Government of India
Ministry of Water Resources, River Development & Ganga Rejuvenation
Central Ground Water Board
Proposal for Technical and Financial bids for developing mobile app and web based analytics portal
on
Exploration Programme Monitoring System (EXPROMS); Ground Water Investigation Monitoring
System (GWIMS) and Devising Programme for Performance Assessment System through Balanced
Scorecard Approach
for
Central Ground Water Board
NIET-03/2018-19/MMS
2018-19
CONTENTS
Sl. No. Particulars Page No.
Section-I Invitation for Bids. 6-7
Section-II Instructions to Bidders. 8-14
Section-III General Conditions of Contract. 15-20
Section-IV Scope of Work and Functional Requirements. 21-52
Section-V Bid Schedules 53-56
Check List 57
Instruction for online submission 58-59
3
Government of India Ministry of Water Resources, RD & GR
Central Ground Water Board Bhujal Bhavan, NH IV, Faridabad 121001
Phone: 0129 – 2477172
The Central Ground Water Board (CGWB), a Sub-ordinate office under Ministry of Water Resources, River
Development & Ganga Rejuvenation, Govt. of India invites Proposal for Technical and Financial bids for developing
mobile app and web based analytics portal on Exploration Programme Monitoring System (EXPROMS); Ground Water
Investigation Monitoring System (GWIMS) and Devising Programme for Performance Assessment System through
Balanced Scorecard Approach for Central Ground Water Board.
Ground Water Exploration Programme of CGWB is carried out through its’ own 82 numbers of drilling rig units. A drilling
rig unit comprises of drilling rig, compressor, pump and other machinery/equipment attached to it which are operated by
the drilling crew headed by the Driller-In-Charge (DIC).The scientific data generation/collection work and preparation of
Basic Data Report (BDR) are carried out by Site Hydrogeologists. The monitoring of the rig-units (about the location
details, utilizable/non-utilizable time, productive/non-productive time and if productive then type of operation which is
going on a particular day) will be carried out by developing the proposed mobile app on Exploration Programme
Monitoring System (EXPLOMS). For developing the mobile app CGWB invites the technical and financial bids.
Ground Water Investigation & Monitoring Programme of CGWB is carried out through Hydro geologists, Geophysicists.
The hydro geological Investigation involves the field survey and data collection through establishment of monitoring
stations; litho logy preparation and pumping test. For each monitoring station the following data such as Geological
formation (Unconsolidated / Semi consolidated/Consolidated); Aquifer Type {Phreatic/ Confined (Aquifer-I, Aquifer-II and
Aquifer-III)}; Measuring Point (m above ground level), Depth to Water Table /Depth to Piezometric Surface (m below
ground level) are collected/ measured. Also on the spot water quality data such as pH, EC are measured and water sample
are collected for detailed analysis in the Laboratory. The surface geophysical investigation is carried mainly through
Vertical Electrical Sounding (VES) to decipher the depth wise physical properties of rocks/layers to delineate probable
water bearing formations. The monitoring of the ground water investigation work (about type of project, location details
of monitoring wells, geological formation, aquifer type, depth to water table/ Piezometric surface, pH, EC; lithology;
pumping test; Geophysical Investigation location details, spreading etc.) will be by developing the proposed mobile app on
Ground Water Investigation Monitoring System (GWIMS).
Central Ground Water Board intends to create a Performance Assessment System (PAS) based on the balance Scorecard
(BSC) approach for Regional Offices/Divisional Offices/Training Institute and CHQ.
“Request for Proposal” which will be done by e-tender (limited tender) on cpp portal. The details of firm and their experiences may be submitted as per tender document.
Central Ground Water Board reserves the right to reject/cancel any or all applications for pre-qualification without assigning any reason.
The details regarding eligibility criteria, scope of work, and other terms and conditions may kindly be seen and downloaded from the website of the https://eprocure.gov.in/eprocure/app The last date for receipt of the proposal is ……………………………….
SUPERINTENDING ENGINEER Central Ground Water Board
Bhujal Bhawan NH IV, FARIDABAD, Haryana.121001
Phone: 0129 – 2477172
4
Government of India Ministry of Water Resources, River Development and Ganga Rejuvenation
Central Ground Water Board Bhujal Bhawan, NH-IV, Faridabad – 121 001
Phone: 0129-2477186/ 2477182 Email: [email protected]
e-Tender Inquiry No. NIET-03/2018-19/MMS
NOTICE INVITING TENDERS
(National Competitive Bidding)
For and on behalf of Chairman, Central Ground Water Board, invites online bids under Single bid system (technical bid and Financial bid) at cpp portal http://eprocure.gov.in/eprocure/app from eligible and qualified bidders for supply of following goods/services within an estimated cost of 11.62 Lakh:
S.No. Work Description Estimated amount (Rs.) EMD (Rs.)
1. Developing mobile apps and web based analytics portals
11,62,000 25,000/-
Critical Dates Date Time
1 Dates of Online Publication of Tender Documents 10.12.2018 1600 Hrs
2 Dates of Tender Document Download Start 10.12.2018 1630 Hrs
3 End 31.12.2018 1500 Hrs
4 Dates of Online Submission of Tender Start 10.12.2018 1630 Hrs
5 End 31.12.2018 1500 Hrs
6 Deadline for Physical Submission of Cost of Tender
Documents and EMD/ Bid Security
31.12.2018 1500 Hrs
7 Time and Date for Opening of Technical &
Financial Bid
01.01.2019 1530 Hrs
1 Interested tenderer may obtain further information about these requirements from the above office during working hours or through email and/or from the websites https://eprocure.gov.in/eprocure/app
2 Tender documents may be downloaded from the above websites. The bidders must pay non-refundable fee of Rs. 500 (Five Hundred only) in the form of Account Payee Demand Draft, Fixed Deposit Receipt, Banker’s Cheque, from any of the commercial bank in India, in favour of Drawing & Disbursing Officer, Central Ground Water Board, payable at Faridabad on or before the deadline fixed.
5
3 All tenders must be accompanied with EMD/ Bid Security as mentioned in tender document in favour of Drawing & Disbursing Officer, Central Ground Water Board, Faridabad in the manner prescribed in bidding documents, on or before the deadline fixed.
4 In the event of any of the above mentioned tender opening date being declared as a holiday/ closed day for the purchase organization, the tenders will be opened on the next working day at the appointed time.
5 Bids shall be received online only at the website of cpp portal https://eprocure.gov.in/eprocure/app
6 Aspiring bidders who have not enrolled/ registered in cpp portal are advised to enrol/ register before participating through the portal. The portal enrolment is free of cost. The bidders are advised to go through the instructions provided at Annexure A: ‘Instructions for online bid submission’.
7 The bidders will be at liberty to be present either in person or through an authorized representative, who must carry ‘Bid Acknowledgement Receipt’, at the time of opening of bid or can view the bid opening event online at their remote end.
(Satish Kumar) Superintending Engineer
6
SECTION I
INVITATION FOR BIDS
1. The Chairman, Central Ground Water Board (CGWB), Faridabad on behalf of the President of India invites sealed tenders for developing mobile apps and web based analytics portals in Central Ground Water Board from eligible bidders who meet following eligibility criteria:
a. The Bidder should be ISO certified company registered under Indian
Companies Act 1956. The Bidder should also be registered with Service & Goods Tax Department of the Government of India and have other mandatory registrations such as PAN etc.
b. The Bidder should have core competence i n providing software solutions with dedicated
team of professional for timely execution and maintenance of web based applications and must have developed, deployed and supported such systems in the past. The Bidder should possess at least 5 years continuous experience in the field of development and maintenance of web based applications.
c. The Bidder should have a minimum turnover of Rs.30 lakh and a positive
net worth during each of the last three financial years (2015-16, 2016-17 and 2017-18).
d. The Bidder should have successfully completed works during the last 5 years.
Three web based software development projects costing not less than
Rs. 04 Lakhs each
Or
Two web based software development projects costing not less than
Rs. 06 Lakhs each
Or
One web based software development project costing not less than Rs.
12 lacs and
with Central Government Department/ State Government Department/Central Autonomous Body/ Central Public Sector undertaking.
Copy of completion report along with work order should be enclosed. f. The
Bidder should have office in Delhi/ NCR.
g. The Bidder should not have been blacklisted by any Central/ State Government/ Public Sector Undertaking/ Autonomous Bodies under Central and State Governments in India.
