Tender Document - Indore - MPAKVN

122
1 M.P. INDUSTRIAL DEVELOPMENT CORPORATION LTD., REGIONAL OFFICE, INDORE (A Government of Madhya Pradesh undertaking) (FIRST CALL) Tender Document FOR Design , Supply, Erection, Testing & Commissioning of 200 KLD Common Effluent Treatment Plant (CETP) based on ZLD Process, on Turn-key basis and its Operation and Maintenance for five years at I/A Confectionary Cluster, in front of IIM Indore Village Rangwasa, Indore (M.P.) THE EXECUTIVE DIRECTOR M.P. INDUSTRIAL DEVELOPMENT CORPORATION LTD., REGIONAL OFFICE, INDORE (M.P.) (A Govt. of Madhya. Pradesh undertaking) “ATULYA IT PARK”, FIRST FLOOR, NEAR CRYSTAL IT PARK, KHANDWA ROAD, INDORE (M.P.) Phone: 0731-2970363, 2970611 Fax : 0731-2972629 E-mail : [email protected]

Transcript of Tender Document - Indore - MPAKVN

1

M.P. INDUSTRIAL DEVELOPMENT CORPORATION

LTD., REGIONAL OFFICE, INDORE (A Government of Madhya Pradesh undertaking)

(FIRST CALL)

Tender Document FOR

Design , Supply, Erection, Testing & Commissioning of 200

KLD Common Effluent Treatment Plant (CETP) based on ZLD

Process, on Turn-key basis and its Operation and Maintenance

for five years at I/A Confectionary Cluster, in front of IIM

Indore Village Rangwasa, Indore (M.P.)

THE EXECUTIVE DIRECTOR

M.P. INDUSTRIAL DEVELOPMENT CORPORATION LTD.,

REGIONAL OFFICE, INDORE (M.P.)

(A Govt. of Madhya. Pradesh undertaking)

“ATULYA IT PARK”, FIRST FLOOR,

NEAR CRYSTAL IT PARK, KHANDWA ROAD, INDORE (M.P.)

Phone: 0731-2970363, 2970611 Fax : 0731-2972629

E-mail : [email protected]

2

M.P. INDUSTRIAL DEVELOPMENT CORPORATION LTD.,

REGIONAL OFFICE, INDORE

(A GOVT. OF MADHYA PRADESH UNDERTAKING)

NAME OF WORK : Design , Supply, Erection, Testing & Commissioning

of 200 KLD Common Effluent Treatment Plant (CETP) based on ZLD

Process, on Turn-key basis and its Operation and Maintenance for five years

at I/A Confectionary Cluster, in front of IIM Indore Village Rangwasa,

Indore (M.P.)

TENDER NOTICE NO :- 19321 Dated 31.03.2022

DATE : 31.03.2022

Authorized Signatory

Authorized Signatory

3

M.P Industrial Development Corporation Ltd.

Regional Office, Indore

Tender Document

For Lump-Sum Rate Tender Office of the : Executive Director,

M.P Industrial Development Corporation Ltd,

Regional Office, Indore

NIT Number and Date : No./MPIDC/R.o./IND/2022/19321 Dt. 31.03.2022

Agreement Number and Date :

Name of Work: Design, Supply, Erection, Testing &

Commissioning of 200 KLD Common

Effluent Treatment Plant (CETP) based on

ZLD Process, on Turn-key basis and its

Operation and Maintenance for five years at

I/A Confectionary Cluster, in front of IIM

Indore Village Rangwasa, Indore (M.P.)

Name of the Contract agency :

Probable Amount of Contract

(Rs. In Figure) : Rs. 4.00 Crs.

(Rs. In Words) : Rs. Four Crore Only.

Contract Amount

(Rs. In Figure) :

(Rs. In Words) :

Stipulated Period of Completion : 6 (six) months for Design Construction, 3

months Trial Run, and 5 years for Operation

and Maintenance.

4

Appendix 2.10

Tender Document

Table of Contents

Section No/

Sheet No.

No

Particulars

Section 1 NIT

Section 2 Instructions to Bidders (ITB)

Bid Data Sheet

Annexure -A to M

Section 3 Part - I General Conditions of Contract (GCC)- Table of Clauses

General Conditions of Contract (GCC)

Contract Data

Annexure - N to W

Part - II Special Conditions of Contract (SCC)

Section 4 Bill of Quantities (BOQ)

Section 5 Agreement Form

Sheet : 1 Break up schedule for payment

Sheet : 2 Proforma for Application for Extension of Time Period

Sheet : 3 List of Acceptable Makes of Equipment

Sheet : 4 Basic Design Criteria

Sheet : 5 Scope of work- construction, operation & maintenance of CETP

Sheet : 6 Operation, Maintenance and Requirement

5

M.P Industrial Development Corporation Ltd.

Regional Office, Indore

Notice Inviting e-Tenders (First Call)

No. MPIDC/R.O.I./TECH/2022/19321 Dated: 31/03/2022

Online Lump-Sum rate tender for the following works is invited from registered

Contract agencys or firms of repute having eligibility criteria as given in tender documents:

S. No. Name of Work District Estimated

Amount

(Rs. in

Crores)

Completion

Period

(months)

1

Design, Supply, Erection, Testing &

Commissioning of 200 KLD Common

Effluent Treatment Plant (CETP) based on

ZLD Process, on Turn-key basis and its

Operation and Maintenance for five years at

I/A Confectionary Cluster, in front of IIM

Indore Village Rangwasa, Indore (M.P.)

Indore Rs. 4.00

Crores

6 (six) months

for Design

Construction,

3 months Trial

Run, and 5

years for

Operation and

Maintenance.

1. Interested bidders can view the NIT on website http:// www.mpetenders.gov.in and

website of MPIDC, R.O., Indore www.mpakvnindore.com – Organisation MPIDC

Ltd, Bhopal.

2. The Bid Document can be purchased only online from Date 05/04/2022

3. Amendments to NIT, if any, would be published on website

http://www.mpetenders.gov.in only, and not in newspaper.

4. GST will be paid extra at the applicable rates to the Contract agency. Rest of the other

taxes, cess, levies, fee toll etc shall be the responsibility of the Contract agency to pay.

5. Form fee and EMD exemptions for MSE are not applicable.

Executive Director

MPIDC Ltd., R.O. Indore

6

SECTION I

Notice Inviting Tender

MP Industrial Development Corporation Ltd.

Regional Office, Indore (M.P.) “ATULYA IT Park” first floor, near Crystal IT Park, Khandwa Road Indore

No. MPIDC/R.O.I./TECH/2022/19321 Dated: 31/03/2022

Online Lump-Sum rate tender for the following works is invited from registered Contract

agencys or firms of repute having eligibility criteria as given in tender documents:

S.

No.

Name

of

Work

District Estimated

Amount of

Contract (Rs.

in Crores)

Earnest

Money Deposit

(EMD)

Cost of Bid

Document

(In Rupees)

Category

of Contract

agency

Period of

Completion

(in Months)

1

Design , Supply,

Erection, Testing &

Commissioning of

200 KLD Common

Effluent Treatment

Plant (CETP) based

on ZLD Process, on

Turn-key basis and

its Operation and

Maintenance for five

years at I/A

Confectionary

Cluster, in front of

IIM Indore Village

Rangwasa, Indore

(M.P.)

Indore Rs. 4.00

Crores

Rs. 4,00000/-

Rs.17700 /-

( i/c GST)

Registered in

Centralized

Registration

System of

MP PWD or

under

process of

registration

of MP PWD

(provided

the

registration

is completed

before

agreement)

6 (six)

months for

Design

Construction

including

rainy season

and 3

months Trial

Run, and 5

years for

Operation

and

Maintenance

.

1. All details relating to the Bid Document (s) can be viewed and downloaded from the

website https://mpetenders.gov.in –MPIDC.

2. Bid Document can be purchased after making online payment of portal fees.

3. At the time of submission of the Bid the eligible bidder shall be required to:

i) P ay the cost of Bid Document.

ii) Deposit the Earnest Money.

iii) Submit all the documents as per tender document.

Details can be seen in the Bid Data Sheet.

4. ELIGIBILITY FOR BIDDERS:

(a) At the time of submission of the Bid the bidder should have registration with the

Government of Madhya Pradesh, PWD / any Govt Dept. in Centralized

Registration System in appropriate class.. However, such bidders who are not

7

registered with the Government of Madhya Pradesh and are eligible for

Centralized Registration System can also submit their bids after having applied

for registration with aforesaid appropriate authority.

(b) The bidder would be required to have aforesaid registration at the time of

signing of the Contract, within 15 days of issue of acceptance letter.

(c) Failure to sign the contract by the selected bidder within the

specified/aforesaid period, and for whatsoever reason, shall result in forfeiture

of the earnest money deposit.

5. Pre Qualification – Qualification conditions, wherever applicable, are given in the

tender document.

6. Special Eligibility - Special Eligibility Conditions, if any, are given in the tender

document.

7. The Bid Document can be purchased only online from 05/04/2022

8. Amendments to NIT, would be published on website only, and not in newspaper.

Executive Engineer

8

SECTION 2

INSTRUCTIONS TO BIDDERS (ITB)

A. GENERAL 1. Scope Of Bid The detailed description of work, hereinafter referred as ‗work‘, is given in the Bid

Data Sheet.

2. General Quality of Work

The work shall have to be executed in accordance with the technical specifications

specified in the Bid Data sheet/ Contract Data, and shall have to meet high standards

of workmanship, safety and security of workmen and works. 3. Procedure For Participation in E-Tendering The procedure for participation in e-tendering is given in the Bid Data Sheet. 4. One Bid Per Bidder

4.1 The bidder can be an individual entity as per Bid Data Sheet.

4.2 No bidder shall be entitled to submit more than one bid whether jointly or

individually. If he does so, all bids wherein the bidder has participated shall stand

disqualified. 5. Cost of Bidding

The bidder shall bear all costs associated with the preparation and submission of his

bid, and no claim whatsoever for the same shall lie on the MPIDC.

6. Site Visit and examination of works

The bidder is advised to visit and inspect the Site of Works and its surroundings and

obtain all information that may be necessary for preparing the bid and entering into a

contract for execution of the work "as is where is condition". All costs in this

respect shall have to be borne by the bidder. Submission of the tender means the

Contract agency has visited the site and has gethered all information related to the

contract.

B. Bid Documents 7. CONTENT OF BID DOCUMENTS

The Bid Document comprises of the following documents: 1. NIT with amendments.

2. Instructions to Bidders, Bid Data Sheet with all Annexure

3. Conditions of Contract:

i. Part I General Conditions of Contract and the Contract Data with all

Annexure and

ii. Part II Special Conditions of Contract.

4. Specifications

5. Drawings

6. Priced Bill of Quantities

7. Technical and Financial Bid

8. Letter of Acceptance

9

9. Agreement, and

10. Any other document (s), as specified. 8. The bidder is expected to examine carefully all instructions, conditions of contract,

the contract data, forms, terms and specifications, bill of quantities, forms and

drawings in the Bid Document. Bidder shall be solely responsible for his failure to do

so. 9. Pre-Bid Meeting –

Where the BID Data Sheeet provides for pre bid meeting –

9.1 Details of venue, date and time would be mentioned in the Bid Data Sheet. Any

change in the schedule of pre-bid meeting would be communicated on the website

only, and intimation to bidders would not be given separately.

9.2 Any prospective bidder may raise his queries and/or seek clarifications in

writing before or during the pre-bid meeting. The purpose of such meeting is to

clarify issues and answer questions on any matter that may be raised at that stage. The

Employer may, at his option, give such clarifications as are felt necessary.

9.3 Minutes of the pre-bid meeting including the l ist of the questions raised and the

responses given together with any response prepared after the meeting will be hosted

on the website.

9.4 Pursuant to the pre-bid meeting if the Employer deems it necessary to amend the

Bid Document, it shall be done by issuing amendment to the online NIT.

10. Amendment of Bid Documents

10.1 Before the deadline for submission of bids, the Employer may amend or modify

the Bid Documents by publication of the same on the website.

10.2 All amendments shall form part of the Bid Document.

10.3 The Employer may, at its discretion, extend the last date for submission of bids

by publication of the same on the website.

C. Preparation of Bid

11. The bidders have to prepare their bids online, encrypt their Bid Data in the Bid Forms

and submit Bid Seals (Hashes) of all the envelopes and documents related to the Bid

required to be uploaded as per the time schedule mentioned in the key dates of the

Notice Inviting e-Tenders after signing of the same by the Digital Signature of their

authorized representative.

12. Documents Comprising the Bid The bid submitted online by the bidder shall be in the following parts: Part 1 – This shall be known as Online Envelope A and would apply to all bids and

required to submit online only as per keydate mentioned in tender document. Envelop

A shall contain the following as per details given in Bid Data Sheet.:

i) Copy of Applied Registration/Registration with the govt. of MP, PWD in

centralized registration system.

ii) P roof of payment of the cost of Bid Document;

iii) Proof of Earnest Money Deposit; and

iv) An affidavit duly notarized

v) Copy of PAN no., GST Registraion no. & EPF Registration.

10

Part 2 – This shall be known as Online Envelope B and required to be submitted

only in works where pre qualification conditions and/or special eleigibilty conditions

are stipulated in the tender document. Envelop B shall contain a certificate duly

supported by documents to demonstrate fulfillment of qualification conditions.

1) Technical document.

2) Financial documents. (Turnover etc).

3) Other documents.

Part 3 – This shall be known as Online Envelope C and required to be submitted

online only. Envelop C shall contain financial offer in the prescribed format enclosed

in tender document. 13. Language

The bid as well as all correspondence and documents relating to the bid exchanged

by the Bidder and the Employer shall be in English or Hindi. Supporting documents

and printed literature that are part of the Bid may be in another language provided

they are accompanied by an accurate translation of the relevant passages in English.

In such case, for the purposes of interpretation of the bid, such translation shall

govern.

14. TECHNICAL PROPOSAL

14.1 Only, in case of bids with pre-qualification conditions defined in the Bid Data Sheet,

the Technical Proposal shall comprise of formats and requirements given in the

Bid Data Sheet.

14.2 All the documents/ information enclosed with the Technical Proposal should be

self-attested and certified by the bidder. The Bidder shall be liable for forfeiture of

his earnest money deposit, if any document / informations are found false/fake/

untrue before acceptance of bid. If it is found after acceptance of the bid, the

bid sanctioning authority may at his discretion forfeit his performance security/

guarantee, security deposit, enlistment deposit and take any other suitable action. 15. FINANCIAL BID

15.1 The bidder shall have to quote rates i n Format referred in tender document, on

turn key contract basis .

15.2 The Lump-Sum offer shall be quoted in figures as well as in words. If any

difference in figures and words is found, lower of the two shall be taken as valid and

correct.

15.3 The bidder shall have to quote rates inclusive of all duties, taxes, royalties and other

levies but exclusive of GST and which shall be payable if applicable.

15.4 The operation and maintenance rate would apply for its duration after successful

commissioning and acceptance by Employer 16. PERIOD OF VALIDITY OF BIDS The bids shall remain valid for a period specified in the Bid Data Sheet after the

date of ―close for biding‖ as prescribed by the Employer. The validity of the bid can

be extended by mutual consent in writing. 17. EARNEST MONEY DEPOSIT (EMD)

17.1 The Bidder shall furnish, as part of the Bid, Earnest Money Deposit (EMD), in the

amount specified in the Bid Data Sheet.

17.2 EMD of bidders whose bids are not accepted will be returned.

11

17.3 Bid not accompanied by EMD shall be liable for rejection as non responsive .

17.4 EMD of the successful Bidder will be discharged/Released when the Bidder has

signed the Agreement after furnishing the required Performance Security.

17.5 Failure to sign the contract by the selected bidder, within the specified period, for

whatsoever reason, shall result in forfeiture of the earnest money deposit and shall be

debarred from participating in the same bid again or shall be liable for any other

action as decided by the authority.

D. Submission of Bid

18. The bidder is required to submit online bid duly signed digitally.

E. Opening and Evaluation of Bid 19 PROCEDURES

19.1 Envelope ‗A‘ shall be opened first online in presence of the bidders or their

authorised representative who choose to be present at the time and date

notified and its contents shall be checked. In cases where Envelop ‗A‘ does not

contain all requisite documents, such bid shall be treated as non-responsive, and

Envelop B and/or C of such bid shall not be opened. .

19.2 Wherever Envelop ‗B‘(Technical Bid) is required to be submitted, the same shall be

opened online at the time and date notified. The bidder shall have freedom to witness

opening of the Envelop ‗B‘. Envelop ‗C‘ (Financial Bid) of bidders who are not

qualified in Technical Bid (Envelop ‗B‘ ) shall not be opened.

19.3 Envelope ‗C‘ (Financial Bid) shall be opened online in presence of the bidders

or their authorised representative who choose to be present at the time and

date notified. The bidder shall have freedom to witness opening of the Envelop ‗C‘.

19.4 After opening Envelop ‗C‘ all responsive bids shall be compared to determine the

lowest evaluated bid.

19.5 The Employer reserves the right to accept or reject any bid, and to annul the bidding

process and reject all the bids at any time prior to contract award, without incurring

any liability. In all such cases reasons shall be recorded.

19.6 The Employer reserves the right of accepting the bid for the whole work or for a

distinct part of it or may reduce the contract amount.

19.7 Further, the client can ask specific clarification about the submitted documents in bid,

but clarification should not be deliberately shielded or tricked to put any new

document in a manner of clarification asked by the client.

20. Confidentiality

20.1 Information relating to examination, evaluation, comparison and recommendation of

contract award shall not be disclosed to bidders or any other person not officially

concerned with such process until final decision on the bid.

20.2 Any attempt by a bidder to influence the Employer in the evaluation of the bids or

contract award decisions may result in the rejection of his bid.

F. Award of Contract 21. Award of Contract

The Employer shall notify the successful bidder by issuing a ‗Letter of

Acceptance‘ (LOA) that his bid has been accepted.

12

22. Performance Security

22.1 Prior to signing of the Contract the bidder to whom LOA has been issued shall have

to furnish performance security of the amount in the form and for the duration, etc.

as specified in the Bid Data Sheet.

22.2 Additional performance security, if applicable, is mentioned in the Bid Data Sheet

and shall be in the form and for the duration, etc. similar to Performance Security.

23. Signing of Contract Agreement 23.1 The s u c c e s s f u l b i d d e r s h a l l h a v e to furnish Performance Security and

Additional Performance Security, if any, and sign the contract agreement within

15 days of issue of LOA.

23.2 The s i g n i n g o f contract agreement shall be reckoned as intimation to

commencement of work. No separate work order shall be issued by the Employer to

the Contract agency for commencement of work.

23.3 In the event of failure of the successful bidder to submit Performance Security and

Additional Performance Security, if any or sign the Contract Agreement, his EMD

shall stand forfeited without prejudice to the right of the employer for taking any

other action against the bidder.

24. CORRUPT PRACTICES The Employer requires that bidders observe the highest standard of ethics during the

procurement and execution of contracts. In pursuance of this policy, the Employer:

i. may reject the bid for award if it determines that the bidder recommended for

award has, directly or through an agent, engaged in corrupt, fraudulent,

collusive, or coercive practices in competing for the Contract; and

ii. may debar the bidder declaring ineligible, either indefinitely or for a stated

period of time, to participate in bids, if it at any time determines that the bidder

has, directly or through an agent, engaged in corrupt, fraudulent, collusive, or

coercive practices in competing for, or in executing, a contract.

For the purposes of this provision, the terms set forth above are defined as

follows:

a. ―corrupt practice‖ means the offering, giving, receiving, or soliciting,

directly or indirectly, anything of value to influence improperly the actions of

another party;

b. ―fraudulent practice‖ means any act or omission, including a

misrepresentation, that knowingly or recklessly misleads, or attempts to

mislead, a party to obtain a financial or other benefit or to avoid an

obligation;

c. ―coercive practice‖ means impairing or harming, or threatening to impair or

harm, directly or indirectly, any party or the property of the party to influence

improperly the actions of a party;

d. ―collusive practice‖ means an arrangement between two or more parties

designed to achieve an improper purpose, including influencing

improperly the actions of another party.

[End of ITB]

13

Bid Data Sheet

GENERAL

SR. No. PARTICULARS DATA

1 Office Inviting Tender Executive Director, M.P. Industrial Development

Corporation Ltd. Regional Office, Indore

2 NIT No. No. MPIDC/R.O./IND/2022/ 19321

3 Date of NIT Date: 31.03.2022

4

Bid document download

available from date &

time

From 05/04/2022

17:31 PM

To 01/05/2022

17.30 PM

5 Website link http:// www.mpetenders.gov.in

SECTION 1 – NIT

NIT CLAUSE PARTICULARS DATA

2 Portal Fees

(also known as processing fee)

As notified in e-Tendering Website

http:// www.mpetenders.gov.in

3

Cost of Bid Document Rs. 17700/- (i/c GST)

Cost of Bid Document Payable at online

Cost of Bid Document In favor of MP Industrial Development Corporation

Limited.

4 Affidavit Format As per 'Annexure- B'

5 Qualifications required Yes

If Yes, details As per' Annexure- C'

6 Special Eligibility No

If Yes, details As per 'Annexure -D'

7 Key dates As per 'Annexure -A'

SECTION 2 – ITB

ITB

CLAUSE PARTICULARS DATA

1 Name of the ‗Work‘

Design, Supply, Erection, Testing &

Commissioning of 200 KLD Common Effluent

Treatment Plant (CETP) based on ZLD Process,

on Turn-key basis and its Operation and

Maintenance for five years (Phase-I) at I/A

Confectionary Cluster, in front of IIM Indore

Village Rangwasa, Indore (M.P.)

14

2 Specifications As per 'Annexure – E'

3

Procedure for participation in e-

tendering0 As per 'Annexure – F'

4 Whether Joint Venture

is allowed. No

9

Pre bid meeting to be held YES

If Yes, Date, Time and Place

Date :- 18/04/2022

Time from :- 15.00 PM

Place :- Office of the Executive Engineer,

M.P. Industrial Development Corporation Ltd.,

Regional Office, Indore, Atulya IT Park, 101, first

floor, near Crystal IT Park, Khandwa Road, Indore

(M.P.).

ITB

CLAUSE PARTICULARS DATA

12 Envelope-A Online only, As per ITB 12, Part 1.

14 Envelope-B Online only, As per ITB 12, Part 2

15 Envelope-C Financial Bid Online only, As per ITB 12, Part 3

Materials to be issued by the

department Not Applicable.

16 Period of Validity of Bid 180 Days

17

17

Earnest Money Deposit Rs. 4,00000/-

18 Forms of Earnest Money

Deposit Online only

19 EMD valid for a period of 180 days or more

20 Letter of Acceptance (LoA) As per 'Annexure -L'

21

Amount of Performance

Security Deposit

a) 5% security deposit amount of contract amount (+/-

tender percentage) to be deposited before execution

of agreement. It should be in the form of BG/FDR

of nationalized bank vailid upto completion period

plus defact liability period of three months trail &

run which shall be released after successful

completion of the contract.

b) 5% security deposit amount to be deducted from

running bills which shall be released after

successful completion of the contract.

15

Additional Performance

Security

If bid of the successful bidder is found to be more

than 15% (Fifteen Percent) below the probable

contract amount, then the bidder shall have to

deposit additional performance security equal to

the difference of amount quoted by the bidder

beyond below 15% and 15% below contract

amount i.e. Quoted percentage by the bidder

(Beyond below 15%) minus 15% of the contract

amount.

For e.g. if the bidder has quoted 17% below the

Probable amount of contract (PAC) then the

additional performance Security will have to be

deposited by the bidder equal to =

(17%-15%) x Contract amount.

It will be released after issuing of physical

completion certificate.

or as directed by the Authorities from time to

time.

Performance Security in the

format As per 'Annexure - M

Performance Security in

favour of MP Industrial Developent Corporation Limited.

Performance Security valid

up to

The upfront Bank Guarantee against performance

security shall be taken for a period as mentioned

below-

Construction Period + 5 Years+ 3 Months.

It is clarified that in case the construction period of

the work is extended beyond the stipulated

completion period, the bank guarantee against PG

shall have to be got extended by the Contract

agency for the relevant period so as to satisfy the

validity criteria mentioned above.

Additional Performance

security valid up to

The additional performance Security if applicable

shall be taken for a period mentioned below :-

Construction period.

It is clarified that in case the construction period

of the work is extended beyond the stipulated

physical completion period, the bank guarantee

against PG shall have to be got extended by the

Contract agency for the relevant period + 3

months so as to satisfy the validity criteria

mentioned above.

16

Annexure – A

(See clause 1, 7 of Section 1 -NIT )

KEY DATES

S.

No.

Works

Department

Stage

Bidder’s

Stage

Start Expiry

Envelopes Date Time Date Time

1 Purchase of

Tender –

Online

05/04/20

22

17.31 01/05/20

22

17.30

2 Pre-Bid

Meeting

18/04/20

22

15.00 18/04/20

22

17.00

3 Bid

Submission

– Online

01/05/20

22

17.30

4 Mandatory

submission

Open

(Envelope-A)

04/05/20

22

11.30 Envelope-A

5 Technical

Proposal open

(PQ

Envelope-B)

04/05/20

22

11.30 Envelope-B

6 Financial Bid

open

(Envelope-C)

Only

Online

06/05/20

22

11.30 Envelope-C

Note: Pre-Bid meeting will be held at “MPIDC Regional Office, “ATULYA IT

PARK”, 101, FIRST FLOOR, NEAR CRYSTAL IT PARK, KHANDWA ROAD,

INDORE (M.P.)

