificate in the form attached hereto as

Appendix D. If the Client does not object in writing (stating the reasons for

the objection) within thirty (30) calendar days from the date of receipt of

such biographical data and (if applicable) such certificate, such Key

Personnel shall be deemed to have been approved by the Client.

4.4 Working Hours, Overtime, Leave, etc.

(a) Working hours and holidays for Key Personnel are set forth in Appendix

E hereto.

(b) The Key Personnel shall not be entitled to be paid for overtime nor to take

paid sick leave or vacation leave except as specified in Appendix E

hereto, and except as specified in such Appendix, the Consultants'

remuneration shall

be deemed to cover these items. All leave to be allowed to the

Personnel is included in the staff-months of service set for in Appendix C.

Any taking of leave by Personnel shall be subject to the prior approval by

the Client and the Consultants shall ensure that absence for leave purposes

will not delay the progress and adequate supervision of the Services.

4.5 Removal and/or Replacement of Personnel

(a) Except as the Client may otherwise agree, no changes shall be made in

the Key Personnel. If, for any reason beyond the reasonable control of

the

(b) Consultants, it becomes necessary to replace any of the Personnel, the

Consultants shall forthwith provide as a replacement a person of

equivalent or better qualifications.

(c) If the Client (i) finds that any of the Personnel has committed serious

misconduct or has been charged with having committed a criminal

action, or (ii) has reasonable cause to be dissatisfied with the

performance of any of the Personnel, then the Consultants shall, at the

Client's written request specifying the grounds therefore, forthwith

provide as a replacement a person with qualifications and experience

acceptable to the Client.

Page 98: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 98 of 114

(d) Any of the Personnel provided as a replacement under Clauses (a) and

(b) above, the rate of remuneration applicable to such person as well as

any reimbursable expenditures (including expenditures due to the

number of eligible dependents) the Consultants may wish to claim as a

result of such replacement, shall be subject to the prior written approval

by the Client. Except as the Client may otherwise agree, (i) the

Consultants shall bear all additional travel and other costs arising out of

or incidental to any removal and/or replacement, and (ii) each time the

remuneration to be paid for any of the key Personnel provided as a

replacement shall be 90% of the remuneration which would have been

payable to the key Personnel replaced. However for total replacement

beyond 50% of the total of key personnel, the client may initiate action

for termination/debarment of such consultants for future projects of

Client and invoke the performance Security.

4.6 Resident Project Manager

If required by the SC, the Consultants shall ensure that at all times during the

Consultants' performance of the Services a resident project manager,

acceptable to the Client, shall take charge of the performance of such

Services.

5. Obligations of the Client

5.1 Assistance and Exemptions

Unless otherwise specified in the SC, the Client shall use its best efforts to

ensure that the Government shall:

(a) provide the Consultants and Personnel with work permits and such other

documents as shall be necessary to enable the Consultants or Personnel to

perform the Services;

(b) assist for the Personnel and, if appropriate, their eligible dependents to

be provided promptly with all necessary entry and exit visas, residence

permits, exchange permits and any other documents required for their

stay in Government's country;

(c) facilitate prompt clearance through customs of any property required

for the Services and of the personal effects of the Personnel and their -

eligible dependents;

(d) issue to officials, agents and representatives of the Government all

such instructions as may be necessary or appropriate for the prompt

and effective implementation of the Services;

(e) assist the Consultants and the Personnel for the Services from any

requirement to register or obtain any permit to practice their profession

or to establish themselves either individually or as a corporate entity

according to the Applicable Law;

(f) provide to the Consultants and Personnel any such other assistance as

may be specified in the SC.

Page 99: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 99 of 114

5.2 Access to Land

The Client warrants that the Consultants shall have, free of charge, unimpeded

access to all land in the Government's country in respect of which access is

required for the performance of the Services. The Client will be responsible

for any damage to such land or any property thereon resulting from such

access and will indemnify the Consultants and each of the Personnel in respect

of liability for any such damage, unless such damage is caused by the default

or negligence of the Consultants or the Personnel of either of them.

5.3 Change in the Applicable Law

If, after the date of this Contract, there is any change in the Applicable Law

with respect to taxes and duties which increases or decreases the cost or

reimbursable expenses incurred by the Consultants in performing the Services,

then the remuneration and reimbursable expenses otherwise payable to the

Consultants under this Contract shall be increased or decreased accordingly by

agreement between the Parties hereto, and corresponding adjustments shall be

made to the ceiling amounts specified in Clause GC 6.1(b).