7
h. The Bidder should be empanelled with any Central/State IT department for undertaking Website / Web Based application development work. Copy of empanelment letter should be enclosed.
2. Tender Document is available on Central Public Procurement (CPP) Portal URL Central
Public Procurement (CPP) Portal URL www.eprocure.gov.in.The bids shall be submitted online only w.e.f. 15 :00 Hrs of 10th December, 2018.
3. Tender methodology proposed to be adopted by the CGWB will be “TWO BID
SYSTEM”.
4. There will be no pre-bid meeting for this tender; however, interested bidders may raise their queries by writing email at [email protected] upto 15th December, 2018 only. No queries will be entertained thereafter.
5. Bidders are advised to study all technical and commercial aspects, instructions,
forms, terms and specifications carefully in the tender document. Failure to furnish all information required in the tender document or submission of a Tender not substantially responsive to the tender document in every respect will be at the Bidders risk and may result in the rejection of the bid.
7. CGWB will not be responsible for any costs or expenses incurred by bidders in connection with the preparation and online submission of bids.
8. CGWB reserves the right to cancel, postpone, withdraw the invitation for Bids
without assigning any reason thereof and shall bear no liability whatsoever consequent upon such a decision if the situation so warrants.
9. CGWB reserves the right / reject the part of work. There shall be no subletting of
the work in any case.
10. CGWB reserves the right to reject any or all the tender(s) received without assigning any reason thereof.
11. All correspondence with regard to the above shall be made to the following
address:
Superintending Engineer,
CGWB, Bhujal Bhawan
Faridabad Haryana 121001
8
SECTION II
INSTRUCTION TO BIDDERS
1. INTRODUCTION:
1.1 E -Tender is available on Central Public Procurement (CPP) Portal URL www.eprocure.gov.in
1.2 Bidder who has downloaded the tender shall not tamper/modify the tender form including downloaded price bid template in any manner. In case if the same is found to be tempered/ modified in any manner, tender will be completely rejected and EMD would be forfeited.
1.3 Government of India has made it mandatory to make all procurement with estimated value of Rs. 2 lakh or more through e-procurement mode. For conducting e-procurement, Central Ground Water Board has decided to use the cpp portal. Bids may be submitted online only at cpp Portal.
1.4 For online submission of bids on c p p portal, bidders need to register with cpp. Bidders a r e a d v i s e d t o f o l l o w t h e i n s t r u c t i o n s p r o v i d e d i n t h e Instructions to the Contractors/Tenderer for the e-submission of the bids online through cpp portal.
1.5 Intending bidders are advised to check CPP Portal for any corrigendum / amendment.
1.6 The broad requirement of the Work, Tender procedures and contract terms are prescribed in this Tender Document comprising of:
(a) Section-I - Invitation for Bids
(b) Section II – Instructions to Bidders;
(c) Section III - General Conditions of Contract;
(d) Section IV - Scope of Work and Functional Requirements
(e) Section V – Bid Schedules
9
1.7 The Bidder is expected to examine all instructions, forms, terms and requirements in the Tender Document. Failure to furnish all information required by the Tender Document or submission of a bid not substantially responsive to the Tender Document in every respect will be at the Bidders risk and may result in the rejection of the bid.
2. TENDER FEE:
2.1 The interested eligible bidder has to submit the tender fee of Rs. 500/- (Rupees Five Hundred Only) in the form of a Demand Draft drawn in favour of DDO, CGWB, payable at Faridabad before the last date/ time of submission of online bids. The tender fee will be non-refundable.
3. BID SECURITY/EARNEST MONEY DEPOSIT (EMD):
3.1 The bidder has to submit a Bid Security/ Earnest Money Deposit (EMD) of ₹ 1,50,000/- (Rupees One Lakh Fifty Thousand Only) in the form of a Demand Draft drawn in favour of DDO, CGWB, payable at Faridabad to the S u p e r i n t e n d i n g E n g i n e e r , C G W B , F a r i d a b a d before the last date/ time as stipulated in the Section-I of Tender.
3.2 The Bid Security Cost shall remain valid for a period of 120 days from the date of opening of technical bid.
3.3 The E.M.D may be forfeited due to following reasons:
a) If the Bidder withdraws bid during the period of bid validity.
b) If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period of bid validity.
i. fails or refuses to execute the Contract Form, if required; or
ii. fails or refuses to furnish the Performance Security, in accordance with the instructions to Bidders;
3.4 Unsuccessful bidders’ EMD shall be refunded back as promptly as possible, but not later than thirty (30) days after the expiry of the period of bid validity.
3.5 The Bid Security of successful bidder shall be returned only after the submission of their acceptance against the issued award of contract within the stipulated time period and furnishing of the performance security.
4. COST OF BIDDING:
4.1 The Bidder shall bear all costs associated with the preparation and online submission of its Bid and purchaser will in no case be responsible or liable for these costs, regardless of conduct or outcome of the bidding process.
5. LANGUAGE OF BID:
5.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and CGWB shall be in English only.
6. BID PRICES:
10
6.1 The Bidders would have to quote the prices in Indian Rupees only for the total scope of work.
7. FIRM PRICES:
7.1 Prices quoted must be firm and final and shall remain constant throughout the period of the contract and shall not be subject to any upward modifications, whatsoever.
8. DISCOUNT:
8.1 The Bidders are advised not to indicate any separate discount. Discount, if any, should be merged with the quoted prices. Discount of any type, indicated separately, will not be taken into account for evaluation purpose. However, in the event of such an offer, without considering discount, is found to be the lowest, the Purchaser shall avail such discount at the time of award of contract.
9. PERIOD OF VALIDITY OF BIDS:
9.1 The offer submitted by the bidder shall be valid for a period of 120 days from the date of opening of technical bid. A proposal valid for a shorter period may be rejected as nonresponsive.
9.2 In exceptional circumstances, CGWB may solicit the bidder's consent for an extension of the validity period. The request and the responses thereto shall be made in writing (or by fax or email). A Bidder may refuse the request without forfeiting its bid security. A Bidder granting the request will not be required nor permitted to modify its bid.
10. AMENDMENT IN BIDDING DOCUMENT:
10.1 At any time prior to the deadline for online submission of bids, the purchaser, for any reason, may modify the Tender Document by online notification of amendment on cpp web site Central Public Procurement (CPP) Portal URL www.eprocure.gov.in and such amendment shall be binding on all bidders.
11. LAST DATE FOR ONLINE SUBMISSION OF BIDS:
11.1 The bids may be submitted online on the TCIL Portal www.eprocure.gov.in only upto 15:00 Hrs of 31st December, 2018.
11.2 The Purchaser may, at its discretion, extend the last date/ time for online submission of bids by amending the Tender Document, in which case all rights and obligations of the Purchaser and Bidders previously subject to the last date/time will thereafter be subject to the last date/time as extended.
12. SUBMISSION OF DOCUMENTS:
12.1 The following documents are to be submitted online in the technical bid part:
a. Bid particulars as per Annexure 5.1.1 of Section-V.
b. Technica l bid letter as per Annexure 5.1.2 of Section-V.
11
c. P r e -qualification documents to establish eligibility criteria as under:
i. Demand Drafts towards Bid Security/ Earnest Money Deposit and cost of tender documents.
ii. Company registration certificate
iii. Documents in proof of GST No and PAN No.
iv. Audited Balance sheet of last three years.
vi. Valid supply order of appropriate value with successful completion certificates of similar works executed during the last 5 years as on 31.08.2018.
vii. Documents in support of ISO certification
viii. Undertaking that the Bidder has not been blacklisted by any Central/ State Government/ Public Sector Undertaking/ Autonomous Bodies under Central and State Governments in India.
ix. Documents to certify that the Bidder is empanelled with any Central/ State IT department for undertaking Website / Web Based application development work.
x. Proof of office address in Delhi /NCR.
d. Documents as required in clause 13.2 of Section-II of the tender document for technical evaluation:
i. Technical proposal with organization profile indicating brief bio sketches of key personnel to be deployed on this project with their experience and skills in similar projects, proposed solution, approach, methodology, work plan and Standard Operating Procedure (SOP) stating the full details in which project will be get completed.
ii. Work orders of satisfactory completed applications costing more than Rs. 4.0 lacs for Central Government / State Government/ PSU Govt.
iii. Details (Bio-data) of professional staff to be deployed for this project.
iv. Documents in support of qualification and experience of Team leader.
v. Documents in support of CMMI certification, If any.