17

Annexure – B

(See clause 3 of Section 1 - NIT )

|| AFFIDAVIT ||

(To be contained in Envelope A)

(On Non-Judicial Stamp of Rs. 100)

1. I/we …………………………………… who is/ are …………………………….

(status in the firm/ company) and competent for submission of the affidavit on

behalf of M/S (Contract agency) do solemnly affirm an

oath and state that: 2. I/we am/are fully satisfied for the correctness of the certificates/records submitted in

support of the following information in bid documents which are being submitted in

response to notice inviting e-tender No …… for …….... (Name of Work) dated ……….

issued by Executive Director, M.P. Industrial Development Corporation Ltd., Regional

Office, Indore (M.P.).

3. I/we am/ are fully responsible for the correctness of following self-certified

information / documents and certificates :

(i) That the self-certified information given in the bid document is fully true

and authentic.

(ii) That:

a. Term deposit receipt deposited for cost of bid document, earnest money and

other relevant documents provided by the Bank are authentic.

b. Information regarding financial qualification and annual turnover are correct.

c. Information regarding various technical qualifications are correct.

(iii) No close relative of the undersigned and our firm/company is working in

the department/Nigam. OR Following close relatives are working in the

department:

Name ……………………… Post ……………………. Present Posting…………..

4. I/we ………………………………… also do solemnly affirm an oath and state that

aforesaid firm/company M/s……………………………….. at the time of tendering, has

not been black listed or debarred from any department/undertaking/subsidiary, working

under Government of India or Government of all states of India including Government of

Madhya Pradesh.

Signature with Seal of the Deponent (Bidder)

I/ We, ………………………… above deponent do hereby certify that the facts mentioned in

above para 1 to 4 (with their sub paras) are correct to the best of my knowledge and belief. Verified today ……………………………. (dated) at …………………… (place).

Signature with Seal of the Deponent (Bidder)

Note : Affidavit should be duly notarized.

18

Annexure – C

(See clause 5 of Section 1 -NIT )

PRE- QUALIFICATIONS CRITERIA

The bidder should have:

A. Financial

i. Experience of having successfully executed/completed :

a) One project of 150 KLD common effluent treatment plant / effluent treatment plant

with succesfull Operation and Maintenanace for at least one (1) year during the last

5 years duly certified by the principal employer.

or

b) Two similar project of 100 KLD common effluent treatment plant / effluent

treatment plant each with Operation and maintenance for at least one year during the

last five (5) years duly certified by the principal employer ;

‗Similar Works‘ means completion of project of Design and Construction of Common

Effluent Treatment Plant/ effluent treatment plant.

ii. Average annual turnover during the last three year should be atleast 30% of the

estimate cost. If the bidder has not got audited his account for the financial year 2021-

22, then in that case 3 financial year may be reckoned from 2018-19 to 2020-21,

Attach Audited copy of Balance sheets.

iii. Executed similar items of work in the last 3 financial years under single contract,

which should not be less than the minimum, physical requirement as prescribed in

Clause ―D‖of the prequalification‘s criteria (Annexure-C), if any, fixed for the work.

iv. The applicant/Firm should not have incurred any loss in consecutive two years

during the last 3 years ending 31st March 2022, duly certified by the chartered

Accountant.

v. The bidder should not have been black listed by any Central/State Government

institutions. An undertaking (Self-Certificate) in this regard that the bidder hasn‘t

been blacklisted by any central/state government institutions mustbe submitted.

B. JointVenture: Not Allowed as per Annexure G

C. Base Year Escalation for calculation of cost of works.

The base year shall be taken as financial year 2021-22

Following enhancement factors will be used for the costs of works executed as per

para (I) and the financial figure as para (II) to a common base value for works

completed.

FinancialYear MultiplyingFactor

2021-22 1.10

2020-21 1.21

2019-20 1.33

Bidders should indicate actual figures of costs and amount for the works executed by

them without accounting for the above-mentioned factors.

19

D. Physical

Physical qualifications for the work shall be as below

S. No. Particulars Quantity Period

Physical qualification required Yes During The Last 5 Financial Years

1 Turnkey Project of CETP At least one project of CETP/ETP, based on ZLD

concept

Note :

Experience Certificates issued by the principal employer (Not below the rank of Executive

Engineer/General Manager/Plant Manager) should be submitted as proof in support of the

above Physical/Financial requirement.

Experience Certificate should be comprises of

1. Name of work,

2. Amount of work,

3. Date of work order,

4. Date of completion/ substantial completion,

5. Bidders role must be either of Contract agency/ sub Contract agency/ partner.

Bidders not fulfilling the above criteria, liable to be rejected.

20

Annexure D

D) Special Eligibility Criteria

NOT APPLICABLE

21

ANNXURE – E

(See clause 2 of Section 2 – ITB & Clause 18 of GCC)

Specifications

1. MoRTH Specification (Vth

Revision) for Road and Bridge Works.

2. CPWD Specification.

3. Central Public Health and Environmental Engineering

Organisation(CPHEEO) Specification for water Supply & Treatment

Works. CPCB guide lines/specification.

4. PWD E&M Specification for Electrical Works.

5. MPPKVV co. Ltd. Specification for Electrical Works

6. Part II Special condition of contract (SCC)

7. Specifications as mentioned in the Schedule of Rates of following SOR‘s as amended upto date of issue of NIT;

a. Schedule of rates for building works in PWD, MP.(w.e.f. 03/12/2020),

b. Schedule of rates for Road&Bridge works in PWD, MP.(w.e.f 25/03/2022),

c. Unified Schedule of rates for Water supply&Sewerage works in PHE,MP.-

(w.e.f. 03/07/2018)

d. Schedule of rates for E&M works in PWD,MP.(w.e.f 01/12/2020).

Note : All ammendement shall be applicable upto the date of issue of NIT.

The provision of general/ special conditions of contract, those specified elsewhere in the bid

document, as well as execution drawings and notes, or other specifications issued in writing

by the Employer shall form part of the technical specifications of this work.

22

Annexure –F

GUIDELINES TO CONTRACT AGENCYS FOR IMPLEMENTATION OF E-

PROCUREMENT SYSTEM IN MPIDC, GOVERNMENT OF MADHYA PRADESH

https://www.mpetenders.gov.in

Note: These will over rule the stated in the tender documents, wherever relevant and

applicable.

1. Registration of Bidders on e-procurement System:

All the Bidders registered / intending to work with MPIDC, are required to register on the e-

procurement System on the website https://www.mptenders.gov.in and get empanelled on

https://www.mptenders.gov.in in order to participate in tenders processed by MPIDC, using

the e-procurement System.

The Bidders registered with other departments who are also eligible to participate in tenders

processed by MPIDC, are also required to be registered on the e-procurement System on

https://www.mptenders.gov.in

3. Digital Certificate:

The bids submitted online should be signed electronically with a Class III Digital Certificate

to establish the identity of the Bidder submitting the Bid online. The bidders may obtain

Class III Digital Certificates issued by an approved certifying Authority authorized by the

Controller of Certifying Authorities, Government of India.

A Class III Digital Certificate is issued upon receipt of mandatory identity proofs along with

an Application Form. Only upon the receipt of the required documents, a Digital Certificate

can be issued.

Note : It may take up to 7 working days for issuance of Class III Digital Certificate; hence the

bidders are advised to obtain them at the earliest.

Important Note : Bid for a particular tender can be submitted during the ONLINE BID

SUBMISSION stage only using the Digital Certificate that is used to encrypt the data and

Upload their bids.

In case, during the process of a particular tender, the bidder loses his Digital Certificate

because of any problem (such as misplacement, virus attack, hardware problem, operating

system problem, etc); he may not be able to submit his bid online.

Hence, the bidders are advised to keep their Digital Certificates in a safe place under proper

security to be used whenever required.

The digital certificate issued to the Authorized User of a Partnership Firm / Private Limited

Company / Public Limited Company / used for online bidding will be considered as

equivalent to a no-objection certificate / power of attorney to that user.

In case of Partnership Firm, majority of the Partners have to authorize a specific individual

through Authority Letter signed by majority of the Partners of the Firm.

In case of Private Limited Company, Public Limited Company, the Managing Director/ any

other person (having designated authority to authorize a specific individual) has to

authorize a specific individual through Authority Letter.

23

Unless the certificate is revoked, it will be assumed to represent adequate authority of the

specific individual to bid on behalf of the Organization for online tenders as per Information

Technology Act 2000. This Authorized User will be required to obtain a Digital Certificate.

The Digital Signature executed through the use of Digital Certificate of this Authorized User

will be binding on the firm. It shall be the responsibility of Management / Partners of the

concerned firm to inform the certifying authority, if the authorized User changes, and apply

for a fresh digital certificate for the new authorized User.

3. Set Up of Bidders’ Computer System:

In order for a Bidder to operate on the e-procurement System, the computer system of the

bidder is required to be set up for Latest version of Java, Operating System, Internet

Connectivity, Utilities Fonts, etc. A help file on setting up of the Computer System can be

obtained from the portal.

4. Publishing of NIT

For the tenders processed using the e-procurement system, only a brief Advertisement related

to the tender shall be published in the newspapers and the Detailed Notice shall be uploaded

only on the e-procurement system. The bidders can view the Detailed Notice and the time

schedule for all the tenders‘ processes using the e-procurement System on the website

https://www.mptenders.gov.in

5. Key Dates

The bidders are strictly advised to follow the time schedule (Key Dates) of the Tender for

their side for tasks and responsibilities to participate in the tender, as all the stages of each

Tender are locked before the start time and date and after the end time and date for the

relevant stage of the Tender as set by the concerned Department Official.

6. Purchase of Tender Documents:

The tender document can be purchased ONLY online. The tender shall be available for

purchase to concerned eligible bidders immediately after online release of the tender and upto

scheduled date and time as set in the key dates. Arrangements have been made for the

Bidders to make payments online via Credit Card / Internet Banking. In case of online

tendering, the application form for the purchase of tender documents shall not be required.

The bidder can purchase the tender documents online by making online payment of tender

document fees using the service of the secure electronic payments gateway (see point 7 below

for further details), and should print out the system generated receipt of their reference which

can be produced whenever required.

7. Electronic Payment Account:

As the tender documents shall be available for purchase only online, bidders are required to

pay the tender document fees online using the Online Payments Gateway Service integrated

into the e-Procurement System. For the list of available modes of electronic payments that are

presently accepted on the Online Payments Gateway Service, please check the link ‗List of e-

payments accepted online‘ on https://www.mptenders.gov.in

24

8. Preparation of Bids and Submission of Bid Online by the Bidders:

The Bidders have to prepare their Bids online, encrypt their bid data in the Bid Forms and

submit Bid Seals (Hashes) of all the envelopes and documents required to be uploaded related

to the Tender as per the time schedule mentioned in the key dates of the Notice Inviting

Tenders after signing of the same by the Digital Signature of their authorized representative.

9. Submission of Earnest Money Deposit : Online, MP Industrial Developent Corporation

Ltd.

10. Opening of Tenders:

The concerned Department Official receiving the tenders or his duly authorized Officer shall

first open the online Earnest Money Deposit and copy of Tender Purchase Receipt envelope

of all the Bidders and verify the scanned copy of the Earnest Money Deposit and copy of

Tender Purchase Receipt uploaded by the Bidders. He shall check for the validity of Earnest

Money Deposit as required. He shall also verify the scanned documents uploaded by the

bidders, if any, as required. In case, the requirements are incomplete, the commercial and

other envelopes of the concerned Bidders received online shall not be opened.

The concerned official shall then open the Technical Proposal envelopes submitted online

and physical by the Bidders in the presence of the Bidders or their authorized representatives

who choose to be present in the order of opening. He will match the Bid seal (Hash) of each

envelope and the documents uploaded, during the respective opening, with the hash

submitted by the Bidders during the Bid Preparation stage. In the event of a mismatch, the

Bid data in question shall be liable for a due process of verification by the Nodal Officer of e-

procurement System of Public Works Department. For more details you may contact

Contact : MPIDC LTD., Regional Office, Indore : Tel. 0731-2970611, 2971311, 2974363.

25

Annexure – G (See clause 4 of Section 2 –ITB)

JOINT VENTURE (J.V.)

(Not Allowed)

26

Format for Power of Attorney for Signing of Bid

(Refer Clause 2.2.5)

Know all men by these presents, We…………………………………………….. (name of

the firm and address of the registered office) do hereby irrevocably constitute, nominate,

appoint and authorize Mr/ Ms (name), …………………… son/daughter/wife of

……………………………… and presently residing at

…………………., who is presently employed with us/ the Lead Member of our Joint

Venture and holding the position of ……………………………. , as our true and lawful

attorney (hereinafter referred to as the ―Attorney‖) to do in our name and on our behalf,

all such acts, deeds and things as are necessary or required in connection with or

incidental submission of our bid for the ***** Project proposed or being developed

by the

***** (the ―Employer‖) including but not limited to signing and submission of allbids

and other documents and writings, participate in Bids and other conferences and

providing information/ responses to the Employer, representing us in all matters before

the Employer, signing and execution of all contracts including the EPC A g r e e m e n t

and undertakings consequent to acceptance of our bid, and generally dealing with the

Employer in all matters in connection with or relating to or arising out of our bid for the

said Project and/ or upon award thereof to us and/or until the Appointed Date under

EPC Agreement

AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts,

deeds and things done or caused to be done by our said Attorney pursuant to and in

exercise of the powers conferred by this Power of Attorney and that all acts, deeds and

things done by our said Attorney in exercise of the powers hereby conferred shall and shall

always be deemed to have been done by us.

IN WITNESS WHEREOF WE, …………… THE ABOVE NAMED PRINCIPAL HAVE

EXECUTED THIS POWER OF ATTORNEY ON THIS ……… DAY OF …………. 2021

For

……………………(Signature, name, designation and address)

Witnesses:

1.

(Notarised)

2.

Accepted

……………………………

(Signature)

(Name, Title and Address of the Attorney)

27

Notes: The mode of execution of the Power of Attorney should be in accordance with the

procedure, if any, laid down by the applicable law and the charter documents of

the executant(s) and when it is so required, the same should be under common

seal affixed in accordance with the required procedure. Wherever required, the Bidder should submit for verification the extract of the

charter documents and documents such as a board or shareholders‘ resolution/

power of attorney in favour of the person executing this Power of Attorney for the

delegation of power hereunder on behalf of the Bidder. For a Power of Attorney executed and issued overseas, the document will also

have to be legalised by the Indian Embassy and notarised in the jurisdiction where

the Power of Attorney is being issued. However, the Power of Attorney provided

by Bidders from countries that have signed the Hague Legislation Convention

1961 are not required to be legalised by the Indian Embassy if it carries a

conforming Appostille certificate.

29

Annexure - H (See clause 12 of Section 2 –ITB & clause 4 of GCC)

ORGANIZATIONAL DETAILS

(To be Contained in Envelope - A) S. No.

Particulars

Details

1.

Registration number issued by Centralized Registration System of Govt. of M.P. or Proof of application for registration.

Registration No…………….Date______

(Scanned copy of Registration to be

uploaded, if any) 2.

Registration of bidder through Centralized

Registration of Govt. of MP

Registration No…………….Date_______

(Scanned copy of Registration to be

uploaded, if any) 3.

Name of Organization/ Individual/ Proprietary Firm/ Partnership Firm

4.

Entity of Organization Individual/ Proprietary Firm/ Partnership

Firm (Registered under Partnership Act)/

Limited Company (Registered under the

Companies Act–1956)/ Corporation/ Joint

Venture

5. Address of Communication

6. Telephone Number with STD Code

7. Fax Number with STD Code

8. Mobile Number

9. E-mail Address for all communications

Details of Authorized Representative

10. Name

11. Designation

12. Postal Address

13. Telephone Number with STD Code

14. Fax Number with STD Code

15. Mobile Number

16. E-mail Address

Note: In case of partnership firm and limited company certified copy of partnership deed/

Articles of Association and Memorandum of Association along with registration

certificate of the company shall have to be enclosed.

Signature of Bidder with Seal

Date :-____________

Annexure – I (See clause 14 of Section 2 -ITB)

Envelope – B

Envelop B shall comprise the following documents:

S. No

Particulars

Details to be submitted

1 Experience Annexure - I (Format: I-1)

2 Annual Turnover Annexure - I (Format: I-2)

Note:

1. Technical Proposal should be uploaded duly page numbered and indexed.

2. Technical Proposal uploaded otherwise bid will not be considered.

Annexure - I (Format: I-1) (See clause 14 of Section 2 -ITB)

FINANCIAL & PHYSICAL EXPERIENCE DETAILS

a) The bidder should have:

A . Financial

i) Experience of having successfully executed/completed :

a) One project of 150 KLD common effluent treatment plant / effluent treatment plant

with succesfull Operation and Maintenanace for at least one (1) year during the last

5 years duly certified by the principal employer.

or

b) Two similar project of 100 KLD common effluent treatment plant / effluent

treatment plant each with Operation and maintenance for at least one year during the

last five (5) years duly certified by the principal employer ;

To be filled in by the Contract agency:

i. Details of successfully completed / executed similar works shall be furnished in the following format.

ii. Certificate duly signed by the employer shall also be enclosed for each completed similar work.

Agreement Number & Year

Name of Work Date of Work Order

Date of Completion

Amount of Contract

Employer's Name and Address

Existing commitments:

Agreement Number & Year

Name of Work

Date of Work Order

Date of Completion

Amount of Contract

Amount of balance work

Employer's Name and Address

B. Physical Requirement:

Execution of similar items of work in any one financial year during the last 3 financial years

should not be less than the minimum physical requirement fixed for the work.

S.

No. Particulars

Actual Project Executed

(To be filled in by the Contract agency )

Year-1 Year-2 Year-3 Year-4 Year-5

Physical qualification required Yes

1 Turnkey Project of CETP/ETP based

on ZLD

2 O & M of CETP/ETP for any

industrial area

Note:

1. Certificates issued by the principal employer (Not below the rank Executive Engineer

rank) should be submitted as proof in support of the above physical requirement.

2. Similar works: Complete construction of CETP/ETP based on ZLD process with

Infrastructure Development for any industrial area & operation & maintenance of

CETP/ETP for any industrial area .

Annexure - I (Format: I -2) (See clause 14 of Section 2 –ITB)

ANNUAL TURN OVER

Requirement:

i. Average annual turnkey project execution on CETP/ETP not less than 30% of the

probable amount of contract during the last 3 financial years..

To be filled in by the Contract agency:

Financial Year Payments received for contracts in progress or completed

2019-20

2020-21

2021-22

Note:

Annual turnover of CETP/ETP construction projects should be certified by the

Chartered Accountant.

Annexure - I (Format: I -3) (See clause 14 of Section 2 –ITB & Clause 6 of GCC)

List of Technical Personnel for the Key Positions

Requirement during execution

irement

Available with the bidder

S. N

o.

Key

Posi

tion

Min

imum

req

uir

emen

t M

inim

um

Qu

alif

icat

ion

Age

Sim

ilar

wo

rk e

xper

ien

ce

Req

uir

ed

Tota

l W

ork

E

xper

ience

(Min

imum

)

Yea

rs

S. N

o.

Nam

e of

Per

son

nel

Key

Posi

tion

Qual

ific

atio

n

Age

Sim

ilar

wo

rk e

xper

ien

ce

Tota

l W

ork

Exper

ience

1

Project

Manager 01

B.E.

chemical

/Mech

50 3 7

2

Site

Engineer

civil

01 BE Civil 50

3

5

3

Site

Engineer

(MEP)

01 B.E. Elect <50 3 5

4 Plant

Operator 1

ITI/

experience

d

<50 3 5

5

Supervisor

cum Lab

Chemist

Diploma

chemical

engg/ M.

Sc.

Env/Chemi

stry

<50 3 5

6 Helper

Unskilled

/semiskille

d

<50

List of staff is to be given by the Contract agency to the Employer‘s Engineer and advance

intimation to be given before deputing/removing any staff from site during the period of

contract. Not more than one of the Contract agency's key staff shall be absent from the

project site at any given time. In case it is necessary for more than one of the key personnel to

be absent at a given time, the Contract agency shall provide replacement of equivalent or

better qualifications. The CVs of such replacements shall be got pre-approved from

Employer/ Employer‘s Engineer in advance.

Employer‘s Engineer shall be authorized to direct the contracting agency to remove any or all

staff employed in the plant if in his opinion continued presence of such staff is detrimental to

safety or proper O&M of the plant. The Contract agency shall comply with such directions &

post suitable substitute(s) thereof. Whenever the Employer‘s Engineer has to inform the

Contract agency in writing that any person on the work is in his opinion unsatisfactory

or/incompetent or unfaithful or dishonest untruthful or disorderly or to be otherwise

unsuitable/such person shall be discharged by the Contract agency from the work and shall

not be employed again on it.

Annexure I (Format: I -4) (See clause 14 of Section 2 -ITB)

List of Key Equipments/ Machines for Quality Control Labs

Note: Equipment/machines required for proper testing of materials. Equipments / machines

will have to be provided at testing lab as per norms and instructions of EIC. Tentative list is

given in bid document.

Annexure - I (Format: I -5)

(See clause 14 of Section 2 -ITB)

List of Key Construction Equipments/ Machines for Construction Work

The Contract agency shall arrange plants and machineries at site for execution of the

work. Sufficient quantity of construction equipment shall have to be provided at site.

The Contract agency may have to deploy more Equipments and Plants depending upon

his Work Programme and Methodology, he/she has to ensure the same to complete the

work in stipulated period.

Annexure – J

FINANCIAL BID

(To Be Contained in Envelope-C)

(Only Online)

NAME OF WORK :- Design, Supply, Erection, Testing & Commissioning of 200 KLD

Common Effluent Treatment Plant (CETP) based on ZLD Process, on Turn-key basis and its

Operation and Maintenance for five years at I/A Confectionary Cluster, in front of IIM

Indore Village Rangwasa, Indore (M.P.)

I/We hereby bid for the execution of the above work within the time specified at the rate (in

figures) _ (in words) Lump Sum based on turnkey

basis as per scope of work given therein in all respects and in accordance with the

specifications, designs, drawings and instructions in writing in all respects in accordance

with such conditions so far as applicable. I/We have visited the site of work and am/ are fully

aware of all the difficulties and conditions likely to affect carrying out the work. I/We have

fully acquainted myself/ourselves about the conditions in regard to accessibility of site and

quarries/kilns, nature and the extent of ground, working conditions including stacking of

materials, installation of tools and plant conditions effecting accommodation and movement

of labour etc. required for the satisfactory execution of contract.

Should this bid be accepted, I/We hereby agree to abide by and fulfill all the terms and

provisions of the said conditions of contract annexed hereto so far as applicable, or in default

thereof to forfeit and pay to the Executive Director, M.P. Industrial Development

Corporation Ltd., Regional Office, Indore or his successors in office the sums of money

mentioned in the said conditions.

Note: i. Only one rate shall be quoted.

ii. Rates shall be quoted in figures as well as in words. If any difference in figures and

words is found lower of the two shall be taken as valid and correct rate. If the bidder

is not ready to accept such valid and correct rate and declines to furnish performance

security and sign the agreement his earnest money deposit shall be forfeited.

iii. All duties, taxes, and other levies payable by the bidder shall be included in the

percentage quoted by the bidder but exclusive of Goods and Service Tax (GST) to be

levied on Works/Service Contract and GSTshall be paid separately as applicable.

Signature of Bidder

Name of Bidder

The above bid is hereby accepted by me on behalf of the M.P. Industrial Development Corporation Ltd., Regional Office, Indore dated the day of 20

Signature of Officer by whom accepted

Executive Director

Annexure – K

(See clause 15 of Section 2 -ITB)

NO MATERIALS WILL BE ISSUED BY THE DEPARTMENT

Annexure – L

(See clause 21 of Section 2 -ITB )

M.P Industrial Development Corporation Ltd.,

Regional Office, Indore

LETTER OF ACCEPTANCE (LOA)

No. ……………………… Dated :- …………..

To,

M/s .............................. (Name and address of the Contract agency)

Subject :- ………………………………………..

(Name of the work as appearing in the bid for the work)

Dear Sir(s),

Your bid for the work mentioned above has been accepted on behalf of the Executive

Dirctor, M.P. Industrial Development Corporation Ltd., Regional Office, Indore at your

bided Lump Sum ratesas per Bill of Quantities given therein.

You are requested to submit within 15 (Fifteen) days from the date of issue of this

letter :

a. The performance security/performance guarantee including additional of Rs.

…………….. (in figures) (Rupees

……………………………………………………………………… in words only).

Nationalized/schedule commercial bank valid up to three months after the expiry of

defects liability period.

b. Sign the contract agreement.

Please note that the time allowed for carrying out the work as entered in the bid is

……. ……months including rainy season with defect liability period of ……. months after

physical completion of work, shall be reckoned from the date of signing the contract

agreement.

Signing the contract agreement shall be reckoned as intimation of commencement of

work and no separate letter for commencement of work is required. Therefore, after signing

of the agreement, you are directed to contact concerned Assistant Engineer for taking the

possession of site and necessary instructions to start the work.

