Sie sind auf Seite 1von 202

Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC

Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

This page is intentionally left blank.

Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Table of Contents

Invitation for Bids ................................................................................................................ 2


Volume 1 - Bidding Procedures ............................................................................................... 4
Section – I: Instructions to Bidders ........................................................................................... 5
Section – II: Bid Data Sheet ..................................................................................................... 7
Section – III: Evaluation and Qualification Criteria (following Prequalification) ........................ 13
Section – IV: Bidding Forms for Technical Bid........................................................................ 21
Bidder’s Technical Bid ............................................................................................................ 55
Plant Data Schedules ....................................................................................................... 56
Technical Data Sheets ..................................................................................................... 65
Electrical Data Sheets .................................................................................................... 118
Instrumentation Data Sheets .......................................................................................... 137
Form ACK Acknowledgement of Compliance with Guidelines for Procurement under
Japanese ODA Loans .................................................................................................... 143
Form of Bid Security (Bank Guarantee) .......................................................................... 145
Section – V: Eligible Source Countries of Japanese ODA Loans.......................................... 146
Conditions of Contract & Contract Forms........................................................................... 148
Section – VII: General Conditions (GC) ................................................................................ 149
Section – VIII: Particular Conditions (PC) ............................................................................. 151
Section – IX: Annex to the Particular Conditions - Contract Forms ....................................... 190
Letter of Acceptance ...................................................................................................... 191
Contract Agreement ....................................................................................................... 192
Performance Security ..................................................................................................... 193
Advance Payment Security ............................................................................................ 194
Retention Money Security .............................................................................................. 196
Performance Security for O&M Contract Period ............................................................. 198
Joint Venture Agreement Declaration ............................................................................. 199
Memorandum of Understanding ..................................................................................... 200

i Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Invitation for Bids


Date: 26 / 12 / 2018

Reference Identification No: ………………..

To,
M/s…………………………………….
Loan Agreement No: ID-P243
……………………………………………
IFB No: [JICA/P5/2018]
……………………………………………

1) The National River Conservation Directorate (NRCD), Ministry of Environment, Forests &
Climate Change (MoEF&CC), Government of India (GoI), has received a loan from Japan
International Cooperation Agency (JICA) towards the cost of Implementing Pollution
Abatement of River Mula-Mutha at Pune under National River Conservation Plan (NRCP). It
is intended that part of the proceeds of this loan will be applied to eligible payments under the
Contract for Construction of 75 MLD WWTP/STP with Biogas Power Generation Plant on DBO
basis at Bhairoba Nallah location, including Rehabilitation/Upgradation of Kalyani Nagar
Intermediate Pumping Station (IPS) with 10 years of operation and Maintenance of the Plants
including one year of DLP. (Package ‘5’) (ID-P243).

2) Bidding will be conducted through procedures in accordance with the applicable Guidelines
for Procurement under JICA ODA Loans and is open to all Bidders from eligible source
countries, as defined in the Loan Agreement.

3) The Pune Municipal Corporation now invites sealed Bids from prequalified, eligible Bidders for
the design, execution and completion of 75 MLD WWTP/STP with Biogas Power Generation
Plant on DBO basis at Bhairoba Nallah location, including Rehabilitation/Upgradation of
Kalyani Nagar Intermediate Pumping Station (IPS) with 10 years of operation and
Maintenance of the Plants including one year of DLP. (Package ‘5’) (ID-P243). International
Competitive Bidding will be conducted in accordance with JICA’s Single Stage Two
Envelope, Bidding Procedure.