12.2 The following documents are to be submitted online in the financial bid part:
a. F inan cia l bid letter as per Annexure 5.2.1 of Section-V.
b. Pr ice Schedule as per Annexure 5.2.2 of Section-V.
12.3 The bidder has to submit following documents in hard copy in a sealed envelope before last date and time of submission of online bid otherwise the bid will not be considered for opening:
i. Demand Draft towards Bid Security/ Earnest Money Deposit in original. ii.
Demand Draft towards tender fee in original.
iii. Pass Phrase for Technical & Financial bid in separate sealed envelopes.
13. BID EVALUATION PROCESS:
13.1 The evaluation of the bids will be based on the Combined Quality and Cost
12
Based Selection (CQCBS) Method
13.2 Technical Evaluation:
An Evaluation Committee shall evaluate the Technical Proposals only for those Bidders who satisfy the pre-qualification/ eligibility criteria. The Bidders will be assessed based on the Company Profile having various factors related to their organization, manpower, area of expertise, similar developments and mainly technical proposal and their understanding of the work and demonstrating their capability to successfully execute the work. During the process of evaluation of the technical proposal, the Bidder might be required to make presentation on its Proposal and the date and time of the presentation /interactions will be intimated individually.
The Technical evaluation will be done on the basis of the following criteria with maximum marks of 100. The weightage for each factor of the criteria shall be as follows:-
Sl.
No.
Criteria Level Score Maximum Score
1 Experience of the firm ≥ 5 Years and <10 Years 5 10 ≥ 10 Years 10
2 Number of applications costing
more than Rs. 04 lacs developed for
Central Government Department/ State
Government Department/ Central
Autonomous Body/ Central Public
Sector Undertaking.
3 5 10 4 to 5 7 6 and above 10
3 Average T u r n o v e r i n l a s t
t h r e e years. ≥ Rs. 30 lakh and < Rs. 50 lakh
5 10
≥ Rs. 50 lakh and < Rs. 1
crore 7
≥ Rs. 1 crore 10
4 Professional Staff to be deployed for
this project. 1 to 2 5 10 3 to 4 7 5 and above 10
5 Qualification of Team Leader Graduate 7 10 Post Graduate 10
6 Experience of Team Leader. Upto 3 Years 5 10 3 to 5 Years 7 5 Years and above 10
7 Quality Certification ISO Certificate 5 10 ISO Certificate & CMMI level 3 Certificate
7
ISO Certificate & CMMI level 5 Certificate
10
13
8 Experience in building web portal for editing/ publishing technical papers, understanding of CGWB‟s requirement, proposed solution, approach, methodology, work plan for performing the assignment etc.
30 30
Total 100 100
The minimum qualifying total score for the technical bid shall be 50. The financial bids of only those Bidders shall be opened whose score is 50 or above in technical bids. The Bidders whose offers have been selected after technical evaluation shall be informed separately. Such selected Bidders may attend the opening of financial bids.
13.3 Financial Evaluation:
The financial proposals of the technically qualified Bidders will be opened in presence of those Bidders or their representatives whose bids are short listed for financial evaluation.
Evaluation of financial bids will lead to selection of consultant after adding of scores in technical and financial proposals with respective weight-ages, which shall be 0.7 for technical bid and 0.3 for financial bid. Formula for Final Bid Evaluation will be as under:
Bm = 0.7 (TM) + 0.3 (Fn) Fn
= (Fmin / Fb)*100
Bm is total marks of the Bidder in consideration
TM is Technical Marks of the Bidder in consideration
Fn is Normalized financial score of the Bidder in consideration
Fb is Evaluated Cost of Bidder under consideration
Fmin is Minimum evaluated cost of any Bidder
13.4 Arithmetic Error, if any, in the price breakup will be rectified on the following basis:
(a) If there is discrepancy between cost as quoted in words and figures, the quoted rate in words shall prevail.
(b) If there is discrepancy in total project cost and sum of quoted cost of the components of the project, the quoted rate for individual component of the project shall prevail.
13.5 Ranking of the Bidders will be done according to the total marks obtained. Bidder who has obtained maximum marks will be ranked first and so on.
14
14. PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS:
14.1 The Purchaser reserves the right to accept any bid, and to annul the Tender process and reject all bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Purchaser's action.
15. LETTER OF INTENT / NOTIFICATION OF AWARD:
15.1 The letter of intent / notification of award shall be issued to the successful Bidder
whose bid has been determined to be substantially responsive and has been determined as the lowest evaluated bid, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily. The successful Bidder shall be required to furnish a letter of acceptance to it within 5 days of issue of the letter of intent / notification of award by Purchaser.
16. SIGNING OF CONTRACT:
16.1 Within 15 days of the receipt of notification of award by Purchaser, the successful
Bidder shall have to sign a contract incorporating all agreements between the parties.
17. PERFORMANCE SECURITY:
17.1 Within 15 days of the receipt of notification of award from the Purchaser, the successful Bidder shall furnish the performance security in accordance with the Conditions of Contract, in the form of a Guarantee Bond from a Nationalised / Scheduled Bank.
15
SECTION III
GENERAL CONDITIONS OF CONTRACT
1. DEFINITIONS:
1.1 In this Contract, the following terms shall be interpreted as indicated:
(a) "The Client" or “The Purchaser” means the President of India acting through the Chairman, CGWB.
(b) "Purchase Officer" means the officer signing the acceptance of tender and includes any officer who has authority to execute the relevant contract on behalf of the Client.
(c) The "Contract" means the agreement entered into between the Client and the Contractor as recorded in the Contract Form signed by the Client and the Contractor, including all attachments and annexes thereto and all documents incorporated by reference therein.
(d) The "Contractor” or “Vendor” means the firm or the company selected through tendering process and shall be deemed to include the Contractor's successors, representatives (approved by the Client), heirs, executors, administrators and permitted assigns, as the case may be, unless excluded by the terms of the contract.
(e) "The Contract Price" means the price payable to the Contractor under the Contract for the full and proper performance of its contractual obligations;
(f) "Service" means services to be provided by the Contractor as per the requirements of this document and any other incidental services, such as provision of technical assistance, training and other such obligations of the Contractor covered under the Contract;
(g) "Acceptance of Tender" means the letter/Email/ fax or any memorandum communicating to the Bidder the acceptance of his tender and includes an advance acceptance of his tender.
2. APPLICATION:
2.1 These General Conditions shall apply to the extent that provisions in other parts
of the Contract do not supersede them.
3. STANDARDS OF PERFORMANCE:
3.1 The Contractor shall perform the Services and carry out it's obligations under the Contract with due diligence, efficiency and economy, in accordance with generally accepted techniques and practices used in the industry and with professional engineering and consulting standards recognized by international professional bodies and shall observe sound management, engineering practices. It shall employ prudent technical and engineering practices. It shall employ advanced technology and safe and effective equipment, machinery, material and methods. The Contractor shall always act, in respect of any matter relating to this Contract, as faithful advisors to
16
the Client and shall, at all times, support and safeguard the Client's legitimate interests in any dealings with Third Parties.
4. USE OF CONTRACT DOCUMENTS AND INFORMATION:
4.1 The Contractor shall not, without the Client's prior written consent, disclose the
Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of the Client in connection therewith, to any person other than a person employed by the Contractor in the Performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far, as may be necessary for purposes of such performance.
4.2 The Contractor shall not, without the Client's prior written consent, make use of any document or information except for purposes of performing the Contract.
5. PERFORMANCE GUARANTEE:
5.1 Within 15 days after the receipt of notification of award of the Contract from the
Client, the successful Bidder shall furnish Performance Guarantee to the Client, which shall be equal to 10% of the value of the Contract and shall be in the form of a Guarantee Bond from a Nationalised / Scheduled Bank. The validity of the Performance guarantee submitted should be for a period of two months beyond the expiry of warranty period.
5.2 The performance guarantee shall be deemed to govern the following guarantees from the successful Bidder, in addition to other provisions of the guarantee:
The application developed/ supplied under the contract shall be free from all defects/ bugs and upon written notice from the client, the successful Bidder shall fully remedy, free of expense to the client, all such defects/ bugs as developed during the warranty period.