Yours faithfully,

Chief General Manager

Annexure – M

(See clause 22 of Section 2 –ITB)

PERFORMANCE SECURITY

To,

……………………… (Name of Employer)

……………………… (Address of Employer)

WHEREAS ………………………………………………(Name and address of

Contract agency) (Hereinafter called "the Contract agency") has undertaken, in

pursuance of Letter of Acceptance No. ………. Date …………… to execute

………………. (Name of Contract and description of Works) (hereinafter called ―the

Contract‖)

AND WHEREAS it has been stipulated by you in the said Contract that the Contract

agency shall furnish you with a Bank Guarantee by a recognized bank for the sum specified

therein as security for compliance with his obligation in accordance with the Contract;

AND WHEREAS we have agreed to give the Contract agency such a Bank Guarantee:

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to

you on behalf of the Contract agency, up to a total of [amount of guarantee]*

(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 Contract

agency before presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of

the Contract of the Works to be performed there under or of any of the Contract

documents which may be made between you and the Contract agency shall in any way

release us from any liability under this guarantee, and we hereby waive notice of any such

change, addition or modification.

Our liability under this Bank Guarantee shall not exceed Rs. .......................( Rs.

......................only) & we further declare that this Bank Guarantee will be valid from

.................to ....................... and we declare that this Bank Guarantee will be renewed

automatically; (Only upto actual work completion period + defect liability period of 3 month

Tr.&Run + 5 year O&M) we undertake to renew this Bank Guarantee on our own till the

matter is settled & fully discharged by the Executive Director, M.P. Industrial Development

Corporation Ltd., Regional Office, Indore. The liability of the importer shall not be

discharged in any account without the consent of the Executive, M.P. Industrial

Development Corporation Ltd., Regional Office, Indore in writing.

This guarantee shall be valid until 5 year from the date of expiry of the Defect

Liability Period.

Signature, Name and Seal of the guarantor _____________________________

Name of Bank _______________ Address

Phone No., Fax No., E-mail Address, of Signing Authority Date ____________

* An amount shall be inserted by the Guarantor, representing the percentage the

Contract Price specified in the Contract including additional security for unbalanced

Bids, if any and denominated in Indian Rupees.

Clause

No Particulars Clause

No Particulars

A. General 21 Payments for Variations and / or Extra Quantities

1 Definitions 22 No compensation for alterations in or restriction

of work to be carried out.

2 Interpretations and Documents 23 No Interest Payable

3 Language and Law 24 Recovery from Contractors

4 Communications 25 Tax

5 Subcontracting 26 Check Measurements

6 Personnel 27 Termination by Engineer in Charge

7 Force Majeure 28 Payment upon Termination

8 Contractor's Risks 29 Performance Security

9 Liability For Accidents To Person 30 Security Deposit

10 Contractor to Construct the Works 31 Price Adjustment

11 Discoveries 32 Mobilization and Construction Machinery Advance

12 Dispute Resolution System 33 Secured Advance

B. Time Control 34 Payments Certificates

13 Programme E. Finishing the Contract

14 Extension of Time 35 Completion Certificate

15 Compensation for Delay 36 Final Account

16 Contractor‘s quoted percentage F. Other Conditions of Contract

C. Quality Control 37 Currencies

17 Tests 38 Labour

18 Correction of Defects noticed

during the Defect Liability Period

39 Compliance with Labour Regulations

D. Cost Control 40 Audit and Technical Examination

19 Variations - Change in original Specifications, Designs, Drawings

etc.

41 Death or Permanent Invalidity of Contractor

20 Extra Items 42 Jurisdiction

SECTION 3

CONDITIONS OF CONTRACT

Part – I General Conditions of Contract [GCC] Table of Clauses

A. General 1. DEFINITIONS

1.1. Bill of Quantities: means the priced and completed Bill of Quantities forming part of

the Bid.

1.2. Chief Engineer: means Chief Engineer of the M.P. Industrial Development

Corporation Ltd., Bhopal or Other authorized Officer.

1.3. Completion: means completion of the work as certified by the Employer , in

accordance with provisions of agreement.

1.4. Contract: means the Contract between the Employer and the Contract agency to

execute, complete and/or maintain the work. Agreement is synonym of Contract

and carries the same meaning wherever used.

1.5. Contract Data: means the documents and other information which comprise of the

Contract.

1.6. Contract agency: means a person or legal entity whose bid to carry out the work

has been accepted by the Employer.

1.7. Contract agency's bid: means the completed bid document submitted by the

Contract agency to the Employer.

1.8. Contract amount: means the amount of contract worked out on the basis of accepted

bid.

1.9. Completion of work: means completion of the entire contracted work. Exhaustion of

quantity of any particular item mentioned in the bid document shall not imply

completion of work or any component thereof.

1.10. Day: means the calendar day.

1.11. Defect: means any part of the work not completed in accordance with the

specifications included in the contract.

1.12. Department: means M.P. Industrial Development Corporation Ltd., Regional

Office, Indore who adopts this document written in short as MPIDC Ltd., Bhopal.

1.13. Drawings: means drawings including calculations and other information provided

by Competent Authority

1.14. Employer: means the party as defined in the Contract Data, who employs the

Contract agency to carry out the work. The Employer may delegate any or all

functions to a person or body nominated by him for specified functions. The executed

agreement will be effective in full essence with the successor company of M.P.

Industrial Development Corporation Ltd., Regional Office, Indore if incase change

any constitutional/formation changes happens in the status of MPIDC, Ltd.,

R.O.Indore.

1.15. Engineer: means the person named in the Contract Data.

1.16. Engineer in charge: means the person named in the Contract Data.

1.17. Equipment: means the Contract agency's machinery and vehicles brought

temporarily to the Site for execution of work.

1.18. Government: means Government of Madhya Pradesh.

1.19. In Writing: means communicated in written form and delivered.

1.20. Material: means all supplies, including consumables, used by the Contract

agency for incorporation in the work.

1.21. Executive Engineer : means executive engineer in charge of MPIDC , Indore

1.22. Stipulated period of completion: means the period in which the Contract

agency is required to complete the work. The stipulated period is specified in the

Contract Data.

1.23. Assistant Engineer :- means Assistant Engineer of M.P. Industrial Development

Corporation Ltd.(Regional Office, Indore).

1.24. Junior Engineer :- Means Junior Engineer of M.P. Industrial Development

Corporation Ltd. (Regional Office, Indore).

1.25 Specification: means the specification of the work included in the Contract and any

modification or addition made or approved by the Competent Authority.

1.26. Start Date: means the date of signing of agreement for the work.

1.27. Sub-Contract agency: means a person or corporate body who has a Contract

with the Contract agency, duly authorised to carry out a part of the construction work

under the Contract.

1.28. Temporary Work: means work designed, constructed, installed, and removed by the

Contract agency that are needed for construction or installation of the work.

1.29. Tender/Bid, Tenderer/Bidder: are the synonyms and carry the same meaning where

ever used.

1.30. Variation: means any change in the work which is instructed or approved as variation

under this contract.

1.31. Work: The expression "work" or "works" where used in these conditions shall unless

there be something either in the subject or context repugnant to such construction, be

construed and taken to mean the work by virtue of contract, contracted to be executed,

whether temporary or permanent and whether original, altered, substituted or

additional.

2. INTERPRETATIONS AND DOCUMENTS

2.1 Interpretations

In the contract, except where the context requires otherwise:

a. words indicating one gender include all genders;

b. Words indicating the singular also include the plural and vice versa.

c. provisions including the word ―agree‖, ―agreed‖ or ―agreement‖ require the

agreement to be recorded in writing;

d. written‖ or ―in writing‖ means hand-written, type-written, printed or

electronically made, and resulting in a permanent record;

2.2 Documents Forming Part of Contract:

1. NIT with all amendments.

2. Instructions to Bidders (ITB, Bid Data Sheet with all Annexures)

3. Conditions of Contract:

i. Part I General Conditions of Contract and the Contract Data; with all

Annexures

ii. Part II Special Conditions of Contract.

4. Specifications

5. Drawings

6. Bill of Quantities

7. Technical and Financial Bid

8. Agreement, and

9. Any other document(s), as specified.

3. Language and Law

The language of the Contract and the law governing the Contract are stated in the Contract Data.

4. Communications

All certificates, notice or instruction to be given to the Contract agency by Employer/Engineer shall be sent to the address or contact details given by the Contract agency in [Annexure H of ITB]. The address and contact details for communication with the Employer/Engineer shall be as per the details given in the Contract Data. Communication between parties that are referred to in the conditions shall be in writing. The notice sent by facsimile (fax) or other electronic means (email) shall also be effective on confirmation of the transmission. The notice sent by registered post or speed post shall be effective on delivery or at the expiry of the normal delivery period as undertaken by the postal service. In case of any change in address for communication, the same shall be immediately notified to Engineer-in- Charge.

5. Subcontracting

Subcontracting shall be permitted for contracts of value more than amount specified in the Contract Data with following conditions.

a. The Contract agency may subcontract up to 25 percent of the contract price

with the approval of the Employer in writing, but will not assign the Contract.

Subcontracting shall not alter the Contract agency's obligations.

b. Following shall not form part of subcontracting:

i. Hiring of labour through a labour Contract agency.

ii. The purchase of Materials to be incorporated in the works.

iii. Hiring of plant& machinery

c. The sub-Contract agency will have to be registered in the centralized

registration system for Contract agencys of the GoMP.

6. Personnel

6.1 The Contract agency shall employ for the construction work and routine

maintenance the technical personnel as provided in the Annexure I-3 of Bid Data

Sheet, if applicable. If the Contract agency fails to deploy required number of

technical staff, recovery as specified in the Contract Data will be made from the

Contract agency.

6.2 If the Engineer asks the Contract agency to remove a person who is a member of

the Contract agency's staff or work force, stating the reasons, the Contract agency

shall ensure that the person leaves the Site within three days and has no further

connection with the Works in the Contract.

7. Force Majeure

7.1 The term ―Force Majeure‖ means an exceptional event or circumstance:

(a) Which is beyond a Party‘s control,

(b) Which such Party could not reasonably have provided against before entering

into the Contract,

(c) Which, having arisen, such Party could not reasonably have avoided or

overcome, and

(d) Which is not substantially attributable to the other Party. Force Majeure may

include, but is not limited to, exceptional events or circumstances of the kind

listed below, so long as conditions (a) to (d) above are satisfied:

(i) War, hostilities (whether war be declared or not), invasion, act of

foreign enemies,

(ii) Rebellion, t e r r o r i s m , s a b o t a g e by persons other than the

Contract agency‘s Personnel, revolution, insurrection, military or usurped

power, or civil war,

(iii) Riot, commotion, disorder, strike or lockout by persons other than

the Contract agency‘s Personnel,

(iv) Munitions of war, explosive materials, ionising radiation or contamination

by radio-activity, except as may be attributable to the Contract agency‘s

use of such munitions, explosives, radiation or radio-activity, and

(v) Natural catastrophes such as earthquake, hurricane, typhoon or volcanic

activity.

7.2. In the event of either party being rendered unable by force majeure to perform any

duty or discharge any responsibility arising out of the contract, the relative obligation

of the party affected by such force majeure shall upon notification to the other party

be suspended for the period during which force majeure event lasts. The cost and loss

sustained by either party shall be borne by respective parties.

7.3 For the period of extension granted to the Contract agency due to Force Majeure the

price adjustment clause shall apply but the penalty clause shall not apply. It is

clarified that this sub clause shall not give eligibility for price adjustment to contracts

which are otherwise not subject to the benefit of price adjustment clause.

7.4 The time for performance of the relative obligation suspended by the force majeure

shall stand extended by the period for which such cause lasts. Should the delay

caused by force majeure exceed twelve months, the parties to the contract shall be at

liberty to foreclose the contract after holding mutual discussions.

8. Contract agency's Risks

8.1 All risks of loss or damage to physical property and of personal injury and death

which arise during and in consequence of the performance of the Contract are the

responsibility of the Contract agency.

8.2 All risks and consequences arising from the inaccuracies or falseness of the

documents, drawing, designs, other documents and/or information submitted by the

Contract agency shall be the responsibility of the Contract agency alone,

notwithstanding the fact that the designs/ drawings or other documents have

been approved by the department/Nigam.

9. Liability for Accidents to Person

The Contract agency shall be deemed to have indemnified and saved harmless the

Government/Nigam against all action, suits, claims, demands, costs etc. arising in

connection with injuries suffered by any persons employed by the Contract agency or

his subContract agency for the works whether under the General law or under

workman's compensation Act, or any other statute in force at the time of dealing with

the question of the liability of employees for the injuries suffered by employees and

to have taken steps properly to ensure against any claim there under. Necessary claim

or insurance charges or premium shall be payable by the Contract agency only.

10. Contract agency to Construct the Works

10.1 The Contract agency shall construct, install and maintain the Works in accordance

with the Specifications and Drawings as specified in the Contract Data.

10.2 In the case of any class of work for which there is no such specification as is

mentioned in Contract Data, such work shall be carried out in accordance with the

instructions and requirement of the site SOR and site conditions etc.

10.3 The Contract agency shall supply and take upon himself the entire responsibility of

the sufficiency of the scaffolding, timbering, machinery, tools and implements, and

generally of all means used for the fulfillment of this contract whether such means

may or may not be approved or recommended by the Engineer.

11. Discoveries

Anything of historical or other interest or of significant value unexpectedly

discovered on the Site shall be the property of the Employer. The Contract agency

shall notify the Engineer of such discoveries and carry out the Engineer's instructions

for dealing with them.

12. Dispute Resolution System

12.1 No dispute can be raised except before the Competent Authority as defined in Contract

Data in writing giving full description and grounds of dispute. It is clarified that

merely recording protest while accepting measurement and/or payment shall not be

taken as raising a dispute.

12.2 No dispute can be raised after 45 days of its first occurrence. Any dispute raised after

expiry of 45 days of its first occurrence shall not be entertained and the Employer

shall not be liable for claims arising out of such dispute.

12.3 The Competent Authority shall decide the matter within 45 days.

12.4 Appeal against the order of the Competent Authority can be preferred within 30 days

to the Appellate Authority as defined in the Contract data. The Appellate Authority

shall decide the dispute within 45 days.

12.5 Appeal against the order of the Appellate Authority can be preferred before the

Madhya Pradesh Arbitration Tribunal constituted under Madhya Pradesh

MadhyasthamAdhikaranAdhiniyam, 1983.

12.6 The Contract agency shall have to continue execution of the Works with due diligence

Not with standing pendency of a dispute before any authority or forum.

B. Time Control 13. Programme

13.1 Within the time stated in the Contract Data, the Contract agency shall submit to

the Engineer for approval a Programme showing the general methods, arrangements,

order and timing for all the activities for the construction of works.

13.2 The program shall be supported with all the details regarding key personnel,

equipment and machinery proposed to be deployed on the works for its

execution. The Contract agency shall submit the list of equipment and machinery

being brought to site, the list of key personnel being deployed, the list of

machinery/equipment being placed in field laboratory and the location of field

laboratory along with the Programme.

13.3 An update of the Programme shall be a programme showing the actual progress

achieved on each activity and the effect of the progress achieved on the timing of the

remaining Works, including any changes to the sequence of the activities.

13.4 The Contract agency shall submit to the Engineer for approval an updated

Programme at intervals no longer than the period stated in the Contract Data.

If the Contract agency does not submit an updated Programme within this

period, the Engineer may withhold the amount stated in the Contract Data from

the next payment certificate and continue to withhold this amount until the next

payment after the date on which the overdue Programme has been submitted.

13.5 The Engineer ‘ s approval of the Programme shall not alter the Contract

agency's obligations.

14. Extension of Time

The contract is for completion of works and therefore non approval of extension of

time shall not in any way invalidate the contract. The Contract agency will have to

complete the works. In the event of delays attributable to the Contract agency, the

EOT shall not be given by the engineer-in-charge and the liquidated damages shall be

levied from the Contract agency in accordance with the provisions of the contract. In

the event, the delays are not attributable to the Contract agency the EOT may be

issued by the Engineer-in-Charge without imposition of the liquidated damages either

suo-motto or on a written request of the Contract agency. It is clarified that out of the

total delays in completion of works, the EOT shall be issued only for the part, which

is not attributable to the Contract agency. Before issuing the EOT, Engineer Incharge

shall obtain the prior approval of competent authority.

14.1 If the Contract agency desires an extension of time for completion of the work on the

ground of his having been unavoidably hindered in its execution or on any other

grounds, he shall apply, in writing, to the Engineer-in-Charge, on account of which he

desires such extension. Engineer-in-Charge shall forward the aforesaid application to

the Competent Authority as prescribed.

14.2 The competent authority shall grant such extension at each such occasion within a

period of 30 days of receipt of application from Contract agency and shall not wait for

finality of work. Such extensions shall be granted in accordance with provisions under

clause-15 of this agreement.

14.3 In case the work is already in progress, the Contract agency shall proceed with the

execution of the works, including maintenance thereof, pending of the decision of the

competent authority as aforesaid with all due diligence.

15. Compensation for delay

15.1 The time allowed for carrying out the work, as entered in the agreement, shall be

strictly observed by the Contract agency.

15.2 The time allowed for execution of the contract shall commence from the date of signing of the agreement. It is clarified that the need for issue of work order is dispensed with.

15.3 In the event milestones are laid down in the Contract Data for execution of the

works, the Contract agency shall have to ensure strict adherence to the same.

15.4 Failure of the Contract agency to adhere to the timelines and/or milestones shall attract such liquidated damages as is laid down in the Contract Data.

15.5 In the event of delay in execution of the Works as per the timelines mentioned in the

Contract Data the Nigam shall retain from the bills of the Contract agency amount

equal to the liquidated damages leviable until the Contract agency makes such delays

good. However, the Nigam shall accept bankable security in lieu of retaining such

amount.

15.6 If the Contract agency is given extension of time after liquidated damages have

been paid, the Engineer in Charge shall correct any over payment of liquidated

damages by the Contract agency in the next payment certificate.

15.7 In the event the Contract agency fails to make good the delay until completion of

the stipulated contract period (including extension of time) the sum so retained shall

be adjusted against the liquidated damages levied.

16. Contract agency's quoted Rates

(i) The Contract agency‘s quoted r a t e referred to in the "Bid for works" will be

paid as per the price schedule given in the tender document

(ii) Work’s completeness

It is not the intent to specify completely herein all details of the work.

Nevertheless, work shall be complete and operative in all aspects.Any material or

accessories which may not have been specifically mentioned but which is necessary

for usual, satisfactory and trouble free operation of the system, shall be furnished by

the supplier without extra charge.

C. Quality Control

17. Tests

17.1 The Contract agency shall be responsible for:

a. Carrying out the tests prescribed in specifications, and

b. For the correctness of the test results, whether preformed in his laboratory or

elsewhere.

c. At least 20% test of material of prescribed frequencies should be carried out by

Govt. Engineering College/MPPWD acredited Lab/ LUN lab as directed by

Engineer-in- Charge. The charges for the same shall be paid by the Contract

agency otherwise will be deducted from the Contract agency‘s RA bill.

d. For cement concrete roads 20% of payment shall be withheld, which shall be

released after satisfactory core cutting test results, the payment of core cutting.

test shall be paid by Contract agency, and the same can be deducted from the

running bills of the Contract agency.

17.2 The Contract agency shall have to establish field laboratory within the time

specified and having such equipments as are specified in the Contract Data.

17.3 Failure of the Contract agency to establish laboratory shall attract such penalty as

is specified in the Contract Data.

18. Correction of Defects noticed during the Defect Liability Period

18.1 The Defect Liability Period of work in the contract shall be as per the Contract

Data.

18.2 The Contract agency shall promptly rectify all defects pointed out by the Engineer

well before the end of the Defect Liability Period. The Defect Liability Period shall

automatically stand extended until the defect is rectified.

18.3 If the Contract agency has not corrected a Defect pertaining to the Defect

Liability Period to the satisfaction of the Engineer, within the time specified by

the Engineer, the Engineer will assess the cost of having the Defect corrected, and the

cost of correction of the Defect shall be recovered from the Performance Security or

any amount due or that may become due to the Contract agency and other

availablesecurities.

D. Cost Control 19. Variations - Change in original Specifications, Designs, and Drawings etc.

19.1 The Employer shall have power to make any alterations, omissions or additions to

or substitutions in the original specifications, drawings, designs and instructions, that

may appear to him to be necessary during the progress of the work and the Contract

agency shall carry out the work in accordance with any instructions which may be

given to him in writing signed by the Engineer-in- charge, and such alterations,

omission, additions or substitutions shall not invalidate the contract and any

altered, additional or substituted work, which the Contract agency may be directed

to do in the manner above specified, as part of the work, shall be carried out by

the Contract agency on the same conditions in all respects on which he agrees to do

the main work.

19.2 The time for the completion of the work shall be adjusted in the proportion that the

altered, additional or substituted work bears to the original contract work and the

certificate of the Assistant Engineer, Executive Engineer shall be conclusive as to such

proportion.

20. Extra items

20.1 All such items which are not included in the priced BOQ shall be treated as extra

items.

21. Payments for Variations and / or Extra Quantities

21.1 The rates for such additional (Extra quantity), altered or substituted work / extra

items under this clause shall be worked out in accordance with the following

provisions in their respective order:-

a. The Contract agency is bound to carry out the additional (Extra quantity),

work at the same rates as are specified in the contract for the work.

b. If the item is not in the priced BOQ and is included in the SOR, the

rate shall be arrived at by applying above or below percentage of the the

quoted rates and PAC amount.

c. If the rates for the altered or substituted work are not provided in

applicable SOR - such rates will be derived from the rates for a similar class

(type) of work as is provided in the contract (priced BOQ) for the work.

d. If the rates for the altered, substituted work cannot be determined in the

manner specified in the sub clause (c) above - then the rates for such

composite work item shall be worked out on the basis of the concerned

Schedule of Rates minus/plus the percentage quoted by the Contract agency.

e. If the rates for a particular part or parts of the item is not in the Schedule of

Rates and the rates for the altered, or substituted work item cannot be

determined in the manner specified in sub clause (b) to (d) above, the rate for

such part or parts will be determined by the Competent Authority as defined in

the Contract Data on the basis of the rate analysis derived out of prevailing

market rates when the work was done.

f. But under no circumstances, the Contract agency shall suspend the work on

the plea of non-acceptability of rates on items falling under sub clause (a)

to (d). In case the Contract agency does not accept the rate approved by

the Engineer in Charge for a particular item, the Contract agency shall

continue to carry out the item at the rates determined by the Competent

Authority. The decision on the final rates payable shall be arrived at through

the dispute settlement procedure.

Note : All SOR listed as per Annexure E.

22. No compensation for alterations in or restriction of work to be carried out.

22.1 If at any time after the commencement of the work, the Nigam, for any reason

whatsoever, not require the whole or any part of the work as specified in the bid to

be carried out; the Nigam shall give notice in writing of the fact to the Contract

agency and withdraw that whole or any part of the work.

22.2 The Contract agency shall have no claim to any payments or compensation

whatsoever, on account of any profit or advantage which he might have derived from

the execution of work in full or on account of any loss incurred for idle men and

machinery due to any alteration or restriction of work for whatsoever reason.

22.3 The Employer may supplement the work by engaging another agency to execute such portion of the work, without prejudice to his rights.

23. No Interest Payable

No interest shall be payable to the Contract agency on any payment due or awarded

by any authority.

24. Recovery from Contract agencys

Whenever any claim against the Contract agency for the payment arises under the

contract, the Employer may be entitled to recover such sum by:

(a) Appropriating, in part or whole of the Performance Security and Additional Performance Security, if any; and/or Security Deposit and / or any sums payable under the contract to the Contract agency.

(b) If the amount recovered in accordance with (a) above is not sufficient, the balance sum may be recovered from any payment due to the Contract agency under any other contract of the Nigam, including the securities which become due for release.

(c) The Employer shall, further have an additional right to effect recoveries as arrears of land revenue under the M.P. Land Revenue Code.

25. Tax 25.1 Please refere Annexure J.

25.2 The liability, if any, on account of quarry fees, royalties, octroi and any other taxes and

duties in respect of materials actually consumed on public work, shall be borne by the

Contract agency.

25.3 Any changes in the taxes due to change in legislation or for any other reason shall not

be payable to the Contract agency.

25.4 GST for all civil, electrical, water supply etc. items shall be payable as per prevailing

rules by department.

25.5 Good & Service Tax (GST) for work contract service

The Contract agency/successful bidder shall be abide by the GST laws, the following

conditions are required to be fulfilled :-

a) Contract agency must have valid GST registration.

b) As per PWD manual financial bid will inclusive of all taxes except GST. TDS shall

be deducted as applicable by the law in force at the time being.

c) Financial bid should be excluded GST, GST is additionally payable, if not exempted

under GST laws.

d) Contract agency will have to be raised proper GST invoice, mentioning clear-cut

bifurcation like different value of road and building separately basic amount, SGST,

CGST and IGST tax amount if applicable etc. in pursuance to invoicing rules

prescribed in GST law alongwith SAC/HSNcode.

e) Financial comparison for determination of L1, L2 shall be done deemed to be

excluding applicable GST amount. But other all taxes amount will be inclusive.

f) GST, TDS shall be deducted if applicable under GST law at the time of bill passing

date.

g) Successful bidder will have to file applicable GST return within scheduled time frame

under GST law (GSTR01,02,03 etc.), if failure in filing such return within schedule

time frame is found, MPIDC Ltd., Regional Office, Indore shall have the right to

deduct/recover such involved GST amount, Interest penalty etc. accordingly, and

none of any excuse shall be considered.

h) In situation of non-compliance of GST provisions, MPIDC-RO Indore may hold the

due payments of Contract agency.

i) Contract agency will have to follow changes of GST law if any done by the GST

department.

j) Contract agency will have to follow order‘s/instructions or any changes by the

Central/State Govt. pertaining to this works taxes.

