Vous êtes sur la page 1sur 53

GOVERNMENT OF TAMIL NADU

WATER RESOURCES DEPARTMENT

PROCUREMENT OF NON-CONSULTING
SERVICES

Conducting of Topographic Survey and development of


Basin Information System for Thamirabarani Basin
(Two-Envelope Bidding Process with e-Procurement)

SUPERINTENDING ENGINEER
PUBLIC WORKS DEPARTMENT/WRD
GROUND WATER CIRCLE
MADURAI

1
NATIONAL HYDROLOGY PROJECT
WORLD BANK FUNDED
INVITATION FOR QUOTATIONS (IFQ)

-
Name of Non-Consulting Services Conducting of Topographic Survey and development
of Basin Information System for Thamirabarani Basin.
Date: 06-09-19
Bid No: 01/TN/NHP/GWC/MDU/2019-20
Procurement plan Ref. No: NHP-2018-2019-TN-565471

1. This Invitation for Bid follows the General Procurement Notice for this Project that
appeared in Development Business on 21 Sep 2016.
2. The Government of India has received financing from the World Bank towards the
cost of National Hydrology Project and it is intended that part of the proceeds will be
applied to eligible payments under the contracts for which this Invitation for Bids is
issued. Bidders are advised to note the minimum qualification criteria specified in
the Bidding Documents in order to qualify for the award of the Contract. In
addition, they may also refer to paragraphs 1.6 and 1.7 of the World Bank’s
Guidelines: Procurement of Goods, Works, and Non-Consulting Services under IBRD
Loans and IDA Credits & Grants by World Bank Borrowers - January 2011, revised
July 2014 setting forth the World Bank’s policy on conflict of interest.
3. The Superintending Engineer, Water Resources Department, Ground Water Circle,
Madurai, Tamil Nadu – 625002 now invites tenders through e-procurement platform
online from the time and date of opening of schedule up to the time and date of
closing of bid submission from eligible bidders for Conducting of Topographic Survey
and development of Basin Information System for Thamirabarani Basin.

4. Bidding documents are available online on https://tntenders.gov.in (website) which is


free of cost. The bidder would be responsible for ensuring that any addenda available
on the website is also downloaded and incorporated. The bids are to be submitted
online through the same e-procurement portal only. Bids submitted manually will
not be accepted. The bidders would be required to register in the website which is
free of cost.

(a) Start Date of availability of bidding : 16-09-2019, 10.00 hrs


document

(b) Last Date of availability of bidding : 03-10-2019 Up to 15:00 hrs


document

(c) Last date and time for receipt of bids : 03-10-2019 up to 15:00 hrs

2
(d) Last date and time of Receipt of : 03-10-2019 up to 15:00 hrs
relevant document as mentioned
(IFB) by speed post/courier/by hand

(e) Time and date of opening of bids - : 03-10-2019 at 15:30 hrs


Technical Part
5. For submission of the bids, through the e-procurement portal https://tntenders.gov.in,
bidders are required to obtain Digital signature from designated firms available on e-
procurement portal and then register with the Government of Tamil Nadu e-
procurement platform and submit bids by using their user ID and Digital Signature.
Aspiring bidders who have not obtained the user ID and password for participating in
e-procurement in this Project, may obtain the same from the website:
https://tntenders.gov.in. Bids submitted in any other manner will not be accepted.
6. Bids must be accompanied by Bid Security for the amount and in the form specified
in the Bidding Document. Bid security shall have to be valid for 45 days beyond the
validity of the bid. Bids should be valid for 90 days after the deadline date specified
for submission. Procedure for submission of Bid Security is described in Para 8 below.
7. Bids must be submitted on https://tntenders.gov.in on or before 15.00 hours on 03-
10-19 and will be opened online at 15:30 hrs on 03-10-2019. Record of bid opening
will be electronically shared with bidders. If the office happens to be closed on the
date of opening of the Bids as specified, the Bids will be opened on the next working
day at the same time and venue. Any bid or modifications to bid (including discount)
received outside e-Procurement System will not be considered. The electronic bidding
system would not allow late submission of bids.
8. The Bidders are required to submit specified original documents including original
Bid Security in approved form with The Superintending Engineer, Water Resources
Department, Ground Water Circle, Madurai, Tamil Nadu – 625002 before the date
and time specified in Para 4 above, by registered post / speed post / courier or by
hand, failing which the Bids will be declared non-responsive and will not be opened.
9. Other details can be seen in the bidding documents. The Employer shall not be held
liable for any delays due to system failure beyond its control. Even though the
system will attempt to notify the bidders of any bid updates, the Employer shall not
be liable for any information not received by the bidder. It is the Bidder’s
responsibility to verify the website for the latest information related to the Bid.

The Superintending Engineer,


Water Resources Department,
Ground Water Circle,
PWD Campus, Thallakulam.
Madurai, Tamil Nadu – 625002
Phone : 0452-2531208
Email: gwcmdu@gmail.com

3
TABLE OF CONTENTS

PART 1 – BIDDING PROCEDURES


Section 1 - Instructions to Bidders 6
Section 2 - Bidding Forms 17

PART 2 - SUPPLY REQUIREMENTS


Section 3 - Schedule of Requirements 28

PART 3 – CONTRACT & CONTRACT FORMS


Section 4 - Draft Agreement form 46

4
PART 1 – BIDDING PROCEDURES

SECTION 1 - INSTRUCTIONS TO BIDDERS

5
Section 1 - Instructions to Bidders (ITB)
A. General
1. Scope of
The Employer, namely Superintending Engineer, Ground Water
Works
Circle, Madurai issues these Bidding Documents for Non Consulting
Services as specified in Section 3, Schedule of Requirements. The
name and identification number of this Shopping procurement is
Conducting of Topographic Survey and development of Basin
Information System for Thamirabarani Basin and 01 / TN / NHP/
GWC / MDU / 2019-20 Dated 06-09-2019

The successful bidder will be expected to complete the assignment by


the intended completion period as specified in the TOR.
2. Qualification The bidder shall provide qualification information which shall
of the Bidder include:-
(a) Income tax clearance certificate from the concerned IT circle;
(b) Report on his financial standing; and
(c) Details of any litigation, current or during the last 3 years in which
the bidder is involved, the parties’ concerned and disputed amount
in each case.

3. To Qualify for (A) Financial Capability:


award of the
The average annual financial turnover of intending bidder during last three
contract the
Financial Years ending 31st March of previous financial year should not be
bidder should
less than INR. 1,50,00,000/-. The bidders have to submit Audited Annual
have:
Accounts Reports in support of their Average Annual Financial Turnover. If
the bidder does not have Audited Annual Account Report for the last
Financial Year, he may submit Certificate from practicing Chartered
Accountant (Applicable only for last Financial Year).
Positive net worth in last two financial year (FY 2016-17 and 2017-18)

(B) Technical Capability

The intending bidders must possess Credential regarding successful


completion of similar work during last 7(SEVEN) years ending last day of
month previous to the one in which offers are invited and shall be either of
the following:

6
a. Three similar completed works each costing not less than the amount of
equal to INR 25 Lakhs.

or

b. Two similar completed works each costing not less than the amount
equal to INR 32 Lakhs.

or

c. One similar completed work costing not less than the amount equal to
38 Lakhs.

The bidders shall have to submit the following documents in order to meet
the Qualifying

Requirements:

Registration, PAN, GST, Income Tax Returns, Auditor balance sheets, latest
payment certificate of EPF and ESI etc.,

Affiliation / recognition with any state, central and PSUs, funding agencies
such as WB, ADB or multinational companies recognized by ADB or WB

Survey of rivers and flood plain areas for the irrigation projects

Specific experience of the Consultants relevant to Minimum 250 Km of


survey for rivers and 250 Sq Km flood plain areas.

Possession of at least six units of multi frequency DGPS receivers, Three


Total Station, One Digital levels and geomatic software with ownership
details

Adequacy of the proposed methodology and work plan:

Technical approach and methodology

Personnel
The Bidder must demonstrate that it will have the personnel
for the key positions that meet the following requirements:

No. of
Qualifications and
Position positio
experience
ns
Key Experts

7
Preferably a Degree in Civil
Team Leader 1 Engineering or equivalent with
/ Senior minimum of 10 years of experience
Surveyor. and 5 years of managing surveying
projects in undertaking topographical
surveys
Preferably a diploma in
Deputy Team 1 engineering/surveying or equivalent
leader with 10 years of required experience
in supervising and undertaking
topographic surveys.
Preferably a diploma or ITI surveying
Senior 2 or equivalent with 10 years’
Surveyors experience in undertaking topographic
surveys of irrigation projects
Preferably a diploma in civil
Senior 1 engineering/ITI Surveying or
Draughtsman equivalent and 10 years’ experience in
irrigation (river/canal) drafting work
relevant to the ToR with experience in
(AutoCAD, database or equivalent).
Non – Key Experts
Preferably in Diploma civil/ ITI
surveyors 10 surveying or equivalent with 5 years’
experience in assisting senior
surveyors.
Preferably a diploma in civil
Draughts man 3 engineering or equivalent and 5 years’
experience in assisting senior
draughtsman.