To fulfil the conditions of work contract/purchase order.
The performance guarantee is intended to secure the performance of the entire system. However, it is not to be construed as limiting the damages stipulated in any other clauses.
6. PROJECT SCHEDULE:
6.1 The Beta version of the mobile and web application software for each module has to
be delivered within two weeks from the date of award of contract. There are three
modules to be developed which may increase as per need.
6.2 First module (web and mobile) has to developed and delivered in final shape within
three weeks from the date of work award.
6.3 Above schedule ( 6.1 & 6.2) shall be applicable to further modules as well. It is
expected that pace of development of subsequent modules will be accelerated based
on the experience gained during the development of previous modules.
17
6.4 The complete development and delivery of final software (web as well as mobile
application) has to be completed within 10 (Ten) weeks from the date of award of
contract.
7. WARRANTY AND ANNUAL MAINTENANCE:
7.1 The Bidder shall provide maintenance and technical support/ warranty for one year
from the date of taking over after completion of work by the consignee during which, service should be provided by the means of deploying one technical personnel.
7.2 Hosting of mobile application on Google play store and Apple play store shall be done by the vendor only. Hosting should be done for three years from the date of hosting.
7.3 Cost of hosting mobile application (for three years) should be included in bidding cost.
8. CHANGE ORDERS:
8.1 The Client may at any time, by a written order given to the Contractor make changes
within the general scope of the contract.
8.2 If any such change causes an increase or decrease in the cost of, or the time required for, the Contractor’s performance of any part of the work under the Contract, whether changed or not changed by the order, an equitable adjustment shall be made in the Contract Price or delivery schedule, or both, and the Contract shall accordingly be amended. Any claims by the Contractor for adjustment under this Clause must be asserted within thirty (30) days from the date of the Contractor’s receipt of the Purchaser’s changed order.
9. CONTRACT AMENDMENTS:
9.1 No variation in or modification of the terms of the Contract shall be made except by
written amendment signed by both the parties i.e. the Contractor and the Client.
10. ASSIGNMENTS:
10.1 The contractor shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Department’s prior written consent.
11. TERMS OF PAYMENT:
11.1 Payment will be made in Indian Rupees only.
11.2 Payment will be made with following milestones:
18
Sl. No.
Milestone achieved Payment %
1 Within one month of completion of the modules and acceptance of the same by CGWB.
80 % of Work Order Value
2 Within one month from the date of end of the warranty period
20% of Work Order Value.
11.3 Payment will be made only after submission of Pre receipted bills in triplicate by the Contractor.
12. DELAYS IN THE CONTRACTOR’S PERFORMANCE:
12.1 Delivery of the work shall be made by the Contractor in accordance with the time
schedule given in the tender document.
12.2 If at any time during performance of the Contract, the Contractor should encounter conditions impeding timely delivery of the Goods and performance of Services, the Contractor shall promptly notify the department in writing of the fact of the delay, it‟s likely duration and its cause(s). As soon as practicable after receipt of the Contractor‟s notice, the department shall evaluate the situation and may at its discretion extend the Contractor‟s time for performance, with or without liquidated damages as per Clause of GCC, in which case the extension shall be ratified by the parties by amendment of the Contract.
12.3 Except as provided under Clause 15, a delay by the Contractor in the performance of its delivery obligations shall render the Contractor liable to the imposition of liquidated damages pursuant to Clause 13 unless an extension of time is agreed upon pursuant to Clause 12.2 without the application of liquidated damages.
13. LIQUIDATED DAMAGES:
13.1 Subject to Clause 15, if the Contractor fails to deliver its Services within the period(s)
specified in the Contract, the department shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the 0.5% per week (seven days) or part thereof the contract price of unperformed services for each week (seven days) or part thereof of delay subject to maximum deduction of 10% of the contract price. Once the maximum is reached, the purchaser may consider termination of the contract pursuant to clause 14.
14. TERMINATION FOR DEFAULT:
19
14.1 The Department, without prejudice to any other remedy for breach of contract, by written notice of default sent to the Contractor, may terminate this Contract in whole or in part.
i. if the Contractor fails to deliver any or all of the Goods within the period(s) specified in the Contract, or within any extension thereof granted by the Department pursuant to Clause 12.2;
ii. if the Contractor fails to perform any other obligation(s) under the contract.
15. FORCE MAJEURE:
15.1 Notwithstanding the provisions of Clause 12, 13 and 14, the Contractor shall not be liable for forfeiture of performance security liquidated damages or termination for default, if and to the extent that, its delay in performance or other failure to perform the obligations under the Contract is the result of an event of Force Majeure.
15.2 For purposes of this Clause, “Force Majeure” means an event beyond the control of the Contractor and not involving the Contractor’s fault or negligence and not foreseeable. Such events may include but are not restricted to wars or revolutions or civil commotions, fires, epidemics, quarantine restrictions and freight embargos
15.3 If a Force Majeure situation arises, the Contractor shall promptly notify the Department in writing of such condition and the cause thereof. Unless otherwise directed by the Department in writing, the Contractor shall continue to perform its obligations under the contract as far as reasonably practical, and shall seek, all reasonable alternative means for performance not prevented by the force Majeure event.
16. TERMINATION FOR INSOLVENCY:
16.1 The Department may at any time terminate the Contract by giving written notice to the
Contractor if the Contractor becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Contractor, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Department.
17. RESOLUTION OF DISPUTES:
17.1 The Client and the Contractor shall make every effort to resolve amicably by direct
informal negotiations, any disagreement or disputes, arising between them under or in connection with the Contract.
17.2 For resolution of disputes, appropriate legal action shall be initiated in consultation with the Department of Legal Affairs, Government of India. Relevant section of Indian laws as amended from time to time shall be applicable and binding on the Bidder.
18. GOVERNING LANGUAGE:
20
18.1 The Agreement shall be written in English language. All correspondence and other documents pertaining to the Contract which are exchanged by the parties shall be written in English language.
19. APPLICABLE LAW:
19.1 The contract shall be interpreted in accordance with the Indian laws.
20. NOTICES:
20.1 Any notice given by one party to the other pursuant to this Contract shall be sent to the
other party in writing or facsimile or email and confirmed in writing to the other party‟s address specified.
20.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.
20.3 The contractor is responsible for managing the activities of its personnel and will hold itself responsible for any misdemeanours.
20.4 The Contractor will treat as confidential all data and information about the Department, obtained in the execution of his responsibilities, in strict confidence and will not reveal such information to any other party without the prior written approval of the Department.
20.5 The Department reserves the right to terminate the contract in full or in part with one month prior notice.
21. TAXES:
21.1 The successful Bidder shall be entirely responsible for all taxes, duties, license fees,
etc., in respect of this contract and provisions of Income tax Act regarding deduction of tax at source shall apply.
21
SECTION IV
Scope of Work
For
Mobile app and Web based Analytics portal with user management on
Exploration Program Monitoring System (EXPROMS); Ground Water
Investigation Monitoring System (GWIMS) and Devising Programme for
Performance Assessment System through Balanced Scorecard Approach
for
Central Ground Water Board
22
SECTION IV Scope of Work
Mobile app and Web based Analytics portal with user management on
Exploration Program Monitoring System (EXPROMS);
Ground Water Investigation Monitoring System (GWIMS)
and
Devising Programme for Performance Assessment System through Balance Scorecard
Approach
for
Central Ground Water Board
Ministry of Water Resources, RD & GR
Government of India
23
SCOPE OF WORK
Invitation for Technical and Financial bids for Developing mobile app and Web based Analytics portal with user management
on
Exploration Programme Monitoring System (EXPROMS) and Ground Water Investigation
Monitoring System (GWIMS) for Central Ground Water Board
And
Devising Programme for Performance Assessment System through Balance Scorecard Approach
for Central Ground Water Board
Central Ground Water Board (CGWB), Ministry of Water Resources, RD & GR, Government of
India, is devising a Performance Assessment System (PAS) based on Balanced Scorecard
approach. As part of this programme, CGWB intends to develop mobile app and web based
analytical portal with management on (1)Exploration Programme Monitoring System
(EXPLOMS)&(2) Ground Water Investigation Monitoring System (GWIMS) and CGWB intends to
(3) devise programme for Performance Assessment System through balance scorecard approach.