26. Check Measurements

26.1 The Employer reserves to itself the right to prescribe a scale of check

measurement of work in general or specific scale for specific works or by other

special orders. 100% measurement of work done shall be recorded or checked by

concerning Assistant Engineer of the Contract work and 10% measurement of

contract amount shall be checked by Executive Engineer of the Contract work.

26.2 Checking of measurement by superior officer shall supersede measurements by

subordinate officer (s), and the former will become the basis of the payment.

26.3 Any over/excess payments detected, as a result of such check measurement or

otherwise at any stage up to the date of completion of the defect liability period

specified in this contract, shall be recoverable from the Contract agency, as per

clause 24 above.

27. Termination of Contract

27.1 If the Contract agency fails to carry out any obligation under the Contract, the

Executive Director/Engineer in Charge may by notice require the Contract agency to

complete the work/make good the failure and to remedy it within a specified

reasonable time.

27.2 The Executive Director shall be entitled to terminate the Contract if the

Contract agency

a) Abandons the Works or otherwise plainly demonstrates the intention not

to continue performance of his obligations under the Contract;

b) The Contract agency is declared as bankrupt or goes into liquidation other

than for approved reconstruction or amalgamation;

c) without reasonable excuse fails to comply with the notice to correct a

particular defect within a reasonable period of time;

d) The Contract agency does not maintain a valid instrument of financial

security as prescribed;

e) The Contract agency has delayed the completion of the Work.

f) If the Contract agency fails to deploy machinery and equipment or personnel

or set up a field laboratory as specified in the Contract;

g) If the Contract agency, in the judgment of the Engineer‘ s has engaged in

corrupt or fraudulent practices in competing for or in executing the contract;

h) Any other fundamental breaches as specified in the Contract .

27.3 In any of these events or circumstances, the Nigam may, upon giving 30 day‘s notice

to the Contract agency, terminate the Contract and expel the Contract agency from the

Site. However, in the case of sub-paragraph (b) or (g) of clause 27.2, the Executive

Director may terminate the Contract immediately.

27.4 Not with standing the above, the Executive Director may terminate the Contract for

convenience by giving notice to the Contract agency.Risk and cost means amount

recoverable from Contract agency to get remaining work completed at his risk and

cost.

28. Payment upon Termination

28.1 If the contract is terminated under clause 27.3, the Engineer shall issue a

certificate for value of the work accepted on final measurements, less Advance

Payments and Penalty as indicated in the Contract. The amount so arrived at shall

be determined by the Engineer and shall be final and binding on both the parties.

28.2 Payment on termination under clause 27. 4 above -

If the Contract is terminated under clause 27.4 above, the Engineer shall issue a

certificate for the value of the work done, the reasonable cost of removal of

Equipment, repatriation of the Contract agency's personnel employed solely on the

Works and the Contract agency's costs of protecting and securing the Works and less

advance payments received up to the date of the certificate, less other recoveries due

in terms of the contract and less taxes due to be deducted at source as per applicable

law.

28.3 If the total amount due to the Employer exceeds any payment due to the

Contract agency, the difference shall be recovered as per clause 24 above.

29. Performance Security

29.1 The Contract agency shall have to submit performance security and additional

performance security, if any, as specified in Contract at the time of signing of the

contract. The Contract agency shall have to ensure that such performance security

and additional performance security, if any, remains valid for the period as specified

in the Contract Data.

29.2 The performance security shall be released as mentioned in tender document

29.3 Additional performance security shall be released as mentioned in tender document

30. Security Deposit and EMD

30.1 Security Deposit shall be deducted from each running bill at the rate as specified in

the Contract Data. The total amount of Security Deposit so deducted shall not exceed

the percentage of Contract Price specified in the Contract Data. Perofrmance security

shall be released as mentioned in contract data .

31. Price Adjustment – NOT APPLICABLE

32. Mobilization and Construction Machinery Advance – NOT APPLICABLE

33. Secured Advance –NOT APPLICABLE

34. Payment Certificates

The payment to the Contract agency will be as follows for construction work:

(a) The Contract agency shall submit to the Engineer monthly statements of the value of

the work executed less the cumulative amount certified previously, supported with

detailed measurement of the items of work executed.

(b) The Engineer shall check the Contract agency‘s monthly statement and certify

the amount to be paid to the Contract agency.

(c) The value of work executed shall be determined, after submission of bill by

bidder, based on the measurements approved by Engineer.

(d) The value of work executed shall comprise the value of the quantities of the items in

the Bill of Quantities completed.

(e) The value of work executed shall also include the valuation of Variations and

Compensation Events.

(f) All payments shall be adjusted for deductions for advance payment, security

deposit, other recoveries in terms of contract and taxes at source as applicable

under the law.

(g) The Engineer may exclude any item certified in a previous certificate or reduce the

proportion of any item previously certified in any certificate in the light of later

information.

(h) Payment of intermediate certificate shall be regarded as payments by way of advance

against the final payment and not as payments for work actually done and completed.

(i) Intermediate payment shall not preclude the requiring of bad, unsound and

imperfect or unskilled work to be removed and taken away and reconstructed or be

considered as an admission of the due performance of the Contract agency any part

thereof, in any respect or the occurring of any claim.

(j) The payment of final bill shall be governed by the provisions of clause 36 of

GCC.

D. Finishing the Contract 35. Completion Certificate

35.1 A Completion Certificate in the prescribed format in Contract shall be issued by

Engineer in charge after physical completion of the Work.

35.2 After final payment to the Contract agency, a Final Completion Certificate shall

be issued in the prescribed format as given in the Contract data shall be issued by

the engineer in charge. .

36. Final Account

36.1 The Contract agency shall supply the Engineer with a detailed account of the

total amount that the Contract agency considers payable for works under the Contract

within 21 days of issue of certificate of physical completion of works. The Engineer

shall issue a Defects Liability Certificate and certify any payment that is due to the

Contract agency within 45 days of receiving the Contract agency‘s account if it is

correct and complete. If the account is not correct or complete, the Engineer shall

issue within 45 days a schedule that states the scope of the corrections or additions

that are necessary. If the Account is still unsatisfactory after it has been resubmitted,

the matter shall be referred to the Competent Authority as defined in the Contract

Data, who shall decide on the amount payable to the Contract agency after hearing the

Contract agency and the Engineer in charge..

36.2 In case the account is not received within 21 days of issue of Certificate of

Completion as provided in clause 35.1 above, the Engineer shall proceed to

finalize the account and issue a payment certificate within 28 days.

F. Other Conditions of Contract 37. Currencies

All payments will be made in Indian Rupees.

38. Labour

38.1 The Contract agency shall, unless otherwise provided in the Contract, make his

own arrangements for the engagement of all staff and labour, local or other, and

for their payment, housing, feeding and transport.

38.2 The Contract agency shall, if required by the Engineer, deliver to the Engineer a

return in detail, in such form and at such intervals as the Engineer may

prescribe, showing the staff and the numbers of the several classes of labour from

time to time employed by the Contract agency on the Site and such other information

as the Engineer may require.

39. Compliance with Labour Regulations

39.1. During continuance of the Contract, the Contract agency and his sub-Contract

agencys shall abide at all times by all existing labour enactments and rules made

there under, regulations, notifications and bye laws of the State or Central

Government or local authority and any other labour law (including rules),

regulations, bye laws that may be passed or notification that may be issued under

any labour law in future either by the State or the Central Government or the local

authority. Salient features of some of the major labour laws that are applicable to

construction industry are given in the Contract Data. The Contract agency shall keep

the Employer indemnified in case any action is taken against the Employer by the

competent authority on account of contravention of any of the provisions of any Act

or rules made their under, regulations or notifications including amendments. If the

Employer is caused to pay or reimburse, such amounts as may be necessary to cause

or observe, or for non-observance of the provisions stipulated in the

notifications/byelaws/Acts/Rules/ regulations including amendments, if any, on the

part of the Contract agency, the Engineer/Employer shall have the right to deduct

from any money due to the Contract agency including his amount of

performance security. The Employer/Engineer shall also have right to recover from

the Contract agency any sum required or estimated to be required for making good

the loss or damage suffered by the Employer. The employees of the Contract agency

and the Sub-Contract agency in no case shall be treated as the employees of the

Employer at any point of time.

40. Audit and Technical Examination

Nigam/Government shall have the right to cause an audit and technical

examination of the works and the final bill of the contract including all supporting

vouchers, abstract etc. to be made after payment of the final bill and if as a result of

such audit and technical examination any sum is found to have been overpaid in

respect of any work done by the Contract agency under the contract or any work

claimed by him to have been done under the contract and found not to, have been

executed, the Contract agency shall be liable to refund the amount of overpayment

and it shall be lawful for Nigam to recover the same from him in the manner

prescribed in clause 24 above and if it is found that the Contract agency was paid less

than what was due to him, under the contract in respect of any work executed by him

under it, the amount of such under payment shall be duly paid by Nigam/Government

to the Contract agency.

41. Death or Permanent Invalidity of Contract agency If the Contract agency is an individual or a proprietary concern, partnership concern,

dies during the currency of the contract or becomes permanently incapacitated, where

the surviving partners are only minors, the contracts shall be closed without levying

any damages/ compensation as provided for in clause 28.2 of the contract agreement.

However, if the competent authority shall enter into a fresh agreement for the

remaining work strictly on the same terms and conditions under which the contract

was awarded.

42. Jurisdiction

This contract has been entered into the State of Madhya Pradesh and its validity,

construction, interpretation and legal effect shall be subjected to the courts at the place

where this agreement is entered into. No other jurisdiction shall be applicable.

[End of GCC]

Contract Data

GCC Clause

Particulars

Data

1.14 Employer Executive Director, M.P. Industrial Development Corporation Ltd., R.O. Indore

1.15 Engineer Junior Engineer/Assistant Engineer, M.P. Industrial Development Corporation Ltd., R.O. Indore

1.16 Engineer in Charge Executive Engineer, M.P. Industrial Development Corporation Ltd., R.O. Indore

1.22 Stipulated Period of

Completion

6 (six) months including 3 months Trial Run + 5

Years O & M.

3 Language & Law of Contract English

4 Address & contact details of

the Contract agency

As per 'Annexure-H'

Address & contact details of

the Employer –

phone, Fax, e-mail.

Executive Director, M.P. Industrial Development

Corporation Ltd., Regional office, Indore

Atulya IT Park, 101, First floor, near Crystal IT

Park, Khandwa Road, Indore.

Ph. 0731-2970611, 2974363, 2971311

e-mail : [email protected]

5 Subcontracting permitted for

the Contract Value

No

6 Technical Personnel to be

provided by the Contract

agency

As per 'Annexure-I' (Format I-3)

Penalty, if Technical Personnel not employed during original execution of work

As per contract agreement

10 Specifications As per 'Annexure-E'

Drawings As per 'Annexure - N'

GCC Clause

Particulars

Data

12 Competent Authority for

deciding dispute under

Dispute Resolution System

Executive Director, M.P. Industrial

Development Corporation Ltd., R.O. Indore

Appellate Authority for

deciding dispute under

Dispute Resolution System

Managing Director, M.P. Industrial

Development Corporation Ltd. Bhopal

13 Period for submission of

updated construction

program

As per approved PERT chrat/contract

agreement

Amount to be withheld

for not submitting

construction program in the

prescribed period

As per decision of engineer in charge

14 Competent Authority for

granting Time Extension

Executive Director, MPIDC, R.O.Indore

15 Milestones laid down for

the contract

Contract

Yes

If Yes, details of

Milestones

As per 'Annexure - O'

Liquidated damage As per 'Annexure - P'

16 List of equipment for lab As per annexure -Q

Time to establish Site lab 15 days from date of signing of the Agreement

Penalty for not

establishing field

Laboratory

1% of Contract Amount per month,

17 Defect Liability Period 3 months from the date of completion of construction work.

Note :- In accordance with clause 18.3 (GCC),

the Engineer in Charge shall intimate the

Contract agency about the cost assessed, for

making good the defects and if the Contract

agency has not corrected defects, action for

correction of defects shall be taken by the

Engineering in Charge as below at the risk &

cost of Contract agency:-

(a) Deploy department labour and material

Or

(b) Engage a Contract agency by issuing a work

order at contract rate / SOR rate

Or

(c) Sanction supplementary work in a existing

agreement to a Contract agency for zonal works

or similar other work.

Or

(d) Invite open tender

Or

(e) Combination of above

18 Competent Authority for

determining the rate

Executive Director, M.P. Industrial

Development Corporation Ltd., R.O. Indore

19

Any other condition for

breach of contract

Yes as below:

If the Contract agency fails to achieve 50%

financial progress in any milestone and /or fails

to achieve 75% financial progress in two

consecutive mile stones

20 Penalty Penalty Shall include :

(a) Security deposit as per clause 30 of General Conditions of Contract, and

(b) Liquidated Damages imposed as per clause 15 or

Performance Security (Guarantee) including

Additional Performance Security (Guarantee),

if any, as per clause 29 of General Conditions

of Contract, whichever is higher

21

Performance guarantee

(Security) shall be valid up

to

5 year beyond the Completion of Defect Liability

Period / O&M Period

22

Security Deposit to be

deducted from each

running bill

At the rate of 5% of Gross Amount of Running Bill

Maximum limit of deduction of Security Deposit

5% of Final Gross Amount of Final Bill.

23 Clause 31.1(1) Price

adjustment shall be

applicable

Not Applicable

Clause 31.2.4 Weightages of Component in the work

Not Applicable

24 Clause 32.1 Mobilization and Construction Machinery Advance Applicable

No

Clause 32.2 If yes,

Unconditional Bank

Guarantee

No

Clause 32.3 If yes, Rate of

interest chargeable on

advances

No

Clause 32.4 If yes, Type &

Amount of Advance

payment that can be paid

No

Clause 32.5 If yes,

Recovery of advance

payment

No

33 Clause 33.1 Secured

Advance Applicable

No

Clause 33.2 if yes,

Unconditional Bank

Guarantee

Not Applicable

Clause 33.2 if yes,

Amount of Secured

Advance

Not Applicable

Clause 33.3 if yes,

Conditions for secured

advance

Not Applicable

Clause 33.4 if yes,

Recovery of Secured

advance

Not Applicable

35

Completion Certificate –

after physical completion of

the Work

As per 'Annexure - U'

Final Completion

Certificate – after final

payment on completion of

the Work

As per 'Annexure- V'

36

Competent Authority Executive Director, M.P. Industrial

Development Corporation Ltd., R.O. Indore

39

Salient features of some of

the major labour laws that

are applicable

As per 'Annexure-W'

40 Apeallant Authority Managing Director, M.P. Industrial

Development Corporation Ltd., R.O. Indore

ANNEXURE – N (See clause 10 of Section 3 -GCC )

Drawings

Note : Drawings are annexed

S.no. Drawing Title

1 Tentative Layout of Effluent Tretment Plant (CETP/ETP)

2 Tentative Process Flow Diagram of Effluent Treatment Plant (CETP/ETP)

3 Master plan of Confectionary cluster

ANNEXURE – O (See clause 15 of Section 3 -GCC )

Details of Milestone

Sl. No.

Milestone

Duration

Physical Achievement

1 1st Upto 2 months from

commencement of work

20% of the Contract Amount

2 2nd

Upto 4 months from

commencement of work

50% of the Contract Amount

3 3rd

Upto 6 months from

commencement of work

100% of the Contract Amount

ANNEXURE – P (See clause 15 of Section 3 –GCC)

Compensation for Delay

If the Contract agency fails to achieve the milestones, and the delay in execution of

work is attributable to the Contract agency, the Employer shall retain an amount from

the sums payable and due to the Contract agency as per following scale -

i. Slippage up to 25% in financial target during the milestone under

consideration — 2.5% of the work remained unexecuted in the related time span. ii. Slippage exceeding 25% but Up to 50% in financial target during the

milestone under consideration

- 5% of the work remained unexecuted in the related time span.. iii. Slippage exceeding 50% but Up to 75% in financial target during the

milestone under consideration

-7.5% of the work remained unexecuted in the related time span.. iv. Slippage exceeding 75% in financial target during the milestone under

consideration

-10% of the work remained unexecuted in the related time span. Note: For arriving at the dates of completion of time span related to different milestones,

delays which are not attributable to the Contract agency shall be considered. The

slippage on any milestone is if made good in subsequent milestones or at the time of

stipulated period of completion, the amount retained as above shall be refunded.

In case the work is not completed within the stipulated period of completion along

with all such extensions which are granted to the Contract agency with penalty, the

compensation shall be levied on the Contract agency at the rate of 0.5% of contract

amount per monthfor first 3 months, 0.75% per month for 3 to 6 months ,and 1% per

month beyond 6 months of delay limited to a maximum of 10% of contract price.

Annexure – Q

(See clause 17 of Section 3 –GCC)

Refer Technical Specification as enclosed

Annexure - R (See clause 31 of Section 3 –GCC)

Price Adjustment

NOT APPLICABLE

Annexure – S

(See clause 32 of Section 3 –GCC)

Bank Guarantee Form for Mobilization and Construction

Machinery Advance

To,

…………………………… (name of Employer)

…………………………… (address of Employer)

…………………………… (name of Contract agency)

In accordance with the provisions of the General Conditions of Contract, clause

31 ("Mobilization and Construction Machinery Advance") of the above-

mentioned Contract …………………………… (name and address of Contract

agency) (hereinafter called "the Contract agency") shall deposit with

................................. (name of Employer) a bank guarantee to guarantee his proper

and faithful performance under the said Clause of the Contract in an amount of

…………………….. (amount of Guarantee)* …………………………… (in words).

We, the …………………… (bank of financial institution), as instructed by the

Contract agency, agree unconditionally and irrevocably to guarantee as primary

obligator and not as surety merely, the payment to ………………. (name of

Employer) on his first demand without whatsoever right of obligation on our part and

without his first claim to the Contract agency, in the amount not exceeding

……………… (amount of guarantee)* ……………………………….. (in words).

We further agree that no change or addition to or other modification of the terms of

the Contract agency or Works to be performed there under or of any of the Contract

documents which may be made between …………………… (name of Employer) and

the Contract agency, shall in any way release us from any liability under this

guarantee, and we hereby waive notice of any such change, addition or modification.

This guarantee shall remain valid and in full effect from the date of the

advance payment under the Contract until ……………………. (Name of Employer)

receives full repayment of the same amount from the Contract agency.

Yours truly,

Signature and Seal :- ………………….

Name of Bank/Financial Institution :- ………………….

Address : ………………………………………………...

Date :- …………………………..

* An amount shall be inserted by the Bank of Financial Institution representing

the amount of the Advance Payment, and denominated in Indian Rupees.

Annexure – T (See clause 33 of Section 3 –GCC)

Bank Guarantee Form for Secured Advance

INDENTURE FOR SECURED ADVANCES

(Not Applicable)

Annexure – U (See clause 35 of Section 3 –GCC)

Physical Completion Certificate

Name of Work:

……………………………………………….…………………………………………………

……………………………………………….…………………………………………………

……………………………………………….…………………………………………………

Agreement No. ………..……………..…………. Date ………………………..……………..

Amount of Contract Rs. ………………………………………………………………….…….

Name of Agency : ………………………………………………………………………….…

Used MB No. ------------------------------------

Last measurement recorded

a. Page No & MB No. …………………………..

b. Date ……………………….

Certified that the above mentioned work was physically completed on ……………….

(date) and taken over on ……………….. (date) and that I have satisfied myself

to best of my ability that the work has been done properly.

Date of issue

S.Q.C. Agency

Assistant Engineer Executive Engineer

…..................................... ………………………

…..................................... ………………………

…..................................... ………………………

Annexure – V (See clause 35 of Section 3 –GCC)

Final Completion Certificate

Name of Work:

……………………………………………….…………………………………………………

……………………………………………….…………………………………………………

……………………………………………….…………………………………………………

Agreement No. ………………………………………….… Date……………………………

Name of Agency : ……………………………………………………………………………

Used MB No. ----------------------------------------

Last measurement recorded

a. Page No & MB No. …………………………..

b. Date ……………………….

Certified that the above mentioned work was physically completed on ………………. (date)

and taken over on ……………….. (date).

Agreement amount Rs. …………………..

Final Amount paid to Contract agency Rs. ---------------------- Incumbency of officers for the

work

I have satisfied myself to best of my ability that the work has been done properly.

Date of issue

Assistant Engineer Executive Engineer

…..................................... ……………………….

…..................................... ……………………….

…..................................... ……………………….

Annexure – W (See clause 39 of Section 3 –GCC)

Salient Features of Some Major Labour Laws Applicable

a) Workmen Compensation Act 1923: - The Act provides for compensation in case of

injury by accident arising out of and during the course of employment.

b) Payment of Gratuity Act 1972: - Gratuity is payable to an employee under the Act

on satisfaction of certain conditions on separation if an employee has completed the

prescribed minimum years (say, five years) of service or more or on death the rate of

prescribed minimum days‘(say, 15 days) wages for every completed year of service.

The Act is applicable to all establishments employing the prescribed minimum

number (say, 10) or more employees.

c) Employees P.F. and Miscellaneous Provision Act 1952: The Act Provides for

monthly contributions by the Employer plus workers at the rate prescribed (say, 10%

or 8.33%). The benefits payable under the Act are:

i. Pension or family pension on retirement or death as the case may be. ii.

Deposit linked insurance on the death in harness of the worker.

iii. Payment of P.F. accumulation on retirement/death etc.

d) Maternity Benefit Act 1951: - The Act provides for leave and some other benefits to

women employees in case of confinement or miscarriage etc.

e) Contract Labour (Regulation & Abolition) Act 1970: - The Act provides for

certain welfare measures to be provided by the Contract agency to contract labour

and in case the Contract agency fails to provide, the same are required to be

provided, by the Principal Employer by Law. The principal Employer is required to

take Certificate of Registration and the Contract agency is required to take

license from the designated Officer. The Act is applicable to the establishments or

Contract agency of Principal Employer if they employ prescribed minimum (say 20)

or more contract labour.

f) Minimum Wages Act 1948: - The Employer is to pay not less than the Minimum

Wages fixed by appropriate Government as per provisions of the Act if the

employment is a scheduled employment. Construction of buildings, roads, runways is

scheduled employment.

g) Payment of Wages Act 1936: - It lays down as to by what date the wages are to be

paid, when it will be paid and what deductions can be made from the wages of the

workers.

h) Equal Remuneration Act 1979: - The Act provides for payment of equal wages for

work of equal nature to male and female workers and for not making discrimination

against female employees in the matters of transfers, training and promotions etc.

i) Payment of Bonus Act 1965: - The Act is applicable to all establishments employing

prescribed minimum (say, 20) or more workmen. The Act provides for payments of

annual bonus within the prescribed range of percentage of wages to employees

drawing up to the prescribed amount of wages, calculated in the prescribed manner.

The Act does not apply to certain establishments. The newly set-up establishments are

exempted for five years in certain circumstances. States may have different number of

employment size.

j) Industrial Disputes Act 1947: - The Act lays down the machinery and procedure for

resolution of industrial disputes, in what situations a strike or lock-out becomes illegal

and what are the requirements for laying off or retrenching the employees or closing

down the establishment.

k) Industrial Employment (Standing Orders) Act 1946: - It is applicable to

all establishments employing prescribed minimum (say, 100, or 50). The Act

provides for laying down rules governing the conditions of employment by the

Employer on matters provided in the Act and gets these certified by the designated

Authority.

l) Trade Unions Act 1926: - The Act lays down the procedure for registration of trade

unions of workmen and Employers. The Trade Unions registered under the Act have

been given certain immunities from civil and criminal liabilities.

m) Child Labour (Prohibition & Regulation) Act 1986: - The Act prohibits

employment of children below 14 years of age in certain occupations and processes

and provides for regulations of employment of children in all other occupations and

processes. Employment of child labour is prohibited in building and construction

industry.

n) Inter-State Migrant Workmen’s (Regulation of Employment & Conditions of

Service) Act 1979: - The Act is applicable to an establishment which employs

prescribed minimum (say, five) or more inter-state migrant workmen through an

intermediary (who has recruited workmen in one state for employment in the

establishment situated in another state). The Inter-State migrant workmen, in an

establishment to which this Act becomes applicable, are required to be provided

certain facilities such as Housing, Medical-Aid, Travelling expenses from home up to

the establishment and back etc.

o) The Building and Other Construction workers (Regulation of Employment and

Conditions of Service) Act 1996 and the Cess Act of 1996: - All the establishments

who carry on any building or other construction work and employs the prescribed

minimum (say, 10) or more workers are covered under this Act. All such

establishments are required to pay cess at the rate not exceeding 2% of the cost of

construction as may be modified by the Government. The Employer of the

establishment is required to provide safety measures at the building or construction

work and other welfare measures, such as canteens, first-aid facilities, ambulance,

housing accommodations for workers near the work place etc. The Employer to

whom the Act applies has to obtain a registration certificate from the Registering

Officer appointed by the Government.

p) Factories Act 1948: - The Act lays down the procedure for approval of plans before

setting up a factory, health and safety provisions, welfare provisions, working hours,

annual earned leave and rendering information regarding accidents or dangerous

occurrences to designated authorities. It is applicable to premises employing the

prescribed minimum (say, 10) persons or more with aid of power or another

prescribed minimum (say, 20) or more persons without the aid of power engaged in

manufacturing process.

Part – II Special Conditions of Contract [SCC]

1. Tender must be quoted on turnkey basis including design, supply, construction, erection &

commissioning, operation & maintenance of proposed CETP with complete infrastructure

including 100 KL capacity over head water tank for recycled water. Basic specifications,

process flow diagram/ layout of proposed CETP is provided in tender document.

