22
Page 1 of 22 Municipal Corporation Gurgaon RFP Document for CONSTRUCTION AND MAINTENANCE OF EFFLUENT TREATMENT PLANT OF 20 KLD AT SWM PLANT BANDHWARI Issued by Commissioner Municipal Corporation Gurgaon PLOT NO. C-1, INFOCITY, SECTOR-34 Gurgaon

Municipal Corporation Gurgaon - e Tendersmcg.etenders.in/tpoimages/mcg/tender/Tender3516.pdf · Municipal Corporation Gurgaon RFP Document for CONSTRUCTION AND MAINTENANCE OF EFFLUENT

  • Upload
    hadang

  • View
    216

  • Download
    1

Embed Size (px)

Citation preview

Page 1 of 22

Municipal Corporation Gurgaon

RFP Document

for

CONSTRUCTION AND MAINTENANCE OF EFFLUENT TREATMENT PLANT

OF 20 KLD AT SWM PLANT BANDHWARI

Issued by

Commissioner

Municipal Corporation Gurgaon

PLOT NO. C-1, INFOCITY, SECTOR-34

Gurgaon

Page 2 of 22

INDEX

Sr. No Section Description Page No

1 RFP/Community Participation notice 03

2 Notice Inviting RFP 04

3 Section-1 Condition for E-tendering 08

4 Section-2 Definitions 13

5 Section -3 Scope of Work 14

6 Section-4 General Instructions to Bidders 14

7 Section-5 Special Terms and Conditions 19

8 Section-6 Technical Bid 20

9. Section-7 Financial Bid/DNIT 21

10 Form A 22

Page 3 of 22

MUNICIPAL CORPORATION GURGAON

RFP/Community Participation Notice

No. EE-III/MCG/2016/ Dated:

Online bids are hereby invited on behalf of Commissioner MCG from eligible

contractors/firm/individuals/Co-operative Societies for the work mentioned below:-

Name of work Time Period for

work

Earnest

Money

Tender

Document Fee

CONSTRUCTION AND MAINTENANCE OF

EFFLUENT TREATMENT PLANT OF 20 KLD

AT SWM PLANT BANDHWARI

3 Months +

Two Year

Operation &

Maintenance

One Lac

only

2000/-

1. RFP documents can be seen on website: http://mcg.gov.in and downloaded online from thePortal: http://mcg.etenders.in by the Firms / Individual registered on the Portal.

2. As the Bids are to be submitted online and are required to be encrypted and digitally signed,the Bidders are advised to obtain Digital Signature Certificate (DSC) at the earliest.

3. RFP Documents Fees has to be paid online through payment gateway during the"Downloading of Tender Document & Payment of Tender Document fees" stage. EarnestMoney Deposit has to be submitted through Citizen Facility Center (CFC) of MunicipalCorporation Gurgaon at MCG office, Opp. Civil Hospital, Gurgaon or at MCG Office 1st floor,Infocity, Sector -34, Gurgaon. If the bidder fails to submit the Earnest Money in CFC beforedue date then the RFP will not be considered in any way and will be treated as cancelledwithout any intimation. However, as the details of the EMD are required to be filled at thetime of Bid Preparation and Hash Submission Stage, the Bidders are required to keep theEMD details ready beforehand and copy of G-8 is mandatory to be submitted with technicalbid.

4. The RFP can be postponed or cancelled at any time due to administrative reasons and noclaim shall be entertained on this account.

5. Possession of Digital Signature Certificate (DSC) and registration of the contractors on theportal i.e. http://mcg.etenders.in is a prerequisite for e-tendering.For further details and e-tendering schedule, visit website http://mcg.etenders.in

Executive Engineer-IIIfor Commissioner,

Municipal Corporation,GurgaonEmail: [email protected]

Page 4 of 22

MUNICIPAL CORPORATION GURGAON

NOTICE INVITING RFP

Online bids are hereby invited on behalf of Commissioner MCG from eligible contractors/

manufacturer for the work mentioned below:-

Name of work Time Period for

work

Earnest

Money

Tender

Document

Fee

CONSTRUCTION AND MAINTENANCE OF

EFFLUENT TREATMENT PLANT OF 20

KLD AT SWM PLANT BANDHWARI

3 Months + Two

Year Operation &

Maintenance

One Lac

only

2000/-

1. RFP documents can be seen on website: http://mcg.gov.in and downloaded online from

the Portal: http://mcg.etenders.in by the Firms / Individual registered on the Portal.

2. As the Bids are to be submitted online and are required to be encrypted and digitally

signed, the Bidders are advised to obtain Digital Signature Certificate (DSC) at the

earliest. For obtaining Digital Certificate, the Bidders should follow point No. 3 under

Section 2 (Conditions of e-tendering).

3. Key Dates:-

Sr.No. MCG Stage Contractor Stage Start Date

and TimeExpiry Dateand Time

1 Release of RFPdocument

23.09.2016

09:00 Hrs.

26.09.2016

20:00 Hrs.