Ground Water Exploration Programme of CGWB is carried out through its’ own 82 numbers of
drilling rig units. A drilling rig unit comprises of drilling rig, compressor, pump and other
machinery/equipment attached to it which are operated by the drilling crew headed by the
Driller-In-Charge (DIC).The scientific data generation/collection work and preparation of Basic
Data Report (BDR) are carried out by Site Hydrogeologists. The monitoring of the rig-units (about
the location details, utilizable/non-utilizable time, productive/non-productive time and if
productive then type of operation which is going on a particular day) will be carried out by
developing the proposed mobile app on Exploration Programme Monitoring System (EXPLOMS).
For developing the mobile app CGWB invites the technical and financial bids. The details outlines
of the mobile app are given in Annexure I.
Ground Water Investigation & Monitoring Programme of CGWB is carried out through Hydro
geologists, Geophysicists. The hydro geological Investigation involves the field survey and data
collection through establishment of monitoring stations; litho logy preparation and pumping test.
For each monitoring station the following data such as Geological formation (Unconsolidated /
Semi consolidated/Consolidated); Aquifer Type {Phreatic/ Confined (Aquifer-I, Aquifer-II and
Aquifer-III)}; Measuring Point (m above ground level), Depth to Water Table /Depth to
Piezometric Surface (m below ground level) are collected/ measured. Also on the spot water
quality data such as pH, EC are measured and water sample are collected for detailed analysis in
the Laboratory. The surface geophysical investigation is carried mainly through Vertical Electrical
Sounding (VES) to decipher the depth wise physical properties of rocks/layers to delineate
probable water bearing formations. The monitoring of the ground water investigation work
(about type of project, location details of monitoring wells, geological formation, aquifer type,
depth to water table/ Piezometric surface, pH, EC; litho logy; pumping test; Geophysical
Investigation location details, spreading etc.) will be by developing the proposed mobile app on
24
Ground Water Investigation Monitoring System (GWIMS). The details outlines of the mobile app
are given in Annexure II.
Central Ground Water Board intends to create a Performance Assessment System (PAS) based on
the balance Scorecard (BSC) approach for Regional Offices/Divisional Offices/Training Institute
and CHQ. The details outlines of the mobile app are given in Annexure III.
25
Annexure-1
Details outlines of the mobile app on Exploration Programme Monitoring System (EXPROMS)
The mobile app will have four basic components
A. Pinpointing of Site
Will have location information from Location Services.
Date and Time Stamp from the System.
Text Data stating the name of Site Hydro geologist, Driller-In-Charge, Location and
access of the Site.
Optional Provision for Photograph of Site.
B. Start or End Data
The Following Data will provide Options to enter either the activity was started or ended. If
already start record exists it will not allow to create another start record.
Shifting.
Site Preparation.
Pilot Hole Drilling/ Litho log Preparation.
Electrical Logging.
Assembly Design.
Assembly Lowering/ Gravel Packing.
Development.
Pumping Test.
BDR Preparation.
Unforeseen Repair.
Hole problem/ Fishing.
Waiting For
C. Depth From and Depth to Data
The Following Data will provide Options to enter From Depth and To Depth for the activity
along with Bit Size. If data mismatch system will not allow to create the record.
Pilot Hole Drilling.
Reaming.
D. Day Wise Data
The Following Data will be provided day wise only
Site not Approachable
Inclement Weather
Planned Maintenance
Holiday
26
APP BASED GROUND WATER EXPLORATION PROGRESS MONITORING SYSTEM
Engineering Data
APP
RIG UNIT
Web Server
(DB)
D
e
ci
s
si
o
n
s
Data Users
Scientific Data
CGWB.GOV.IN
Region
Region
CHQ
Division
27
Steps in Updating the Progress in the APP Based System
Select Region
Select Division
Select RIG UNIT
Pinpoint a Site Update Progress or
Pinpoint a Site Pinpoint
Pro
gress
Select UTILIZABLE/
UNUTILIZABLE TIME
If Utilizable Time 1. Site Not Approachable
2. Inclement Weather
3. Planned Maintenance
4. Holiday
No
Ye
s
A
28
A
If Productive Time
1. Unforeseen Repair
2. Hole Problem/ Fishing
3. Waiting For
a. Site
b. Material
c. Logging
d. Assembly Decission
e. Others (Specify)
No
Ye
s
1. Shifting
2. Site Preparation
3. Pilot Hole Drilling
4. Litholog Preparation
5. Electrical Logging
6. Assembly Decission
7. Reaming
8. Assembly Lowering/
Gravel Packing
9. Development
10. Pumping Test
11. Preparation of Basic Data
Report
29
Annexure II
Details outlines of the mobile app on Ground Water Investigation and Monitoring System
(GWIMS)
The mobile app will be used for collection of data pertaining to different ground water related
investigations. The data will be stored in a database. It may also be required at a later stage to
enter historical data into these databases.
The app will have four major modules with scope for further extension.
The four modules are as follows:
Monitoring
Pumping Test
Litho log
Geophysical Investigation (VES)
30
APP BASED Ground Water Investigation Monitoring System (GWIMS)
APP
Ground Water Field
Investigation
Web Server
(DB)
D
e
ci
s
si
o
n
s
Data Users
CGWB.GOV.IN
CHQ
Ministry
Region
Steps in Updating the Progress in the APP Based System
Select Region
Select State
Select District
Select Project
NEW STATION EXISTING STATION
Update Database Collect Data
Select Investigation
MONITORING
PUMPING TEST
LITHOLOG
OTHERS
MONITORING
o National Hydrograph Network
o NAQUIM
o Special Study
o Others
GEOPHYSICAL
Name of field officer*
DateTime Picked automatically
Whether Dry* Y/N
IF No
Height of measuring point (m agl)*
Depth to water table (m bmp)*
EC (micro siemens/cm)
T (°C)
pH
Water Sample Collected If yes o Major ions o Heavy/Trace metal o Isotope o Others
Upload Site Photograph
* Mandatory
Name of field officer*
DateTime Picked automatically
Whether Dry/Filled* Y/N
IF No
Height of measuring point (m agl)*
Depth to piezometeric surface (m bmp)*
EC (micro siemens/cm)
T (°C)
pH
Water Sample Collected If yes o Major ions o Heavy/Trace metal o Isotope o Others
Upload Site Photograph
* Mandatory
If EXISTING
Read X and Y from GPS Look for nearby wells
1. Well1
2.Well2
3.Well3
4.Well4
Select Well
Select Geological Formation
1. Unconsolidated
2. Semi consolidated
3. Consolidated
Select Aquifer Type 1. Phreatic
2. Confined/semi-confined
If PHREATIC No Select Aquifer
1. Aquifer I
2.Aquifer II
3. Aquifer III
4. Not known
Ye
s
Name of Officer *
Latitude From GPS
Latitude From GPS
Longitude From GPS
Site Name
Approach/Location
If NEW
Select Geological Formation
1. Unconsolidated o Alluvium o Aeolian o Coastal o Others
2. Semi consolidated o Sandstone o Shale o Limestone o Laterite o Others
3. Consolidated o BGC o Granite/ Gneiss o Quartzite o Schist o Khondalite o Basalt o Precambrian
Sedimentaries o Intrusives o Others
Select Aquifer Type 1. Phreatic
2. Confined/semi-confined
If PHREATIC No Select Aquifer
1. Aquifer I
2.Aquifer II
3. Aquifer III
4. Not known
Yes
1 2
Name of field officer*
Date Time Picked automatically
Type of well o Dug well o Bore well/ tube well
Depth (m bgl)*
Diameter (m)*
Height of measuring point (m agl)*
Depth to water table (m bmp)*
EC (micro siemens/cm)
T (°C)
pH
Water Sample Collected
If yes o Major ions o Heavy/Trace metal o Isotope o Others
Upload Site Photograph
* Mandatory
Name of field officer*
Date Time Picked automatically
Depth (m bgl)*
Diameter (m)*
Height of measuring point (m agl)*
Depth to water table (m bmp)*
EC (micro siemens/cm)
T (°C)
pH
Water Sample Collected
If yes o Major ions o Heavy/Trace metal o Isotope o Others