2. CETP is being constructed for confectionary units. Effluent received will be from

confectionary industries, accordingly parameters of inlet effluent and outlet treated water

shall be considered for design.

3. Lump Sum tender shall be inclusive of Material , Labour including Statuary permissions etc

complete so as to commission, operate & maintain the plant in all respect.

4. Interested bidders may visit the project site before bidding to understand the volume of

work. The tenderer shall acquaint himself with the proposed site of work, its sub soil strata,

soil investigation reports, underground water tables and its approach roads before quoting his

rates. In the site proposed for the construction of CETP already some structures are present

which may have to dismentaled and the dismental materials to be diposed off as per

instruction of the incharge. No extra charge will admissible in this account. The bidder may

use this construction if it fits in his design with all his responsibility. It is prferrable to

incorporate this partial RCC foundation work of earlier planned STP in the design of CETP

work.

5. Contract agency will be responsible for obtaining the Environmental Clearance (EC) and all

statutory clearences of proposed CETP from SIEEA/MoEF followed by CTE/CFE from

MPPCB before starting the construction of CETP.

6. Contract agency will obtain pollution legal liability insurance of CETP during O & M period

for take care to adverse effect of industrial area/surrounding environment due to CETP

operational activities. Failure to submit copy of insurance policy under pollution legal

liability insurance, Contract agency will be responsible to pay compensation of damage to

environment & penalty imposed by MPPCB/CPCB/MoEF, if any.

7. Contract agency will be responsible EIA studies and for all permission / clearance / NOC

from Govt authorities for establishment of CETP & further operation of CETP like Boiler,

DG set, fire fighting system etc if required.

8. Any violation of Environmental norms, non-renewal of consent / authorization, Contract

agency will stop the O & M of CETP & intimate to MPIDC immediately with corrective

action plan. Non-compliances of consent conditions imposed by MPPCB, Contract agency

will be responsible for paying fine / penalty & termination of contract by recurrence of such

kind of events.

9. Cost of Consumables, wear and tear parts/ spare parts,for Operation & Maintenance period of

CETP shall be in the scope of Contract agency however electricity & water shall be provided

by MPIDC free of cost during operation and maintenance period.

10. Contract agency will be responsible for disposal of waste generated from CETP as per

norms.

11. Contract agency will explore maximum possibilities for re-use / recycle of waste to generate

revenue to reduce per KL of cost of effluent treatment. In this connection, Contract agency

will require to submit quantities of reusable / resalable / recyclable waste along with revenue

generated from resale of waste.

12. Proposed CETP will be developed with complete infrastructure as mentioned in bid

document.

13. Effluent treatment plant will be operated by Contract agency for units of Confectionary

cluster. In this connection, Contract agency will be responsible for maintaining readings of

effluent received from individual units on day to day basis. These data will be submitted to

MPIDC and Concerning units.

14. Contract agency will depute competent supervisor for day to day operation & maintenance

of common CETP, so that supervisor can monitor the incoming effluent daily basis for any

deviation / disputes in effluent quantity & quality.

15. MPIDC will authorize to Contract agency for taking samples of effluent from user industry

premises, in case of deviation circumstances.

16. Contract agency will send the sample in well packed, sealed & labelled manner to MoEF

approved laboratory / MPPCB laboratory immediately with intimation to MPIDC.

17. Contract agency will maintain daily log sheet, deviation, observations, flow coming to

CETP, effluent discharges by user units.

18. Contract agency will submit complete data of CETP operation & maintenance to MPIDC on

monthly basis.

19. Contract agency will make ensure regular uses of personnel protective equipments, uniform,

medical records of his deployed site staff. Contract agency will maintain the record of health

& safety management for submission to MPIDC on his demand.

20. Contract agency will make ensure smooth operation & maintenance of CETP by close

monitoring of operational parameters. In this regard any sampling & analysis of incoming

effluent from user industries required for maintaining ZLD, it will be carried out by Contract

agency on his cost.

21. Contract agency may also need to trouble shoot the problems of CETP during routine

operation of common CETP, if any occurs, so that zero liquid discharge concept always

meet the requirements of MPPCB.

22. In addition to qualified / experience supervisor, Contract agency will depute skilled operator

in all three shift, so that common CETP can be run round the clock as emergency services

for facilitating to user industries.

23. Contract agency will make ensure to ZLD concept, at any circumstances. Violation of this

condition will attract penalty and / or termination of contract in terms of agreement of

MPIDC with Contract agency for this work.

24. The Contract agency has to deploy skilled, experienced staff for operation of plant, One

Reliever operator to shift operators to avoid absence condition in any conditions.

25. Contract agency has to deploy qualified Supervisor in general shift for liaison with

MPIDC/MPPCB/User Units of Industrial Area.

26. All spares /consumables/ wear-tear/ applicable items testing equipments ,drain valves etc to

be arranged and used by the Contract agency as per manufacturer‘s recommendations and

good engineering practices.

27. All tools and tackles required for Electrical and Mechanical Maintenance/Cleaning

/Removing grass and vegetation etc such as Brooms/ Forks /Bamboos/Spades /Pick axe

/Pans/ Grass cutting tools or Machine etc. shall be provided by the Contract agency.

28. The Contract agency, his staff engaged shall abide with safety rules and regulations,

Environment policy provisions and the prevailing regulations, guidelines framed by the

Central / State Pollution Control Boards.

29. The Contract agency should deployed manpower experience in Operation and Maintenance

of CETP of industrial area.

30. The ZLD conditions, if not found within CETP premises, the remedial measures are to be

taken immediately by the operating agency, till rectification is done and correct result is

obtained. Any penalty on this account shall be borne by the Contract agency.

31. The instructions of inspecting officer from MPIDC and Pollution Control Board shall be

binding on the Contract agency for compliance.

32. The agency has to depute a Supervisor capacity person to take instructions from

MPIDC/Pollution board officers and comply the same from Contract agency staff. The

operators should be well qualified and experienced in the field operate such capacity plants.

33. Payment to the staff has to be made strictly in accordance to minimum wages Act.

34. The following terms of Contract shall supplement the General conditions of Contract,

wherever there is a conflict the provision herein shall prevail over those in the General

conditions of Contract.

35. Any disposal of material outside CETP shall be prohibited. The waste/disposed material

shall be disposed from CETP in environmentally & legally manner by the Contract agency at

his own cost.

36. The plant shall include such guards,hand-railing,access steelwork,walkways,etc,as may be

required to meet the current relevant regulations for the safety of personnel and of the plant,

and to afford adequate and safe access to all parts of it. All shall be of substantial design and

construction. All moving parts shall be covered with safetyguards. Where corrosion or

abrasion of materials may be expected from contact with water or sediment or from any

other cause, the Contract agency shall supply suitably resistant materials. The Contract

agency shall make all reasonable efforts to reduce noise and vibration to aminimum. All

rotating parts of the plant shall be statically and dynamically balanced so that they operate

over all specified conditions without undue vibration.The equipment and system involved

shall be designed such that noise level at any operating time shall not exceed the limit as per

norms .

37. Platforms, ladders, walkways and railings for the safe and easy access to the units shall be

provided. CI rungs shall be provided for safe and easy maintenance of all chambers,

manholes and CETP units.

38. During commissioning of CETP, the Contract agency shall arrange at his own cost, analysis

of the composite effluent samples all the effluent parameters required form an external

laboratory approved by MoEF under EPA act 1986 or from the MPPCB laboratory. The

results shall conform to the performance guarantee for the plant which shall be a pre requisite

for the takeover of the plant. In case of non-compliance to the guaranteed ZLD for given

design input conditions, the Contract agency shall take necessary measures to bring the plant

to the desired performance.

39. In case during the guarantee test run, the effluent flow or pollution load shall be found to be

less than the rate input, the Contract agency shall undertake that as and when rated

throughput and organic load conditions are available, the Contract agency shall extend

necessary assistance to achieve the guaranteed output quality, through re-deputation of his

personnel at a later date at mutually agreed terms.

40. The Contract agency shall depute plant personnel in the Operation & Maintenance practice

for the common Effluent Treatment Plant units during the operation & maintenance period

for following aspect:

Familiarization with operational procedures and testing parameters.

Hands on experience on Operation of Equipment & chemical consumptions.

Routine preventive maintenance activities of the facilities.

Knowledge of emergency and breakdown systems.

Operational control & parameters to achieve treated output within norms.

Data sheet/ log book & record keeping as per norms of MPPCB & Standard

practices

Safety regulations and accident prevention.

41. The scope of services shall include the Preparation and Submission of Operation &

Maintenance Manual (One soft copy and 3 sets of hard copies) prior to plant commissioning.

The Manual shall cover the following aspects: Brief process description & flow sheet. Unit

wise function and description, equipment details with sizes and as build drawings, operational

instructions, maintenance procedures. Plant start-up, commissioning, normal operations,

effluent parameters testing procedures, emergency operation steps etc required for smooth

operation & maintenance of CETP units.

42. All electrical works including electrical motors, for the various equipment, cabling, Motor

Control centre, starters, earthing conductors and earth pits etc. are to be provided by the

Contract agency. The scope of work includes all necessary civil works like panel foundations,

cable trenches, cable supports, unit lighting, etc. complete. Electrical Substation shall be

provided by MPIDC all electrical work needed for electrical system of plant from the

substation shall be responsibility of Contract agency.It is advised to visit the site to see the

location of temporaray and permanent connection .

43. The manufacturer‘s guarantee for design, workmanship and performance for all bought out

items shall be made available to the MPIDC. In the event of failure of any particular

equipment which fails more than three times during the performance period as mentioned in

bid document, the Contract agency shall replace at his own cost that equipment.

44. Bidder has to make ensure himself by visiting Industrial Area to understand the requirements

of proposed CETP for confectionary units..

45. Bidder has to design the CETP as per specification and process specified in the bid document.

The submitted designs and drawings shall be got checked from IIT/NIT/Govt. Engineering

college. The charges for the same shall be paid by Contract agency. The Contract agency

shall have to execute the work as per approved designs and drawings.

46. Bidder will be responsible for all the Legal and registration compliances (including

permission / consent to establishment, consent to operate, hazardous waste authorization etc

from MPPCB including Environmental Clearance (EC) etc.) on behalf of MPIDC, legal ,

departmental Fee will be paid/ reimbursed by MPIDC. MPIDC will support to the bidder for

the required documentation and presentation as a principal client of a project. Construction

period includes the clearance and compliance time required. In case of substantial delay, not

attributable to Contract agency, shall be considered for time extension.

47. Bidder has to take all legal permission for DG set installation & operation, & associated

NOC/ permission required for CETP establishment & operation from Govt authorities.

48. It will be the responsibility of Bidder to bear the cost of chemical consumption, power, and

disposal wastes from CETP.

49. Bidder has to consider all environmental &safety standards for development of CETP units

equipment‘s as per IS standards under factories act.

50. Bidder has to mention quantities of such type of waste with possibilities of reusable /

recyclable waste like organic residue if any which would be source of revenue to owner /

MPAKVN through successful bidder,

51. Bidder has to take consideration of pollution legal liability insurance during operation phase

of proposed CETP.

52. Bidder has to mention require manpower with qualification & experience for Operation &

Maintenance period for successfully services to industries Industrial Area

53. Royalty clearance certificate from the concerned Mining Department of the concerned

District is must before payment of Final Bill.

54. If, for any reasons, any part of the site is not available temporarily for some time, for part of

the work under the contract, the agreed construction schedule shall be suitably modified and

Contract agency shall diligently divert his men and materials to utilize them appropriately,

profitably and no claim of damages whatsoever shall be entertained on this account.

However, the Contract agency shall be allowed extension of time for completing the work as

deemed fit by the competent authority. The Contract agency shall also not be entitled for any

compensation for any loss suffered by him and revision in the rates quoted by him:- a) On account of delay in commencing the work by the Contract agency.

b) On account of reduction in the scope of work.

c) On account of suspension of work or abandoned after award of work.

55. The Contract agency shall make his own arrangement for obtaining electric connection

required for execution of work and make necessary payments directly to the concerned

departments and nothing extra shall be payable on this account. The Contract agency shall

make his own arrangement for water required for construction

56. Subletting shall be allowed only for specialized works like Electrical, Water supply work

such as over head tank, with prior intimation/permission of ED M.P. Industrial Development

Corporation Ltd R.O. Indore, but the Principal Contract agency shall not be relieved of any

responsibilities as per agreement.

57. The water for construction work shall be got tested quarterly from the laboratory stalled at

site and approved by the assistant engineer to ensure its suitability for construction. The

charges for these tests and related arrangements shall be borne by the Contract agency. In the

event of water found unsuitable for construction, the Contract agency shall make alternative

arrangement for suitable water from any other source to the satisfaction of the Engineer-in-

charge. However, the Contract agency shall not be paid any extra on this account.

58. On account of security consideration, some restrictions may be imposed by the security staff

on the working movement of men and materials etc. The Contract agency shall be bound to

follow all such restrictions/ instructions and he shall organize his work accordingly. No claim

on this account, whatsoever, shall be entertained.

59. The Contract agency shall take all precautions to avoid accidents by exhibiting necessary

caution boards day and night, speed limit boards, red flags, red lights and providing barriers.

He shall be responsible for all damages and accidents caused to existing/ new work due to

negligence on his part. No hindrance shall be caused to traffic during the execution of the

work. The Contract agency will have to work out and take approval of any diversion plan

needed for execution of work from appropriate authority.

60. The Contract agency shall take all preventive measures against any damage caused by rain,

snowfall, floods or any other natural calamity, whatsoever during the execution of the work.

The Contract agency shall be fully responsible for any damage to the Owners property and to

the work for which the payment has been advanced to him under the contract. This will also

cover the defect liability period. Nothing extra on this account shall be payable to the

Contract agency on this account.

61. The work shall be carried out, complying in all respects, with the requirements of relevant

bye-laws of the local body under the jurisdiction of which the work is to be executed,

specifications, condition of contract, drawings or as directed by Engineer-in-charge.

62. The Contract agency shall comply with proper and legal orders and directions of the local or

public authority or municipality and abide by their rules and regulations and pay all fees and

charges which are liable to be paid.

63. All materials to be incorporated in the work shall be arranged by the Contract agency and

shall be in accordance with the specifications laid down and as directed by the Engineer-in-

charge.

64. The Contract agency shall submit samples of material to the MPIDC, R.O Engineer for

approval. Such samples of materials which affect aesthetics of the work shall also be got

approved from the Engineer-in-charge of the project before procuring bulk supplies. These

approved samples shall be preserved and retained in the custody of the Engineer-in-charge as

standards of materials till the completion of the work. The cost of such samples shall be

borne by the Contract agency and nothing shall be payable on this account over the

Agreement rates.

65. In order to ensure quality of work during its execution the Contract agency shall be required

to get all the necessary mandatory and other tests as per specifications / IS codes, carried out

on materials / work from the site laboratory as per the direction of the Assistant

Engineer/Junior Engineer . The cost of all material, testing charges and conveyance from the

site may be borne by the Contract agency. In addition to it, MPIDC Ltd., Regoinal office

Indore shall conduct a random of 20% tests as instructed by , which shall be conducted at in

MPPWD approved Lab / LUN Lab / Government Engineering college as instructed by

Assistant Engineer/Junior Engineer and the cost of the same shall be borne by Contract

agency.

66. In case any material at work is found sub-standard the same shall be rejected by Assistant

Engineer/Junior Engineer representative and the same shall be removed from the site of work

within 48 hours, failing which the same shall be got removed by the Assistant

Engineer/Junior Engineer at the risk and cost of the Contract agency without giving any

further notice and time.

67. The Contract agency shall procure 43 grade (conforming to IS: 8112)/53 grade Ordinary

Portland Cement only as required for the work from the reputed manufacturers of cement, i.e.

from A.C.C., Ultratech, J.K., or Birla only. Supply of cement shall be taken in 50 kg bags

bearing manufacturers name and ISI marking. Samples of cement arranged by the Contract

agency shall be taken by the Engineer-in-charge and got tested in accordance with provisions

of relevant IS codes. In case test results indicate that the cement arranged by the Contract

agency does not conform to the relevant IS codes, the same shall stand rejected and shall be

removed from the site by the Contract agency at his own cost within a week‗s time of written

order from the Engineer-in-charge, to do so. Portland Pozzolana Cement will not be

permitted.

68. The Contract agency shall procure steel reinforcement bars TMT-FE-415/500 (Thermo

Mechanically Treated bars) conforming to relevant IS codes IS- 32, IS- 1139 and IS-1786

from SAIL, TISCO, VIZAG RINL, GOYAL, ZINDAL, AMBA, SURYA. Structural steel of

main Producer only shall be permitted for use. The Contract agency shall have to obtain and

furnish test certificates to the Engineer‘s in respect of all supplies of steel brought by him to

the site of work. Samples shall also be taken and got tested by the Engineer as per the

provision in this regard in relevant IS codes. In case the test results indicate that the steel

arranged by the Contract agency does not conform to BIS codes the same shall stand rejected

and shall be removed from the site of work by the Contract agency at his cost within a week's

time from the written orders from the Engineer-in-charge to do so. The cost of steel, testing

charges and to & fro cartage shall be borne by the Contract agency.

The steel reinforcement shall be stored by the Contract agency at site of work in such a way

as to prevent distortion and corrosion and nothing extra shall be paid on this account. Bars of

different sizes and lengths shall be stored separately to facilitate easy counting and checking

at any time as and when desired by the Engineer-in-charge.

69. Signboard size 2‘ x 4‘ in angle Iron 50 x 50 x 5 mm MS sheet i/c civil work Painting, Writing

work as per direction of Nigam shall be supplied and installed at site free of cost before start

of work. Location of signboard shall be decided by Nigam.

70. Necessary test report on the expense of Contract agency performed by PWD accredit

laboratory / Govt. Engineering college / LUN laboratory will be accepted before preparation

of bill in addition to field test to be conducted at work site by own installed lab of Contract

agency.

71. The Contract agency shall be responsible for completing the work and for satisfying all terms

and conditions of the Contract without any extra payment over his quoted rates unless

otherwise specified. The Contract agency shall quote his rate for various items of work

accordingly and no claim whatsoever shall be entertained for any incidental or extra work

involved in the execution of the work as per nomenclature of the item and the specifications

indicated in the tender documents.

72. The Contract agency shall provide, at his own cost instruments for surveying, weighing and

measuring purpose at the site of work as may be necessary for execution of the work.

73. The Contract agency shall conduct Total Station Survey of the site, including, Bench

Marking Pillars, DTM, GTS Bench Triangulation, 3d-Polylines, etc., as per IRC-SP-19, IRC-

5 and MORT&H specifications and soil investigations as required. The Contract agency shall

get the methodology and output model approved by the Engineer-in-charge. The survey shall

include validation wherever required. The Contract agency shall use Digital GPS if required;

Total Station based Method for layout of proposed work including vertical profiling as per

approved Design and Drawings.

74. LT/HT Panel, IMCC panel and all other required end to end associated accessories shall be

provided for CETP/ETP. LT/HT power supply shall be provided for operation included in the

scope of this contract and power connection need to be obtained by the Contract agency in

coordination with MPPKVVCL. The power connetion will be in the name of the Executive

Director MPIDC Indore MP.

75. Submission of Completion Drawings/as built drawings and Coloured photographs of

completed works in Hard copy and Soft Copy to the Indore regional office. Any other item as

directed by the Engineer-in-charge including appropriate Indemnity and Insurance policies as

specified and as required.

76. All stipulated measures regarding labour employment and their welfare are to be complied

with. Contract agency will pay the minimum wages to workers according to the rates fixed

by Collector, Rangwasa Indore.

77. Cleaning of site before handing over of the Works to the Employer.

78. Traffic Management and Safety

a) The Traffic Management Plan shall be evolved in close co-ordination with Assistant

Engineer/Junior Engineer and Suitable precautions shall be taken to ensure safety of Road

Users and work Personnel during execution by all proper means.

b) The Contract agency shall prepare traffic diversion plan and provisions for smooth flow

of traffic during execution at site..

c) The Contract agency has to arrange for complete safety of the persons working for the

project, users of the Road, i.e. Public and vehicles. The Contract agencys Personnel shall

ensure the safety by provision of Traffic Diversion where ever necessary by using

diversion signs, traffic drums traffic cones, blinkers, safety tapes, and thermoplastic paint

markings etc. securing the area of work from traffic flow. No extra payment shall be

given for the same.

d) For night working, necessary florescent Marking on Traffic Signs/barricading to be

provided that it should be visible at night. The safety in charge Personnel shall be

provided with florescent jackets. Proper illumination of the work site shall be ensured by

the Contract agency during night working.

79. Insurance

The Contract agency shall provide, in the joint names of the MPIDC and the Contract agency,

insurance cover from the Start Date to the end of the O&M Period, in the amounts and

deductibles stated in the Contract Data for the following events which are due to the Contract

agency‘s risks:

i. Loss of or damage to the Works, Plant and Materials and equipment;

ii. Loss of or damage of property (except the Works, Plant, Materials and Equipment) in

connection with the Contract; and

Policies and Certificates for Insurance shall be delivered by the Contract agency to the ED-

MPIDC Ltd., R.O. Indore before the Start Date. All such insurance shall provide for

compensation to be payable in the types and proportions of currencies required to rectify the

loss or damage incurred.

If the Contract agency does not provide any of the policies and certificates required, the ED-

MPIDC Indore may affect the insurance which the Contract agency should have provided and

recover the premiums the ED has paid from payments otherwise due to the Contract agency

or, if no payment is due, the payment of the premiums shall be a debt due.

Alterations to the terms of insurance shall not be made without the approval of the E.D.,

MPIDC Indore.

The Contract agency shall take photographs of site prior to the commencement of work,

during construction fortnightly and at the end of Completion of Work and shall submit soft

and hard copies to the MPIDC Ltd., Indore.

80. All DI pipes shall be supplied at site after Engineer‘s inspection at manufacturing plant. Only

Jindal Saw Ltd. or Electro Steel Casings, or Tata Make DI Pipes /as mentioned in tender will

be used in the Contract.

81. Electrical Works

a) Connection, testing, charging etc, of electrical works from the concerned authorities

of MPPKVVCL & electrical Inspector and obtaining necessary permission will be

responsibility of the Contract agency only. No extra payment/fees will be payable in

this regard.

b) To provide and use standard make of all materials & equipments as approved by

MPPKVVCL

c) To contact and pursue the concerning authorities to arrange necessary shut downs as

& when required to execute the work and final handling over to them with all

necessary formalities, testing and commissioning as per procedure under rules and

regulation of MPPKVVCL & MPERC Bhopal etc.

d) The Electrical Works shall be carried out by a Contract agency or his authorised

person holding ‗A‘ Class License issued by the office of Chief Electrical Inspector

Bhopal (Madhya Pradesh) or equivalent as required. The Contract agency shall

appoint licensed electrical supervisors and wiremen to carry out all the electrification

work.

e) All material used by the Contract agency in Installation of Street Lighting works, shall

be of specified make.

f) Contract agency shall submit test certificates from the manufactures in four copies for

all the materials/Equipment. Guarantee report shall be jointly in the name of MD

MPPKVVCL and Contract agency.

g) After completion of work, test report should be submitted to MPPKVVCL and NOC

is to be obtained from MP Licensing Board if necessary, one copy of the report to be

submitted to client alos.

h) The scope includes permanent electrical power connection for the effluent treatment

plant and obtaining necessary permissions from the concern authorities will be

responsibility of Contract agency only.

82. (a) Degree of specials shall be decided at the time of layout of the work

(b) Necessary pipe connection of Individual plot for effluent collection and Delivery of

Recycled water will be responsibility of the Contract agency, Location of such connection

work will be decided during execution of the contract work.

83. The Contract agency shall make his own arrangement for obtaining electric connection

required for execution of work and make necessary payments directly to the concerned power

supply compley and nothing extra shall be payable on this account. The Contract agency shall

make his own arrangement for water required during construction period.

84. All stipulated measures regarding labour employment and their welfare are to be complied

with. Contract agency will pay the minimum wages to workers according to the rates fixed

by Collector, Indore

85. For night working, necessary florescent Marking on Traffic Signs/barricading to be provided

that it should be visible at night. The safety in charge Personnel shall be provided with

florescent jackets. Proper illumination of the work site shall be ensured by the Contract

agency during night working.

86. The Engineer-in-charge shall give the possession of the Site to the Contract agency. The

Contract agency shall be responsible to co-ordinate with the engineer‘s and Concerned

Authorities for cutting of trees, shifting of utilities, Removal of Encroachments etc. (if any)

and making the site unencumbered from the project construction area required for completion

of the Work. The Contract agency will not be entitled for any additional compensation for

delay in cutting of Trees, Shifting of utilities and removal of Encroachments by the

Employer. The Engineer-in-charge shall consider extension of time to such delays.

87. The Contract agency shall construct and maintain such sufficient store houses, yards etc. as

directed by the Assistant Engineer/Junior Engineer for proper up keep of the Material, Plant

and Machinery and records for due discharge of Contract agencys Obligations towards the

Contract. Space for these works will have to be made available by Contract agency himself as

per his own convenience at his own costs. Engineer-In-Charge will be provided free access to

these premises, the site handed over to the Contract agency will have to be vacated in the

same condition within 1 (one) months of the completion of the contract.

88. The Contract agency shall maintain a SITE ORDER BOOK (issued by Employer) at the site

of work. As far as possible all orders regarding the works are to be entered in the book. The

following officials during inspection, shall record their observations in it.

i) Any Authorized representative of MPIDC Ltd.,

ii) Engineer-In-Charge of MPIDC Ltd., Regional Office, Indore

iii) Any other Senior Official.