2

- Downloading of RFP Documentsalong- with fees

26.09.2016

20:01 Hrs.

10.10.2016

20:00 Hrs.

3

- Online Bid Preparation & HashSubmission

26.09.2016

20:10 Hrs.

10.10.2016

20:00 Hrs.

4Technical &Financial Lock -

11.10.2016

09:00 Hrs.

12.10.2016

20:00 Hrs.

5

- Re-Encryption ofOnline Bids

13.10.2016

09:00 Hrs.

15.10.2016

16:00 Hrs.

Page 5 of 22

6 Open EMD &

Technical/PQ Bid-

15.10.2016

16:01 Hrs

17.10.2016

16:00 Hrs.

7 Eligibility criteria

evaluation-

17.10.2016

16:01 Hrs

19.10.2016

16:00 Hrs.

8 Open Financial

Bid

19.10.2016

16:01 Hrs

21.10.2016

20:00 Hrs.

4. The pre-bid meeting will be held on 06.10.2016 in the office of Joint Commissioner III,

Municipal Corporation, Gurgaon, C-1, GTPL Building, Sector-34, Gurgaon at 14:00 hours.

5. Manual Submission of documents can be done on 17.10.2016 from 10 AM-4 PM in the

office of Assistant Engineer Sanitation Zone-III Municipal Corporation, Gurgaon, C-1, GTPL

Building, Sector-34, Gurgaon.

6. Any queries relating to bid document should be given in O/o Executive Engineer-III,

Municipal Corporation, Gurgaon until Prebid meeting. Any other point if raised at a later

stage will not be entertained & no claim in this regard will be considered. The decision of

Joint Commissioner-III, MCG in this regard will be final.

7. The Bidders can download the RFP documents from the Portal: http://mcg.etenders.in.

Tender Documents Fees has to be paid online through payment gateway during the

"Downloading of Tender Document & Payment of Tender Document fees" stage. Earnest

Money Deposit has to be submitted through Citizen Facility Center (CFC) of Municipal

Corporation Gurgaon at MCG office, Opp. Civil Hospital, Gurgaon or at MCG Office 1st floor,

Infocity, Sector -34, Gurgaon. If the bidder fails to submit the Earnest Money in CFC

before due date then the RFP will not be considered in any way and will be treated as

cancelled without any intimation. However, as the details of the EMD are required to be

filled at the time of Bid Preparation and Hash Submission Stage, the Bidders are required

to keep the EMD details ready beforehand and copy of G-8 is mandatory to be submitted

with technical bid.

8. The tender shall be submitted by the bidder in the following three separate envelops

online:

i. Proof of deposit of Earnest Money - Envelope 'ED'

ii. All the documents in support of eligibility criteria and Technical Bid containing all

information & documents as defined hereinafter in - Envelope 'T I'

iii. Price Bid prescribed on the format in - Envelope 'C I'

Page 6 of 22

The envelopes 'ED' & 'TI' shall be kept in a big outer envelope, which shall also be sealed.

In the first instance, the Envelop - 'ED and TI' of all the Bidders shall be opened in the

presence of such bidders who either themselves or through their representatives choose

to be present. After that the financial bid will be opened as per schedule

Envelope 'ED' - Earnest Money Deposit Envelop

Online EMD Envelope-Reference details of the Earnest Money Deposit instrument and

scanned copy of documents.

Envelope 'TI' - Eligibility criteria and Technical Bid Envelope

Online Technical Envelope - All the information and scanned copies of the Documents /

Certificates as required to be submitted supporting eligibility criteria and technical bid as

per the Tender. Also, all such documents, if any, that cannot be submitted online i.e. all

the Information and Documents / Certificates as required to be submitted in physical

Technical Bid envelope as per the Tender.

Envelope 'CI' - Price Bid Envelope

To be submitted mandatory online- "Information related to Price Bid of the Tender".

The bidder can submit their RFP documents as per the dates mentioned in the schedule

above.

CONDITONS:-

a. The tender without earnest money will not be opened.

b. The jurisdiction of court will be at Gurgaon.

c. The tender of the bidder who does not satisfy the Eligibility and Technical Bid Criteria in

the bid documents is liable to be rejected summarily without assigning any reason and no

claim whatsoever on this account will be considered.

d. The bid for the work shall remain open for acceptance during the bid validity period to be

reckoned from the date of "Online Bid preparation and Hash submission". If any bidder

withdraws his bid before the said period, any modifications in the terms and conditions of

the bid, the said earnest money shall stand forfeited. Bids would require to be valid for 3

months from the date of closing of online "Bid preparation and Hash submission stage".