Upload Site Photograph
* Mandatory
1 2
MONITORING
End
Name of Hydrogeologist
Date Time Picked up automatically
Latitude From GPS
Longitude From GPS
Site Name
Approach/Location
PUMPING TEST
Select Region
Select State
Select District
Select Project o CGWB Exploration Programme
o NAQUIM
o Special Study
o Others
Type of Test o Preliminary Yield Test
o Step Drawdown Test
o Aquifer Performance Test
o Slug Test
o Dugwell Test
o Others
Observation well Distance from Pumping Well (m)
1
2
3
Well Static Water Level (mbgl)
Pumping Well
OW-I
OW-II
OW-III
Select Geological Formation
1. Unconsolidated o Alluvium o Aeolian o Coastal o Others
2. Semi consolidated o Sandstone o Shale o Limestone o Laterite o Others
3. Consolidated o BGC o Granite/ Gneiss o Quartzite o Schist o Khondalite o Basalt o Precambrian
Sedimentaries o Intrusives o Others
Select Aquifer Type 1. Phreatic
2. Confined/semi-confined
o Aquifer I
o Aquifer II
o Aquifer III
o Not known
Enter Time Series Data
Observation well exsits? YES
Static Water Levels
Time Since Pumping started (minutes)
Q (lps)
Depth to water (m bgl)- Pumping Well
Depth to water (m bgl)- Observation Well-I
Depth to water (m bgl)- Observation Well-II
Depth to water (m bgl)- Observation Well-III
Time Since Pumping stopped(minutes)
Depth to water (m bgl)- Pumping Well
Depth to water (m bgl)- Observation Well-I
Depth to water (m bgl)- Observation Well-II
Depth to water (m bgl)- Observation Well-III
Pumping Data
Recovery Data
PUMPING TEST
END
o Exploratory Well
o Observation Well-I
o Observation Well-II
o Observation Well-III
Name of Hydrogeologist
Date Time Picked up automatically
Latitude From GPS
Longitude From GPS
Site Name
Approach/Location
Depth from (m bgl)
Depth to (m bgl)
Lithology Discharge (lps) Description and other information
50 characters
LITHOLOG
Select Region
Select State
Select District
Select Project o CGWB Exploration Programme
o Others
Select Well
Enter Litholog
LITHOLOG END
Name of Hydrogeologist
Date Time Picked up automatically
Latitude From GPS
Longitude From GPS
Site Name
Approach/Location
VES Direction
S.I.No AB/2 MN/2 K R ρ (Apparent Resistivity)
Remarks
GEOPHYSICAL (VES)
Select Region
Select State
Select District
Select Project o CGWB Exploration Programme
o NAQUIM
o Special Study
o Others
VES Data
GEOPHYSICAL (VES) END
Admin -Backend Development:
1. Admin Backend Development
a. Design:
i. All the pages will be graphically designed
ii. After Designing HTML code will be done on Bootstrap Frame work.
b. Dashboard:
i. Dashboard: Customize design as per discussion with respective
department.
ii. Update Profile: Admin can update his profile
iii. User Management:
1. Admin can manage all user type.
2. There will be user type of diff roles.
3. Admin can activate/deactivate users
4. Admin can edit any user data
iv. Managing Master Data: Admin can all master data from backend panel
1. Admin add/edit/delete data
2. Admin filter data
v. Managing Projects: Admin can all project Details from backend panel
1. Admin add/edit/delete projects
2. Can Assign projects to users
3. Acceptance of projects from users
vi. Fund Management: Admin can Create Funds and assign funds to
respective projects
1. Admin add/edit/delete funds category
2. Can Assign funds to projects
3. Can see utilization/release of funds
vii. Capturing and Displaying of data: Admin panel should have the ability
to capture data from mobile app display in respective forms (tabular or
graphs).
viii. Search of data: Admin can search data
1. By category
2. By Dates
3. By name of user
4. By Projects
5. By In progress/Delay/Completed filter
ix. Customized Reports: Admin can see various Reports (Tabular or
graphical View)
1. By Projects
2. By Fund Utilization
3. By category
4. By Dates
5. By name of user
6. By material type
7. By City/State
8. By In progress/Delay/Completed filter
Mobile App development (Android)
2. UI/UX
a. Design:
i. All the screens will be graphically designed
ii. Mobile app developer will create UI according to screens
iii. Mapping screens functionality on user Interaction
iv. Response time of user click
b. Development
i. Integration of all web services API
ii. Development of all screens functionality
iii. User login
iv. User forget password
v. User dashboard
vi. Upload data and supporting
vii. Geo Tagging
viii. Listing of files uploaded
ix. User can view specific files allowed to view
x. Set settings for user to share file
xi. Noting on file by any user
xii. Saving user activity information
xiii. Push Notification to all users
Security Audit:
o By Cert-in Empanelment Agency :
Technology Used:
o For Admin Panel:
Programming Language: PHP
Database: My SQL
Design Tools: Photoshop, Dream Weaver
Scripting and supported languages: Java Script, query
o For Mobile Application
Programming Language: Java, Android SDK
Database: SQL Lite
Design Tools: Android Studio
Time Duration: 45 Days
Annexure III
Performance Assessment System-Balanced Scorecard Approach
For Central Ground Water Board
Central Ground Water Board intends to create a Performance Assessment System (PAS) based on
the balance Scorecard (BSC) approach for Regional Offices/Divisional Offices/Training Institute and
CHQ.
PAS-Balanced Scorecard Approach for CGWB
Financial Performance
Stakeholders’ Satisfaction
Internal Processes Organizational Capacity
Vision
&
Mission
Internal
Processes
PAS-Balanced Scorecard Approach for CGWB
Financial ()
Funds utilized against the target
1. In-house
2. Outsourcing
Stakeholders’ Satisfaction ()
1. Sharing information, data, map, report.
2. Short term water supply investigation.
3. Capacity
building/training/awareness raising.
4. Technical Support to other
Organizations. 5. Disposal of NOC cases for ground
water withdrawal of Industries/Mining/Infrastructure.
6. Disposal cases received on CPGRAM
Internal Processes () 1. Physical targets and
achievements as per Annual Action Plan.
2. Timely completion of job/tasks
adhering to operational procedure.
3. Efficiency in
procurement/Contract Management.
4. Timely promotions/upgradation of employee. 5. Efficiency in administration.
Organizational Capacity () 1. Training and Development.
2. Infrastructure.
3. Technology.
4. Organizational Culture/Employees’ Satisfaction
PAS-Balanced Scorecard Approach for CGWB
Aspects Parameters Reference
(Source)
Max.
Score
Max.
points
(BSC)
A. Financial
()
A1. Funds utilized against the target (In-house). Table-I 100
A2. Funds utilized against the target (Outsourcing). Table-II 100
B. Stakeholders’
Satisfaction
()
B1. Sharing of information, data, map and reports with State
agencies/Stakeholders.
Table-III 100
B2. Disposal of NOC cases of Industries/Mining/Infrastructure etc. through
NOCAP.
Table-IV 100
B3. Capacity building/ training and awareness programmes for stakeholders. Table-V 100
B4. Short term water supply investigation. Table-VI 100
B5. Technical support as per request of various Ministries/Department. Table-VII 100
B6. Disposal cases received on CPGRAM. Table-VIII 100
C. Internal
Processes
()
C1. Physical targets and achievements as per Annual Action Plan. Table-IX 100
C2. Timely completion of job/tasks adhering to operational procedure. Table-X 100
C3. Efficiency in procurement/ Contract Management. Table-XI 100
C4. Timely promotions/up gradation of employee. Table-XII 100
C5. Efficiency in administration. Table-XIII 100
D. Organizational
capacity
()
D1. Training and Development. Table-XIV 100
D2. Infrastructure. Table-XV 100
D3. Technology. Table-XVI 100
D4. Organizational Culture/Employees’ Satisfaction. Table-XVII 100
Total
Score (BSC)
100
A1. Funds utilized against the target (In-house) Table-I
S. No. CGWB, Region Total Target (Revenue + Capital) In-house
Expenditure during current month/quarter/year
Progressive expenditure
Achievement against the target (%)
a b c d=(c/a)*100
1
2
3
Max point () in BSC.