89. The Works are liable for inspection/checking by CTE (Chief Technical Examiner) or any

other Authority from concerned State Government Departments. Any defects pointed out by

CTE or any other Authority mentioned above shall have to be made good by the Contract

agency at his cost.

90. All serviceable material obtained from excavation shall be the property of MPIDC Ltd., RO,

Indore Contract agency shall deposit the same in MPIDC Ltd., RO, Indore Store at his own

cost.

91. The Contract agency has to arrange for complete safety of the persons working for the

project, users of the Road, i.e. Public and vehicles. The security Personnel shall ensure the

safety by provision of Traffic Diversion where ever necessary by using diversion signs,

traffic drums traffic cones, blinkers, safety tapes, and thermoplastic paint markings etc.

securing the area of work from traffic flow. No extra payment shall be given for the same.

92. All external electrical work shall be subjected to approval of MPPKVVCL, Indore. It shall be

responsibility of the Contract agency to get the require approval of Estimates, Drawing &

Design from MPPKVVCL before the execution of work. Work shall be paid to the Contract

agency as per actual work done based on MPPKVVCL‗s approval. No extra payment shall be

made for this. The supervision charges (all statutory charges levied by MPPKVVCL) against

sanctioned estimates/charging permissions/permanent connection of CETP will be paid by

the MPIDC Ltd.

93. The Contract agency shall submit the mix design all different grade of concrete etc. material

to be used by the Contract agency from Govt. Engineering college/MPPWD approved Lab at

his own cost.

94. In case of Electricity Power failure, DG set shall be provided by the Contract agency at his

own cost and no claim is allowed for the same.

95. The drawings, Data etc. given in the tender documents are just for the guidance of the

Contract agency. The Contract agency is advised to visit the site and collect all information

required for competative bidding. No extra claim will be admissible in this account.

96. During Operation & Maintenance period additional staff/worker in addition as mentioned in

contract be employed/engaged to complete the job at the earliest so that works may not

disturbed for longer period.Daily attendance of above mentioned manpower shall be

maintained by client MPIDC Ltd., R.O. Indore during working days and government holidays

which shall be verified from Concern Junior Engineer/Assistant Engineer. In the case of

absent or leave beyond 2 days per month, deduction in bills of O&M, security period shall be

made by client field staff at the rate of Rs. 2000/- per day and for above grade at the rate Rs.

5000/- per day.

SECTION 4

BILL OF QUANTITIES (BOQ)

Name of Work - Design, Supply, Erection, Testing & Commissioning of 200 KLD

Common Effluent Treatment Plant (CETP) based on ZLD Process, on Turn-key basis and its

Operation and Maintenance for five years at I/A Confectionary Cluster, in front of IIM

Indore Village Rangwasa, Indore (M.P.)

Probable Amount of Contract: Rs. 4.00 crs.

(Rs. In Figure) – Rs. 4.00 Crores

(Rs. In Words) – Rupees Four Crore only

S. N. Description Unit Amount

(INR)

A Survey, Investigation Design, Construction, Supply,

Erection, Testing Commissioning of proposed Effluent

Treatment Plant of Capacity 200 KLD based on 100%

ZLD concept as per norms of CPBC/MOEF/MPPCB

including complete infrastructure, campus boundary,

approach road, campus development , utilities, staff quarter,

in-house laboratories, all necessary Civil, Piping,

Mechanical, DG set and Electrical & Instrumentation

works, recycled water network & plantation wherever

required by industries etc. complete including 3 months trial

run and Five Years Operation & Maintenance of complete

facility after successful commissioning on turnkey basis.

Plant shall be fully automated. (Rates to be quoted

including consultancy cost of all necessrry permissions as

mentioned in bid document, Operation & maintenanace

and cost with all material & Manpower etc. Complete.)

Total Turnkey Execution Cost

LS

Total Quoted Amount in Words-------------------------------------------------------------------

1. The bidder shall fill in rates on turnkey basis as per scope of work given in bid

document.

2. GST will be paid extra at the applicable rates to the Contract agency. Rest of the other

taxes, cess, levies, fee toll etc. shall be the responsibility of Contract agency to pay.

Signature of Bidder with seal

Name: ---------------------------

Designation------------------

Address--------------------------

Assistant Engineer Executive Engineer

SECTION 5

AGREEMENT FORM

AGREEMENT

This agreement, made on the ……………. Day of …………………………… between

…………….. (name and address of Employer) (hereinafter called " the Employer) and

……………… (name and address of Contract agency) hereinafter called "the Contract

agency" of the other part.

Whereas the Employer is desirous that the Contract agency execute

…………………… (and identification number of Contract) (hereinafter called "the Works")

and the Employer has accepted the Bid by the Contract agency for the execution and

completion of such Works and the remedying of any defects therein, at a cost of Rs.

………………………………………

NOW THIS AGREEMENT WITNESSED AS FOLLOWS:

1. In this Agreement, words and expression shall have the same meanings as are respectively assigned to them in the conditions of contract hereinafter referred to and they shall be deemed to form and be read and construed as part of this Agreement.

2. In consideration of the payments to be made by the Employer to the Contract agency as hereinafter mentioned, the Contract agency hereby covenants with the Employer to execute and complete the Works and remedy any defects therein in conformity in all aspects with the provisions of the contract.

3. The Employer hereby covenants to pay the Contract agency in consideration of the execution and completion of the Works and the remedying the defects wherein Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

4. The following documents shall be deemed to form and be ready and construed as part of this Agreement viz. The following list of the documents will form the priority in case of dispute.

i. Letter of Acceptance

ii. Contract agency's Bid

iii. Condition of Contract: General and Special

iv. Contract Data

v. Bid Data

vi. Drawings

vii. Bill of Quantities and

viii. Any other documents listed in the Contract Data as forming part of the

Contract.

In witnessed whereof the parties there to have caused this Agreement to be executed

the day and year first before written.

The common Seal of …………………… was hereunto affixed in the presence of :

Signed, Sealed and Delivered by the said …….... in the presence of :

Binding Signature of Employer ……………………………………..

Binding Signature of Contract agency ……………………………………

Sheet : 1

Break up schedule for payment

Name of work : Design , Supply, Erection, Testing & Commissioning of 200 KLD

Common Effluent Treatment Plant (CETP) based on ZLD Process, on Turn-key basis and

its Operation and Maintenance for five years at I/A Confectionary Cluster, in front of IIM

Indore Village Rangwasa, Indore (M.P.)

Sr.

No. Stages of Work

Corresponding total

payment up to 100%

A Turnkey Project Execution Phase- Common CETP 85% of the agreement

value

Sub break up of A

1 On approval of Design of CETP including overhead tank

and submission of TOR for EC

2% of total cost

2 Completion of Civil Works including over head tank 13% of total cost

3 Supply of Electro-Mechanical Equipments Electrical,

Piping, Instrumentation, Utilities items, Laboratory

Equipment and all miscellaneous Items

30% of total cost

4 Complete Installation of Electro- Mechanical Equipments,

Electrical, Piping, Instrumentation, Utilities and all

miscellaneous Items

40% of total cost

5 Commissioning and Testing of Common CETP with

complete infrastructure including all permission /

clearance / NOC from Govt authorities

10% of total cost

6 Balance amount of turnkey execution after three months

trail run from the date of successful commissioning of

CETP

5% of total cost

Total 100%

B Operation and Maintenance of CETP for 5 years (the

amount will be paid in monthly instalment)

15% of the agreement

value

Sub break up of B

1 1st Year 10%

2 2nd

Year 15%

3 3rd

year 20%

4 4th

year 25%

5 5th

year 30%

Total- 100%

Total A (85%) +B (15%) 100%

Note:- For Item A- payments on sub break-up can be done on prorata basis. Contract agency

should submit the detailed list with cost of mechanical and electrical part at the time of

submission of Project Planning Schedule. However, the Decision of Engineer-in-charge in

regard of payment of sub break-up shall be final.

Sheet : 2

PROFORMA FOR APPLICATION FOR EXTENSION OF TIME

PERIOD

PROFORMA FOR APPLICATION FOR EXTENSION OF TIME PERIOD

1. Name of the Contract agency :

2. Name of the work as given in the agreement :

3. Agreement no :

4. Estimated tender amount :

5. Date of commencement of work as per :

Agreement

6. Period allowed for completion of works as :

Per agreement

7. Date of completion stipulated in agreement :

8. Period for which extension of time has been :

given previously

9. Reasons for which extensions have been :

previously given.(Copies of the previous

extensions to be attached).

10. Period for which extension is applied for :

11. Hindrances on account of which extension :

is applied for with dates on which

hindrances occurred and the period for which

these are likely to last.

a) Serial no :

b) Nature of hindrance

c) Whether Contract agency is responsible for delay: :

d) Date of occurrence :

e) Period for which it is likely to last :

f) Period for which extension required :

for this particular hindrance

g) Overlapping period if any, with :

h) Reference to item(e) above :

i) Net extension applied for :

j) Amount of penalty i/e to be levied if Contract agency is responsible for delay.

:

12. Extension of time required for extra work :

13. Details of extra works and amount involved

a) Total value of extra works :

b) Proportionate period of extension of time :

on estimated amount put to tender.

Total extension of time required for 11 & 12 :

Assistant Engineer Executive engineer

Sheet : 3 (Appendix D I) List of Acceptable Makes of Equipment

LIST OF APPROVED MAKE FOR MECHANICAL AND ELECTRICAL

EQUIPMENTS:

The following is the list of products and name of the approved manufacturer against each

product. The bidder shall quote rates using these products:

Recommended Make of Equipment’s for CETP

Sr.

No. Equipments Make

1 Stripper Shivlac / Mazda / Praj / Equivalent

2 Agitated Thin Film Drier (ATFD) Shivlac / Mazda / Praj / Equivalent

3 Cooling Tower Thermax / Unimod/ GEA/ Equivalent

4 Boiler Thermax / IAEC/Cether

Vessels/Thyssenkrupp/ Equivalent

5 DG Sets Kirloskar/Cummins/ Mahindra/ Equivalent

6 pH meter/ pH sensor Rosemont /Hach/Equivalent

7 Flow Meter ABB/MARCK/IVC/E&H / Rosemount /

Equivalent

8 PLC Delta/L&T / Siemens / ABB/ Equivalent

9 Electrical Cables Finolex / RR Cable/Havel‘s / Polycab /

Equivalent

10 Electrical Components for MCC

Panel

L&T / Siemens / ABB/ Equivalent

11 HDPE / PP Tanks Supreme/Kisan/Syntax /Ganga/Equivalent

12 MS Pipies Tata / Jindal / Surya/ Equivalent

13 HDPE Pipes Hasti / Supreme/Kisan /Supreme/ Phenolex/

Equivalent

14 PVC Pipes Supreme/Kisan/Astral / Finolex/ Supreme

15 CI/CS Valves Marck/karan/utam/Zoloto/Kirloskat / Sant /

Kor / Equivalent

16 PP Valves Supreme/Kisan/Astral/Prashit/ Equivalent

17 Waste water Pumps Kirloskar / Wilo/ CG/KSB/ Beacon /

Equivalent

18 Dosing Pumps Asia LMI/ E Dose/Positive/ Swellor /

Equivalent

19 Agitators / Flash Mixers / Flocculator Geo Miller / HDO/ Distington/ Equivalent

20 Gear Boxes Greaves/ Elecon/ Radicon / Equivalent

21 Steel Material TISCO/ SAIL / Equivalent

22 Cement ( OPC Grade-53) ACC/ Grasim/Ultratech/ Ambuja

23 Fire Extinguisher ABC/ Minimax/ Equivalent

24 Laboratory Instruments Hach/ WTW/ Other Standard Brands

25 Evoprator Integro Engg./ Janvik Engineers / Fintek

Engineers / Equivalent

S. No. Items List of Vendors

1. Mechanical Bar Screens HUBER, Johnson, Voltas, Jash

2. Belt Conveyor V oltas, Triveni, Geo, Miller

3. Mechanical grit scrapper

mechanism Voltas Triveni Geo Miller

4. Clarifier/Reactor Clarifier

Mechanism Voltas Triveni Geo Miller

5. Air Blowers (Screw Type) AERZENAtlas Copco Gardner

Denver

6. Electric Hoist / Chain Pulley Indef W.H. Brady & Co ,Hercules

Hoists

7. Gear Box Radicon – Greaves ,Elecon

8. Submersible Pumps Grundfos, ABS, ITT

9. Horizontal Centrifugal

Pumps

Mather & Platt (I) Ltd., Wier Ltd.,

KSB, Grundfos, Sulzer

10. Screw Pump ROTO, UT Pump, Netzsch, Wilo

11. Dosing Pumps Milton Roy, Grundfos

12. Diffusers OTT, EDI USA, REHAU, ITT USA

13. Centrifuge

Alfa Laval India Ltd.,

Pennwalt Ltd.,

Humboldt and Wedag

14. Agitators Jash, Geo Miller, Triveni

15. Submersible Mixers KSB, ABS, Grundfos

16. Chlorinators

Metito, Chlorocontrol

(CHLOROCONTROL)

Pennwalt India Ltd.

Perfect chloro (PENNWALT)

17. CI / Aluminum Open

Channel Gate Jash, Shivpad, Yaswant

18. Butterfly Valves Inter Valves, VAG, IVC

19. Knife Gate Valves Jash, Bray, Flowtek

20. Sluice Valves

Kirloskar Brothers Ltd.

Indian Valve Company,

VAG

21. Non return valves

Kirloskar Brothers Ltd.

Indian Valve Company (IVC)

VAG

22. Sluice Gates

Jash Engineering (P) Ltd.

The Indian Valve Co.

Oriental Castings

Upadhaya

23. Diaphragm Valves BDK, Flowteck, CRANE

24. Gun Metal Gate Valve Leader, Zoloto

25. Dash Fasteners Hilti,Fischer

S. No. Items List of Vendors

26. Motors

Kirloskar Electric Co. Ltd.

Siemens Limited

Crompton Greaves

ABB

27. Cast Iron Pipes & Fittings

and Dismantling Joints

Baroda Rollings Mills

The Indian Iron & Steel Company

Ltd.

Bharat Industrial Corporation

Oriental Castings

Electro Steel Castings

Jindal

Kejriwal

28. DI Pipes Electro Steel Castings, Jindal,

Kejriwal, SriKalahasti pipes

29. MS Pipe Tata Pipes, Jindal Pipes, SAIL

30. Stainless Steel Pipe Jindal, Parkash, SumiTomo

31. HDPE/DWC Pipe Finolex, Supreme, Duraline

32. uPVC Pipes Supreme, Finolex, Astral, George

Fisher

33. Online DO Analyser and

Transmitter

HACH/ Endress Hauser/

Yokogawa

34. On Line pH / Residual

Chlorine Measuring System HACH / Endress & Hauser

35. Pressure Gauge H Guru Instruments Pvt. Ltd. ,

Waaree, FEIBIG

36. Actuator AUMA, Rotork, Marsh

37. Soft Starter for motors Rockwell, Schneider, Siemens,

Danfoss, ABB, L&T

38. DOL Starters for motors L&T, Siemens, ABB, Schneider

C&S

39. LT Variable Frequency

Drive (VFD)

Schneider, Danfoss, Siemens, ABB,

L&T

40. SMPS Pheonix, Schneider, ABB., Rockwell

41. Computers for DCS & Office HP, Compaq, Dell

42. Cables(Power & Control) Havells, Gloster, KEI, KEC

International

43. Intelligent MCC

Panel/MPCB Panel/ L.T

Panels / PDB / LDB Panel

L&T, Siemens, Schneider, ABB

44. Switchgear L&T, Siemens, Schneider, ABB

GE

45. Control Gear L&T, Siemens, Schneider, ABB

GE

46. Contactor L&T, Siemens, Schneider, ABB

47. Over Load Relay L&T, Siemens, Schneider, ABB

48. PUSH BUTTONS and Push

Button Station L&T, Siemens

S. No. Items List of Vendors

49. LT Electronic Over current/

Overload Relay L&T, ABB, Siemens

50. MV/HT Electronic Motor

Protection Relay L&T, ABB, Siemens

51. Vacuum Circuit Breakers Siemens, ABB, CGL, L&T

52. Air Circuit Breaker L&T, Siemens, Schneider

53. Moulded Case Circuit

Breaker (MCCB) /MCB /

RCBO

L&T, Siemens, Schneider, ABB ,

GE, Legrand

54. Street Light / Flood Light

Fixtures CGL, Wipro, Phillips, Osram, Bajaj

55. Selector Switch L&T, Leader, Salzer

56. Air Conditioners Samsung, LG, Voltas, Carrier, Daikin

57. LT Capacitors L&T, ABB, BCH

58. UF Membrane SUEZ, Toray, DOW, Hydranautics

59. 415 V Type Tested Low

Voltage Switch- gear,

Control gear and Panel

Larsen & Toubro Ltd – L&T

Siemens Limited, Schneider, ABB

60. Lighting Fixtures Crompton Greaves Ltd., Bajaj,

Philips, Osram, Wipro Ltd.

61. Cables / Wires

Universal Cables, KEI, Gloster

Cables, Grandlays, Finolex

Cable Corporation of India, Polycab,

RPG

62. Power Capacitors, APFC

Relay, Detuned Filters

Crompton Greaves Ltd., Schneider,

EPCOS, Siemens, L&T

63. Dry type Transformers

VOLTAMP Transformer Ltd.

Crompton Greaves Ltd., ABB

Schneider

64. 11 kV Shielded Solid

Switchgear

Switchgear Panel

ABB, Schneider Electric, BHEL

Siemens India, L&T

65. Relays (for 415 V /

11KVswitchgear)

ABB, Schneider Electric, Siemens

L&T

66. Instrument Transformers

(CT‘s & PT‘s)

Automatic Electric Pvt. Ltd. ,

Kappa Electricals,

Advance Engineering Co.,

ELMEX, L&T

67. Wiring Conduits NECBEC, Kalinga, Duraline

68. Automatic Power Factor

Control (APFC) Panel

Crompton, Larsen & Toubro Ltd.,

Schneider, EPCOS

69. Electrical Actuators with

Motor Control & Control

Panel

Rotork Control (India) Ltd.

AUMA

70. Distributed Control System

(DCS)

Honey well, Yokogawa, Invensys

ABB, Rockwell

71. Gear box Greaves, Elcon, Alen Berry, Mazda

S. No. Items List of Vendors

72. Instrument & Meters

Automatic Electric Ltd.

Meco Instruments (P) Ltd.

SECURE

Industrial Motors Pvt. Ltd.

Universal Electric Ltd.

L&T

73. Multimeter Escorp, Motwane, Megger

74. Online Turbidity Analyser ABB, E&H, Yokogawa, Hach

75. DC Power Pack Siemens, ABB, L & T, Alstom

76. Mechanical Flow Meter Kent, Schlumberger, Capstan

77. Mechanical Flow Meter

(Turbine Type)

Kent, Schlumberger, Capstan,

Nivo Control

78. Magnetic insertion flowmeter

Crone, Marshal, Nivo Control,

Ultraline, IEPL, Rose Mount,

Letrotek Crystal, ODNI

79. DG Set Sudhir, Cummins, Sterling, Cater

Pillar, Perkins

80. Electric Poles

Jindal, Tata, Bajaj

81. VFD Schneider, Siemens, ABB, Allen

Bradley, L&T, Danfoss

82. Flame Proof Push Button

Station & Lighting Fittings

Siemens, Schneider, BCH, Havells

Osram, Crompton Greaves Ltd.

Philips, Wipro Ltd., FCG, Flexpro,

Baliga, PIECO

83.

Ultra-sonic/ Electromagnetic

flowmeter, Ultrasonic level

transmitter, Pressure

transmitter, Level Switch

Endress & Hauser (India) Pvt. Ltd.,

Siemens, Yokogawa

84. RTUs

Siemens, Yokogawa, ABB,

Endress & Hauser (India) Pvt. Ltd.,

Schneider, Honeywell

85. Motorised Control valves Endress & Hauser (India),

Yokogawa, ABB

86. Level Sensors/Float Switch FLYGT, SBM, Punetechtrol

87. Sandwiched Bus duct ABB, Legrand, Schneider

88. Multifunction Meter (MFM) Siemens, Schneider, ABB, L&T

89. UPS Schneider (APC), Emerson, EATON

90. Battery Standard Batteries Ltd.,

Amco Batteries Ltd., Exide

91. Battery Charger Expo Lobotek Rotromi / Chhabi

Gould Electronics BCH

92. Connectors/ Terminal

Blocks Elmex, Schneider Electric, Phoenix

93. Timers, Indicating Lamps Siemens, ABB, Schneider, L&T

94. CC TV Cameras Axis camera, Honeywell, Bosch,

Cisco

S. No. Items List of Vendors

95. CPVC pipes Astral ,Finolex, Jain

96. RO Membranes SUEZ, Hydranautics, DOW, Toray

97. MVR/Crystallizer SUEZ/Veolia/GEA/MAZDA

98. Cement A.C.C., Ultratech, J.K., Birla

99. Reinforcement Steel SAIL, TISCO, VIZAG RINL,

GOYAL, ZINDAL, AMBA, SURYA

100. RCC Hume Pipe As per I.S Code n0 458

101. Joint Sealant Pidilite, Choksey, Shalimar

Note:

1. Apart from these listed makes, all makes provided in the relevant SOR shall be allowed/

as per approval of Engineer-in-charge..

2. Please refer all orders, circulars and amendments of the concerned department up to the

date of tender which shall be applicable.

3. Contract agency can propose equivalent makes with the approvals of the Employer and/or

of Employer‘s Engineer. The Contract agency shall obtain the prior approval of

Employer‘s Engineer before procurement of items in the list of acceptable makes of

equipment.

Sheet: 4 Basic Design Criteria

Design , Supply, Erection, Testing & Commissioning of 200 KLD Common

Effluent Treatment Plant (CETP) based on ZLD Process, on Turn-key basis and its

Operation and Maintenance for five years at I/A Confectionary Cluster, in front of IIM

Indore Village Rangwasa, Indore M.P. (Rate to be quoted including O & M cost with

all material & Manpower etc. Complete in all respect)

1. Brief Information of Project Site:

Confectionary cluster is about 20 km from Indore district on Rau Pithampur road near Agra

Mumbai Highway. Confectionary cluster has a land area around 28 hectare for industrial

development. This is a new Industrial area which accommodates around 58 no‘s industries.

Most of them are confectionary units. Infrastructure development works are under progress.

1. CETP design Criteria:

It is planned to develop the Common Effluent Treatment plant of 200 KLD with MBR

technology on ZLD concept to facilitate industries of Confectionary Cluster at Rangwasa,

Dist Indore (M.P.). Rate should be quoted by the bidder accordingly. The Contract agency

shall comply with the Specifications and Standards set forth in this Schedule for Design and

Construction of Project Works CETP should be designed, such that the proposed process

is meeting Treated Effluent requirement as per PCB norms:

All components (including but not limited to equipment such as pumps, blowers,

screens, diffusers, inline devices; instruments such as flow meters; and distribution

and collection channels or pipes) shall be provided with appropriate isolation devices

such as valves, gates, or other devices in order to allow isolation, drainage, cleaning,

calibration, servicing, and maintenance of such components.

Cranes, hoists, or other appropriate devices and means shall be provided to permit safe

and easy removal of all equipment for maintenance or any other purpose.

All concrete structures in contact with Effluent and/or sludge upstream of the Aeration

Basins shall be provided with full interior corrosion protection linings and/or coatings

of appropriate material and thickness – to be approved by Employer/Employer‘s

Engineer. This also applies to all concrete structures in contact with any type of Effluent

sludge anywhere in the plant.

All channels carrying process liquid shall be fully covered with solid non-skid SFRC

cover plates/ manhole covers designed for human traffic live loads at a minimum,

and heavy vehicle live loads wherever the channel crosses traffic paths.

Inlets into tanks, reactors, or other structures via pipes, channels, valves, or gates

shall be designed such that the incoming flow does not cause any damage or excessive

wear whatsoever to the structure or any equipment in the vicinity under any hydraulic

condition, including but not limited to the condition when the structure is empty.

All piping shall be of corrosion–resistant material appropriate for the service and shall

be provided with interior lining, exterior coating, and other corrosion protection as

appropriate.

All pipes shall be colour banded and suitably labelled with the stream designation and

direction of flow to enable individual lines to be identified throughout their run.

Appropriate restrained flexible connections and/or joints shall be provided for all pipes

where they connect to any and all of the following:

o Equipment such as pumps, blowers, or inline devices

o Valves

o Wall, floor, or roof penetrations

The influent flow meter and influent sampling location shall be selected such that the true

influent flow and characteristics will be measured without inclusion of in-plant recycles

or other extraneous streams. Separate flow measurement and sampling shall be provided

for the recycle streams.

Foam, scum, fats, oil, grease, or any other floating material removed from any location

in the CETP shall be completely removed from the process flow path along with waste,

digested, and/or dewatered solids leaving the CETP and shall under no circumstances be

recycled or returned to any location in the plant.

Sluice valves/ Knife gate valves shall be provided for effluent and sludge application.

No untreated / partly treated effluent shall be disposed from the plant.

For efficiently working of CETP if any extra facility /Unit is required for construction,

commissioning including Operation & Maintenance for 5 years, the Contract agency will

accommodate the same at his own cost.

The plants and equipment will be inspected by the consultant appointed by MPIDC

Indore at factory/manufacturing site.