10
Assistant
(helper)

The Bidder must not have in his employment:

[i] the near relations (defined as first blood relations, and


their spouses, of the bidder or the bidder’s spouse) of
persons of the following Government Departments.

Public Works Department / Water Resources Department.

8
[ii] without Government permission, any person who
retired as gazetted officer within the last two years.

[iii] CV for Team Leader / Senior Surveyor, Deputy Team


leader and Senior Surveyors shall be submitted in the
format provided in Section 2 Bidding forms.

The Bidder shall provide details of the proposed personnel and


their experience records in the relevant Forms included in
Section 2, Table of Forms.

Equipment

The Bidder must demonstrate that it will have access to the key
Contractor’s equipment listed hereafter:

Sl Equipment Type and Capacity Minimum


No. Characteristics Number
required
1 DGPS and its associated Multi 6
software frequency
2 Total Station 5" 3
3 Auto/Digital Levels 1mm 1
Note: Copy of ownership details must be submitted
Completed work mean- Completed work means the executed/completed
portion of Work Order even if the work has not been completed in totality
(but must not be less than a or b or c as the case may be).

Similar Work Means- Survey of rivers and flood plain areas for the
irrigation projects

(C) Essential Documents:


The bidders shall have to submit the following documents in order to meet
the Qualifying

Requirements:

Copy of Partnership deed / Affidavit of Proprietorship / Article of


Association including any change in the constitution business duly attested
by a Notary Public.

Power of Attorney (with certified Copies). No Joint venture or consortium


allowed

Bidder should submit Notarized Certificate that Company / Firm /


Individual has not been blacklisted in the past by any organization.

9
The agency should have GIS software with Printer, plotter, scanner and all
the other related equipment and software with well- established
workshop for map and report preparation. Proof of the document to be
submitted along with the list

a. The contract shall be for the whole works as described in the TOR.
4. Bid Price
b. All duties, taxes and other levies payable by the bidder under the
contract shall be included in the total price.
c. The rates quoted by the bidder shall be fixed for the duration of
the contract and shall not be subject to adjustment on any
account.
d. The rates should be quoted in Indian Rupees only.

5. Submission 5.1 The bidder is advised to visit the site of works at his own expense
of Quotations and obtain all information that may be necessary for preparing the
quotation.
5.2 Each bidder shall submit only one quotation.
5.3 The Bidder shall furnish, as part of his Bid, a Bid security for INR
1,20,000/- (Rupees One Lakh Twenty Thousand only) in favour of
Executive Engineer, Ground Water Division, Tiruvelveli for this
particular work in the form of a Bank guarantee.
5.3.1 Bank guarantees issued as surety for the quotation shall be
valid for 45 days beyond the validity of the bid.
5.3.2 Any quotation not accompanied by an acceptable Bid Security
shall be rejected by the Employer as non-responsive.
5.3.3 The Bid Security of unsuccessful bidders will be return within
28 days of the end of the bid validity period.
5.3.4 The Bid Security of the successful bidder will be discharged
when the bidder has signed the Agreement and furnished the
required Performance Security. The Bid Security of the successful
Bidder shall be required to be kept valid and / or validity extended
till such time the Performance Security is accepted by the Employer.
5.3.5 The Bid Security may be forfeited
(a) if the Bidder withdraws the Bid after Bid opening during the
period of Bid validity;
(b) in the case of a successful Bidder, if the Bidder fails within the
specified time limit to
(i) sign the Agreement; or
(ii) furnish the required Performance Security.

5.4 The quotation submitted by the bidder shall comprise the


following:-

10
5.4.1 Online submission of documents

Part I: This shall be named “Technical Qualification Part” of Bid and


shall comprise of:
(All documents should be uploaded after converting the same to
PDF as per the Cluase 3B and 3C of ITB)
i) Bid security along with scanned copy;
ii) Scanned copy of Power of attorney for signing the document in
the case of firm in partnership/limited company, corporation.
iii) Authorized address and contact details of the Bidder having the
following information:

Name of Firm:
Address for communication:
Telephone No.(s): Office:
Mobile No.:
Facsimile (FAX) No.:
Electronic Mail Identification (E-mail ID):

iv) Scanned copy of valid registration certificate of bidders for


geographical presence of the organization with an office in
Tamilnadu
v) Qualification information, supporting documents, and undertaking
as specified in Clause 3 of ITB and filled up as per the format
provided in section 2. [e.g. annual financial turnover, completion of
works, availability of credit, etc].
vi) Scanned copies of the Certificates showing details of similar
nature of works and work in hand from Government, PSUs,
International funding agencies and MNCs
vii) Undertaking that the bid shall remain valid for the period
specified in Clause 6 of ITB.
vii) Any other information/documents required to be completed
and submitted by bidders, and
viii) An Affidavit affirming that information furnished in the bid is
correct to the best of knowledge and belief of the bidder.

Part II. It shall be named “ Financial Part” of Bid and shall comprise
of:

i) Form of Quotation for Part II (priced) of the quotation as per


format given here-in below in Section 2.
ii) Priced Bill of Quantities;

11
The documents and details mentioned in clause 5.4.1 Part I above
shall be submitted online on website https://tntenders.gov.in.
Details and process of online submission of the tender and relevant
documents are given in the website mentioned above. All the
documents in the online tender submission shall be digitally signed
by the bidder during uploading.

Format and Signing of Bid (e-tendering system)


a) The bidding under this contract is electronic quotation
submission through website https://tntenders.gov.in.
Detailed guidelines for viewing bids and submission of online
quotations are given on the website. The Invitation for Bids under
National Hydrology Project is published on this website. Any citizen
or prospective bidder can log on to this website and view the
Invitation for Bids and can view the details of works for which
quotations are invited. The prospective bidder can submit
quotations on line; however, the bidder is required to have
enrolment/registration in the website and should have valid Digital
Signature Certificate (DSC) in the form of smart card/e-token. The
DSC can be obtained from any authorized certifying agencies. The
bidder should register in the web site https://tntenders.gov.in in
using the relevant option available. Then the Digital Signature
registration has to be done with the e-token, after logging into the
site. After this, the bidder can login the site through the secured
login by entering the password of the e-token & the user
id/password chosen during registration.
After getting the bid schedules, the Bidder should go through them
carefully and then submit the documents as asked, otherwise, the
quotation will be rejected.
b) The completed quotation comprising of documents indicated in
ITB clause 5, should be uploaded on the website given above
through e-tendering along with scanned copies of requisite
certificates as are mentioned in different sections in the bidding
document.
5.4.2 Offline submission of tender documents: Submission of
Original Documents: The bidders are required to submit (i) original
Power of Attorney; (ii) Original Bid Security in approved form; and
(iii) original affidavit regarding correctness of information furnished
with bid document before the date and time at the address
indicated in clause 5.5.2 of ITB, either by registered post, courier or
by hand, failing which there bids will not be opened online and will
be declared nonresponsive.

5.5 Electronic Submission of Quotations

12
5.5.1 “The bidder shall submit online two separate files: Part I &
Part II:-

Part I, marked as Part I: Technical Qualification Part and Part II;


marked as Part II: Financial Part.

5.5.2 The original documents as indicated in ITB 5.4.2 shall be


submitted in sealed envelope to the following address by 03-10-
2019, 15:00 hrs.

The Superintending Engineer,


Water Resources Department,
Ground Water Circle,
PWD Campus, Thallakulam.
Madurai, Tamil Nadu – 625002
Phone : 0452-2531208
Email: gwcmdu@gmail.com

5.5.3 In addition to the identification required in Sub-clause 5.5,


the inner envelops which contains the original documents as stated
in clause 5.4.2 shall indicate the name and address of the bidder to
enable the quotations to be returned unopened in case it is declared
late.
5.5.4 If the outer envelope which contains the original documents
as stated in clause 5.4.2 is not sealed and marked as above, the
Employer will assume no responsibility for the misplacement or
premature opening of the quotations.
5.6 “Complete Bids in two parts as above must be uploaded online
not later than 03-10-19, 15:00 Hrs (system server time).

The hard copy as indicated in 5.4.2 must be submitted not later


than 03-10-2019, 15:00 hrs. (IST). The hard copy received after bid
date and time shall not be considered and their quotation shall not
be opened and rejected.

5.7 The Employer may extend the deadline for submission of


quotations by issuing a corrigendum in which case all rights and
obligations of the Employer and the bidders previously subject to the
original deadline will then be subject to the new deadline.
6. Validity of Quotation shall remain valid for a period not less than 90 days after
Quotation the deadline date specified for submission.
7. Opening of 7.1 The Employer inviting quotations or its authorized

13
Quotations representatives will open the quotations online and this could be
viewed by the bidders also online. No quotation shall be rejected at
the time of bid opening (except for the late quotations who have not
submitted hard copies within the deadline pursuant to Clause 5.6).
In the event of the specified date for the opening of bids being
declared a holiday for the Employer, the quotations will be opened
at the appointed time on the next working day.

7.2 The file containing the Part I of the quotation will be opened
first.

8. Confidentiality Information relating to evaluation of quotations and


recommendations for the award of contract shall not be disclosed to
bidders or any other persons not officially concerned with the
process until the award to the successful bidder is announced.