A2. Funds utilized against the target (Outsourcing) Table -II
S. No. CGWB Region Total Target (Revenue + Capital) Outsourcing
Expenditure during current month/quarter/year
Progressive expenditure
Achievement against the target (%)
a b c d=(c/a)*100
1
2
Max point () in BSC.
B1. Sharing of information, data, map and reports with State agencies/Stakeholders Table -III
S. No.
CGWB, Region
Balanced Aquifer Map and Management Plan for sharing with State Govt. (area in sq. km)
Target of Sharing of Aquifer Map and Management Plan with State Govt. (area in sq. km) during current year
Aquifer Map and Management Plan shared with State Govt. through Presentation/report submission (in sq. km) During current year
Achievement (%)
a b c d={c/(a+b)}*100
1
2
Max point () in BSC.
B2. Disposal of NOC cases of Industries/Mining/Infrastructure etc. through NOCAP Table -IV
S. No.
CGWB, Region Balanced number of applications pending for NOC
Number of application received current year/quarter/month (period)
Number of cases processed in current year
Achievement (%)
a b c d={c/(a+b)}*100
1
2
Max point () in BSC.
B3. Capacity building/ training and awareness programmes for stakeholders. Table -V
S. No.
CGWB, Region
Total Target (number of Trainings/Programmes) during current year
Achievement during current month/quarter/year
Progressive Achievement (number of Trainings/Programmes)
Achievement against the target (%)
a b c d=(c/a)*100
. Tier-III trainings (RGI).
. Public Interaction on Aquifer Maps and management Plan (NAQUIM).
. Awareness Raising Programme (NHP).
. Mass Awareness Programme (MoWR)
. Jal Kranti Abhiyan (MoWR).
Max point () in BSC.
B4. Short term water supply investigation Table -VI
S. No. CGWB, Region Balanced number of pending short term water supply investigations
Number of request short term water supply investigations received during current year
Number of cases carried out in current year
Achievement (%)
a b c d={c/(a+b)}*100
1
2
Max point () in BSC.
B5. Technical support as per request of various Ministries/Department. Table -VII
S. No. CGWB, Region Balanced number of request cases for technical support to various Departments.
Number of request cases for technical support to various Departments received during current year
Number of cases addressed during current year
Achievement (%)
a b c d={c/(a+b)}*100
1
2
Max point () in BSC.
B6. Disposal cases received on CPGRAM. Table-VIII
S. No. CGWB, Region Balanced number of cases on CPGRAM.
Number of cases on CPGRAM received during current year
Number of cases addressed during current year
Achievement (%)
a b c d={c/(a+b)}*100
1
2
Max point () in BSC.
C1. Physical targets and achievements as per Annual Action Plan. (Region-wise) Table-IX
Annual Action Plan Target Achievement Achievement
(%)
1 NAQUIM
1A Data Generation for Aquifer Mapping
i Geophysical Studies
VES( No’s)- INHOUSE
VES (No’s.)- OURSOURCING
Geophysical Logging
1D Profiling / 2-D Imaging (line Km)
ii Hydrogeological studies and Ground Water Exploration
Soil Infiltration studies (No’s)
NAQUIM Aquifer Wise Water Level Monitoring and data acquisition (No’s)= No of stations * Frequency
Determination of Storage Parameters for shallow aquifer( No’s)
Annual Action Plan Target Achievement Achievement
(%)
Ground Water Exploration (No’s)- INHOUSE
Ground Water Exploration (No’s)- OUTSOURCING: PVT. DRILLERS
Ground Water Exploration (No’s)- OUTSOURCING: WABCOS
iii Generation of Water Quality parameters
Analysis of Groundwater for Basic parameters (No’s)
Analysis of Groundwater for Heavy metals (No’s)
Pesticides (No’s)
1B Aquifer Map & Management Plan Preparation
Integration & Analysis of data base and preparation of GIS layers & Preparation of Aquifer Maps (Sq Kms)
Preparation of Aquifer Management plan (Sq Kms)
1C Ground Water Modelling (Sq. Kms) for 2018-19 & 2019-20: Through In house
Ground Water Modelling 2017-18 continuing through institutional collaboration
1D Intervention for Aquifer Rejuvenation (Proposal for State Govt. should be expedited by Regions)
1E Micro level Aquifer Management Plan (Priority in OE / Critical Assessment Unit or Water Quality affected areas or Any Other issues flagged by State Govt.)
2 REGULAR ACTIVTIES
a Ground Water Monitoring
(NHS) Monitoring of existing ground water observation wells (No’s)
b Ground Water Resource Assessment as on March 2017 (No. of States)
c Publication of Report and information Dissemination
Annual Action Plan Target Achievement Achievement
(%)
Aquifer Mapping & Management Plan Reports(sq km)-
State /UT Ground Water Report (No’s)- (Hydro geological/Chemical/Geophysical/ Exploration)
District Ground Water Brochures (No’s)
Ground Water Year Books (No’s)
e Activities under CGWA
Regulation (In assessment areas based on Stage of Ground Water Development)-
Notification of areas for groundwater regulation- As per directives of CHQ- Faridabad
3 COLLABORATIVE STUDIES- As per directives of CHQ- Faridabad
4 ACTIVITIES OF NHP
Real Time Monitoring of Water Quality (only in TN & UT of Pudducherry)
Purpose Driven Studies (PDS) in sub-basin above Ramganga confluence of Ganga Basin
Max point () in BSC.
C2. Timely completion of job/tasks adhering to operational procedure. Table-X
S. No. Timely Activities Weightage
CGWB/ Region
100 mark 50 marks 25 marks 0 marks
1 Ground Water Monitoring and Sampling and Field Observations through Well Inventories (required to be carried out within stipulated time frame)
Within stipulated time
Within 10 days delay
Within 20 days delay
More than 20 days delay
2 Geophysical logging after pilot hole drilling
Within 24 hours
Within 48 hours
Within 72 hours
More than 72 hours
3 Analysis of water samples Within 1 Within 2 Within 6 More
(Basic parameters & trace metals) after collection of water samples (adhering to sample collection procedure as per requirement)
month months months than 6 months
Analysis of water samples (Pesticides) after collection of water samples (adhering to sample collection procedure as per requirement)
Within a week
Within 2 weeks
Within 4 weeks
More than 4 weeks
4 GW Exploration (Adhering to the operational procedure)
Number of wells during current year
Achievement during current year
Achievement (%)
4a. Well Construction
Balanced number of wells
Number of wells during current year
Achievement during current year
Achievement (%)
a b c d={c/(a+b)}*100
4b. Well Development
4c. Pumping Test
4d. Basic Data Report
4e. Handing over of wells
Total 100
Max point () in BSC.
C3. Efficiency in procurement/ Contract Management. Table-XI
Working on it
Max point () in BSC.
C4. Timely promotions/up gradation of employee. Table-XII
S. No.
CGWB, Region Balanced number of cases (Cadre-wise).
Number of cases during current year
Number of cases addressed during current year
Achievement (%)
Weightage
1 Recruitment
2 DPC 3 MACP 4 FCS Total 100
Max point () in BSC.
C5. Efficiency in administration. (Region-wise) Table-XIII
S. No.
Timely Activities Weightage
100 mark 50 marks 25 marks 0 marks
1 TA/TTA Bills Within 1 month Within 2 month Within 3 months
More than 3 months
2 RCA Bills Within 15 days Within 1 month Within 2 More than 2
months months
3 Medical Within 1 month Within 2 month Within 3 months
More than 3 months
4 LTC, CEA & Misc. Bills
Within 1 month Within 2 month Within 3 months
More than 3 months
Total 100
Max point () in BSC.
D1. Training and Development. Table-XIV
S. No.
CGWB/Region /RGI
Total Target (number of Trainings/Programmes/Participations) during current year*
Achievement during current month/quarter/year
Progressive Achievement (number of Trainings/Programmes)
Achievement against the target (%)
a b c d=(c/a)*100
Mandatory Trainings.
Soft Skill Trainings.
Trainers Development Programmes
Domain Specific Trainings.
Others Trainings and Development Programme
*Target for Region is the number of officials (target group) from the Region (for these trainings) and achievement is the number of officials from the Region trained.
Max point () in BSC.