Executive Engineer-IIIfor Commissioner,

Municipal Corporation,GurgaonEmail: [email protected]

Page 7 of 22

Endst No.EE-III/MCG/2016/ Dated:

A copy of above is forwarded to the following for information and wide publicity:

1. Commissioner, Municipal Corporation Gurgaon.2. Deputy Commissioner, Gurgaon.3. Administrator, HUDA, Gurgaon.4. Chief Account Officer, Municipal Corporation Gurgaon.5. Dy. Director (Audit), Municipal Corporation Gurgaon.6. Executive Engineer, Marketing Board, Gurgaon.7. Assistant Register, Cooperative Societies, Gurgaon.8. Manager, Gurgaon Distt. Co-op. L/C Federation Ltd. 209/3 Gopal Nagar, Gurgaon.9. Notice Board, Municipal Corporation Gurgaon.10. CFC, Municipal Corporation Gurgaon for publication on net

Executive Engineer-IIIfor Commissioner,

Municipal Corporation,GurgaonEmail: [email protected]

Page 8 of 22

SECTION-1

CONDITIONS OF E-TENDERING1. These conditions will over-rule the conditions stated in the tender documents, wherever

relevant and applicable.

2. All the Contractors intending to participate in the tenders processed online, are

required to get registered for the Electronic Tendering System on the Portal

http://mcg.etenders.in For more details, please see the information in Registration info

link on the home page.

3. Obtaining a Digital Certificatep

3.1 The Bids submitted online should be encrypted and signed electronically with a Digital

Certificate to establish the identity of the bidder bidding online. A digital signature

certificate has two keys i.e. Public Key and Private Key. Public Key is used to encrypt the

data and Private Key is used to decrypt the data. Encryption means conversion of normal

text into coded language whereas decryption means conversion of coded language into

normal text. These Digital Certificates are issued by an approved certifying authority, by

the controller of Certifying Authorities, Government of India.

3.2 A Digital Certificate is issued upon receipt of mandatory identity proofs and verification

letters attested by the Notary Public / Chartered Accountant / Any Gazatted Officer whose

stamp bears emblem of Ashoka. Only upon the receipt of the required documents, a

digital certificate can be issued.

3.3 The contractors may obtain Class II B digital certificate from any Certifying Authority

or Sub- certifying Authority authorized by the Controller of Certifying Authorities on the

portal http://cca.gov.in. or may obtain information and application format and

documents required for issue of digital certificate from one such certifying authority on

given below which is :-

1. TATA Consultancy Services Ltd.

11th Floor, Air India Building, Nariman Point, Mumbai-400021 website -www.tcs-

ca.tcs.co.in

2. Sify Communications Ltd.

III Floor, Tidel Park, 4 Canal Bank Road, Taramani, Chennai-600113.

Website - www.safescrypt.com

3. MTNL Trustline CA

O/o DGM (IT-CA), 5515, 5th Floor, Core-V Mahanagar Doorsanchal Sadan, CGO

Comples, MTNL, Delhi-125003. Website - www.mtnltrustline.com

4. iTrust CA (IDRBT)

Page 9 of 22

Castle Hills, Road No.1, Masab Tank, Hyderabad, Andhra Pardesh -500057.

Website - idrbtca.org.in

5. (n)Code solutions

301,GNFC Tower, Bodak Dev, Ahmedabad-380054, Gujarat. Website-

www.ncodesolutions.com

6. National Informatics Centre Ministry of Communication and

Information Technology

A-Block CGO Complex, Lodhi Road,

New Delhi-125003. Website https://nicca.nic.in

7. e-Mudhra CA

3i Info-tech Consumer Services Ltd

3rd Floor, Sai Arcade, Outer Ring Road, Devarabeesanahalli, Bangalore560036,

Karnataka

Website - http://www.e-Mudhra.com

Contractors may also obtain information and application format and documents

required for issue of digital certificate from the following:-

8 Nextenders (India) Pvt. Ltd.

O/O Additional Chief Engineer, HUDA, Sector 40, M- Block South City –I, Gurgaon.

Contact persons : Sh. Rajit Garg – 09650482332

9. Nextenders (India) Pvt. Ltd.

YUCHIT, Juhu Tara Road, Mumbai-400049 [email protected]

10. Nextenders (India) Pvt. Ltd.

O/o HSRDC, Bays No.13-14, Sec-2, Panchkula-134151

Contact Person: Manmit – 09815034028 Rishi – 09878012160

3.4 Bid for a particular tender may be submitted only using the digital certificate, which is

used to encrypt the data and sign the hash during the stage of bid preparation and

hash submission. In case, during the process of a particular tender, the user looses his

digital certificate (i.e. due to virus attack, hardware problem, operating system

problem), he may not be able to submit the bid online. Hence, the users are advised to

have back up of certificate and keep the copies at safe place under proper security to

be used in case of emergencies.

3.5 In case of online tendering, if the digital certificate issued to the authorized user of a

firm is used for signing and submitting a bid, it will be considered equivalent to a no-

objection certificate/power of attorney to that User. The firm has to authorize a

specific individual via an authorization certificate signed by all partners to use the

digital certificate as per Indian Information Technology Act 2000. Unless the

certificates are revoked, it will be assumed to represent adequate authority of the user

Page 10 of 22

to bid on behalf of the firm for Municipal Corporation Gurgaon, Haryana tenders as per

Information Technology Act 2000. The digital signature of this authorized user will be

binding on the firm. It shall be the responsibility of management / partners of the

registered firms to inform the certifying authority or Sub Certifying Authority, in case

of change of authorized user and applies for a fresh digital certificate and issues an

'authorization certificate' for the new user. The procedure for application of a digital

certificate will remain the same for the new user.