5.4 Services, Facilities and Property of the Client

The Client shall make available to the Consultants and the Personnel, for the

purposes of the services and free of any charge, the services, facilities and

property described in Appendix F at the times and in the manner specified in

said Appendix F, provided that if such services, facilities and property shall

not be made available to the Consultants as and when so specified, the Parties

shall agree on (i) any time extension that it may be appropriate to grant to the

Consultants for the performance of the Services, (ii) the manner in which the

Consultants shall procure any such services, facilities and property from other

sources, and (iii) the additional payments, if any, to be made to the

Consultants as a result thereof pursuant to Clause GC 6.l(c) hereinafter.

5.5 Payment

In consideration of the Services performed by the Consultants under this

Contract, the Client shall make to the Consultants such payments and in such

manner as is provided by Clause GC 6 of this Contract.

5.6 Counterpart Personnel

(a) If so provided in Appendix F hereto, the Client shall make available to the

Consultants, as and when provided in such Appendix F, and free of charge,

such counterpart personnel to be selected by the Client, with the

Consultants' advice, as shall be specified in such Appendix F. Counterpart

personnel shall work under the exclusive direction of the Consultants. If

any member of the counterpart personnel fails to perform adequately any

work assigned to him by the Consultants which is consistent with the

position occupied by such - member, the Consultants may request the

replacement of such member, and the Client shall not unreasonably refuse

to act upon such request.

(b) If counterpart personnel are not provided by the Client to the Consultants

as and when specified in Appendix F, the Client and the Consultants shall

agree on (i) how the affected part of the Services shall be carried out, and

(ii) the additional payments, if any, to be made by the Client to the

Consultants as a result thereof pursuant to Clause GC 6.1(c) hereof.

Page 100: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 100 of 114

6. Payments to the Consultants

6.1 Cost Estimates; Ceiling Amount

(a) An estimate of the cost of the Services is set forth as specified in SC.

(b) Except as may be otherwise agreed under Clause GC 2.6 and subject to

Clause GC 6.1(c), payments under this Contract shall not exceed the

limit specified in the SC.

(c) Notwithstanding Clause GC 6.l(b) hereof, if pursuant to clauses GC

5.3,5.4 or 5.6 hereof, the Parties shall agree that additional payments

shall be made to the Consultants in order to cover any necessary

additional expenditures not envisaged in the cost estimates referred to

in Clause GC 6.1(a) above, the ceiling or ceilings, as the case may be,

set forth in Clause GC 6.1 (b) above shall be increased by the amount

or amounts, as the case may be, of any such additional payments.

6.2 Remuneration and Reimbursable Expenditures

(a) Subject to the ceilings specified in Clause GC 6.1 (b) hereof, the Client

shall pay to the Consultants (i) remuneration as set forth in Clause GC

6.2(b), and (ii) reimbursable expenditures as set forth in Clause GC

6.2(c). If specified in the SC, said remuneration shall be subject to

price adjustment as specified in the SC.

(b) Remuneration for the Personnel shall be determined on the basis of

time actually spent by such Personnel in the performance of the

Services after the date determined in accordance with Clause GC 2.3

and Clause SC 2.3 (or such other date as the Parties shall agree in

writing) (including time for necessary travel via the most direct route)

at the rates referred to, and subject to such additional provisions as are

set forth, in the SC.

(c) Reimbursable expenditures actually and reasonably incurred by the

Consultants in the performance of the Services, as specified in Clause

SC 6.2(b).

6.3 Currency of Payment

The payments shall be made only in Indian National Rupee.

6.4 Mode of Billing and Payment

Billing and payments in respect of the Services shall be made as follows:

(a) The Client shall cause to be paid to the Consultants an interest bearing

advance payment as specified in the SC, and as otherwise set forth below.

The advance payment will be due after provision by the Consultants to the

Client of a bank guarantee by a bank acceptable to the Client in an amount

(or amounts) and in a currency ( or currencies) specified in the SC, such bank

guarantee (I) to remain effective until the advance payment has been fully set

off as provided in the SC, and (ii) to be in the form set forth in Appendix I

hereto or in such other form as the Client shall have approved in writing.