9. Evaluation of 9.1 The Employer will evaluate and compare the quotations
Quotations determined to be substantially responsive i.e. which
9.1.1 During the evaluation of Technical Qualification–Part-1 of
Quotations, the Employer will determine whether each Quotation
(a) meets the eligibility criteria defined in Clauses 3. (b) has been
digitally signed; (c) is accompanied by bid security in the approved
form; and (d) is substantially responsive to the requirements of the
bidding documents.
9.1.2 A substantially responsive Quotation is one which conforms to
all the terms, conditions, and specifications of the Bidding
documents, without material deviation or reservation. A material
deviation or reservation is one (a) which affects in any substantial
way the scope, quality, or performance of the Works; (b) which
limits in any substantial way, inconsistent with the Bidding
documents, the Employer's rights or the Bidder's obligations under
the Contract; or (c) whose rectification would affect unfairly the
competitive position of other Bidders presenting substantially
responsive Quotations.
9.1.3 If a Quotation is not substantially responsive, it will be rejected
by the Employer, and may not subsequently be made responsive by
correction or withdrawal of the non - conforming deviation or
reservation.
i) Evaluation of Part I of quotations furnished in Part I of the
quotation in pursuant to Clause 5.4 of ITB, shall be taken up and
completed, and a list will be drawn up of the qualified bidders whose
Part II of quotations will be eligible for opening
ii) The result of evaluation of Part I of the Quotations shall be made
public on e-procurement portal before opening of Part II of the

14
quotation.

iii) The Employer shall inform, the bidders, who have qualified during
evaluation of Part I of quotations, of the date, time of online opening
of Part II of the quotation. In the event of the specified date being
declared a holiday for the Employer, the quotations will be opened
at the appointed time and location on the next working day.
iv) Part II of quotations of only these bidders will be opened online,
who have qualified in Part I of the quotation. The bidders’ names,
the quotation prices, the total amount of each quotation, and such
other details as the Employer may consider appropriate will be
notified online by the Employer at the time of bid opening. Any
quotation price, which is not declared and recorded, will not be
taken into account in Bid Evaluation.
v) After opening of the Part II of quotation, the comparative
statement will be generated by the system which can be viewed by
the qualified bidders online.
The e-procurement system automatically calculates the total
amount from unit rates and quantities and the system also
automatically populates the amount in words from the amount in
figures and therefore there is no scope of discrepancy and need for
arithmetic correction.
10. Award of The Employer will award the contract to the bidder whose quotation
contract has been determined to be substantially responsive and who has
offered the lowest evaluated quotation price and who meets the
specified qualification criteria.

10.1 Notwithstanding the above, the Employer reserves the right to


accept or reject any quotations and to cancel the bidding process
and reject all quotations at any time prior to the award of contract.
10.2 The bidder whose bid is accepted will be notified of the award
of contract by the Employer prior to expiration of the quotation
validity period.
11. Performance 11.1 Within 15 days of receipt of the Letter of Acceptance, the
Security successful Bidder shall deliver to the Employer a Performance
Security in any of the forms given below for an amount equivalent to
10% of the Contract Price
- a irrecoverable bank guarantee in the provided format.
In favour of The Superintending Engineer, Water Resources
Department, Ground Water Circle, PWD Campus, Thallakulam,
Madurai, Tamil Nadu – 625002 and payable at par of all branches.
The Performance Security shall be valid till 45 days after the issue of
certificate of completion.

15
11.2 If the performance security is provided by the successful Bidder
in the form of a Bank Guarantee, it shall be issued either
a) at the Bidder's option, by a Scheduled / Nationalized Indian bank
or
b) by a foreign bank located in India and acceptable to the Employer
or
c) by a foreign bank through a correspondent Bank in India
[scheduled / nationalized].

11.3 Failure of the successful Bidder to furnish performance security


and signing the agreement within the period stipulated shall
constitute sufficient grounds for annulment of award and debarring
the bidder for a period of one year, in which case the Employer may
make the award to the next lowest evaluated bidder or call for new
bids.
12. Period of
Maintenance: Not applicable

13. Fraud and The Bank requires compliance with its policy in regard to corrupt and
Corruption fraudulent practices as set forth in Annexure-3.
In further pursuance of this policy, Contractor shall permit and shall
cause its agents, Experts, Sub-consultants, sub-contractors, services
providers, or suppliers to permit the Bank to inspect all accounts,
records, and other documents relating to the submission of the
Proposal and contract performance (in case of an award), and to
have them audited by auditors appointed by the Bank.

16
Section - 2

Bidding Forms
Qualification Information 18
Format of Letter of Acceptance 20
Forms for Personnel 21
Format for Bid Security 22
Letter of Quotation - Financial part 24
Priced bill of quantities 25
Qualification Information

1 For Bidders
1.1 Name and Address of prime Bidder/Firm: ______________________________
1.2 Principal place of business: ______________________________
1.3 Power of attorney of signatory of Quotation.
[Attach copy]
1.4 Year of Incorporation:
1.5 Financial Turnover
(a) 2016-17: -------Million INR
(b) 2017-18: -------Million INR
(c) 2018-19: -------Million INR

1.6 Work performed/similar experiences as prime contractor over the last seven years.
Projec Name of descriptio contrac Value Date Stipulated Actual Remark
t Employe n of work t No. of of period of date of explainin
Name e contrac issue completio completio g reasons
t (Rs. of n n for delay
Lakhs) work and work
orde complete
r d

Existing commitments and on-going works:


Description Place Contract Value of Stipulated Value of Works Anticipated
of work & No & Contract period of remaining to be date of
State Date (Rs. completion completed (Rs. completion
Lakhs) Lakhs)
(1) (2) (3) (4) (5) (6) (7)

18
1.4 Proposed subcontracts and firms involved.

Section of the works Value of Sub-contract Sub-contractor (name Experience in similar


& address) work
* * * *
* *
* * * *

1.5 Evidence of access to financial resources to meet the requirements of working capital: cash
in hand, lines of credit, etc. List them below and attach copies of support documents.

1.6 Name, address, and telephone, telex, and fax numbers of the Bidders’ bankers who may
provide references if contacted by the Employer.

1.7 Information on litigation history in which the Bidder is involved.

Other Employer Cause of dispute Amount involved Remark’s showing


party(ies) present status

19
LETTER OF ACCEPTANCE CUM NOTICE
TO PROCEED WITH THE NON-CONSULTING SERVICE

(LETTERHEAD OF THE EMPLOYER)

DATED: ____________________________

To: ____________________________[Name and address of the Contractor]


_____________________________
_______
_____________________________

Dear Sirs,

This is to notify you that your Quotation dated ___________________ for Conducting of Topographic
Survey and development of Basin Information System for Thamirabarani Basin Data for the contract
price of Rupees _________________________________________ [amount in words and figures], is
hereby accepted by us.

You are hereby requested to furnish performance security for an amount of Rs.
____________________ (equivalent to 10 % of the contract price) within 15 days of the receipt of the
letter. The Performance Security in the form of Bank guarantee or a Bank draft shall be valid till 45 days
after the issue of certificate of completion i.e. upto ___________________.
Failure to furnish the Performance Security will entail cancellation of the award of contract.

You are also requested to sign the agreement form and proceed with the work not later than
____________________________ under the instructions of the Engineer,
___________________________ and ensure its completion within the contract period.

With the issuance of this acceptance letter and your furnishing the Performance Security, contract for
the above said work stands concluded.

Yours faithfully,

The Superintending Engineer,


Water Resources Department,
Ground Water Circle,
PWD Campus, Thallakulam.
Madurai, Tamil Nadu – 625002
Phone : 0452-2531208
Email: gwcmdu@gmail.com

20
Forms for Personnel

Form PER – 1: Proposed Personnel

Bidders should provide the names of suitably qualified personnel to meet the specified requirements for
each of the positions listed in Section III (Evaluation and Qualification Criteria). The data on their
experience should be supplied using the Form below for each candidate.

S. Years of
Position Name Qualification
No. Experience

Form PER – 2: Resume of Proposed Personnel

The Bidder shall provide all the information requested below. Fields with asterisk (*) shall be used for evaluation.

Position*

Personnel Name * Date of birth


information
Professional qualifications

Present Name of Employer


employment
Address of Employer

Telephone Contact (manager / personnel officer)

Fax E-mail

Job title Years with present Employer

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

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

21
Forms of Bid Security
Form of Bid Security - Bank Guarantee
[Guarantor letterhead or SWIFT identifier code]

Bank Guarantee No…………………….[insert guarantee reference number]


Date………………………….[insert date of issue of the guarantee]

WHEREAS, _______________________ [name of Bidder]1 (hereinafter called "the Applicant") has


submitted his Bid dated _______________________ [date] or will submit his Bid for the supply of
_____________________________________ [name of Contract] (hereinafter called "the Bid") under
Invitation for Bids No……………………….[insert number] (hereinafter called “the IFB”)

KNOW ALL PEOPLE by these presents that We ______________________________ [name of bank] of


____________________________ [name of country] having our registered office at
___________________________________ (hereinafter called "the Bank") are bound unto
______________________________[name of Purchaser] (hereinafter called "the Purchaser ") in the
sum of ___________________2 for which payment well and truly to be made to the said Purchaser the
Bank binds itself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this _________ day of __________ 20____.