3.6 The same procedure holds true for the authorized users in a private/Public limited

company. In this case, the authorization certificate will have to be signed by the directors

of the company.

4. Set up of machine

In order to operate on the electronic tender management system, a user's machine is

required to be set up. A help file on setting up of the system can be obtained from

NexTenders (India) Pvt. Ltd. or downloaded from the home page of the website -

http://mcg.etenders.in.>> "Information for new users".

5. Online Viewing of Notice Inviting Tenders:

The contractors can view the N.I.T and the time schedule (Key Dates) for all the

packages floated using the elect ron i c tendering system on the Haryana MCG

website http://mcg.etenders.in. Contractor may refer to NIT in the office of Assistant

Engineer (Sanitation).

6. Opening of an Electronic Payment Account:

6.1 For purchasing the tender documents online, contractors are required to pay the tender

documents fees online using the electronic payments gateway service as mentioned at S.

No.8.

6.2 For the list of payments using which the online payments can be made, please refer to

the Home page of the Portal http://mcg.etenders.in

7. Submission of Earnest Money Deposit:

Earnest Money Deposit has to be submitted through Citizen Facility Center (CFC) of

Municipal Corporation Gurgaon at MCG office, Opp. Civil Hospital, Gurgaon or at MCG

Office 1st floor, Infocity, Sector -34, Gurgaon. If the bidder fails to submit the Earnest

Money in CFC before due date then the tender will not be considered in any way and will

be treated as cancelled without any intimation. However, as the details of the EMD are

required to be filled at the time of Bid Preparation and Hash Submission Stage, the

Bidders are required to keep the EMD details ready beforehand and copy of G-8 is

mandatory to be submitted with technical bid.

Page 11 of 22

Submission of Tender Document Fees:

The Payment can be made by eligible contractors online directly via Credit Card /

Internet Banking Account / Cash Card / Debit card. The contractors have to pay for the

tender documents online by making online payment of tender document fees using the

service of the secure electronic payment gateway. The secure electronic payments

gateway is an online interface between contractors and credit card / online payment

authorization networks.

8. Purchase of Tender Documents:

Download of Tender Documents: The tender documents can only be downloaded from

the Electronic Tendering System on the Portal http://mcg.etenders.in

9. Submission of Bid Seal (Hash) of online Bids:

Submission of bids will be preceded by submission of the digitally signed bid seal (Hash)

as stated in the tender time schedule (Key Dates) of the Tender. Bidders should take

note of any corrigendum being issued on the website on a regular basis. They should

view and note down the tender Hash and ensure that it matches with their previous noted

Hash before confirming the rates.

10. Generation of Super Hash:

After the time of submission of Bid Seal (Hash) by the bidders has lapsed, the bid round

will be closed and a digitally signed tender Super Hash will be generated by authorized

Haryana MCG official. This is equivalent to sealing the tender box.

11. Submission (Re-encryption) of actual online bids:

Bidders have to submit their encrypted bids online and upload the relevant documents

for which they generated the hash at the stage of hash generation and submission after

the generation of Super Hash within the date and time as stated in the Notice Inviting

Tenders (Key Dates). The electronic bids of only those contactors who have submitted

their bid seals (Hashes) within the stipulated time, as per the tender time schedule (Key

Dates), will be accepted by the System. A bidder who does not submit his bid seal (Hash)

within the stipulated time will not be allowed to submit his bid.

12. Key Dates:

12.1 The bidders are strictly advised to follow dates and time as indicated in the Notice

Inviting Tender.

The date and time will be binding on all the bidders. The bidders are required to

complete the stage within the stipulated time as per the schedule to continue their

participation in the tender. All online activities are time tracked and the system enforces

time locks that ensure that no activity or transaction can take place outside the start and

Page 12 of 22

end dates and time of the stage as defined in the Notice Inviting Tender. The bidder

should check the status of a particular stage by following the below mentioned

procedure:-

i. Click on "Main" after login into the portal.

ii. Select "Tender Search" and click on "Go"

iii. Next screen will appear on the screen and click on "Search" button to view the list

of various tenders.

iv. Select the tender whose status is to be viewed by clicking on the tender no.

v. Click on “Action page” button. The status of all the stages i.e. whether "Pending" or

"Completed" can be viewed.

The bidder should ensure that the status of a particular stage should be shown as

"Completed" before the expiry date and time of that particular stage and he should

possess a copy of receipt of completion of each stage to be performed from his end. It

will be the sole responsibility of the bidder if the status of a particular stage is "Pending"

till the expiry date and time of that stage and he is not able to proceed further in the e-

tendering process.

OTHER INFORMATION:

1. The intending bidders shall fill the lump sum rate in the online templates of the online

tender. The Price Bid has to be submitted mandatory online.