Page 101: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 101 of 114

(b) As soon as practicable and not later than fifteen (15 days) after the end of each

calendar month during the period of the Services, the Consultants shall

submit to the Client, in duplicate, itemized statements, accompanied by

copies of receipted invoices, vouchers and other appropriate supporting

materials, of the amounts payable pursuant to Clauses GC 6.3 and 6.4 for

such month.

(c) The Client shall cause the payment of the Consultants periodically as given in

schedule of payment above within sixty (60) days after the receipt by the

Client of bills with supporting documents. Only such portion of a monthly

statement that is not satisfactorily supported may be withheld from payment.

If any discrepancy be found to exist between actual payment and costs

authorized to be incurred by the Consultants, the Client may add or subtract

the difference from any subsequent payments. Interest at the rate specified in

the SC shall become payable as from the above due date on any amount due

by, but not paid on such due date.

(d) The final payment under this Clause shall be made only after the final report

and a final statement, identified as such, shall have been submitted by the

Consultants and approved as satisfactory by the Client. The Services shall be

deemed completed and finally accepted by the Client and the final report and

final statement shall be deemed approved by the Client as satisfactory ninety

(90) calendar days after receipt of the final report and final statement by the

Client unless the Client, within such ninety (90)-day period, gives written

notice to the Consultants specifying in detail deficiencies in the Services, the

final report or final statement. The Consultants shall thereupon promptly

make any necessary corrections, and upon completion of such corrections,

the foregoing process shall be repeated. Any amount which the Client has

paid or caused to be paid in accordance with this Clause in excess of the

amounts actually payable in accordance with the provisions of this Contract

shall be reimbursed by the Consultants to the Client within thirty, (30) days

after receipt by the Consultants of notice thereof. Any such claim by the

Client for reimbursement must be made within twelve (12) calendar months

after receipt by the Client of a final report and a final statement approved by

the Client in accordance with the above.

(e) All payments under this Contract shall be made to the account of the

Consultants specified in the SC.

7. Fairness and Good Faith

7.1 Good Faith

The Parties undertake to act in good faith with respect to each other's rights

under this Contract and to adopt all reasonable measures to ensure the

realization of the objectives of this Contract.

Page 102: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 102 of 114

7.2 Operation of the Contract

The Parties recognize that it is impractical in this Contract to provide for every

contingency which may arise during the life of the Contract, and the Parties

hereby agree that it is their intention that this Contract shall operate fairly as

between them, and without detriment to the interest of either of them, and that,

if during the term of this Contract either Party believes that this Contract is

operating unfairly, the Parties will use their best efforts to agree on such action

as may be necessary to remove the cause or causes of such unfairness, but no

failure to agree on any action pursuant to this Clause shall give rise to a

dispute subject to arbitration in accordance with Clause GC 8 hereof.

8. Settlement of Disputes

8.1 Amicable Settlement

The Parties shall use their best efforts to settle amicably all disputes arising out

of or in connection with this Contract or the interpretation thereof.

8.2 Dispute Settlement

Any dispute between the Parties as to matters arising pursuant to this Contract

which cannot be settled amicably within thirty (30) days after receipt by one

Party of the other Party's request for such amicable settlement may be

submitted by either Party for settlement in accordance with the provisions

specified in the SC. The dispute shall be settled as per the provision of

Madhya Pradesh Madhyastham Adhikaran Adhiniyam, 1983 and as amended

to date.

Page 103: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 103 of 114

III.SPECIAL CONDITIONS OF CONTRACT

Number of GC Clause

Number of GC

Clause

Amendments of, and Supplements to, Clauses in the

General Conditions of Contract

1.4 The language is: English

1.6.1 The addresses are:

Client: MADHYA PRADESH JAL NIGAM MARYADIT

( A Govt. of Madhya Pradesh Undertaking)

"D" Wing, 2nd Floor, Vindhyachal Bhawan, Bhopal - 462004

Consultants: As given by Consultant in submission of Technical/Financial

proposal.

1.6.2 Notice will be deemed to be effective as follows:

(a) in the case of personal delivery or registered mail/ courier, on delivery;

(b) in the case of telexes, 24 hours following confirmed transmission;

(c) in the case of telegrams, 24 hours following confirmed transmission;

and

(d) in the case of facsimiles, 24 hours following confirmed transmission.

1.8 The member in Charge is: Authorized representative to whom power of

authority has been delegated on non-judicial stamp

paper.