THE CONDITIONS of this obligation are:

(1) If after Bid opening the Applicant (a) withdraws his bid during the period of Bid
validity specified in the Letter of Bid; or (b) does not accept the correction of the Bid
Price pursuant to ITB 5.3.5
or
(2) If the Applicant having been notified of the acceptance of his bid by the Purchaser
during the period of Bid validity:
(a) fails or refuses to execute the Contract Agreement in accordance with the
Instructions to Bidders, if required; or
(b) fails or refuses to furnish the Performance Security, in accordance with the
Instruction to Bidders.

1
In the case of a JV, the bidder should be stated as “a Joint Venture consisting of ………., and …….”.
2
The Applicant should insert the amount of the guarantee in words and figures denominated in Indian Rupees. This
figure should be the same as shown in Clause 5.3 of the Instructions to Bidders.

22
we undertake to pay to the Purchaser up to the above amount upon receipt of his first written demand,
without the Purchaser having to substantiate his demand, provided that in his demand the Purchaser will
note that the amount claimed by him is due to him owing to the occurrence of one or any of the four
conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date ____________________3 days after the
deadline for submission of Bids as such deadline is stated in the Instructions to Bidders or as it may be
extended by the Purchaser, notice of which extension(s) to the Bank is hereby waived. Any demand in
respect of this guarantee should reach the Bank not later than the above date.

DATE _______________ SIGNATURE OF THE BANK _________________________

WITNESS ____________ SEAL _______________________________________

_________________________________________________________________
[signature, name, and address]

Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted
from the final product.

3
45 days after the end of the validity period of the Bid.

23
QUOTATION

Conducting of Topographic Survey and development of Basin Information System for


Thamirabarani Basin

To:
The Superintending Engineer,
Water Resources Department,
Ground Water Circle,
PWD Campus, Thallakulam.
Madurai, Tamil Nadu – 625002

Subject: Conducting of Topographic Survey and development of Basin Information


System for Thamirabarani Basin

Sir,

We offer to execute the non-consulting services as described in your Invitation for Quotation
referred to above in accordance with the Conditions of Contract enclosed there with for a total
Contract Price of -
Rs.** _________________________________________________ [ in figures ]
Rs. _________________________________________________ [ in words ].

This quotation and your written acceptance of it shall constitute a binding contract between us.
We understand that you are not bound to accept the lowest or any quotation you receive.

We hereby confirm that this quotation is valid for 90 days as required in Clause 6 of the
Instructions to Bidders.

Yours faithfully,
Authorized Signature : Date: ______________

Name & Title of Signatory : ___________________________________________


Name of Bidder : _____________________________________________
Address : _____________________________________________

** To be filled in by the Bidder, together with his particulars and date of submission at the
bottom of this Form.

24
Annexure 1
Bill of Quantities: Conducting of Topographic Survey and development of Basin Information System for Thamirabarani Basin

Date: _________________________
Bid No: _____________________
1 2 3 4 5 6 7 8
Service Description of Services Unit Quantity Unit Total Price GST Total Price
No price per Service per Service
(Col. 4*5) (Col. 6+7)
1 Fixing of Ground Control Point by triangulation on permanent structures
using three DGPS with 6 Hrs observation including cost of labour involved in
surveying, rental of equipments, transportation charges, post processing Nos. 20
charges, Documentation charges, overhead charges etc., complete as
directed by WRD officials.
2 Fixing of Additional Ground Control Point on permanent structures using
DGPS with 1 Hrs observation including cost of labour involved in surveying,
rental of equipments, transportation charges, post processing charges, Nos. 180
Documentation charges, overhead charges etc., complete as directed by WRD
officials.
3 Fixing of Bench Mark with 3 Hrs observations on Permanent Structures
including cost of labour involved in surveying, rental of equipments,
Nos. 120
transportation charges, post processing charges, Documentation charges,
overhead charges etc., complete as directed by WRD officials.
4 Taking river Cross Section which includes, but is not limited to, surveying and
recording the elevations and coordinates. The river cross section shall be
taken perpendicular to the general alignment of the River at every 2 Km
longitudinal interval; (i) Every 5 meters above the water level. (ii) Every 2 m
below the water level, (iii) at the centre of the river including the water level,
(iv) the left and right limits of the river width their invert levels and water
levels (v) the top of bank on both left and right sides of the river (vi) the
widths of the top of banks on both sides of the river. (vii) Either continuing
Nos. 310
the cross section surveys for 100 m beyond the embankments on both sides
of the river embankments or where there are no embankments extending the
survey until the ground level is 2 m above the normal water level of the river.
(viii) Taking levels of the irrigation structures including cost of labour
involved in surveying, rental of equipments, transportation charges, post
processing charges, Documentation charges, overhead charges etc., complete
as directed by WRD officials.
Note: The river alignment drawing will be given by WRD officials.
5 Taking tank Cross Section at inlet and outlet of the tank which includes, but is
not limited to, surveying and recording the elevations and coordinates. (i)
Every 5 meters above the water level. (ii) every 2 m below the water level,
(iii) at the centre of the Channel including the water level, (iv) the left and
right limits of the Channel width their invert levels and water levels (v) the
top of bank on both left and right sides of the Channel (vi) the widths of the
Nos. 1651
top of banks on both sides of the Channel. (vii) Either continuing the cross
section surveys for 10 m beyond the embankments on both sides of the
Channel embankments (viii) Taking levels of the irrigation structures including
cost of labour involved in surveying, rental of equipments, transportation
charges, post processing charges, Documentation charges, overhead charges
etc., complete as directed by WRD officials.
Total Bid Price

26
Gross Total Cost : Rs. ..........................

We agree to supply the above service in accordance with the technical specifications for a total contract price of Rs. ................. (Amount in
figures ) (Rs. ................. amount in words) within the period specified in the Invitation for Quotations.
We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in bribery or collusive
agreements with competitors.

Signature of Contractor

27
PART 2 - SUPPLY REQUIREMENTS

TECHNICAL SPECIFICATIONS/TERM OF REFERENCE

28
Annexure 2
Terms of Reference (TOR)

Topographic Survey and development of Basin Information System


for Thamirabarani Basin

1. Background

These terms of reference (ToR) outline the scope of works, deliverables and work project for
the firm Topographic Survey and development of Basin Information System - Thamirabarani
. The Topographical survey firm shall conduct survey for Water Resources Department,
Tamil Nadu under National Hydrology Project.

2. Objective

Agriculture is the dominant employment sector in Tamil Nadu and it provides livelihoods
for nearly 45% of the population. However, the sector’s contribution to state gross
domestic product (GDP) fell from 11.1% in 2004-05 to 8.2% in 2010-11.4 Estimated total
water demand in Tamil Nadu in 2001 was 54,395 MCM mainly for irrigation (50,007 MCM),
industry/power/livestock (2,192 MCM) and drinking (1,445 MCM) compared to an estimated
annual water potential including surface (24,864 MCM) and groundwater (22,423 MCM) is
assessed of 46,540 MCM.5 While the total demand is forecast to go up to 57,725 MCM by
2050, usage for irrigation is not expected to increase significantly because of demand for land
for urbanization.

About Thamirabharani River description, River length and its traverse location and benefits
are attached as Annexure A in this bid

Climate change is expected to worsen the already challenging situation. The projections indicate
much drier conditions between January and May but wetter and warmer conditions during the
irrigation season (June to December). However, the climate projections also show large increases in
storm rainfall and runoff. Therefore, more frequent and serious flooding can be expected. Flooding
in coastal areas will gradually be exacerbated by rising sea levels.
The key management issues that are faced by the water resources sector are:
 Inadequate planning and stakeholder participation in resource management,
 limited demand management,
 no effective use of economic incentives and penalties to reduce pollution and wastage,
 WRD’s mandate and skill set is in irrigation supply will little emphasis on water resources
management,
 under-investment in infrastructure due to the Cauvery waters dispute,
 inadequate funding for operation and maintenance
 flood management is mostly reactive with minimal planning for flood risk mitigation.

The purpose of the study is to establishing various important bench marks , taking Cross section of
rivers, cross section at inlet and outfall of all Tanks of Thamirabarani Delta region

29
To contribute to the initial improvement of water resources management in the Thamirabarani Delta
region and will further helps in various decision making and other future water resource studies in
this region.

3. Scope of the work

The work shall be performed broadly in the following order:

1) Fixing of Triangulation points (Primary Survey control points).

2) Fixing of Secondary Survey control Points.

3) Fixing of Bench Mark Points (The service provider would establish the bench marks

throughout the survey area at an appropriate interval depending upon the size of basin after

jointly discuss with client.

4) Taking River Cross sections as per the specifications given in other section

5) Taking tank cross section at inlet and out fall.

6) Submitting report on Basin Information System as directed by the Departmental officers.

4. Methodology

A) Fixing of Triangulation points

Before commencing Topographic Survey, all Primary Survey Control Points by Triangulation Network
shall be marked tentatively on Satellite Image at about 5 to 8 km and same will be located using
hand held GPS. Location of these points will be got cleared from the WRD officials. During the
process number of points that are required for the entire area of survey will be demarcated covering
the survey area forming almost equilateral triangles of network. The Secondary Survey Control
points will be marked on permanent structures of both the banks of rivers where cross sections are
taken (generally 2 KM) and also at all Tank Locations.