4) Prequalified eligible Bidders may obtain further information from and inspect the Bidding
Documents at the office of the Superintending Engineer (Sewerage) Mr. Madan Adhari , Pune
Municipal Corporation, 2nd Floor, Savarkar Bhavan, Shivajinagar, Pune 411005, State
Maharashtra, INDIA, Tel: No: +91-20-25506685, Email: jicasewerage@punecorporation.org

5) This Invitation of Bid is only for the Package no 6 as described herein. Subsequently PMC will
also invite the Bids for other packages as mentioned in Prequalification Documents.
Considering the urgency of execution of works, Employer (PMC) intends to award the works
of different packages to different agencies such that out of the six (6) STP Packages (Package
4, 5, 6, 7, 8, and 9) a maximum of two packages can be awarded to the same Contractor, with
the further limitation that a Contractor can be awarded only one package out of Package 5
and 6 and one other package, however if a Contractor is not awarded any package out of 5
and 6 then he can be awarded any two packages out of packages 4, 7, 8 and 9. Thus, a
particular contractor, to whom two LOA/work orders will be awarded will not be considered
eligible to bid further for any other package of STP works mentioned above, in this project. His
pending Bid/Bids, if any, for other packages will not be considered for evaluation and in case
where more bids are opened before the award of the two contracts, the other bid/bids will be
rejected after award of the two contracts.

6) A complete set of Bidding Documents are enclosed herewith in soft copy and a hard copy may

Invitation for BIDS 2 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

also be collected from the Pune Municipal Corporation from 26/12/2018 to 25/02/2019 (both
days inclusive) up to 14:00 hrs. A payment of a non-refundable document fee of INR 60,000
(which includes taxes and processing fees) as further described in the Bid Data Sheets shall
be enclosed with the Bid Document. A bid document submitted without document fee will be
considered non-responsive and summarily rejected.

7) Bidders are to submit simultaneously two separate sealed Envelopes, Envelope 1 containing
“Technical Bid” and the Envelope 2 containing “Price Bid” in hard copy only on the address
given below:
Attention: Mr V. G. Kulkarni
Chief Engineer Water Supply & Sewerage, and Senior Project Manager (JICA Project)
Tender Cell, Pune Municipal Corporation
PMC Main Building, Ground Floor
Shivajinagar, Pune 411005

Initially Envelope 1 shall be opened. Further information regarding the procedure shall be as
indicated in the Instructions to Bidder and Bid Data Sheets.

8) Bids must be delivered in hard copy to the above address on or before 14:30 hrs on
25/02/2019 and must be accompanied by a Bid security of INR 23,000,000 (Indian Rupee
Twenty-Three Million only). Bidders should not estimate the contract value from the Bid
security amount.

9) Initially “Technical Bid” will be opened in the presence of Bidders’ representatives who choose
to attend at 15:00 hrs on 25/02/2019 at:
Tender Cell, Pune Municipal Corporation
PMC Main Building, Ground Floor
Shivajinagar, Pune 411005
State Maharashtra,
INDIA,

Tel: No: +91-20-25506685,


Email: jicasewerage@punecorporation.org

Pune
Date: 26 / 12 / 2018
V. G. Kulkarni
Chief Engineer Water Supply & Sewerage,
and Senior Project Manager (JICA Project)
Pune Municipal Corporation, Pune

Invitation for BIDS 3 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Volume 1 - Bidding Procedures

Section – I: Instructions to Bidders 4 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Section – I: Instructions to Bidders

Section – I: Instructions to Bidders 5 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Section – I: Instructions to Bidders

The Instructions to Bidders governing this bidding process are the “Instructions to Bidders
included in Option A, Single-Stage Two-Envelope Bidding, Section I,” of the Standard Bidding
Documents for Procurement of Electrical and Mechanical Plant, and for Building & Engineering
Works Designed by the Contractor (Trial Version) published by JICA in July 2015. Those
Instructions to Bidders are available on the JICA’s web site shown below:

http://www.jica.go.jp/english/our_work/types_of_assistance/oda_loans/oda_op_info/guide/tender
/index.html

A copy of the Instructions to Bidders is not attached to these Bidding Documents.