1.9 The Authorized Representative are:

For the Client: Managing Director Or Authorised representative of

MADHYA PRADESH JAL NIGAM MARYADIT

( A Govt. of Madhya Pradesh Undertaking)

"D" Wing, 2nd Floor, Vindhyachal Bhawan,

Bhopal - 462004

For the Consultants: Authorised representative of the firm/JV to

whom power of authority has been delegated on

non-judicial stamp paper.

1.10 The Consultants and the Personnel shall pay all the taxes, duties, fees, levies

and other impositions levied under the existing, amended or enacted laws

during life of this contract and the client shall perform such duties in regard to

the deduction of such tax as may be lawfully imposed. Only the Service Tax

will be paid extra to the consultant by the client.

2.1 The effectiveness conditions are the following:

i) NIL

Page 104: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 104 of 114

2.2 The time period shall be one month or such other time period as the parties

may agree in writing.

2.3 The time period shall be fifteen days or such other time period as the Parties

may agree in writing.

2.4 The time period shall be contract period for execution of work + defect

liability period or such other time period as the parties may agree in writing.

3.4 Limitation of the Consultants' Liability towards the Client

(a) Except in case of gross negligence or willful misconduct on the part of

the Consultants or on the part of any person or firm acting on behalf of

the Consultants in carrying out the Services, the Consultants, with

respect to damage caused by the Consultants to the Client's property,

shall not be liable to the Client:-

i) for any indirect or consequential loss or damage; and

ii) for any direct loss or damage that exceeds (A) the total payments for

Professional Fees and Reimbursable Expenditures made or expected to

be made to the Consultants hereunder, or (B) the proceeds the

Consultants may be entitled to receive from any insurance maintained

by the Consultants to cover such a liability, whichever of (A) or (B) is

higher.

(b) This limitation of liability shall not affect the Consultants' liability, if

any, for damage to Third Parties caused by the Consultants or any

person or firm acting on behalf of the Consultants in carrying out the

Services.

3.5 The risks and the coverages shall be as follows

(a) Third Party motor vehicle liability insurance as required under Motor

Vehicles Act, 1988 in respect of motor vehicles operated in India by the

Consultants or their Personnel for the period of consultancy.

(b) Third Party liability insurance with a minimum coverage, of Rs. 1.0

million for the period of consultancy.

(c) Professional liability insurance as per 3.4 (a) (ii) of SC of the consultancy,

with a minimum coverage equal to estimated remuneration and

reimbursable.

(d) Employer's liability and workers' compensation insurance in respect of the

Personnel of the Consultants in accordance with the relevant provisions of

the Applicable Law, as well as, with respect to such Personnel, any such

life, health, accident, travel or other insurance as may be appropriate; and

(e) Insurance against loss of or damage to (i) equipment purchased in whole or

in part with funds provided under this Contract, (ii) the Consultants'

property used in the performance of the Services, and (iii) any documents

prepared by the Consultants in the performance of the Services.

Page 105: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 105 of 114

3.7(c) The other actions are

"(i) taking any action under a civil works contract designating the Consultants as

"Engineer", for which action, pursuant to such civil works contract, the written

approval of the Client as "Employer" is required".

3.9 The Consultants shall not use these documents for purposes unrelated to this

Contract without the prior written approval of the Client.

4.6 "The person designated as Team Leader / Sr. Resident Engineer in Appendix

C shall serve in that capacity, as specified in Clause GC 4.6."

6.2(a) "Payments for remuneration made in accordance with Clause GC 6:2(a) shall

be adjusted as follows :

Remuneration of employed personnel pursuant to the rates set forth in the

Appendix G shall be adjusted only once after 12 months from the date of

commencement by increasing it by a factor of 5%.

Notwithstanding any other provisions in the agreement in this regard,

this provision will prevail and over ride any other provision to the contrary in

this agreement.

6.2(b)(i) (1) It is understood (i) that the remuneration rates shall cover (A) such

salaries and allowances as the Consultants shall have agreed to pay to the

Personnel as well as factors for social charges and overhead, and (B) the

cost of backstopping by home office staff not included in the Personnel

listed in Appendix C, and (C) the Consultants' fee; (ii) that bonuses or

other means of profit-sharing shall not be allowed as an element of

overhead, and (iii) that any rates specified for persons not yet appointed

shall be provisional and shall be subject to revision, with the written

approval of the Client, once the applicable salaries and allowances are

known.