New Bench Marks will be established on permanent structures. In case no permanent structure is
available concrete pillars of size 600mm x 200 mm dia protruding 150mm above ground level will be
provided.
Survey Controls Points and BM will be engraved, painted and denoted sequential DGNSS / DGPS

Primary Survey Control Points – Observations


In the well-formed triangulation covering the entire area of survey, the points of which are spaced
around 5 to 8 km interval, base station is selected in the central area. The observation will be made
using DGNSS/DGPS with multi frequency receiver for 12 hours for base station.
Simultaneously, Rover stations shall also track signals at a time from the satellite for a minimum
period of 6 hours and 1 hour for PSCP and SSCP respectively. The raw data with reference to Base
Station to be processed with IGS data. Then triangulation network adjustment as well as loop closure
will be done for enhancing the accuracy beyond 1:100,000. The processed data will be based on
WGS 84/ ITRF 2008, Geoid model EGM 2008 and UTM co-ordinate system.

30
B) Secondary Survey Control Point – Observations
The Secondary Control Point established at 2.0 Km interval on either side of the banks observation
will be made by RTK / PPK keeping the nearest triangulation PSCP as a base.

Tertiary Control Points


Wherever it is not possible to take the cross sections from the SSCP, the tertiary control points will
be established by Total station keeping the nearest triangulation PSCP/SSCP as a base to take the
micro level features along the canal.

C) Bench Marks
Levelling will be started from survey of India/reference/PWD BM connecting enroute PSCPs, SSCPs,
sill level, weir level and regulators and closed with another available BM to verify the accuracy. The
difference between the values obtained by levelling and geoid levels obtained through DGPS for the
PSCP and SSCP that could be connected during the traverse will be affected to all the points in the
vicinity.

D) Survey of River:

Intervals shall be measured along the length of the channel in the direction of flow. Chainages shall
be based on those of the River System’s. The cross sections shall be taken perpendicular to the
general alignment of the River. Taking river Cross Section which includes, but is not limited to,
surveying and recording the elevations and coordinates.

a. Marking, specification and supervision for field cross sections including profile of
river at suitable intervals, to be decided jointly with the client.

b. The distance between successive elevation points in a cross section should ideally be
less than 1/20th of the width of the river/width of perennial flow channel, but not
more than 10 m in any case. But no cross-section point should be missed where
there is significant change in Ground elevation.

c. The cross sections should extend minimum to an elevation 1m above the high flood
level or 100 m laterally from the river bank line if high flood level is below the bank
level but should be agreed upon jointly by the Service provider and the client,
extended on either side. In case riverside embankments are present, the cross
sections should extend to include the embankment profile /levees on both sides

E) Taking Levels at all irrigation structures including cross sections at inlet and outlet of each Tanks

5. Survey Framework, Accuracy and Control

 Survey co-ordinates and maps shall use datum ITRF 2008 and UTM coordinates for
horizontal and GTS Bench Mark for vertical as origin approved by SOI. The scale of capture of
survey data shall be suitable to support mapping at 1:2,500 scale or better, where larger
scale mapping is used for crossings and other specified areas.
 Survey Control and Benchmarks. Survey control points should form good triangulated
network at around 5to 8 km interval on permanent structures. Once the marking of survey
control point is completed, DGPS survey shall be commenced using differential GPS with
multi frequency receivers. Base station shall be established at central location within the
project, which shall track signals continuously without break from the satellite for twelve

31
hours. Simultaneously, rover stations shall also receive signals from the satellite for a
minimum period of 6 hours. The raw data in RINEX format shall be submitted and processed
data in WGS 84/ITRF 2008 and UTM coordinate system. Where necessary, the Survey Firm
shall establish new permanent BMs. These shall be clearly visible from at least two others to
facilitate reinstatement in the event of one being damaged or lost. The new BMs may be
located on existing immovable structures or rocks, with a nail driven into the object to
indicate the exact point and the position clearly marked with permanent red paint. A
register of the new and existing benchmarks shall be set-up and a separate site plan for each
new BM shall be prepared giving the co-ordinates, a description of the point and a sketch
map.

 After completion of DGPS survey, control leveling shall be carried out for the purpose of
height control, Survey of India Bench mark shall be used for starting and closing of level
lines. Digital levels should be used for this purpose. Fore sight and Back sight distances shall
be, as far as possible, equal. The maximum closing error between the two adjacent control
points will be ±5 mm and the overall closing error in mm through all the control points will
not exceed 12√k for the elevation. (where ‘k’ is the distance in kilometer).

 Surveying of the channel alignment and cross sections shall be conducted to achieve: (i)
horizontal accuracy of ± 0.05 m; (ii) vertical accuracy of ± 0.05 m; and, relative to the BMs.
To ensure these accuracies are maintained, the Survey Firm shall make regular (not longer
than manufacturer’s recommended frequency) verifications to demonstrate that the initial
bench calibration by the manufacturer is still valid and within specified requirements.

 Geodetic Horizontal and Vertical Datum’s. All survey work shall be based on ITRF 2008/
World Geodetic System (WGS) 84 standards and the Universal Transverse Mercator (UTM)
co-ordinates, or otherwise as directed by the WRD. Topographical heights shall be in meters
and based on GTS (SOI) Bench Mark Datum Mean Sea Level (MSL).

 Secondary Control. Secondary network stations shall be established at every cross section
location. Such stations shall be tied into the primary network and full station descriptions
(including witness marks) provided to WRD. The secondary network controls will mark the
location of every surveyed cross section on both the left and right banks of the channels.

 Level Control. Local vertical control shall be undertaken using GTS Survey of India Bench
Mark.

 Calibration and Check Survey. The accuracy of primary and secondary control shall be
determined by the Survey Firm to meet the requirements of the topographic survey. The
Survey Firm shall: (i) keep GPS, electronic and optical surveying instruments in close
adjustment according to manufacturer’s specifications or in compliance to textbook
standards; and, (ii) ensure that electronic distance measuring devices are compared to a
base line, measured by static GPS or a standardized or calibrated tape, at least every six
months. Field measurements of angles and distance shall be done in such fashion as to
satisfy the closures and tolerances expressed above.

32
6. Equipment

The Survey Firm shall supply, maintain and operate all the equipment’s necessary to carry out the
Work in accordance with required specification. An equipment itinerary sufficient for each survey
team to work simultaneously shall be submitted to WRD/ADB when a firm expresses interest in the
Work, and shall be confirmed by the Survey Firm prior to commencement of any fieldwork.

The Survey Firm shall ensure that all equipment necessary to carry out the Work has been calibrated
within 8-months prior to commencing field work. Copies of relevant calibration certificates shall be
made available to the WRD/ADB for review, as requested, prior to commencement of Work.

The Survey Firm shall communicate as necessary with WRD staff. The Survey Firm shall have
computer capabilities with high-speed modem and appropriate communication software for transfer
of survey information via standard communication links. All technical information shall be sent to
WRD in native format - e.g. drawings in AutoCAD, tabulations in a data base format or Excel or
equivalent etc. Signature certified data can be sent in Adobe PDF format together with an unsigned
native format copy. Formats of deliverables are further discussed in subsequent paras below.

7. Presentation of Data

The survey map shall represent the information gathered during the survey and shall be prepared
using AutoCAD. Further presentation requirements are outlined in Annexure B.

8. Key Personnel (National)

The Survey Firm shall appoint an experienced Team Leader to


(i) Manage and co-ordinate the field survey activities
(ii) Ensure overall quality control
(iii) Manage data processing and drawing production
(iv) Be responsible for managing the preparation and timely delivery of all outputs
(v) Liaise with WRD.

The Survey Firm shall mobilize required experienced surveying teams to undertake the field work,
data processing and preparation of deliverables. Team’s shall be led by a suitably qualified and
experienced Team Leader who will be supported by an experienced Deputy Team leader, Senior
Surveyor, suitable number of Assistant Surveyors, Senior Draughts man, Assistant Draughts man, and
support staffs. The table summarizes the key input requirements is given Below
Ref to Section I : Instruction to the Bidders , Table given under “ Personnel”)

9. Output Requirements

Output Schedule.

In addition to the reporting schedule discussed below, the Survey Firm is also responsible for
submission of all works covered under Thamirabharani Sub Basin. The data from the output of this
sub-packages earlier completed will be used to assess the quality and performance of the initial
Works and allow changes to procedures if necessary. with the Draft Final Report. All field work shall
be completed within 8 months of mobilization.

33
Reporting.
The Survey Firm shall submit the following reports to WRD (3 copies to WRD):

Table : Reporting Requirements and Schedule

Document No. of Copies Submission Date and months after initiation

3 hard copies and


Inception Report Within 3 weeks of LOA (Initiation) - First month
soft copy in CD
Monthly Progress
Digital Monthly
Reports
3 hard copies and Within 2 weeks of completing field work, and 7 ½
Draft Final Report
soft copy in CD months after survey initiation
10 hard copies and
Final Report Within 1 week of receiving comments from WRD
soft copy in CD

A) The inception Report shall comprise, but not limited to:

(i) the project-specific quality plan;


(ii) a technical method statement;
(iii) the proposed survey, drawing and document reference system;
(iv) work plan and personnel schedules to complete the Work;
(v) the primary survey control plan;
(vi) a monthly progress report proforma; and,
(vii) project team organigram and contact details of senior team members.