Section – I: Instructions to Bidders 6 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Section – II: Bid Data Sheet

Section – III: Evaluation and Qualification Criteria 7 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Section – II: Bid Data Sheet

A. General
ITB 1.1 The number of invitation of Bid is: JICA/P5/2018
ITB 1.1 The Employer is: Municipal Commissioner, Pune Municipal Corporation.
ITB 1.1 The name, identification and number of the lot(s)/ (contract(s) comprising this
ICB is: “Construction of 75 MLD WWTP/STP with Biogas Power Generation Plant
on DBO basis at Bhairoba Nallah location, including Rehabilitation/Upgradation of
Kalyani Nagar Intermediate Pumping Station (IPS) with 10 years of operation and
Maintenance of the Plants including one year of DLP. (Package ‘5’) (ID P243)
ITB 2.1 The Borrower is: National River Conservation Directorate (NRCD),
Ministry of Environment, Forests & Climate Change (MoEF&CC), Government of
India (GoI)
ITB 2.1 The number of the Loan Agreement is: ID-P243
The amount of a Japanese ODA Loan is: JPY 19,064 million
The signed date of the Loan Agreement is: 13th January, 2016
ITB 2.1 The name of the Project is: Pollution Abatement of River Mula-Mutha at Pune.
ITB 2.2 The applicable Guidelines for Procurement under Japanese ODA Loans are those
published in April 2012.b 2013
ITB 3.1(c) A list of debarred firms and individuals is available at the World Bank’s website:
www.worldbank.org/debarr
ITB 4.5 This Bidding is subject to pre-qualification.
B. Bidding Documents
ITB 6.1 This is to be read as below:

The Bidding Documents consist of Volume 1, 2 and 3, which include all the Parts
and Sections specified below, and which should be read in conjunction with any
addenda/ corrigendum and Addendums issued in accordance with ITB-8.

Volume 1 - Bidding Procedures and Conditions of Contract

Bidding Procedures

Section I : Instructions to Bidders (ITB)


Section II : Bid Data Sheet (BDS)
Section III : Evaluation and Qualification Criteria (EQC)
Section IV : Bidding Forms and Technical Proposal
Section V : Eligible Source Countries of Japanese ODA Loans

Conditions of Contract and Contract Forms

Section VII : General Conditions (GC)


Section VIII : Particular Conditions (PC)
PART A : Contract Data
PART B : Specific Provisions
Section IX : Annex to the Particular Conditions - Contract Forms

Volume 2 - Employer’s Requirements

Section – III: Evaluation and Qualification Criteria 8 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Section VI A&B : Employer’s Requirements

Volume 2 - Background Information

Section VI C: Background Information

Annexure 1 – Drawings
Annexure 2 – Geotechnical Data
Annexure 3 – Influent Quality Data

Volume 3 - Price Schedule

Letter of Priced Bid


Schedule of Payment and Prices

ITB 6.5 Add new Sub-Clause 6.5 as follows:

The Tender Documents (Bidding Documents) shall be purchased in hard copy


from the Pune Municipal Corporation from 26/12/2018 to 25/02/2019 (both days
inclusive) up to 14:00 hrs on payment of a non-reimbursable/non-refundable price
of INR 60,000 ( INR Sixty thousand) which includes taxes and processing fees for
the tender document through demand draft in favour of “Municipal Commissioner,
Pune Municipal corporation” and payable at PUNE.

Bidder should not tamper with any information in the down loaded (in “electronic
form”) Tender document. If found so, the bidder shall be disqualified from bidding
process and his bid security will be forfeited.

The tender document is not transferable and the cost is not refundable under any
circumstances.

The online tender display and sale are possible on all days including holidays.
ITB 7.1 For clarification purposes only, the Employer’s address is:
Attention: Mr. Madan Adhari,
Superintending Engineer (Sewerage),
office of the Superintending Engineer (Sewerage),
Pune Municipal Corporation,
2nd Floor, Savarkar Bhavan,
Shivajinagar, Pune PIN Code 411005,

State Maharashtra,
INDIA,
Tel: No: +91-20-25506685,
Electronic mail address : jicasewerage@punecorporation.org
ITB 7.1 Responses to any request for clarification, if any, will be informed separately.
ITB 7.4 A Pre-bid meeting will take place at the following date, time and place:
Date: 16/01/2019
Time: 11:00 Hr.
Place: Office of the Chief Engineer (Water Supply and Sewerage)
and Senior Project Manager (JICA Project)
Room 134, 1st Floor, PMC Main Building, Shivajinagar, Pune