(2) Remuneration for periods of less than one month shall be calculated on

an hourly basis for actual time spent in the Consultants' home office and

directly attributable to the Services (one hour being equivalent to 1/240th

of a month) and on a calendar-day basis for time spent away from home

office (one day being equivalent to 1/30th of a month).

6.2(b)(ii) The rates for Personnel are set forth in Appendix G.

6.2(b)(iii) Remuneration for Personnel shall be paid in Indian National Rupee.

6.4(a) The following provisions shall apply to the interest bearing advance

payment and the advance payment guarantee :

1) An advance payment. of 10% of the contract price in proportion to the

quoted Indian currency (INR) in the bid

shall be made within 60 days after receipt and verification of advance

payment bank guarantee. The advance payment will be set off by the

Client in equal installments against the statements for the first 10

months of the Service until the advance payment has been fully set off.

Page 106: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 106 of 114

2) The bank guarantee shall be equal to the amount of the advance

payment

3) Interest rate shall be 10% per annum.

8.2 Disputes shall be settled by arbitration in accordance with the provisions of

Madhya Pradesh Madhyastham Adhikaran Adhiniyam, 1983 and as amended

up to date.

Page 107: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 107 of 114

IV. APPENDICES

Appendix A: Description of the Services

[Give detailed descriptions of the Services to be provided; dates for

completion of various tasks, place of performance for different tasks;

specific tasks to be approved by Client, etc.]

Details as per TOR

Appendix B: Reporting Requirements

[List format, frequency, contents of reports and number of copies; persons to

receive them; dates of submission, etc. If no reports are to be submitted, state

here "Not applicable".}

Please refer TOR

Appendix C: Key Personnel

[List under: C-l Titles [and names, if already available}, detailed job descriptions and

minimum qualifications. experience of Personnel to be assigned to

work in India, and staff- months for each.

C-2 Same information as C-l for Key local Personnel.

Page 108: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 108 of 114

Please refer TOR

Appendix D: Medical Fitness Certificate

(The form of Medical Certificate as required under the. rules of Govt. of India)

Not used

Appendix E: Hours of Work for Key Personnel

Please refer TOR

Appendix F: Duties of the Client

[List here under:

F-l Services, facilities and property to be made available to the

Consultants by the Client. NIL

F-2 Counterpart personnel to be made available to the Consultants by

the Client.] NIL

Page 109: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

RFP MPJNM

Multi village rural water supply scheme Page 109 of 114

Please refer TOR

Appendix G: Cost Estimates

List hereunder cost estimate:

1. Monthly rates for Personnel (Key Personnel and other Personnel)

2. Other incidental expenses

Page 110: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

MPJNM

110

Appendix H:FORM OF PERFORMANCE SECURITY

(PERFORMAMANCE BANK GUARANTEE)

(Clause-20 of TOR) Bank Guarantee no. ………………. Date …………………

Name of Beneficiary:

The Managing Director, MADHYA PRADESH JAL NIGAM MARYADIT

( A Govt. of Madhya Pradesh Undertaking)

"D" Wing, 2nd Floor, Vindhyachal Bhawan, Bhopal - 462004

WHEREAS _________________________________________________ [Name

and address of Consultants]1 (hereinafter called “the consultants”) has undertaken,

in pursuance of Contract No._______________________________ dated

_________ to provides the services on terms and conditions set forth in this

Contract __________________________________________ [Name of contract

and brief description of works) (hereinafter called the “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the

Consultants shall furnish you with a Bank Guarantee by a recognized bank for the

sum specified therein as security for compliance with his obligations in accordance

with the Contract;

AND WHEREAS we have agreed to give the Consultants such a Bank Guarantee;

NOW THEREOF we hereby affirm that we are the Guarantor and responsible to

you, on behalf of the Consultants up to a total of ____________________________

[amount of Guarantee] 2 ________________________________________[in

words], such sum being payable in the types and proportions of currencies in which

the Contract Price is payable, and we undertake to pay you, upon your first written

demand and without cavil or argument, any sum or sums within the limits of

__________________[amount of Guarantee] as aforesaid without your needing to

prove or to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the

Consultants before presenting us with the demand. We further agree that no change

or addition to or other modification of the terms of the Contract or of the services to

be performed there under or of any of the Contract documents which may be made

between you and the Consultants shall in any way release us from any liability

under this guarantee, and we hereby waive notice of any such change, addition or

modification. The liability of the Bank under this Guarantee shall not be affected by

any change in the constitution of the consultants or of the Bank. Notwithstanding

anything contained herein before, our liability under this guarantee is restricted to

Rs.__________ (Rs._________________________) and the guarantee shall remain

valid till ________. Unless a claim or a demand in writing is made upon us on or

before ____________ all our liability under this guarantee shall cease. This

guarantee shall be valid until 365 days after the date of issue of the Defects

Liability Certificate.