B) The Survey Firm shall prepare monthly progress reports in digital format for electronic
correspondence for WRD to review, which shall document:

(i) activities undertaken during the month;


(ii) progress made during the month and the overall progress with reference to the work plan;
(iii) any problems encountered and envisaged, and steps taken to alleviate these problems to avoid
delaying the contract schedule; and,
(iv) intended activities for the next month.
This report may be of a brief nature and should be submitted every month first week of Monday.

The Draft Final and Final Reports will address the following for each sub-package, but not limited to:

(i) the scope of works (specified and achieved);


(ii) deviations and concessions;
(iii) description of the works undertaken including:
o survey overview;
o horizontal and vertical positioning systems;
o equipment configurations;
o description of survey instrumentation,
o an explanation of the reference system used and table of contents for all data and
material being delivered;
o survey results including topographic survey data;
o personnel;
o equipment calibration certificates;

34
o photos of points of interest.

 WRD may issue comments on all outputs and the Survey Firm shall incorporate these
comments into the issue of their final deliverables. Copies of the above reports and
documents shall be submitted to WRD by the submission deadline. In addition to the printed
versions, the Survey Firm shall submit six electronic copies on clearly labeled CD or DVD or
other approved media, conforming to the following requirements:

 Where appropriate, the Survey Firm shall compress (ZIP) files, so that the entire report (or
volume) is stored on a single CD or DVD.
 The report contents shall be clearly indexed and stored in Adobe PDF format. Where MS
EXCEL has been used in preparation of lists, calculations, etc, the complete MS EXCEL files
shall also be submitted to facilitate verification by WRD.
 The CD or DVD shall contain all data in the formats required specified for all survey data
including but not limited to: surveyed cross section and BM stations. These are to be held in
separate directories which are suitably titled according to the agreed reference system.
 In general, only standard commercially available licensed software shall be used in the work
and the Survey Firm shall list the software they propose to use. Under certain circumstances,
and with the approval of WRD.
 All reports and other study documents shall be in the English language. Printing and binding
shall be of high quality, suitable for presentation to government and international funding
agencies. All reports shall be in A4 paper format (with fold out A3 sheets where required),
except for the drawings which should be A3. Metric units according to the International
System of Units are to be used throughout.

 The Survey Firm’s participation in certain non-productive activities may be required. These
activities may include, but not be limited to, meetings to be held with WRD

10. Client’s Input and counterpart personnel

Survey Supervision :

WRD staff will accompany the Survey Firm in the field to confirm: (i) preferred locations along the
channels for the survey of cross sections.

11. Responsibilities of the Client

a. Provide letter of introduction for visit to WRD and other Government of TN


offices.
b. Provide limited office space for the consultant staff for access to confidential and
classified data in secure environment, whenever needed.
c. Provide available reports, documents, maps, time series data, etc.
d. The officials of the concerned offices from where reports, documents, maps,
time series data, etc. is to be collected for the purpose of project shall work
closely with the consultant’s team. This will also facilitate technology transfer to
the client.

35
e. The client will allow the consultants unrestricted access to the project area
during the work.
f. Any other facilities mutually agreed upon by consultant and client.

12. Responsibilities of the Agency:

a. The Agency shall conduct and complete the assigned services as per the
requirements of the terms of reference.
b. The Agency shall deploy necessary resources to complete the assigned
services as per the requirements of the terms of reference.
c. During performance of their duties, the Agency will work in a co-ordinated
way with all other officers of Government of Tamilnadu.

36
Annexure A

THAMIRABARANI RIVER BASIN

Introduction

There are 34 rivers running through Tamilnadu which are grouped into as 17 river basin and
127 sub basins. The Tamiraparani River Basin is one of the 17 river basins and having 7 sub basins
and covers the district of Tirunelveli and Thoothukudi.. Tamiraparani, the main river originating
from Agastya malai on the Western Ghats, at an altitude of about 2000 m, with its number of
tributaries (ie) Servalar, Manimuttar, Gadananadhi, Pachaiyar and Chittar forms a well defined,
compact drainage basin and flows towards north east initially and towards east in the middle and at
the end confluence with Bay of Bengal near Palaya Kayal.

Location and Extent

Tamiraparani River Basin lies between geographic co-ordinates N. lat.8º 26’ 45” to 9º 12’ 00”
and E. long 77º 09’ 00” to 78º 08’30” and falls within the survey of India Degree sheets 58G, 58 H
and 58 L. The entire basin covers an area of about 5717.08 sq. km and lies in the revenue districts of
Tirunelveli, Thoothukudi taluk of Thoothukudi District in southern Tamil Nadu. Total tanks in the
Tamiraparani River Basin is 1300 tanks (including WRD and other

Physiographic Features

The Tamiraparani River Basin is stretching from the eastern side of Western Ghats to the Bay
of Bengal on the east with a gentle gradient from northwest to southeast, upto the sea, Bay of
Bengal. The river basin is flanked by Western Ghats on the west fully and on the south partly,
Kalugumalai-Kovilpatti high lands on the north, Kalakkadu upper slopes and Kalakkadu highlands on
the South and Bay of Bengal on the East.

Physiographically, this basin area can be broadly divided into three units, namely.

a) Western mountainous terrain with valley complexes.

b) Central elevated terrain

c) Eastern coastal plains.

Generally, the gradient for the entire Tamiraparani River Basin from eastern side of Western Ghats
to the Bay of Bengal on the east is about 4.5 m/km.

37
Western Mountainous Terrain

At the eastern slope of western Ghat, the elevation varies from 550.0m to 1100.0m above
M.S.L. The topography of the hill ranges is by and large mature with ‘U’ and ‘V’ shaped valleys,
escarpments and remnants of plateau land form at highest altitudes, rivers originating from western
slope of the hill ranges, fed by copious rain brought in by the southwest monsoon. Besides, the
northeast monsoon reveals no definite trend or cyclicity in its activity. During monsoon, this river
experiences heavy spells of rain for a few of days generally due to low pressure depressions that
form in the Indian Ocean.

Below the Eastern Slope of Western Ghats, the land surface generally slopes towards southeast. The
average elevation varies from 100.0 m to 550 m above M.S.L and the gradient is about 10 m/km.

Central Elevated Terrain

This area stretches between Alangulam and Srivaikundam. In this terrain, the slope of the
surface is generally towards southeast. The average elevation varies from 20.0 m to 100.0 m above
M.S.L. and the gradient is about 2m/km.

Eastern Coastal Plain

This area stretches between Srivaikundam and the Gulf of Mannar. In this plain area, the
slope is towards East. The average elevation varies from 0.0 m to 20.0 m above M.S.L. and the
gradient is about 0.5 m/km.

In the southeastern part of the basin, near Nazareth town Teri sand occurs as mounds covering an
area of about 56.0 sq. kms.

Out of 5717.08 sq. kms of the basin area the hills area constitutes 1048 sq. kms (18.5 %) and
the plains area constitutes 4673 sq. kms (81.7 %).

Drainage

Tamiraparani and its tributaries originate at the eastern slope of Western Ghats ridge
connecting Aduppkkal Mottai, Agasthiyamalai and Chemmunji Mottai etc., at an altitude of 1869 m
(6132 ft.). More than 12 (Twelve) tributaries join the river as it runs down, of which Servalar,
Manimuthar, Gadana nadhi, Pachaiar and Chittar can be termed as major ones. Tamiraparani after
travelling a distance of 22 km from its origin is joined by its tributary Servalar. The Manimuthar
originates from the Mukkuttukal and confluence with Tamiraparani at its 36th km. The tributary

38
Gadana nadhi joins Tamiraparani on its left at the 43rd km. The river flows through Cheranmahadevi
Town and takes in the next tributary (viz.) pachayaru on its right. Tamiraparani thereafter winds it
way through Tirunelveli and at a distance of 73 km from its origin, its tributary Chittar confluence
with it near Sivlapperi. From this point, the river flow southwards and then eastwards and at its 96 th
km, the Srivaikundam anicut spans across the river, Then the river Tamiraparani, after traversing
another 30 km drains into the Gulf of Mannar, just south of the village, Palayakayal.

39
The Tamiraparani and Chittar river flow diagrams are given below.

40
41
The River System

Tributaries of Tamiraparani River

Karaiyar is one of the major tributary of the Tamiraparani. It arises from Pothigai hills in
Western ghats. This is the main river course of Tamiraparani in which all tributaries Confluences.

Servalar is one of the major tributary of the Tamiraparani. It arises from the Mundanthurai
reserve forests. The river runs from its source for a distance of 22 km. and confluences with the river
Tamiraparani.

Manimuthar, is a major tributary of the Tamiraparani. It arises from the dense forest a top
Senkutheri in Ambasamudram taluk at the height of about 1300 m. from MSL. The tributaries of the
Manimuthar are the Keezha Manimuthar (lower or eastern Manimuthar) and the Varattar. The river
runs from its source for a distance of 9 km. and confluences with the Tamiraparani on the U/s of
Kannadian anicut near Kallidaikurichi

The Koraiyar , is a tributary to the Tamiraparani. It originates in the eastern slopes of Western
ghats, flows in the northern direction and empties into the main river Tamiraparani near Vellanguli
village in Ambasamudram taluk after crossing the Kannadian channel through and outlet.