2. Technical Bid Documents except EMD that cannot be submitted online, if any should

be put in separate sealed envelopes and these sealed envelopes together with the

documents listed in Technical Bid be sealed in another cover and delivered to this office

before the date and time mentioned in the Tender Notice.

3. Tender must strictly abide by the stipulations set forth in notice inviting tender & while

tendering for the work, the bidder shall adopt only the three envelope system.

4. The third envelope - Price Bid envelope has to be submitted mandatory online and shall

not be accepted physically under any circumstances. In case any bidder does not comply

with procedure given above, it will be presumed that he is not interested in the work and

the work shall not be let out to him. Further he may be de-listed without further notice

to him for failing to abide by the strictly approved terms of notice inviting tender for this

work.

5. The tender who are not accompanied by the earnest money or proof of earnest money

or do not strictly follow the technical requirement, are liable to be rejected summarily.

6. Tenders / quotations which are dependent upon the quotations of another bidder shall be

summarily rejected.

Page 13 of 22

7. The tenders of the bidders who does not satisfy the qualification in the bid documents are liable

to be rejected summarily without assigning any reason and no claim what so ever on their

account will be considered.

Note: - Bidders participating in e-tendering shall check his/her validity of Digital Signature

Certificate before bidding in the specific work floated online at e-tendering portal of

Municipal Corporation Gurgaon , Haryana on the website http://mcg.etenders.in. Also,

the bidder will be held liable solely, in case, while bidding in particular stage - Date &

Time expired as per the key dates available on the tender document. Key dates are

subject to change in case of any amendment in schedule due to any reason stated by

concerned Executive Engineer of the Department.

SECTION-2

Definitions

2.1 “Corporation” means Municipal Corporation Gurgaon

2.2 “MCG” means Municipal Corporation Gurgaon

2.3 “Work” means the complete work as mentioned in scope of work and tender document

with details to be performed by the Agency pursuant to the Contract.

2.4 “Agency” means any eligible entity which submits a Proposal and which upon selection,

would provide Services to the Employer under the Contract.

2.5 “Contract” means the contract signed by and between Employer and the Agency and all

its attached documents.

2.6 “Day” means calendar day.

2.7 “Employer” means the Commissioner, Municipal Corporation Gurgaon, Haryana or his

authorized representative.

2.8 “Government” means the Government of Haryana.

2.9 “Personnel” means professionals and support staff provided by the Agency and assigned

to perform the Services or any part thereof.

2.10 “Proposal” means the Technical Proposal and the Financial Proposal, considered together.

SECTION-3

Scope Of The WorkMCG intended to establish an Effluent Treatment Plant with in premises of SWM plant situated at

Bandhwari Village on Faridabad-Gurgaon Road for treatment of Leachate upto the level of norms

prescribed by various Government departments from time to time i.e. The product coming out

from the ETP should be as per the norms of safe use of water for horticulture purpose and open

disposed off.

Successful Bidder will establish the plant within three months and maintain it for two years.

Page 14 of 22

SECTION-4General Instruction to Bidders

4.1 Number of Proposals

Each Bidder shall submit only one Proposal in respect of the work in response to this

tender document. Any Bidder, who submits more than one Proposal in respect of the

subject work, will be disqualified for this work.

4.2 Proposal Preparation Cost

The Bidder shall be responsible and shall pay for all of the costs associated with the

preparation of its Proposal and its participation in the bidding process. MCG shall not be

responsible or in any manner be liable for such costs, regardless of the conduct or

outcome of the bidding process.

4.3 Right to Accept or Reject any of the Proposals

Without prejudice to whatsoever is contained in this TENDER DOCUMENT, MCG reserves

the right to accept or reject any Proposal or to annul the bidding process or reject all

Proposals, at any time without any liability or any obligation for such rejection or

annulment, without assigning any reasons.

MCG reserves the right to reject any Proposal if:

a. At any time, a material misrepresentation and/ or concealment of any facts/ materials

is made or discovered, or

b. If the Bidder does not respond promptly and diligently to requests for supplemental

information required for the evaluation of the Proposal, it lead to the disqualification of

the Bidder. If such disqualification/ rejection occur after the bids have been opened and

the best bidder gets disqualified/ rejected, then MCG reserves the right to:

c. Either reject the Bidder for this time and in future also, or

d. Take any such measure as may be deemed fit in the sole discretion of MCG, including

annulment of the bidding process.

4.4 Amendment of TENDER DOCUMENT

4.4.1 At any time prior to the Proposal Due Date, MCG may, for any reason whatsoever,

whether at its own initiative or in response to clarifications requested by a Bidder, modify

the TENDER DOCUMENT by the issuance of Addendum. Any Addendum thus issued will be

added as ‘corrigendum’ on net.

Page 15 of 22

4.4.2 In order to provide the Bidders a reasonable time to examine the Addendum, or for any

other reason, MCG may, at its sole discretion, extend the Proposal Due Date.