Section – III: Evaluation and Qualification Criteria 9 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

411005

A site visit conducted by the Employer will be organized soon after the pre-bid
meeting.
ITB 8.2 Addenda or corrigendum & Addendum if any, will be communicated separately.
C. Preparation of Bids
ITB 10.1 The language of the Bid is: English
ITB 11.2(l) The Bidder shall submit with its Technical Bid the following additional documents

None
ITB 11.3 The Bidder shall submit with its “Price Bid” the following additional documents
(d)
None
ITB 11.4 In addition to documents mentioned in ITB 11.2 and ITB 11.3, the following
documents issued by the Employer shall also be submitted by the Bidder along
with Bid, duly stamped and initialled by the authorized signatory on all the pages
and in separate envelope.

(a) The portion of the original Bid document, and addenda or


corrigendum & addendums (if any)
(b) Particular Conditions;
(c) General Conditions;
(d) Employer’s Requirements;
ITB 13.1 Alternative Bids are not permitted.
ITB The Period following completion of works (Design Build) during which spare parts,
16.1(b) special tools etc. shall be made available by the bidder:
10 Years of Operation & Maintenance including one year of DLP.
ITB 18.1 Bidders shall quote for the entire Works on a single responsibility basis.
ITB 18.7 Taxes and Duties to be separately shown in the price bid. Price for evaluation will
be inclusive of taxes and duties.
ITB 19.1 The currency(ies) of the Bid shall be as described below:

The unit rates and prices shall be quoted by the Bidder in the Price Schedule
separately in the following currencies:

(i) for those inputs to the Works that the Bidder expects to supply from
within the Employer’s country, in, INR (Indian Rupee) the name of the currency of
the Employer’s country, and further referred to as “the local currency”; and

(ii) for those inputs to the Works that the Bidder expects to supply from outside the
Employer’s country (referred to as “the foreign currency requirements”), in
Japanese Yen, and/or Euro, USD.

ITB 20.1 The Bid validity period shall be 180 days.


ITB 21.1 The amount and currency of the Bid Security shall be INR 23,000,000 (Indian
Rupee Twenty-three million only). Bidders should not estimate the contract value
from the Bid Security amount.
ITB 21.2 Bid Security shall be submitted in the form of Bank Guarantee and in the name of

Section – III: Evaluation and Qualification Criteria 10 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

the “Municipal Commissioner, Pune Municipal Corporation” and must be delivered


to the address given in ITB 24.1 below at or before 14:30 hrs on 25/02/2019. The
original Bank Guarantee must be delivered in a separate envelope within the outer
envelope in which the envelopes for original Bid and copies are placed.
ITB Other types of acceptable securities: “None”
21.2(d)
ITB 21.7 In case the JV is not legally incorporated, the Bid Security can be submitted by
lead member/ lead partner on behalf of the JV. If the JV has been legally
incorporated prior to submitting the Bid, then a single Bid Security from the JV
company account shall be deposited.

Employer, if desired, will get the Bank Guarantee submitted for Bid Security
verified from the bank. In case the verification reveals that the submitted Bank
Guarantee is fraudulent, Employer reserves the right to reject the bid.
ITB 22.1 In addition to the original of the Bid, the number of copies is:

Envelop 1, Technical Bid – 1 copy + 1 soft copy

Envelop 2, Price Bid – 1 copy + 1 soft copy (CD to be enclosed in the sealed
envelope of the original priced bid)

Please note, bidders shall print/provide continuous page numbers for documents
submitted in each envelope.
ITB 22.2 The written confirmation of authorization to sign on behalf of the Bidder shall
consist of: Original Power of Attorney (legally valid) for authorized signatory of the
Bid.
D. Submission and Opening of Bids
ITB 23.1 Replace the Sub-clause No.23.1 as follows:

Bidders may submit their “Bids” by mail or by hand. Procedures for submission,
sealing and marking are as follows:

Bidders shall enclose the original of the Technical Bid, the original of the Price Bid
and each copy of the Technical Bid and of the Price Bid in separate sealed
envelopes, duly marking the envelopes as “TECHNICAL BID – ORIGINAL,”
“PRICE BID – ORIGINAL,” “TECHNICAL BID – COPY 1,” “PRICE BID – COPY
1,” as appropriate. These envelopes containing the original and the copies, shall
then be enclosed in one single envelope. The rest of the procedure shall be in
accordance with ITB 23.2 through 23.5.