Gadananadhi or Karunaiyar, like the other rivers of the district, has its origin in the eastern
slopes of Western ghats at an altitude of about 1700 m. in Ambasamudram taluk. It is a major tributary
of the Tamiraparani. The river after flowing about 8km., receives the Pampar and on it course, two other
rivulets, Kallar and Iluppaiyar, all these tributaries, join it at Sivasailam village. After the confluence, the
river flows about 10km. and merges with the Ramanadhi in Kila Ambur village.

The Pachaiyar, rises on the eastern slope of Western ghats about 11 km. north west of Kalakadu
at an altitude of 1000 m. above MSL. It flows eastward upto Padmaneri village from where it changes its
course towards north east. It is a tributary of Tamiraparani and makes its confluence with the river in
the village Tharuvai. The total length of the river from its source to its confluence with the Tamiraparani
is about 32 km. The river Pachaiyar has three tributaries which are Kavayan Odai, Anaikidangu Odai and
Uppan Odai.

The Chittar , The river takes its origin in the eastern slopes of the Western Ghats in the
Courtalam hills, called Tirikoodam in literature, at an altitude of 1750m. above MSL. From its origin, the
river flows down for about 6 km. turns north and flows for about 16 km. before turning towards the
east. Its total length is about 80 km. It joins the river Tamiraparani near Sivalapperi village of Tirunelveli
Taluk.

Table : List of major tributaries and length

42
Sl No River Name/tributary length Length(km) Width(m)

Table : Tentative List of Tank with their district and village name or Nos of tanks in each district/
taluka / villages

ANNEX B: PRESENTATION OF DATA

1. General Data Format. Unless stated otherwise, all text, dimensions, test data, results and all other
information relating to the Work shall be expressed in English and referenced to SI units. The Survey
Firm will provide a survey, drawing and document reference system for the approval of the WRD prior
to commencement of Works. On approval, this system will be used for preparation and communication
of all deliverables.

2.This data available from the earlier survey of the basins will be used for checking and Quality Control
purposes of the outputs from the present assignments. The WRD reserves the right to alter size type and
representation of data provided by the Survey Firm. The format of deliverables is:

All linear features shall be presented as a 3D poly line and all non-linear features shall be presented as
3D points. All features defining closed boundaries of data shall be represented as 3D polygons.
All data shall be supplied in both AutoCAD and Arc GIS formats;
All drawing objects are to be drawn in model space at a scale of 1:1 (i.e. AutoCAD units = 1m, INSUNITS
(AutoCAD setting) to be set to the value of 6, which defines the drawing as metres);
All entities are to be in colour BY LAYER and line type BY LAYER;
All poly lines are to have text on the line describing the entity in the field;
The completed forms for each SCP.

3.Furthermore, all surveyed cross section data shall be delivered in ASCII digital tabular format suitable
for importation to hydraulic modeling software. An example will be provided by WRD

4. Surveyed Mapping Data: The surveyed mapping and cross section data shall illustrate the following:

 New and existing survey BMs;


 Transverse cross sections;

43
 Co-ordinates of all bench marks shown next to the symbol. (The referenced elevations shall be
rounded to and shown to the nearest 1cm).
 Spot elevations shown to the nearest 1cm.

5. Photographs:
The Survey Firm shall maintain a geo-referenced digital photographic record of all survey activities
including but limited to BMs, cross-sections, other features that will appear on survey plans prepared by
the Survey Firm, and any other features requested by WRD. The resolution of photos shall be
appropriate to present sufficient detail. The photos shall be labeled using the agreed reference system.

44
PART 3 – CONTRACT & CONTRACT FORMS

Section 4
Draft Agreement form for
Non-Consulting Services through Shopping

ARTICLES OF AGREEMENT
This deed of agreement is made in the form of agreement on ________ day_______________ month
____________ 20 ___, between the _____________________________ (Employer) or his authorized
representative (hereinafter referred to as the first party) and _____________________ (Name of the
Contractor), S/O _______________ resident of ______________ (hereinafter referred to as the second
party), to execute the work of construction of __________________________ (hereinafter referred to
as works) on the following terms and conditions.

2. Cost of the Contract

The total cost of the works (hereinafter referred to as the “total cost”) is Rs. ____ as reflected in
Annexure - 1.

3.1 Payments under its contract:

Payments to the second party for the work will be released by the first party in the following manner:-

“Payments will be released as per work done.”

3.2 Payments at each stage will be made by the first party:

(a) on the second party submitting an invoice for an equivalent amount ;

(b) on certification of the invoice (except for the first installment) by the engineer nominated by the
first party with respect to quality of services as per terms of Reference in the format in Annexure - 2;
and

4. Notice by Contractor to Engineer

The second party, on the works reaching each stage of work, issue a notice to the first party or the
Engineer nominated by the first party (who is responsible for supervising the contractor, administering
the contract, certifying the payments due to the contractor, issuing and valuing variations to the
contract, awarding extensions of time etc.), to visit the site for certification of stage completion. Within
15 days of the receipt of such notice, the first party or the engineer nominated by it, will ensure issue of
stage completion certificate after due verification.

5. Completion time

The works should be completed in 8 months from the date of issue of work order. In exceptional
circumstances, the time period stated in this clause may be extended in writing by mutual consent of
both the parties.

46
6. If any of the compensation events mentioned below would prevent the work being completed by the
intended completion date, the first party will decide on the intended completion date being extended
by a suitable period:

a. The first party does not give access to the site or a part thereof by the agreed period.
b. The first party orders a delay or does not issue completed drawings, specifications or instructions for
execution of the work on time.
c. Ground conditions are substantially more adverse than could reasonably have been assumed before
issue of letter of acceptance and from information provided to second party or from visual inspection of
the site.
d. Payments due to the second party are delayed without reason.
e. Certification for stage completion of the work is delayed unreasonably.

7. Any willful delay on the part of the second party in completing the construction within the stipulated
period will render him liable to pay liquidated damages. @ Rs. 0.05% of contract price per day which will
be deducted from payments due to him. The first party may cancel the contract and take recourse to
such other action as deemed appropriate once the total amount of liquidated damages exceeds 2 % of
the contract amount.

8. Duties and responsibilities of the first party

8.1 The first party shall be responsible for providing regular and frequent supervision and guidance to
the second party for carrying out the works as per specifications. This will include written guidelines and
regular site visit of the authorized personnel of the first party, for checking quality of material and
construction to ensure that it is as per the norms.

8.2 The first party shall supply 3 sets of drawings, specifications and guidelines to the second party for
the proposed works.

8.3 Possession of the site will be handed over to the second party within 10 days of signing of the
agreement.

8.4 The Engineer or such other person as may be authorized by the first party shall hold meeting once in
a month where the second party or his representative at site will submit the latest information including
progress report and difficulties if any, in the execution of the work. The whole team may jointly inspect
the site on a particular day to take stock of activities.

8.5 The Engineer shall record his observations/instructions at the time of his site visit in a site register
maintained by the second party. The second party will carry out the instructions and promptly rectify
any deviations pointed out by the engineer. If the deviations are not rectified, within the time specified
in the Engineer’s notice, the first party as well as the engineer nominated by it, may instruct stoppage or
suspension of the construction. It shall thereupon be open to the first party or the engineer to have the
deviations rectified at the cost of the second party.

9. Duties and responsibilities of the second party

9.1 The second party shall:


a) take up the works and arrange for its completion within the time period stipulated in clause 5;
b) employ suitable skilled persons to carry out the works ;
c) regularly supervise and monitor the progress of work ;

47
d) abide by the technical suggestions / direction of supervisory personnel including engineers etc.
regarding building construction ;
e) be responsible for bringing any discrepancy to the notice of the representative of the first party and
seek necessary clarification :
f) ensure that the work is carried out in accordance with specifications, drawings and within the total of
the contract amount without any cost escalation ;
g) keep the first party informed about the progress of work ;
h) be responsible for all security and watch and ward arrangements at site till handing over of the work
to the first party ; and
i) maintain necessary insurance against loss of materials/cash, etc. or workman disability compensation
claims of the personnel deployed on the works as well as third party claims.
f) Pay all duties, taxes and other levies payable by the agencies as per law under the contract (First party
will effect deduction from running bills in respect of such taxes as may be imposed under the law). EPF
and ESI to be complied as per the law.

10. Variations / Extra Items


The works shall be carried out by the second party in accordance with the approved drawings and
specifications. However, if, on account of site conditions or any other factors, variations are considered
necessary, the following procedure shall be followed:-

a. The second party shall provide the Engineer with a quotation for carrying out the Variation when
requested to do so by the Engineer. The Engineer shall assess the quotation, which shall be given within
seven days of the request before the Variation is ordered.
b. If the quotation given by the second party is unreasonable, the Engineer may order the Variation and
make a change to the Contract Price which shall be based on Engineer’s own forecast of the effects of
the Variation on the Contractor’s costs.
c. The second party shall not be entitled to additional payment for costs which could have been avoided
by giving early warning.