Page 111: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

MPJNM

111

Signature and Seal of the Guarantor ____________ In presence of

Name and Designation _____________________ 1. __________________

Signature

Name and Designation _____________________ 2. __________________

Signature

Name, address and seal of the Bank _________________________

Phone & Fax No. _____________________________________

Date ______________________________________

1 Give names of all partners if the Consultants is a Joint Venture.

Page 112: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

MPJNM

112

Appendix I: Form of Bank Guarantee for Advance Payments

(Reference Clause 6.4(a) of Contract)

(To be stamped in accordance with Stamp Act, if any, of the country of

issuing bank)

Bank Guarantee no. ………………. Date …………………

Name of Beneficiary:

The Managing Director,

MADHYA PRADESH JAL NIGAM MARYADIT

( A Govt. of Madhya Pradesh Undertaking)

"D" Wing, 2nd Floor, VindhyachalBhawan, Bhopal - 462004

In consideration of …………………….. (hereinafter referred as the

"Client", which expression shall, unless repugnant to the context or meaning

thereof include it successors, administrators and assigns) having awarded to

M/s. ___________________________________(hereinafter referred to as the

"Consultant" which expression shall unless repugnant to the context or

meaning thereof, include its successors, administrators, executors and assigns),

a contract by issue of client's Contract Agreement No.

_________________dated ____________and the same having been

unequivocally accepted by the Consultant, resulting in a Contract valued

at___________ for____________ Contract (hereinafter called the

"Contract") and the Client having agreed to make an advance payment to the

Consultant for performance of the above Contract amounting to (in

words and figures) as an advance against Bank Guarantee to be furnished by

the Consultant.

We ____________________________ (Name of the 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 client immediately on demand any or, all

monies payable by the Consultant to the extent of

___________________________- as aforesaid at any time upto

______________________________@ ___________________________

without any demur, reservation, contest, recourse or protest and/or without

any reference to the consultant. Any such demand made by the client on the

Bank shall be conclusive and binding notwithstanding any difference between

the Client and the Consultant 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

Client discharges this guarantee.

Page 113: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

MPJNM

113

The Client 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

Consultant. The Client 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 Client and to exercise

the same at any time in any manner, and either to enforce or to forebear to

enforce any covenants, contained or implied, in the Contract between the

Client and the Consultant any other course or remedy or security available to

the Client. The bank shall not be relieved of its obligations under these presents

by any exercise by the Client 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 Client or any other

indulgence shown by the Client 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 Client 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 Consultant and notwithstanding any security or

other guarantee that the Client may have in relation to the Consultant's

liabilities.

Notwithstanding anything contained herein above our liability under this guarantee is

limited to ____________________and it shall remain in force upto and including

___________and

shall be extended from time to time for such period (not exceeding one year), as may

be desired by M/s. _____________________________________________on whose

behalf this guarantee has been given.

Dated this ___________________day of __________200_______at_____________

___________________ _________________

(signature) (Signature)

___________________ _________________

(Name) (Name)

__________________ _________________

(Official Address) Designation (with Bank stamp)

Page 114: REQUEST FOR PROPOSALmpjalnigam.co.in/NIT2014/NIT79_SQC_JABALPUR.pdf · Bid No.- 79/D&M/SQC/PIU/JBP Date- 03/03/2014 MADHYA PRADESH JAL NIGAM MARYADIT ( A Govt. of Madhya Pradesh Undertaking)

MPJNM

114

Attorney as per Power of Attorney No. _______________

Phone & Fax no. _________________________________

Dated ____________________

Strike out, whichever is not applicable.

Note 1: The stamp papers of appropriate value shall be purchased in the name of bank

who issues the "Bank Guarantee”.

Note 2: The bank guarantee shall be from a Nationalized Indian Bank, State Bank of

India or its subsidiaries,