4.5 Language and Currency

4.5.1 The Proposal and all related correspondence and documents should be written in English.

Supporting documents and printed literature furnished by Bidder with the Proposal may be

in any other language provided that they are accompanied by appropriate translations of

the pertinent passages in the English language. Supporting materials, which are not

translated into English, may not be considered. For the purpose of interpretation and

evaluation of the Proposal, the English language translation shall prevail.

4.5.2 The currency for the purpose of the Proposal shall be the Indian National Rupee (INR).

4.6 Bid Security(EMD)

4.6.1 The Proposal needs to be accompanied by bid security. The Bid Security shall be kept valid

throughout the Proposal Validity Period and would need to be extended, if so required by

MCG, for any extension in Proposal Validity period.

4.6.2 The Bid Security shall be returned to the unsuccessful Bidders within a period of One (1)

week from the date of announcement of the Successful Bidder.

4.6.3 The Bid Security shall stand forfeited in the following cases:

a. If any bidder withdraws his bid before the expiry of the validity period, or before the

issue of letter of acceptance, whichever is earlier, or makes any modification in the

terms and conditions of the bid which are not acceptable to the department, then the

MCG shall, without prejudice to any other right or remedy, be at liberty to forfeit bid

security absolutely.

b. If bidder fails to furnish the prescribed performance security within the prescribed

period the bid security is absolutely forfeited by the MCG automatically without any

notice;

c. In case of forfeiture of bid security as prescribed in a to b above, the bidder shall not

be allowed to participate in the rebidding process of the work.

4.7 Validity of Proposal

The Proposal shall indicate that it would remain valid for a period not less than 90 (Ninety)

days from the Proposal Due Date ("Proposal Validity Period") in the format set out in

tender document. MCG reserves the right to reject any Proposal, which does not meet the

said requirement.

4.8 Extension of Validity of Proposal

4.8.1 In exceptional circumstances, prior to expiry of the original Proposal Validity Period, MCG

may request Bidders to extend the Proposal Validity Period for a specified additional

period.

4.8.2 A Bidder may refuse the request without forfeiting its Bid Security. A Bidder agreed to the

request will not be allowed to modify its Proposal.

Page 16 of 22

4.8.3 The Successful Bidder shall, wherever/whenever required, be asked to extend the

Proposal Validity Period till the date of execution of the Concession Agreement.

4.9 Format and Signing of Proposal

4.9.1 Bidders would provide all the information as per this TENDER DOCUMENT and in the

specified format. MCG would evaluate only those Proposals that are received in the

required format and complete in all respects.

4.9.2

(a) If the bidder is an individual, the application shall be signed by him above his fully type

written name and current address.

(b) If the bidder is a proprietary firm, the application shall be signed by the proprietor above

his full type written name and the full name of the firm with its current address.

(c) If the bidder is a firm in partnership, the application shall be signed by all the partners of

the firm above their full type written names and current addresses, or alternatively, by a

partner holding power of attorney for the firm. In the later case a certified copy of the

power of attorney should accompany the application. In both cases a certified copy of the

partnership deed and current address of all the partners of the firm should accompany the

application.

(d) If the bidder is a limited company or a corporation, the application shall be signed by a

duly authorized person holding power of attorney for signing the application accompanied

by a copy of the power of attorney. The bidder should also furnish a copy of the

Memorandum of Articles of Association duly attested by a Public Notary.

4.9.2 The Proposal and its copy shall be typed or written in indelible ink and the Bidder shall

initial each page. The person signing the Proposal shall initial all the alterations,

omissions, additions, or any other amendments made to the Proposal.

4.9.3 All the financial documents shall be duly authenticated by Chartered Accountant.

4.10 Proposal Due Date

4.10.1 MCG may, in exceptional circumstances, and at its sole discretion, extend the Proposal

Due Date by issuing an Addendum in accordance with uniformly for all Bidders.

4.11 Late Proposals

Any Proposal received by MCG after the Proposal Due Date as provided in TENDER

DOCUMENT will not be opened.

4.12 Proposal Opening

4.12.1 MCG would open the Proposals on the Proposal Due Date and can amend it when

necessary.

4.13 Confidentiality

Information relating to the examination, clarification, evaluation, and recommendation for

the Bidders shall not be disclosed to any person not officially concerned with the process.

MCG will treat all information submitted as part of Proposal in confidence and would

require all those who have access to such material to treat the same in confidence. MCG

Page 17 of 22

will not divulge any such information unless it is ordered to do so by any authority

pursuant to applicable law or order of a competent court or tribunal, which requires its

disclosure.

4.14 Clarifications

To assist in the process of evaluation of Proposals, MCG may, at its sole discretion, ask

any Bidder for clarification on its Proposal or substantiation of any of the submissions

made by the Bidder. The request for such clarification or substantiation and the response

shall be in writing or by facsimile. No material change in the substance of the Proposal

would be permitted by way of such clarification.

4.15 Consultant(s) or Advisor(s)

To assist in the examination, evaluation, and comparison of Proposals, MCG may form a

Board of Assessors.