An indicative process flow diagram of the CETP is provided in bid document

The structure should be designed as per actual safe bearing capacity (SBC) of trial pit at

site. The Contract agency should carryout Safe Bearing Capacity test at his own cost.

The tank should be designed for required storage capacity with suitable arrangement for

inlet, and scour.

For the purpose design the stress in steel and concrete shall be adopted as specified in the

relevant in the Indian standard code.

Suitable size of aluminum ladder shall be provided inside the tank. The provision of

ladder should be as per instruction of Engineer- in – charge.

The scour pipe will be 150 mm dia. meter. The works involve excavation in trenches

providing laying & jointing scour from the bottom of tank to the nearby drain by pipe.

The C.I. 150 mm, dia. class ―LA‖ pipe should be provided with 150mm dia C.I. sluice

valve. (All fitting and valves of IS standard and provision for of chamber with heavy duty

RCC cover and frame). Provision for 2m wide plinth protection as per design is also part

of work.

The submitted designs and drawings shall be got checked from IIT/ NIT/ Govt.

Engineering college. The charges for the same shall be paid by Contract agency. The

Contract agency shall have to execute the work as per approved designs and drawings.

Provision for lightening arrestor with copper strip as conductor earth electrode.

The RCC overhead tank should be designed in circular shape. Staging means the height

from plinth beam to the beam of bottom dome.

Suitable size of RCC stair from plinth beam to bottom dome and MS stair bottom dome

to roof and stair protected by MS railing. A suitable size of aluminum ladder with railing

shall be provided inside the tank.

The proposed Industries in confectionary cluster are for confectioary manufacturing and

Non-polluting Industries. The expected quality of inlet effluent (including Sewage)

should be considered accordingly by the bidder The above Industrial Effluent quality is

mentioned for reference only. Contract agency has to assume the Industrial effluent

qualities at his own risk to meet guaranteed quality as per norms and Treated outlet

parameters shall adhere guidelines issued by State Pollution Control Board, Central

Pollution Control Board and MoEF.

The treatment losses shall be restricted to 2% in the chemical & biological treatment

units design

2. Process Treatment of Proposed CETP:

The common effluent treatment scheme has been divided into three major steps which are

discussed below. The schematic view is also provided in process flow diagram for getting

clear picture of the common effluent treatment scheme.

i) Primary Treatment ( Physico-chemical Treatment)

ii) Biological treatment

iii) Tertiary treatment

Primary treatment of incoming effluent is necessary to meet out input criteria (limitation) as

under:

pH- 7 to 7.5

TSS- less than 100 mg/ L

Primary treatment has been designed for neutralization & removal of suspended solids as

following treatment process.

Effluent will be received at inlet receive chamber. Here online pH sensor will be provided to

check pH of incoming effluent. From inlet chamber effluent will be taken in to equalization

tank through screen chamber followed by oil trap unit. Equalization tank will be provided in

two parts to work as batch type treatment by using one working & one standby. Here lime/

alkali solution will be dosed for neutralization with help of dosing pump & agitator for

mixing of lime/ alkali solution. Neutralized effluent will be pumped to flash mixing tank,

where coagulant (alum/ poly) will be dosed by using dosing pump. From mixing tank

effluent will be taken into flocculation tank and then primary settling tank for solid liquid

separation. Chemical sludge from settling tank will be drained to sludge drying beds for

solar evaporation. Dried sludge will be disposed into authorized disposal facility.

Concentrate effluent filter from sludge drying bed will be taken back to equalization tank for

re-treatment.

3. MBR Tank

The membrane modules are fully submerged in mixed liquor inside the membrane tank for

direct outside to inside filtration. The membrane modules are made up of hybrid membranes.

The nominal pores size of 0.04 microns and made up of PVDF/PET material. Membrane

system is equipped with pump to create suction insider the membrane and draw water

through the permeate collection tank. Continuous Airflow is to be introduced to the bottom

of the membrane cassettes producing turbulence that scours the surfaces of the membranes to

scour solids from the membrane surfaces. The membrane air scour blowers will be operated

continuously as long as a train is operating in Production mode. Dedicated blowers shall be

for each train. The blowers will normally run on VFD‘s and have adjustable speeds. A

programmable logic controller PLC automatically control the filtration and membrane

cleaning operation. Human machine interface (HMI) continuously monitors the system

performance. The PLC is Ethernet capable to interact with other plant PLC.

Train will have a dedicated permeate pump, this may be a reversible rotary lobe type pump.

The permeate pump will create a vacuum to draw clean water through the membranes and

discharge it to the disinfection stage of the plant. Permeate pumps will be located near their

respective train and will run for a set production cycle length. Reversible pumps will change

direction / Separate Backwash Pumps will run for a set length of time to perform the

backwash after the production cycle.

Pneumatic valves as well as pressure and flow measuring instrument provides continuous

monitoring and control of system operation. When cleaning is required to restore the desired

flux, a train of membrane module is isolated from normal operation and sodium hypochlorite

and citric acid are sequentially injected into the membrane module for in-situ chemical

cleaning.

The MBR tanks shall be fully covered with solid / chequered non-skid GRP cover plates.

The design shall provide for easy isolation of each MBR basin and shall include all required

facilities for complete and automatic clean-in-place (CIP) functionality.

An electric overhead bridge crane or monorail chain pulley block with travelling trolley shall

be provided for easy removal of the membrane modules. The crane or block shall provide

adequate vertical clearance to safely lift the membrane modules above all piping, equipment,

or other items that may be located in the travel path from the module location in the tank to

an adequately-sized adjacent membrane ―lay-down‖ area designated for membrane

maintenance.

The crane coverage shall include the entire MBR basin area plus the lay-down area, if

required . The scope of supply for the MBR system shall consist of, but not limited to the

following :

1. MBR Tank

2. Membrane Modules

3. Permeate pumps/back pulse pumps (process pumps) with VFD

4. Air blower for membrane scouring

5. Backwash or permeate tank

6. Membrane (CIP) Cleaning system

7. Return Sludge Pumps

4. Membrane Module

The MBR process use integrated hollow fiber flat plate membranes for ultrafiltration. The

membrane modules are combined into the cassettes where the collection of clean permeate

from all modules is combined within the cassette permeate collection header.

A cassette becomes the basic building block of the membrane system. Each cassette is

designed as an integrated self-supporting unit to including the membrane air scour system.

Integrated into the cassette are hangers to be supported on the sides of the tank wall

and be able to support tank grating or covers. All access is above the water level and the

cassette can be removed as a single unit.

Individual modules can be accessed and removed if required. The cassettes, piping and

aerators are made of 316 SS.

Backwash : This step of the production cycle is a regularly occurring step to mitigate solids

build- up on the membrane surface as well as membrane pore fouling. Periodically, a

positive pressure is applied so flow direction is reversed through the membrane, and clean

water (permeate) is pushed from the inside-out. During this step there is a net flow of mixed

liquor away from the membrane surface due to the introduction of clean water, a positive

pressure from the inside-out on the membrane surface as well as aeration.

The membranes will require chemical cleaning (CIP) periodically depending on the fouling

properties of the wastewater. Once initiated by the operator the chemical clean and rinse

procedure of the selected module stream will be carried out automatically whilst the

remaining module stream(s) continue in normal operation.

A. Civil components of CETP:

S.

N.

Description Technical Specifications/ Dimension MOC Qty

1 Effluent Receive Chamber 1.0 (L) x 1.0 (W) x 0.50 (LD) + 0.50 FB RCC-

M25

1

2 Screen Chamber 1.0 (L) x 1.5 (W) x 0.30 (LD) + 0.70 FB RCC-

M25

1

3 O & G Trap Unit 4.0 (L) x 1.0 (W) x 1.00 (LD) + 0.50 FB RCC-

M25

1

4 Equalization Tank 6.20 mt Dia x 2.0 mt LD + 5.0 FB RCC-

M25

1

5 Flash Mixer Tank 1.0 (L) x 1.0 (W) x 1.00 (LD) + 0.50 FB MSFRP 1

6 Flocculation Unit 1.0 (L) x 1.0 (W) x 1.00 (LD) + 0.50 FB MSFRP 1

7 Primary Tube Settling Tank 3.0 (L) x 3.0 (W) x 2.50 (LD) + 0.50 FB MSFRP 1

8 Intermittent Storage

(Anaerobic tank)

3.5 (L) x 6.6 (W) x 5.00 (LD) + 1.00 FB RCC-

M25

1

9 Aerobic Tank 6.0 (L) x 3.5 (W) x 3.00 (LD) + 0.50 FB RCC-

M25

1

10 MBR Tank 2.5 (L) x 3.5 (W) x 3.00 (LD) + 0.50 FB RCC-

M25

1

11 Chlorine Contact Tank 2.5 (L) x 3.5 (W) x 2.50 (LD) + 0.50 FB RCC-

M25

1

11 Sludge Holding Tank 2.0 (L) x 3.5 (W) x 1.50 (LD) + 2.00 FB RCC-

M25

1

1

Other Civil Works of Proposed

CETP

Specification Qty-Sq

Mt / RM

1 Admin Office cum Lab

Building

7.0 mt x 3.50 mt x 3.0 mt

2 MCC Panel & machine

Room

5.0 mt x 3.50 mt x 3.0 mt

3 Boundary for CETP

Premises

200 mm Thick-BW & 2 mt Height periphery of

CETP premises

4 Chemical & Hazardous

Waste Storage Room

3.0 mt x 3.50 mt x 3.0 mt

5 Security Guard Room 3.0 mt x 3.50 mt x 3.0 mt

6 Internal Road 2.0 mt wide with WBM base

B. Electro-mechanical components of Proposed CETP

Sr.

No.

Mechanical Items

of CETP

Qty

Unit

Technical Specification

1 Manual Bar Screen 1 No. 2.50 mt x 1.50 mt SS Bar Screen,

10 mm spacing c/c of Flat bars

2 Raw Effluent Pumps 2 No. Capacity: 2 HP, Non Clog Submercible

Flow: 12 M3/Hour- 14 mt head

3 Agitator for Flash

Mixer 1 No.

Capacity: 1-HP, 80 RPM Paddle Type with suitable

gear box

4 Agitator for

Flucculator 1 No.

Capacity: 1-HP, 20-30 RPM Paddle Type with

suitable gear box

5

Agitators for

Chemical Solution

tanks

3 No.

Capacity: 0.50 -HP, 100 RPM Paddle Type with

suitable gear box

6 Dosing Pumps with

HDPE Dosing Tanks 3 No.

Type: Diaphragm Pumps, Discharge-0 to 10 LPH,

Pressure-4 kg/ CM2

Tank: 100 Ltr HDPE tank

7 Tube Media 10 m3

Virgin PP material, 650 mm Vertical Height, shevron

shape with FRP grating as base plate for tube media

holding

8 Agitator for Anoxic

tank 1 No.

Capacity: 1-HP, 20-30 RPM Paddle Type with

suitable gear box

9 Twin Lob Air Blower

with Motor 2 No.

Supply, Installation, Testing & Commissioning of 2

Nos. (One working & one standby) twin Lobe VFD

based Air Blower capable of delivering 300 M3/hour

of free air each at 0.40 Kg/cm2 driven through ‗V‘

belt or directly coupled through flexible coupling to a

TEFC motor of suitable HP (Approve motor rating as

per manufacture recommendation suitable for 415 +

10% volts, 3 phase, 50 cycle AC Supply.

10 Diffusre for Areation

tank and MBR tank 30 No.

Supply, installation, testing & commissioning of

63x600 mm EPDM Tubler air diffusers in

Equalisation tank, Aeration Tank, MBR Tank and

sludge holding tank for providing aeration.

11 MBR Module 7 No.

Hollow fibre membrane with Skid,

Material: PVDF

Por Size: 0.02 Micro meter

Housing Material: ABS

Model: DFX 30 model or equiv.

12 MBR Permeate pump 2 No. Cap.: 10-15 m3/hr, Vacuum Upto 600 mm of mercury,

Protection : IP 44, Rotor(Impeller) : Stainless Steel

13 Backwash Pump 2 No. 3 M3/Hour- 30 mt head, Mono-block

14 Sludge Recirculation

Pump 2 No.

5 m3/hr, 20 mt head.mono block type

15

MBR CIP Dosing

tank, Flocculator and

Dosing Pump

1 No.

Pump Type: Diaphragm Pumps, Discharge-20 LPH,

Mixer Capacity: 0.50 -HP, 20-30 RPM Paddle Type

with suitable gear box

Tank: 100 Ltr HDPE

16

Sodium Hypo Dosing

pump with

Flocculator and

Dosing tank

1 No.

Pump Type: Diaphragm Pumps, Discharge-20 LPH,

Mixer Capacity: 0.50 -HP, 20-30 RPM Paddle Type

with suitable gear box

Tank: 100 Ltr HDPE

17 Treated water

Transfer Pump 2 No.

15 M3/Hour- 30 mt head, Mono-block

18 Centrifuge Feed

Pump 2 No.

2 m3/hr, Screw type Effluent and sewage pump

19 Sludge Dewatering

System 1 No.

Supply, installation, testing and commissioning of

mechanically operated Basket Centrifuge of Suitable

Capacity with CI frame, SS Body complete with all

Asseseries complete with Basket centrifuge feed pump

(Mono Block Type) – 2 No. (1 working + 1 standby)

with 1 No. standby stator, interconnecting piping

complete as required.

20 Laboratory

Instruments 1 Set

Testing Parameter : BOD, COD, TDS, TSS, pH, Oil &

Grease

21 Piping/Valves &

Accessorie 1 No.

Providing and fixing all piping (as described below)

and isolation control valves, Check valves, multiport

valves for making the system complete. Air piping

HDPE/UPVC/CPVC: Air piping & pumped effluent

riser (non-submerged) HDPE: Pumped effluent

(submerged) & tank overflow pipe line HDPE:

Interconnecting pipe line after delivery header of

pump.

22 Lifting Arrangment 1 No. Suitable Lifting arranment for MBR Module

23

Complete MCC

Control panel with

electrical cables &

associated

instrumentation of

system requirements

for proposed CETP

1 No.

Wall mounted / Floor mounted (including base stand),

415V,3PH, 50Hz extensible and fully

compartmentalized Control panels Including PLC

system. The indoor panels shall be IP 42 and outdoor

panels shall be IP 54 type.The Panel shall have proper

space with required clearance for cables, incoming /

outgoing switchgear, CTs, PTs, ammeter, Voltmeter,

selector switches, Insulated and properly supported

compartmentalized bus bars with heat shrinkable

sleeves along with the other control circuit accessories

within the panel and any other electrical component

mentioned in the Panel SLD.The panel shall be

fabricated out of CRCA not less than 2.0 mm thick for

load bearing members and 1.6mm for the doors of LT

panel.The Panel shall have seven tank pre treatment

process comprising of degreasing, rinsing, de- rusting,

rinsing, phosphatising, rinsing and passivation

followed by powder coat painting having a paint

thickness of 60 microns or as specified.The Panel shall

be Dust/Vermin poof with earth studs as per the SLD

and specifications, Panel should be BAS compatible.

Notes: Necessary cable alleys, internal wiring, and

interlocking, earthing for all equipment shall also be

included. All MCCBs shall be of 25 KA breaking

capacity and suitable for motor duty application. All

motor starter shall be provided with Automatic level

controller. Adequate number of spares to be left in

conjunction with the engineer in charge. Provision

shall be made for providing potential free contacts to

all pumps starters for connection to BAS.

24 Online pH sensor 1 No. Online pH sensor with sensor & digital display of pH

range 1 to 14

25 Flow Meter 2 No.

Providing & fixing of flow meter of 80-100 mm sizes

with preamplifier & microprocessor based electronic

flow meter mounted in plumbing plant room electrical

control panel with the following features. Monitoring

the total flow, Flow rate, high low arm batching and

blending etc. Including electrical wiring from

preamplifier to microprocessor based flow meter.

Complete with all type of Plumbing & Electrical

connections, accessories, wiring, conduits & supports

complete with all respect. The signal from read out

shall be 4-20 m.amps to be received on BAS.

Flow Rate Range : upto 1000 LPM Temperature

Range : upto 85 degree celcius. Pressure Range : upto

50 bar

26 Approvels 1 Job

Approval from pollution board at initial & various

other stages of works including preparation of report /

drawings as per pollution board requirement,

arrangement of raw Effluent and sewage for testing &

commissioning. Contract agency shall include the cost

of all chemicals (consumed during testing &

commissioning and the cost of such items of works

which are not explicitly mentioned above, but are

mendatory to have pollution board approval.

27

MS-FRP made

Fabricated STP

Structure

1 No.

As per detailed Design and Drawing, Including Flash

Mixer, Flocculator and Primery tube Settler with

Supporting Skid, Ledders, Platform on Structure with

out-side red oxide primer and Inside 3 mm thick FRP

Coating.

MS sheet thickness: 5-6 mm

FRP Coating thickness : 3 mm

28 Installation &

Commissioning 1 Job

Successful Testing , Installation & Commissioning of

STP plant for a period of 2 Months

29 Operation &

maintenance of STP 1 Job

Operation & maintnance of STP plant for 3 no. of

Skilled Operators for all three shifts and one No. of

Helper for general shift for a period of 60 months.

30

Waste water

Evoprator with

Suitable heating

Arrangment

1 No.

Evaporation rate: 300 Ltr/hr

Tank capacity : 2000 Ltr

Tank MOC: Inner tank 3mm thick SS316 , outer skin

1.2mm CRC powder coated, thermal insulation 50mm

LRB wool

Heating type: LPG/HSD

Operating voltage (V): 415V, 3 phase, 50HZ

Optional accessories: Feed pump for auto fill, flexible

hose for drain, flexible hose for feed water, KWH

meter on the panel

C. List of Laboratory Instruments for Proposed CETP components

The laboratory will be provided. The Laboratory shall be well-equipped with all the latest

equipment‘s as per the test specified to be carried out for waste water and water samples.

The laboratory shall be provided at First floor of administration & control room. The

laboratory in the Administration and Control Building shall have the instruments,

equipment, storage space and chemicals for all the chemical and bacteriological

routine analyses. Laboratory shall have a RCC platform projecting 900 mm from the wall at

about 900 mm height from floor level along the walls of room which will be used for

keeping the instruments and equipment for testing the water. The plate form shall be

provided with glazed tiles. The white glazed tiles shall be provided on the walls all along

the RCC platform up to 60 cm height above the platform. The space underneath the platform

is provided with shutters with door fittings. There shall be minimum three laboratory sinks

in the stainless steel of reputed make of good quality installed in the RCC platform. The

floor of laboratory shall be provided with glaze tiles. The center of laboratory a platform of

minimum 12 M2 with minimum 900 heights from the floor level shall be provided for carry

out the various analyses. This platform shall be provided with acid resistance white glaze

tiles. The laboratory shall have a chemist office room and a cabin for chief chemist/

manager. A toilet shall be provided. Minimum 2 nos. 1.5 T capacity air conditioners shall be

provided in the laboratory. Computer for maintain the record with following specification

shall be provided in the Laboratory.

Computer: 01 No of latest Configuration, with latest Microprocessors, 17" Screen Monitor

Printer : 01 No of HP or equivalent - All in one

The Laboratory equipment‘s are, not limited to following:

List of laboratory equipment’s

Sr. No. Name Of Equipment Quantity

1 pH meter 1

2 COD Digester 1

3 BOD Incubator 1

4 Oven 1

5 Single Pan Analytical Balance 1

6 Digital balance 1

7 Hot Plates 2

8 Kjeldahl‘s digestion unit 2

9 Refrigerator 1

10 Magnetic Stirrer 1

11 UV - Visible Spectrophotometer 1.

12 Vacuum Pump 1

13 Water Bath 1

14 DO Meter 1

15 Noise Meter 1 set

16 Glassware‘s, chemicals and reagents 1

Laboratory for analyzing the wastewater and sludge samples is proposed at the Treatment

Plant. The laboratory shall be equipped with the required equipment so as to analyze the

parameters like pH / BOD / COD / TSS / TDS / TS / VSS / TKN/ Ammoniacal

Nitrogen/Nitrate/ Alkalinity / Sludge Stability etc. as per CPBC guidelines.

Sheet : 5

SCOPE OF WORK

CONSTRUCTION , OPERATION & MAINTENANCE OF CETP

(A) Design & Construction :

Design & Construction of 200KLD CETP.

Design & Construction of 100KL Overhead water Tank .

Plot area of CETP is 1734 Sqm.

Design & Construction of Boundary Wall (200mm thick Brick wall with RCC framed

structure). Length of Boundary wall is 193m .

Plantation within the premises consist of Planting of Trees at periphery and grassing .

All necessary Plumbing work required for watering of Plants.

Street light with LED lamps for proper illumination.

Compacted Murrum Filling of Premises upto Road Level (approximately 3.5 m

height).

Electrical connection from Transformer.

All Civil, Mechanical, Electrical works required for construction of 200KLD CETP.

All the required works necessary to complete the project successfully.

All the electrical & instrumentation works including supply, erection &

commissioning of Motor Control Centre (MCC) panel, Programmable Logic

Controller (PLC) control panel, field instruments, transformers, DG sets, with suitable

outgoing feeder, automatic power factor controlling panel and power factor improving

capacitors, local push buttons stations, etc., as per standards. The scope also includes

all necessary civil works like construction of foundation for panels, cable trenches,

cable supports, yard lighting poles, earth pits, fencing around the transformer yard,

lighting fixtures and required number of sockets in indoor areas as required.

Installation and operation of required CCTV camera covering treatment facility area.

Balance work of recycled water network as per industries demand (100mm dia

HDPE pipe) Approx. length 1.5 Km.

The structure should be designed as per actual safe bearing capacity (SBC) of trial pit

at site. The Contract agency should carryout Safe Bearing Capacity test at his own

cost.

The tank should be designed for required storage capacity with suitable arrangement

for inlet, and scour.

For the purpose design the stress in steel and concrete shall be adopted as specified in

the relevant in the Indian standard code.

Suitable size of aluminum ladder shall be provided inside the tank. The provision of

ladder should be as per instruction of Engineer- in – charge.

The scour pipe will be 150 mm dia. meter. The works involve excavation in trenches

providing laying & jointing scour from the bottom of tank to the nearby drain by pipe.

The C.I. 150 mm, dia. class ―LA‖ pipe should be provided with 150mm dia C.I. sluice

valve. (All fitting and valves of IS standard and provision for of chamber with heavy

duty RCC cover and frame). Provision for 2m wide plinth protection as per design is

also part of work.

The submitted designs and drawings shall be got checked from IIT/NIT/ Govt.

Engineering college. The charges for the same should be paid by Contract agency.

The Contract agency shall have to execute the work as per approved designs and

drawings.

Provision for lightening arrestor with copper strip as conductor earth electrode.

The RCC overhead tank should be designed in circular shape. Staging means the

height from plinth beam to the beam of bottom dome.

Suitable size of RCC stair from plinth beam to bottom dome and MS stair bottom

dome to roof and stair protected by MS railing. A suitable size of aluminum ladder

with railing shall be provided inside the tank.

An indicative process flow diagram of the CETP is provided in bid document .

The CETP is designed for 200 KLD only, but environmental clearence (EC) will be

taken for 750 KLD (for expected future industrial effluent demand).

It is planned to convey the industrial effluent from the industrial area to the proposed

CETP. The CETP shall treat the industrial effluent up to PCB specifications. The

treated water from the CETP shall be lead to recycled water distribution network.

The project components for the industrial effluent collection system will be as

follows -

Effluent treatment plant to treat industrial effluent up to ZLD.

Balancing Reservoir / Overhead tank for recycled water & recycled

water Pumping station.

Balance recycled water supply network (100 mm)

All the environment related permissions including environment clearance, Consent to

establish, and Consent to operate clearance, renewal of consent every year from the

CPCB / MPPCB will be the the responsibility of the Contract agency.

DG sets arrangements system shall be provided in accordance with the Standards and

Specifications as per requirement.

Electrical System including all power feeding equipment, lighting, lightening

Protection system, etc. complete.

Instrumentation & control system with 100% power backup by UPS.

Silting chamber.

Fine screen chamber (Mechanical/Manual) and approach channel.

Grit chamber / Aerated grit chamber/ Vortex type & Parshall flume with flow

measuring device

Oil & grease removal system- Manual oil trap/Tilted plate separator/Corrugated plate

interceptor / Belt skimmer.

Equalization tank.

Chemical treatment- coagulation, flocculation and sedimentation units (flash mixer

& settling tank)

Division chamber.

Biological treatment units.

Chlorine contact tank.

ZLD system.

Gravity sludge thickener.

Sludge dewatering units-centrifuge.

Polyelectrolyte solution preparation tanks and dosing system comprising dosing

pumps.

Backwash water recovery tank & Wastewater recycling system.

Blending tank to Balancing Reservoir-Recycled water.

Vacuum feed type chlorination system with provision of both pre-chlorination as

well as post-chlorination.

Store house for chemicals, spare parts etc.

Laboratory.

Monitoring the quality of effluent at the inlet and outlet of the CETP as per guideline

of CPCB/PCB.

Service water supply system.

DG set of appropriate capacity shall be provided to run all facilities.

Electrical System including all power feeding equipment, lighting, lightening

Protection system, etc. complete including temporary and permanent power

connection.

All Inter-connecting plant piping and appurtenant works etc.

The Contract agency has to dispose solid dry sludge/ silt/screened material/ grit from

treatment plants and effluent pumping stations to nearby landfill site as directed by

the Employer.

Additional process units and facilities required based on selection of process

technology by the Contract agency to meet the treated effluent (Recycled water)

quality.

No disposal of untreated or partly treated effluent is allowed.