D2. Infrastructure. Table-XV
S. No. CGWB/Region Balanced number of cases
Number of cases during current year
Number of cases addressed during current year
Achievement (%)
Weightage
1 Own Building Proposal
2 Chemical Laboratory NABL Accrediting
3 Computer Systems along with Accessories.
4 Scientific Software for Data Processing and Analysis.
5 Adequate Manpower with commensuration of the workload.
Total 100
Max point () in BSC.
D3. Technology. Table-XVI
S. No. CGWB, Region Balanced number of cases
Number of cases during current year
Number of cases addressed during current year
Achievement (%)
Weightage
1 Ground Water Data Archival and Retrieval System
2 GIS Platform for generation of different thematic maps and Aquifer Map
3 Real time data generation through DWRL and telemetry.
4 Software Development for Monitoring and Performance Assessment of CGWB.
5 Real time monitoring of important project works along with geo-tagging of photographs/videos of work.
Total 100
Max point ( ) in BSC.
D4. Organizational Culture/Employees’ Satisfaction. Table-XVII
S. No. CGWB/Region Balanced number of cases
Number of cases during current year
Number of cases addressed during current year
Achievement (%)
Weightage
1 Vigilance cases finalized
2 Court Cases disposed off
3 Transfer Policy implemented.
4 Utilization of grants for welfare and sports activities
5 Response of employees (Pay, Service condition, job satisfaction, career prospects)
Total 100
Max point ( ) in BSC.
SECTION V
BID SCHEDULES Annexe 5.1.1 (Technical Bid)
BID PARTICULARS
Name of the Bidder:
Address of the Bidder:
Telephone: Fax: e-mail: Website:
1. Contact Details of the Person authorized to make commitments to CGWB
Name:
Designation:
Mobile No.:
FAX No.:
e-mail id:
2. Company / Firm Details [Registration Certificate to be enclosed]
Type of Company [Govt. / PSU/ Pub. Ltd/ Partnership/Proprietary.]
Registration no., and date of registration
Year of Incorporation/Establishment
GST Number [copy to be enclosed]
Income Tax Number [copy to be enclosed]
3. Financials [fill in the details and attach proof of the same]
Turnover [in Lakh]
2015-2016
2016-2017
2017-2018
5. References [to attach proof] Names of two or more buyers (with Names of contact persons, their designations,
Complete postal address, telephone, tax, telex and e-mail addresses, for whom software applications have been developed in the past 5 years and to whom reference may be made by CGWB regarding the Bidder’s technical and delivery ability.
Sl. No.
Name Address and Contact Details
Details of Software Application Developed
PO details
PO No and Date [attach PO
Masking price]
Place: ……………….. Date: …………………
Signature with Seal
Annexe 5.1.2
(Technical Bid)
Technical Bid Letter
The Chairman Central Ground Water Board, Bhujal Bhawan, NH-IV, Faridabad, Haryana- 121001 Ref: Tender No:
Sir,
We, the undersigned, offer to provide the services for development of mobile apps
and web based analytics portals for ................................and other related services in
accordance with the tender document no at the prices and rates mentioned in the Price
Bid in a separate sealed cover.
1. We enclose herewith the complete Technical Bid as required by you. This includes: a. Bid Particular (Annexe 5.1.1)
b. Technical Bid Letter (Annexe 5.1.2)
c. Documents required for establishing fulfilment of eligibility criteria.
d. Corrigendum’s issued in the e-tender
2. We agree to abide by our offer for a period of 120 days from the date fixed for
opening of the Technical Bids.
3. It is certified that ours is an ISO/CMMI certified company registered under Indian
Companies Act 1956 and never blacklisted by any Government Department/ PSU.
4. We have carefully read and understood the terms and conditions of the tender and
the conditions of the contract applicable to the tender. We do hereby undertake,
that, in the event of acceptance of our bid, the services shall be provided as
stipulated in the Tender document and that we shall perform all the incidental
services.
5. We do hereby undertake that, until a formal contract is prepared and executed, this bid,
together with your award of contract and our acceptance shall constitute a binding
Contract between us.
Dated this day of Authorized Signatory Name & Designation: Company Seal
Annexe 5.2.1
(Price Bid)
Price Bid Letter
The Chairman Central Ground Water Board, Bhujal Bhawan, NH-IV, Faridabad, Haryana- 121001 Ref: Tender No:
Sir,
Having examined the Tender Document of Development of mobile apps and web based
analytics portals for ..............................................., we, the undersigned, offer to provide
services in conformity with the Tender Document No. …for the sum of (Total bid amount in
words and figures).
2. We enclose herewith the Price Schedule in the prescribed for.
3. We have carefully read and understood the terms and conditions of the tender and the conditions of the contract applicable to the tender and we do hereby undertake to develop and deliver the web based software in accordance with the time schedule specified in the Tender document.
4. We agree to abide by our offer for a period of 120 days from the date fixed for opening of the Technical Bid.
5. We understand that you are not bound to accept the lowest or any bid you may receive.
6. If our bid is accepted, we will provide bank guarantee for a sum equivalent to 10% of the Contract Price for the due performance of the Contract as prescribed in the
Tender document.
7. We do hereby undertake that, until a formal contract is prepared and executed, this bid, together with your award of contract and our acceptance shall constitute a binding Contract between us.
Dated this day of Authorized Signatory
Name & Designation: Company Seal
Central Ground Water Board Ministry of Water Resources, River Development & Ganga Rejuvenation
BOQ
Number Text Number Text Number Number Number Number Text
SI. No. Item description Quantity Quantity Basic unit rate of to be entered by the bidder in INR
GST in% Total Amount without tax
Total Amount with tax
Total Amount in word
1 2 3 4 5 6 7 8 9
1 Development of mobile apps and web based analytics portals with Security Audit Charges (CERT IN ) as per scope of work given in the tender document which includes trial/testing and commissioning with warranty obligation for a period of 1 year.
1
Job
18
0.00
0.00
INR Zero Only
Total in Figures 0.00 0.00 INR Zero Only
Quoted Rate in Words INR Zero Only
Check List
(Please ensure that you have furnished following documents in the manner prescribed and mention
the page number of your bid in appropriate box)
S.No Technical Bid & Financial Bid Mention Page No of Bidders uploaded page
1 Tender Fee Rs. 500 and Earnest Money-: - Rs. 25000. Validity of EMD should be 120 days from the date of opening of the technical bid.
2 All documents as per section 1, invitation to bidder, eligibility criteria
3 Documentary evidence of supply order/work order as applicable placed upon the bidding firm. Proof of supply and its working status report from the purchaser. (Proof of Delivery / Invoice copy / delivery Challan and commissioning/ installation report)
4 GSTN No/PAN No./ Bank Details etc.
5 Section 5, bid schedules dully filled in, signed and stamped.
6 Proof of turnover dully signed by a chattered accountant.
7 Any other document required as per tender document
BOQ-1- as applicable in XLS format
I
INSTRUCTIONS FOR ONLINE BID SUBMISSION Annexure-A
Instructions for Online Bid Submission:
The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using
valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in
registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting
their bids online on the CPP Portal. More information useful for submitting online bids on the CPP
Portal may be obtained at: https://eprocure.gov.in/eprocure/app.
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder Enrollment” on the CPP Portal which is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with their profile.
5) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.
6) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password of the DSC / e-Token.
SEARCHING FOR TENDER DOCUMENTS
1) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to search for a tender published on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, they may download the required documents / tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any corrigendum issued to the tender document.
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender document before submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents - including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document.
4) To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” or ‘’Other Important Documents’’ area available to them to upload such documents. These documents may be directly submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process.
SUBMISSION OF BIDS- Bidder should log into the site well in advance for bid submission so that they
can upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for
any delay due to other issues.
The bidder has to digitally sign and upload the required bid documents one by one as indicated in the
tender document.
1) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter details of the instrument.
2) Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be posted/couriered /given in person to the concerned official, latest by the last date of bid submission or as specified in the tender documents. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.
3) Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BoQ format with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BoQ file, open it and complete the white colored (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the BOQ file is found to be modified by the bidder, the bid will be rejected.
4) The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission.
7) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid opener’s public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers.
8) The uploaded tender documents become readable only after the tender opening by the authorized bid openers.
9) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in the portal), the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details.
10) The bid summary has to be printed and kept as an acknowledgement of the
submission of the bid. This acknowledgement may be used as an entry pass for any
bid opening meetings.
Top Related