4.16 Proposal Evaluation

4.16.1 MCG may either choose to accept the Proposal of the Lowest Bidder or reject. If required,

MCG may negotiate the rates with lowest bidder.

4.16.2 Upon acceptance of the Proposal of the Lowest Bidder MCG shall declare the Lowest Bidder

as the Successful Bidder.

4.17. DISPUTE RESOLUTION

4.17.1 Any dispute and or difference arising out of or relating to this contract will be resolved

through joint discussion of the authorized representatives of both the parties.

However, if the dispute is not resolved by joint discussion, then the matter will be

referred for adjudication to a sole Arbitrator appointed by the Commissioner, MCG.

4.17.2 The award of the sole Arbitrator shall be final and binding on all the parties. The

arbitration proceeding’s shall be governed by Indian Arbitration and Conciliation

Act,1996, as amended from time to time.

4.17.3 The cost of Arbitration shall be borne by the respective parties in equal proportion.

During the pendency of the arbitration proceedings and currency of contract, neither

party shall be entitled to suspend the work/service to which the dispute relates on

account of the arbitration. Arbitration proceedings will be held at Gurgaon only.

4.18 JURISDICTION OF COURT

The Distt. Courts at Gurgaon or High Court at Chandigarh shall have the exclusive

jurisdiction to try all disputes, if any, arising out of the agreement between the parties.

4.19 Neither Joint venture nor subletting is allowed.

4.20 Participation of any agency who is Black- Listed / De-Listed by any Government

Department/Agency /Board/Company in India in any capacity during last 5 years shall

not be allowed to participate in the tender and affidavit of the same shall be submitted to

with Technical Bid.

4.21 Validity of the quoted offer should cover the period of the completion of project. Offers

Page 18 of 22

without such validity shall be rejected.

4.22 Before submission of the Tender/Bid, Bidders are required to make themselves fully

conversant with the scope of the work, technical requirements and specifications, etc., so

that no ambiguity arises on a later date in this respect.

4.23 All information in the Tender/Bid shall be in English. Information in any other language

should be accompanied by its translation in English. Failure to comply with this may

disqualify the Bidder.

4.24 Any approach from the Bidder, his representative or his agent to influence the decision on

the Tender/Bid, officially or otherwise, shall render the Tender/Bid liable to be summarily

rejected.

4.25 The Bids shall be evaluated on the basis of the rate quoted by the bidder. MCG reserve the

right to accept or reject the lowest offer without assigning and reason to the bidders.

4.26 Technical Bid should contain earnest money, documents as mentioned in the Bidder

Qualification Criterion, Bid Evaluation Criteria, General Terms & Conditions, Special Terms

& Conditions, declarations as per the Tender/Bid, brochure, literature etc. It should be

super scribed with Tender/Bid detail, due date.

4.27 Any cutting and changes in the document must be initiated by the person/persons signing

the Tender/Bid.

4.28 Bidders should quote for all accessories which are either part of an item or are necessary

for proper functioning of that item. Thus, for accessories of individual items MCG shall not

pay anything separately and if the functioning of any item is not proper or does not

function at all, MCG shall have the full right to deduct complete payment of that item(s).

SECTION-5

Special Terms & Conditions

1. The agency will quote the rates for complete establishment of the project with two yearoperation and maintenance cost with detailed scope of work and technology .The detailedscope of work and technology should be submitted with Technical Bid.MCG have the rightsto choose/reject any of technology and proposal without assigning any reasons. No claimin this regard will be entertained.

2. The work of establishment of project should be completed within 3 months. A fine ofrupees 2000 per day will be leaved after that subjected to maximum of two lacs.

3. The term “work” means the complete scope of work covered in this Document as per thespecifications mentioned hereinafter.

4. The site of work can be changed at later stage to some other site as deemed fit, ifrequired by the MCG.

5. No claim will be entertained from the contractor in case any mistake in the description orunits or rates occurs or any of the items taken in this schedule while comparing thisschedule or on account of typing, comparison or over-writing occurs. In case of any

Page 19 of 22

mistake, the same will be rectified at any stage, by the Engineer-in-charge along with theamendments of the same received from time to time.

6. Contractor will make his own arrangement of transportation to shift material/ machineryat site of work.

7. The contractor will have to make his own arrangement of all other materials required forsuccessful execution and completion of the work.

8. Income Tax & any surcharge or any other taxes as applicable from time to time will bededucted on the gross amount of any bill to be paid to the contractor.

9. During the execution of work, the contractor take all reasonable precautions to protectpublic property as well as owners and neighbor’s property, along with man power deputedon work and officials visiting the work.

10. All instructions / directions issued by MCG/ State / Central Govt. or District Administration/any other concerned department regarding work will have to be completed by contractor.

11. Contractor will arrange electricity/water etc., at his own level required for establishmentequipments.

12. Violation of any of the clause of the agreement shall be deemed as violation of terms &condition of tender.

13. The contractor shall be fully responsible to carry out the repair/replacement of any item ofwork executed under this agreement at his own cost.