The Contract agency shall provide a complete, fully functional facility designed for

proper and easy operation and to meet the stated performance requirements. This

shall include any and all additional, ancillary, supporting, or other processes,

components, equipment, or other items necessary to meet all requirements as per

PCB specification at his own cost.

(B) Operation : -

The scope of workfor the operation will include following :-

Operate the CETP as per standard operating procedures & norms of MPPCB/ CPCB/

MoEF for round the clock i.e. 24x7

Periodical monitoring & testing of incoming effluent sample, and controlling the

parameters of incoming effluent from user units, so that common CETP can be

operated on standard operating conditions & rectify the operational / treatment

process disorders, if any occurs.

Maintaining flow / effluent discharges of user units & total effluent coming to

common CETP on daily basis.

Collections of effluent from inlet pit of CETP received from user unit and/ or other

concerned sampling point and test in-house laboratory for analysis, maintain deviation

of inlet design criteria parameters of proposed CETP, if any financial impact

occurred.

Maintaining quantity & quality of effluent received from user industries on day to day

basis. The record keeping / formats / log sheets of CETP operation should be

maintained & submitted to MPAKVN.

Maintain record of plant performance data, plant maintenance data, Inventory and

consumables at plant in the prescribed log books at CETP.

There shall be no discharge of effluent outside industrial area i.e.―Zero Liquid

Discharge condition ―to be maintained for all the time.

Collect user charges from industrial units towards treatment of their wastewater,

charges for supply of recycled water, as per the Tariff structure firmed up by Nigam

Committee.

(C) Maintenance

Mechanical /Electrical Maintenance

All Equipment/pumps/Motors/ pipe lines/valves/ flow meters/stirrers installed should

alway be in working condition.

Preventive Maintenance: - Daily cleaning of pumps, motors. , Weekly oiling

greasing, testing of drain valves .Once in six month cleaning and changing of

filter material of pressure sand filter unit and Changing filter of Air compressors.

Break Down Maintenance :- Attending Mechanical and electrical break downs

such as burnt motor winding Replacing damaged bearings, leakage of pipelines,

replacement of defective valves, Gland packing change if leakage is there or worn

out.

Periodical cleaning of units

Twice a year (once in six months) cleaning of Process tank/Inlet Collection

well/ associated units.

Regular disposal of waste in every 90 days to authorized disposal facility.

(D) Housekeeping :-

Daily Cleaning of lab, pump room etc and open area around the units ,valve chambers,

drains removing tree leaves from pond in addition to above the house Keeping of the CETP

premises includes cutting and cleaning grass vegetation , landscape etc. on daily basis. The

cut grass and vegetation to be disposed safely and directed places.

(E) Workmanship:

a. All works pertaining to the contract shall be carried out as per specifications given in

bid document .

b. After satisfactory completion of construction work and water tightness testing, the

water tanks shall be the roughly cleaning with brushes and cleaning agents as

permitted by the engineer in charge to remove dust, dist, loose concrete, chips and

scales or any other undesirable material. The tank shall be filled with water upto the

full storage level and mixed thoroughly with a solution of high strength hypochlorite

(HTH) of any other disinfection solution as approved by the engineer in charge. The

solution shall have strength of at least 0.5m p.m. residual chlorine. The water shall

stand for a period of 48 hours. It shall then be flushed out by opening the scour valves

and shall then be ready for commissioning. The test shall be certified by the engineer-

in-charge before it is ready for commissioning.

(F) Excavation

The depth of excavation will generally be guided by the underground strata and

accordingly the safe bearing capacity of the foundation soil shall be decided. This shall

be verified by the Contract agency by Actual site investigation and test of underground

strata at his own cost. Test result shall be submitted along with design calculation. The

Contract agency shall keep the site clear of water at all times. This end he shall provide

Arrangement as required.

(G) Filling Foundation with Bed Concrete:

a. Any excavation be done below the specified levels, Contract agencys shall fill in

such excavation at his own cost with M-10 grade of concrete below foundation

well rammed in position up to the level.

b. The Contract agency shall notify when the excavation is completed

c. The Contract agency is to carry out necessary soil testing at his own cost. And the

test results dully approved by the engineer-in-charge.

(H) Shoring:

All sides of excavation shall be adequately supported to prevent subsidence or

movement of Material in which the excavation is being carried out and to ensure the

safety of persons and hereby quality shall be used for shoring. The Contract agency

shall take all necessary precautions to prevent slips on excavations with adequate

shoring and strutting shall be at his expenses make good any damage or defect and

removed to spoil dumps any surplus materials caused by slips. No extra payment for

shoring will be made.

(I) Concrete :

a. Applicable provisions of general Rules and direction shall govern work under this

section. All concrete work, plain or reinforced shall be carried out in strict

according with this specification and any working drawing or instructions given

from time to time to the Contract agency. Works shall be strictly as per I. S. 456 an

I.S. 3370 as applicable.

b. Reinforced cement concrete M.30 with reinforcement as per the approval of

IIT/regional engineering collage.. A minimum clear cover of 40mm and 25mm

shall be provided on water retaining face to other faces respectively. The code of

practice should be referred in this respect.

c. The Contract agency shall submit mix design for each strength.

d. The proportion of the concrete shall be such as to work readily into the form angles

and grout the reinforcement without excessive manipulations, segregation or water

gain. The water content shall not be increased from the amount required by the

design mix unless cement at required water cement ratio is added. The engineer –

in- charge may require additional cement without extra compensation to the

Contract agency if the mix adopted does not produce the required strength.

(J) Steel :-

a. Steel reinforcing bars for concretes shall be of TMT steel.

b. Soft iron binding wire shall comply with requirements of I.S.280.

c. The reinforcement shall be bent to the shapes shown on the drawings prior to

placing. The steel shall be placed in such a way that it is rigidly held in position

while concrete is being poured. The correct clearance shall be maintained by either

mortar blocks or by metal supporting chairs to be supplied by the Contract agency

free of charge.

d. The Contract agency shall require getting tested random samples of the steel

brought at site to see whether they confirm so as per I.S. specifications. The cost of

such tests shall be borne by the Contract agency.

e. All railing, ladders, manhole covers ,air vents, pipes and specials etc, shall be

supplied with 2 coats of approved quality and make enamel paint over a primer

coat and as directed by the Engineer-in-charge.

f. Steel for reinforcement shall confirm to IS 432-1966 (with upto date revision) and

IS 1139-1966 (with upto date revision) the Contract agency shall be required to

produce the test certificate of the manufacturers to the department before use of

steel for the work. No untested steel shall be used. The department however

reserves right to get the received steel tested at the cost of Contract agency.

(K) Testing of Water Tightness

a. The tank will have be tested for the water tightness as per IS-3370 and it will be

responsibility of the Contract agency to make it water tight. The arrangements for

water shall be done by the Contract agency at his own cost of testing purposes.

The Contract agency will have to give a test of water tightness of reservoir to the

entire satisfaction of the Nigam. The responsibility of structural suitability shall

also rest solely with the Contract agency.

b. Outside plastering of structures is to be done.

c. Snowcem or durocem painting of the tank shall be done only after tank is tested

for water tightness only on the outside portion above ground level.

d. The Nigam shall not be responsible for providing water require for construction

and other purposes. The Contract agency shall make his own arrangements for the

same at his own cost.

Sheet : 6

Operation and Maintenance Requirements The Contract agency shall, at all times maintain the Project Works in accordance with

the provision of this Agreement, Applicable Laws and Applicable Permits.

1. Scope of Works for O&M

The contract includes 5 Years (60 Months) Operation & Maintenance (O&M) of Effluent

Treatment Plant complete in all respect after successful commissioning, completion of 3

months trial run and acceptance for all works by Employer‘s Engineer. O&M shall be based

on CPHEEO Manuals and Other Standards as specified below:

(a) CPHEEO Manual for Water Supply & Treatment -1999- MoUD, GoI

(b) CPHEEO Manual on Operation and Maintenance of water supply systems, 2005

MoUD, GoI

(c) CPHEEO Manual on Sewerage and Effluent Treatment Systems (Part A;

Engineering (3rd

edition) revised and updated) , 2013

(d) CPHEEO Manual on Operation and Maintenance Sewerage and Effluent Treatment

Systems (Part B ; Operation and Maintenance (1st edition) -2013

(e) CPHEEO Manual on Operation and Maintenance Sewerage and Effluent Treatment

Systems (Part C ; Management (1st edition) -2013

(f) Guidelines provided by Central Pollution Control Board (CPCP)

(g) Guidelines provided by Madhya Pradesh Pollution Control Board (MPPCB)

(h) The Environment (Protection) Rules, 1986

All spare parts and Tools & tackles as necessary for operation

of the project works, for the entire O&M period, List of spare parts and Tools & tackles shall

be based on above CPHEEO manuals and international Standards. The List of spare parts and

Tools& tackles shall be approved by the Employer‘s Engineer before procurement. All

unused spare parts and Tools & tackles will be the property of Employer at the end of the

Contract Period.

2. General

Major components and works shall include the following but not limited to:

(a) Contract agency shall operate and maintain Effluent Treatment Plant, Effluent

Pumping Station, Balancing Reservoir ,OHT & pumping station for recycled water

and pumping main for waste disposal etc complete for 5 years on 24 hours/day basis

throughout the year and operation of pumps shall be 24 hrs.

(b) Contract agency shall operate and maintain all instruments and mechanical,

electrical, Instrumentation and automation equipment‘s in accordance with the aim

and purpose of treatment and recycled water supply. The plant & equipment will be

totally attended to, by the Contract agency including any ―Troubleshooting‖ to

ensure smooth and trouble-free operation.

(c) Contract agency has to incur all the cost, taxes & duties for transportation, labour,

repairing & replacing equipment, making good any part or all part of equipment,

consumables, motors, pumps, gear unit, Capacitor, HT/LT Switchgear, Control

Panel filter media, valves, chemical and laboratory equipment etc. Complete

excluding Electricity Charges.

(d) The Contract agency shall be responsible for procuring all spares, all tools &

tackles, parts or components, Consumable chemicals (Chlorine, Polyelectrolyte etc.)

and all consumables including grease, lubricating oil, cleaning agents, equipment,

laboratory instruments, glassware and chemicals, laboratory reagents, labour

transportation and other charges, etc. Further the Contract agency will plan

about the requirement well in advance and procure the material from the

market. Power cost would be borne by the Employer.

(e) Contract agency shall prepare O&M Manual for the Effluent Treatment Plant,

Effluent Pumping station (Terminal), recycle water pumping station for recycled

water. The Contract agency shall monitor the performance of the Effluent Treatment

Plant, conduct the analysis for the inlet industrial Effluent & treated Effluent on

daily basis. Contract agency shall initiate and take adequate actions to ensure

smooth and satisfactory performance/ running of the plants on a 24 hours/ round the

clock basis. Operate and maintain all units and equipment of the Effluent Treatment

Plant as per the requirement of the process to meet continuously and consistently

desired quality of recycled water (Treated Effluent) as per the contract.

(f) The operation and maintenance service provided by the Contract agency for the

period specified in the Contract shall ensure the continuous operation of the Plant

and that the breakdown or deterioration in performance, under normal operating

conditions, of any items of Plant and equipment and component parts thereof is

kept to a minimum.

(g) The Contract agency will determine operating parameters, select Chemical doses

etc. and optimize the process, and working of the Effluent Treatment Plant.

Excessive chemical dozing i.e. dose more than normal should be avoided.

(h) The Contract agency shall prepare and implement an effective plant maintenance

program in consultation with the Employer‘s Engineer/ Employer. It is Contract

agency‘s responsibility to look after all sorts of maintenance whether preventive,

Minor, Major, or break-down. The Contract agency will be responsible to carry

out day to day as well as periodic maintenance necessary to ensure smooth

and efficient performance/running of all equipment. Contract agency shall attend

all the breakdown of civil, mechanical, electrical, piping, automation and

instrumentation works and maintain the plant and equipment throughout the

Contract Period.

(i) The Contract agency shall keep additional spares, Tools and consumables in any

time during O&M period.

(j) No structure of any kind will be allowed to be constructed/ altered within the plant

premises, without the approval of Employer. Nothing is to be paid by Employer for

any addition if allowed. In case of damages to the building/machines and

shortcoming to the machines, the same has to be made good as per original

shape/good running condition by the Contract agency. The decision of Employer‘s

Engineer/ Employer in this regard shall be final and binding.

(k) In case, the motor or any other equipment is burnt or damage due to negligence of

the Contract agency or due to faulty operation it shall be sole responsibility of the

Contract agency to rewind/replace/repair it as per standards of the equipment free of

cost. In case of any fault in operation and performance of the plant, Contract agency

or his staff at duty will immediately report to the Employer‘s Engineer about it.

(l) The Contract agency will be responsible for keeping up-to-date record of

documents including History Card for equipment and maintaining every day log

book relating to various analysis performed. The Contract agency shall maintain

and update logbook, in which details of operational parameters are recorded

in every shift and at regular interval say hourly or as decided mutually. Contract

agency shall take the approval of the format of logbooks and records from

Employer.

(m) The Contract agency will prepare and submit daily, fortnightly and monthly reports

of plant performance and will assist the Employer in preparing the necessary

documents for their purpose and records. Carry out regular and frequent sampling,

analysis and result recording of industrial effluent and treated effluent as per the

procedures laid out by the Owner and in conformity with standard methods.

(n) The Contract agency shall employ appropriate and skilled manpower. The Contract

agency shall have to issue identity cards with photographs to all the staff employed

for Operation and Maintenance. The list of the same shall be submitted to the

Employer mentioning qualification & experience.

(o) The scope of works for operation & maintenance includes the calibration of

all meters e.g. pressure gauge, Ammeter, voltmeter, relay, Energy meters, temp

scanners, flow meters etc. for measurement of accurate readings, 11 KV

incoming line, Lighting Arrestors, D.O. fuse, earthing works, or any other

maintenance required on two/four pole D P structure etc .

(p) The Contract agency shall be responsible for maintaining the lighting and other

equipment. The premises of various works shall be provided with LED energy

efficient industrial Indoor fixtures and also ceiling fans/exhaust fans inside the

various structures. Daily on/off operation and routine cleaning of all type of

electric fixtures. Replacement of lamps / Tubes / Fans in case of failure at Contract

agency‘s cost.

(q) The Contract agency shall be responsible for the maintenance of Garden, lawn,

green belt etc. work shall include the watering, grass cutting, removal of shrubs,

weed cutting of braches of tree/ plant, growth of garden, Plantation etc.

(r) The Contract agency shall be responsible for the maintenance of all buildings in the

treatment plant. The Contract agency shall be responsible to keep watch on

overflowing of sumps/ reservoirs/ wet wells for pumping stations etc. If such

overflow takes place the Contract agency shall have to bear the damages caused to

surrounding properties.

(s) The Contract agency shall carryout cement paint/ enamel paint/ white wash for

exterior finish of civil units twice during in five year of O & M of the plant and

shall also carry out painting on mechanical equipment/ above ground pipe lines/

hand railing twice in five years of O & M of the plant. On the expiry date of his

contract operation and maintenance, the Contract agency shall hand over the plant

back to employer in fully working condition satisfying the requirement of treated

Effluent. All the electrical, mechanical and instrumentation including standby shall

be in perfect working condition.

(t) The Contract agency shall be responsible for safety on Site during the O & M of the

Works by the Contract agency. Health of workers shall be protected against

infectious and contagious diseases. Environmental protection shall also be given

priority so as to conserve the environment.

(u) The Contract agency shall at his own cost provide and maintain at the Site of Works

standard first aid boxes as directed and approved by the Employer for the use of his

own as well as the Employer's staff on Site as stipulated by local regulations.

The Contract agency shall arrange to train all their staff in first aid treatment within

3 months.

(v) The Contract agency shall provide a Notice Boards/Display Boards at appropriate

locations detailing precautions to be taken by operation and maintenance

personnel in work in conformity with Industries and Labour Regulations and

Department of Explosives.

(w) All materials, works and construction operations for the roads works shall conform

to the Specifications for Road and Bridge Works (Fifth Revision, April 2013),

issued by the Ministry of Road Transport & Highways (MoRT & H) and the

relevant IRC publications. Where the Standards and Specifications for a work are

not given, Good Industry Practice shall be adopted to the satisfaction of the

Employer‘s Engineer.

(x) Operate the CETP as per standard operating procedures & norms of MPPCB/

CPCB/ MoEF for round the clock i.e. 24x7.

(y) Periodical monitoring & testing of incoming effluent sample, and controlling the

parameters of incoming effluent from user units, so that common CETP can be

operated on standard operating conditions & rectify the operational / treatment

process disorders, if any occurs.

(z) Maintaining flow / effluent discharges of user units & total effluent coming to

common CETP on daily basis.

(aa) Collections of effluent from inlet pit of CETP received from user unit and/ or other

concerned sampling point and test in-house laboratory for analysis, maintain

deviation of inlet design criteria parameters of proposed CETP, if any financial

impact occurred.

(bb) Maintaining quantity & quality of effluent received from user industries on day to

day basis. The record keeping / formats / log sheets of CETP operation should be

maintained & submitted to MPIDC.

(cc) Maintain record of plant performance data, plant maintenance data, Inventory and

consumables at plant in the prescribed log books at CETP.

(dd) There shall be no discharge of effluent outside industrial area i.e.―Zero Liquid

Discharge condition ―to be maintained for all the time.

(ee) All Equipment/pumps/Motors/pipe lines/valves/ flow meters/stirrers installed

should always be in working condition.

(ff) Daily cleaning of pumps, motors, Weekly oiling greasing, testing of drain valves.

Once in six month cleaning and changing of filter material of pressure sand filter

unit and Changing filter of Air compressors.

(gg) Attending Mechanical and electrical break downs such as burnt motor winding

Replacing damaged bearings , leakage of pipelines, replacement of defective valves,

Gland packing change if leakage is there or worn out.

(hh) Dense plantation is to be done along the periphery of the CETP premises. Plantation

done by the Contract agency during construction period shall also be maintained

during operation and maintenece period. Number of plants planted during

construction period will be the same as at the end of performance guarantee period

with sufficient growth. Water, manure, pesticides, labour, civil work etc. required

during plantation work and its maintenance work shall be arranged by the contract

agency. During 1st to 5

th year maintenance replacement of plant casualties, soil

conservation work, weeding of plants, protections of plants safety measures of

plants are included in the contract.

(ii) 24 Hrs Security of facility shall be provide by the Contract agency. The Contract

agency shall designate necessary security personnel to ensure safety and security

of all fittings and fixtures of all components of various items of executed work as

per contract document for entire period, The Contract agency shall be liable for

losses due to theft and shall be liable to repair/ replace or refit the concerned item.

3. Housekeeping:-

Daily Cleaning of lab, pump room etc and open area around the units ,valve

chambers, drains removing tree leaves from pond in addition to above the house Keeping

of the CETP premises includes cutting and cleaning grass vegetation , landscape etc. on

daily basis. The cut grass and vegetation to be disposed safely and directed places.

The Contract agency shall provide experienced administrative, managerial, technical

personnel, duly approved by the Employer‘s Engineer/Employer including supervisory,

non- technical personnel and labour necessary to operate and maintain the plant properly,

safely and efficiently on a continuous 24 hours basis for the full term of the O & M

Contract Period. During O & M period if any expert person, special persons or manpower

needed, the Contract agency shall arrange at his own cost.

4. Treated effluent Quality for CETP

The Contract agency shall operate the Effluent Treatment Plant in such a way that the

recycled water (treated effluent) quality attains the parameters as per PCB norms.

If the Contract agency fails to achieve the recycled water (treated Effluent) quality, he

will be responsible for all modification without extra cost. The proposal submitted by the

Contract agency should be suitable to work round the year and supported by the

documents as satisfactorily tested and tried. Documentary proof in this regard from the

employer engineer needs to be submitted along with the proposal.

No toxic chemical shall be used by the Contract agency at any stage of treatment, he will

submit the toxicity test report from any govt. recognized laboratory at his own cost before

using such chemical.

The Contract agency shall operate the Effluent Treatment Plant such that the

sludge produced is of a spade-able consistency and the volume of sludge produced

after necessary process, is minimum. The Contract agency shall dispose off the sludge

cake at his own cost, through proper approved means of transport to the disposal site and

necessary clearance, if required for this purpose, from the regulatory authority, is to be

obtained by the Contract agency. The Contract agency has to dispose solid dry sludge/silt

/ screened material/ grit from Treatment plants to nearby approved landfill site as directed

by the Employer. The Contract agency needs to check the quality of the sludge before

disposal and get the approval of Employer‘s Engineer.

5. Tests to be carried out during O&M Period The testing of industrial Effluent and treated Effluent at CETP site shall be as per the

CPHEEO manual for Effluent Treatment and CPCP/MPPCB regulations. The frequency

of testing of parameter shall be submitted by the Contract agency and approved by the

Employer‘s Engineer.

The minimum requirement of sampling and testing is to be carried out is at the points

given below. This schedule shall also be maintained during the O&M period.

All costs associated with the taking and analysis of samples shall be met by the Contract

agency.

Minimum of 80% of the tests shall be carried out in house laboratories and remaining part

of 20% of the tests shall be conducted in MPPWD approved Lab / LUN Lab /

Government Engineering college.

6. Staffing for the operation of Effluent Treatment Plant

The work shall be carried out on a 24 hr. basis, without intermission and the staff

deployed by the Contract agency shall be in accordance with this contract. The Contract

agency shall give or provide all necessary superintendence during the O&M period and as

long thereafter as the Employer‘s Engineer may consider necessary. Such

superintendence shall be given by a competent person having adequate knowledge of the

operation and maintenance to be carried out (including the methods and techniques

required), the hazards likely to be encountered and methods of preventing accident) as

may be required for the satisfactory working of the entire plant.

List of staff is to be given by the Contract agency to the Employer‘s Engineer and

advance intimation to be given before deputing/removing any staff from site during the

period of contract. Not more than one of the Contract agency's key staff shall be absent

from the project site at any given time. In case it is necessary for more than one of the key

personnel to be absent at a given time, the Contract agency shall provide replacement of

equivalent or better qualifications. The CVs of such replacements shall be got pre-

approved from Employer/ Employer‘s Engineer in advance.

7. Reporting

The Contract agency will prepare daily / monthly reports of project performance and

submit to the Employer‘s Engineer and will assist the department in preparing the

necessary documents for their purpose and record. The reports shall contain, inter-alia,

the following:

Industrial Effluent quality

Treated Effluent quality

A description of the maintenance work carried out in the reporting period.

A report on major failures, if any, their causes and remedial actions taken.

Sludge cake quality and quantity (daily basis) in the reporting period.

Power and chemicals consumed in the reporting period.

An inventory of the chemicals and spare parts available at the end of the

reporting period.

O&M staff deployed by the Contract agency during the reporting period.

Record of daily readings of flow meter at upstream and downstream end of

pipeline,

Pressure reading of the pipeline.

Record on when the pipeline leaks were repaired or pipe changed and the cost of

materials and labour cost there of.

Any major repair works, if any.

The Contract agency is required to maintain separate register/computerized records at

site of following information:

Pump register

CETP performance register

Working hours register

Power break down register

Maintenance register

Staff attendance register

Equipment breakdown, repair record and extent of repair

8. As Built Drawings” and “Operation and Maintenance Mannual”

On Completion of the Inspection and Tests for the various facilities the Contract

agency would be required to make the ―As Built drawings‖ of the equipment,

pipeline, appurtenances and all the components and works involved. The drawings

would be on long lasting material along with tracings and blueprints. Soft copies of the

same are also to be included.

The Contract agency shall submit the O & M Manual for approval of Employer, which

may be modified, if required by Employer and this manual shall be approved from

Employer prior to commissioning. The Contract agency shall be modified the operation

and maintenance manual as per the modification in the Effluent Treatment plant if any.

9. Operation and Maintenance Manual

The Contract agency shall provide draft O&M Manual to Employer, at the time of

the commissioning of the project and on approval of draft, 4 copies of operation

& maintenance manual shall be supplied by the Contract agency.

The O&M Manual shall include in elaborate detail, all operating and

maintenance procedures and policies which are required, advisable and / or

necessary for the Facility to achieve full compliance with the operational

guarantees and to achieve maintenance and repair standard for the Facility

which will ensure compliance with the maintenance specifications.

Without limiting the generality of the foregoing the O&M Manual shall

include descriptions, procedures, and shall comply with the requirements, set

forth in the provisions of the Bid Documents.

The draft of the O&M Manual shall be subject to the review and approval of

Employer, which shall have the right to make any changes and revisions to the

O&M Manual as it may deem appropriate. The Contract agency shall revise such

draft O&M Manual prior to the commencement of the O&M period.

During the term of this Agreement, the Contract agency shall promptly notify

Employer of any revisions, additions or modifications which he, in his

professional opinion, believes should be made to the O&M Manual, whether as a

result of additional experience in operating and maintaining the Facility, changes

in influent quality or volume, changes or modifications to any equipment, part,

component or structure incorporated in the Facility. Such notification shall set

forth the reason for the proposed revision. Any proposed revision shall be subject

to the approval of the Employer. In addition, during the term of this

Agreement, Employer shall have the right to require relevant changes,

revisions, or additions to the O&M Manual as it, shall deem appropriate to

ensure full compliance with the O&M Standards.

Tentative List of Drawings

S. no. Drawing Title

1 Layout of Confectionary Cluster

2 Key Plan of Recycle water distribution pipe network

3 Tentative Process Flow Diagram of Effluent Treatment Plant (CETP)

All the documents provided are for reference only and bidder has to carry-out their own

assessment for required details.