11. Securities
The Performance Security shall be provided to the Employer no later than the date specified in the
Letter of Acceptance and shall be issued in an amount and form and by a bank or surety acceptable to
the Employer. The Performance Security shall be valid until a date 45 days from the date of issue of the
Certificate of Completion in the case of a Bank Guarantee.

12. Termination
12.1 The Employer may terminate the Contract if the other party causes a fundamental breach of the
Contract.
12.2 Fundamental breaches of Contract include, but shall not be limited to the following:

a. the contractor stops work for 28 days and the stoppage has not been authorized by the Engineer;
b. the Contractor has become bankrupt or goes into liquidation other than for a reconstruction or
amalgamation;
c. the Engineer gives Notice that failure to correct a particular Defect is a fundamental breach of
Contract and the Contractor fails to correct it within a reasonable period of time determined by the
Engineer;
d. the Contractor does not maintain a security which is required;

12.3 Notwithstanding the above, the Employer may terminate the Contract for convenience.

48
12.4 If the Contract is terminated the Contractor shall stop work immediately, make the Site safe and
secure and leave the Site as soon as reasonably possible.

13. Payment upon Termination

13.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the
Engineer shall issue a certificate for the value of the work done less advance payments received up to
the date of the issue of the certificate, less other recoveries due in terms of the contract, less taxes due
to be deducted at source as per applicable law.

13.2 If the Contract is terminated at the Employer’s convenience, the Engineer shall issue a certificate
for the value of the work done, the reasonable cost of removal of Equipment, repatriation of the
Contractor’s personnel employed solely on the Works, and the Contractor’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.
14. Dispute settlement
If over the works, any dispute arises between the two parties, relating to any aspects of this Agreement,
the parties shall first attempt to settle the dispute through mutual and amicable consultation.

In the event of agreement not being reached, the matter will be referred for arbitration by a Sole
Arbitrator not below the level of retired Superintending Engineer, WRD. The Arbitration will be
conducted in accordance with the Arbitration and Conciliation Act, 1996. The decision of the Arbitrator
shall be final and binding on both the parties.

15. Fraud and Corruption:

It is the Bank’s policy to require that Borrowers (including beneficiaries of Bank loans), contractors, and
their agents (whether declared or not), sub-contractors, sub-consultants, service providers, or suppliers,
and any personnel thereof, observe the highest standard of ethics during the selection and execution of
Bank-financed contracts [footnote: In this context, any action taken by a consultant or any of its
personnel, or its agents, or its sub-consultants, sub-contractors, services providers, suppliers, and/or
their employees, to influence the selection process or contract execution for undue advantage is
improper.]. The Contract would be subject to Fraud and Corruption as attached in Annexure-3.

16. Right to Audit

The Contractor shall keep, and shall make all reasonable efforts to cause its Sub-contractors to keep,
accurate and systematic accounts and records in respect of the Works in such form and detail as will
clearly identify relevant time changes and costs.
The Contractor shall permit and shall cause its Sub-contractors to permit, the Bank and/or persons
appointed by the Bank to inspect the Site and/or all accounts and records relating to the performance of
the Contract and the submission of the Bid, and to have such accounts and records audited by auditors
appointed by the Bank if requested by the Bank. The Contractor’s attention is drawn to Clause 13 which
provides, inter alia, that acts intended to materially impede the exercise of the Bank’s inspection and
audit rights provided for under this Clause 14 constitute a prohibited practice subject to contract
termination (as well as to a determination of ineligibility under the Bank’s prevailing sanctions
procedures.)

49
Annexure – 3

Bank’s Policy – Corrupt and Fraudulent Practices


Guidelines for Selection and Employment of Consultants under IBRD Loans and IDA
Credits & Grants by World Bank Borrowers, dated January 2011:

“Fraud and Corruption

1.23 It is the Bank’s policy to require that Borrowers (including beneficiaries of Bank loans),
consultants, and their agents (whether declared or not), sub-contractors, sub-consultants,
service providers, or suppliers, and any personnel thereof, observe the highest standard of
ethics during the selection and execution of Bank-financed contracts [footnote: In this context,
any action taken by a consultant or any of its personnel, or its agents, or its sub-consultants,
sub-contractors, services providers, suppliers, and/or their employees, to influence the
selection process or contract execution for undue advantage is improper]. In pursuance of this
policy, the Bank:

(a) defines, for the purposes of this provision, the terms set forth below as follows:
i. “corrupt practice” is the offering, giving, receiving, or soliciting, directly or indirectly, of
anything of value to influence improperly the actions of another party1;
ii. “fraudulent practice” is any act or omission, including misrepresentation, that knowingly or
recklessly misleads, or attempts to mislead, a party to obtain financial or other benefit or to
avoid an obligation2;
iii. “collusive practices” is an arrangement between two or more parties designed to achieve an
improper purpose, including to influence improperly the actions of another party3;
iv. “coercive practices” is 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
party4;
v. “obstructive practice” is
(aa) deliberately destroying, falsifying, altering, or concealing of evidence material to the
investigation or making false statements to investigators in order to materially impede

For the purpose of this sub-paragraph, “another party” refers to a public official acting in
relation to the selection process or contract execution. In this context “public official” includes
World Bank staff and employees of other organizations taking or reviewing selection decisions.

For the purpose of this sub-paragraph, “party” refers to a public official; the terms “benefit”
and “obligation” relate to the selection process or contract execution; and the “act or omission”
is intended to influence the selection process or contract execution.

For the purpose of this sub-paragraph, “parties” refers to participants in the procurement or
selection process (including public officials) attempting either themselves, or through another
person or entity not participating in the procurement or selection process, to simulate
competition or to establish prices at artificial, non-competitive levels, or are privy to each
other’s bid prices or other conditions.

50
For the purpose of this sub-paragraph, “party” refers to a participant in the selection process or
contract execution.

a Bank investigation into allegations of a corrupt, fraudulent, coercive, or collusive practice;


and/or threatening, harassing, or intimidating any party to prevent it from disclosing its
knowledge of matters relevant to the investigation or from pursuing the investigation, or

(bb) acts intended to materially impede the exercise of the Bank’s inspection and audit rights;

(b) will reject a proposal for award if it determines that the consultant recommended for award
or any of its personnel, or its agents, or its sub-consultants, sub-contractors, services providers,
suppliers, and/or their employees, has, directly or indirectly, engaged in corrupt, fraudulent,
collusive, coercive, or obstructive practices in competing for the contract in question;

(c) will declare misprocurement and cancel the portion of the Loan allocated to a contract if it
determines at any time that representatives of the Borrower or of a recipient of any part of the
proceeds of the Loan were engaged in corrupt, fraudulent, collusive, coercive, or obstructive
practices during the selection process or the implementation of the contract in question,
without the Borrower having taken timely and appropriate action satisfactory to the Bank to
address such practices when they occur, including by failing to inform the Bank in a timely
manner they knew of the practices;

(d) will sanction a firm or an individual at any time, in accordance with prevailing Bank’s
sanctions procedures5, including by publicly declaring such firm or an ineligible, either
indefinitely or for a stated period of time: (i) to be awarded a Bank-financed contract, and (ii) to
be a nominated6 sub-consultant, supplier, or service provider of an otherwise eligible firm
being awarded a Bank-financed contract.

A firm or an individual may be declared ineligible to be awarded a Bank-financed contract upon


(i) completion of the Bank’s sanctions proceedings as per its sanctions procedures,
including inter alia: cross-debarment as agreed with other International Financial Institutions,
including Multilateral Development Banks, and through the application of the World Bank
Group corporate administrative procurement sanctions procedures for fraud and corruption;
and (ii) as a result of temporary suspension or early temporary suspension in connection with
an ongoing sanctions proceedings. See footnote 12 and paragraph 8 of Appendix 1 of these
Guidelines.

A nominated sub-consultant, supplier, or service provider is one which has been either (i)
included by the consultant in its proposal because it brings specific and critical experience and
know-how that are accounted for in the technical evaluation of the consultant’s proposal for
the particular services; or (ii) appointed by the Borrower.

51
Annexure 4

PERFORMANCE BANK GUARANTEE

To: ______________________________________________ [name of Employer]


_________________________________________ [address of Employer]

WHEREAS _________________________ [name and address of Contractor] (hereinafter called


"the Contractor") has undertaken, in pursuance of Contract No. _____ dated
________________ to execute __________________________ [name of Contract and brief
description of Works] (hereinafter called "the Contract");

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall
furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as
security for compliance with his obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on
behalf of the Contractor, up to a total of ____________________ [amount of guarantee]
1___________________________ [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]1 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 Contractor before
presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the
Contract or of the Works to be performed there under or of any of the Contract documents
which may be made between you and the Contractor 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 be valid until 45 days after the issue of certificate of completion.

52
Signature and seal of the guarantor _____________________________
Name of Bank ____________________________________________
Address ____________________________________________
Date ____________________________________________

1 An amount shall be inserted by the Guarantor, representing the percentage of the Contract
Price specified in the Contract including additional security for unbalanced Bids, if any and
denominated in Indian Rupees.

53

Vous aimerez peut-être aussi