14. All land, property, fencing likely to be disturbed or damaged during the execution of thecontract work, shall be made good by the contractor at his own expense, to thesatisfaction of the authorities and owners concerned.

15. The contractor shall be deemed to have satisfied himself as to the dimensions, levels,character and nature of all the works, buildings, roads lands, safe bearing capacity, springlevel and other things with regard to any connection they may have with the works of thecontract, and shall be deemed to have obtained his own information on all matters whichcould in any way influence his tender. Before taking part in the bid, the bidder shouldvisit the work site and get convergent about the various field conditions.

16. The Engineer-in-charge with his Assistant Engineer, Junior Engineer, Inspectors and allother persons authorized by him or MCG shall at all times have full access to the worksand the contractor’s workshop and stores, godowns and all other places where materialsare collected or stored for the works.

17. The department shall not be responsible for any damage & mis-happen of life andproperty during the contract period.

18. The contractor shall not cause any interference with the work of any other contractorengaged at site of work and shall take all due precautions to prevent his work people fromcausing the damage to the work of other contractor while in course of execution of thework covered in the scope of work or otherwise.

19. If any discrepancies arise during the contract period then the agency is bound to rectifythe same upto the satisfaction of Municipal Authorities.

20. The contract shall not be sublet. In case of subletting the contract shall be cancelled andearnest, performance guarantee and security will be forfeited.

21. If any accident occur which leads to loss of human life or any other substantial loss,Municipal Corporation, Gurgaon will not be held responsible. This will be completeresponsibility of agency.

22. EMD and Security Deducted (@ 5%) will be refunded to the Agency after three month ofsuccessful completion/signing off the tender.

Page 20 of 22

23. The vender should have valid VAT Registration Number.

24. Bidder must have experience of installing ETP/STP of same or above capacity and shouldhave completion certificate for the same.

25. The bidder should have sufficient manpower and technical staff to cater the immediatetrouble shooting problem at the site on daily basis.

26. Detailed Presentation may be demanded at any instant after study of bid document.

27. MCG has the authority to select any of technique and any proposal.

28. Financial Bid must be submitted only online.

SECTION- 6TECHNICAL BID

The documents attached should be strictly in series as prescribed in the Technical

Bid. The bidder have to attach a summary about the experience attach with proper

detail showing the name of employer with detail of work done. If the bidders attach

unnecessary documents with the Technical Bid, the tender will be considered

cancelled without assigning any reason.

The following documents should be attached with Technical Bid

1 Experience of installing ETP/STP of same or above capacity and should have completioncertificate for the same.

2 Detailed presentation about the project including infrastructure, technique, mode ofoperation, method of maintenance etc. This should include the various description aboutthe machinery installed with proper expenditure details.

3 Copy of EMD in the form of G-8 issued from MCG.4 An affidavit to be submitted by the bidder that his firm is not blacklisted by any

Government/Semi Govt. Department.5 Copy of the Income Tax Return for Assessment Year 2015-16.6 Copy of VAT/Sale-Tax Registration No.7 Form-A

Page 21 of 22

SECTION- 7

FINANCIAL BID/DNIT

(Mandatory to be submitted only ONLINE)

SCHEDULE OF QUANTITIESName of work Total Rate in INR

CONSTRUCTION OF EFFLUENT

TREATMENT PLANT OF 20 KLD AT

SWM PLANT BANDHWARI

MAINTENANCE OF EFFLUENT

TREATMENT PLANT OF 20 KLD AT

SWM PLANT BANDHWARI

FOR 1ST YEAR

MAINTENANCE OF EFFLUENT

TREATMENT PLANT OF 20 KLD AT

SWM PLANT BANDHWARI

FOR 2ND YEAR

Note:-Rates quoted by the firm shall be inclusive of all taxes/charges and which will be

valid throughout the contract period.

Page 22 of 22

FFOORRMM-- AA

MMUUNNIICCIIPPAALL CCOORRPPOORRAATTIIOONN GGUURRGGAAOONN____________________________________________________________________________________________________________________

Name of Work:

1. Name of Applicant (Block Letters) _______________________________

2. Name of firm : ____________________________________

3. Name of the Authorized Representative: __________________________

4. (i) Complete Address: ____________________________________

____________________________________

(ii) Telephone No. (Mob.)_________________________

(Office Landline)_________________

(E-mail id)______________________

5. (a) Amount of Earnest Money deposited ____________________

(b) Details ____________________________________

6. Whether all the documents as per Technical Bid are enclosed ___________

7. Any other information, which the Bidder / Applicant may like to furnish ___

____________________________________________________________

Signature of Bidder / Applicant

Name/Designation with seal/stamp

DECLARATION

I/We have gone through the contents of these tender documents carefully and the

information furnished by me/us is true to the best of my/ our knowledge and belief and nothing

has been concealed there from. I / We have also read carefully the terms and conditions annexed

herewith by which I/We shall be abide by.

Signature of Bidder / Applicant

Date _________________