ITB 24.1 For Bid submission purposes only, the Employer’s address is :

Attention: Mr V. G. Kulkarni
Chief Engineer Water Supply & Sewerage, and Senior Project Manager (JICA
Project)
Tender Cell, Pune Municipal Corporation
PMC Main Building, Ground Floor
Shivajinagar, Pune 411005
State Maharashtra,
INDIA.

Section – III: Evaluation and Qualification Criteria 11 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Tel: No: +91-20-25506685,


Email: jicasewerage@punecorporation.org

The deadline for Bid submission is:

Date: 25/02/2019
Time: 14:30 hrs
ITB 27.1 The Technical Bid opening shall take place at:

Tender Cell, Pune Municipal Corporation


PMC Main Building, Ground Floor
Shivajinagar, Pune 411005
State Maharashtra,
INDIA.

Tel: No: +91-20-25506685,


Email: jicasewerage@punecorporation.org
Date: 25/02/2019
Time: 15:00 hrs
E. Evaluation, and Comparison of Bids
ITB 37.1 The currency that shall be used for Bid evaluation and comparison purposes to
convert all Bid Prices expressed in various currencies into a single currency is:
Indian Rupees (INR)

The source of exchange rate shall be: Reserve Bank of India

The date for the exchange rate shall be the date 28 days prior to the date of Bid
opening specified in ITB 27.1.

Section – III: Evaluation and Qualification Criteria 12 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Section – III: Evaluation and Qualification


Criteria (following Prequalification)

Section – III: Evaluation and Qualification Criteria 13 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Section – III: Evaluation and Qualification Criteria (following Prequalification)

1. Evaluation

1.1. Technical Evaluation

In addition to the criteria listed in ITB 35.1 (a) - (b) the following factors shall apply:

1.1.1. Personnel

The Bidder must demonstrate that it has the personnel for the key positions that meet the
following requirements:

Experience
Total Minimum
Sr. Minimum in Similar
Position Experience Number
No. Qualification Works
(Years) Required
(Years)
Construction & Project Management
1 Construction Graduate in Civil 15 5 1
Project Manager Engineering
2 Engineering Graduate Degree in 15 5 1
Manager (Lead Environmental
design & Engineering.
Technical
support)
3 Structural Degree in Structural 15 5 1
Engineer Engineering
4 Construction Graduate in Civil 8 4 3
Project Engineer Engineering
(Civil)
5 Construction Graduate in 8 4 2
Project Engineer Mechanical
(Mechanical) Engineering
6 Construction Graduate in 8 4 1
Project Engineer Electrical
(Electrical) Engineering
7 Quality Graduate in any 8 4 3
Assurance / Engineering
Quality Control Discipline
Engineer
8 Health & Safety Diploma in 5 2 3
Engineer construction safety
(Accident accredited by BSS /
Prevention Certified
officer)

The Bidder shall provide details of the proposed personnel and their experience
records in Form PER-1 and Form PER-2 in Section IV: Bidding Forms

Section – III: Evaluation and Qualification Criteria 14 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

1.1.2. Equipment

The Bidder must demonstrate that it has the key construction equipments and facilities
listed hereafter:

Minimum
Sr.
Equipment Type and Characteristics Numbers
No.
Required
1 NOT USED: Major equipment that cannot be obtained by a
competent contractor in the required time frame is not envisaged.
2
3

The Bidder shall provide further details of proposed items of equipment using Form EQU
in Section IV: Bidding Forms.

1.2. Economic Evaluation

Any adjustments in price that result from the procedures outlined below shall be added,
for purposes of comparative evaluation only, to arrive at an “Evaluated Bid Price.” Bid
Prices quoted by Bidders shall remain unaltered.

In addition to the criteria listed in ITB 38.2 (a) – (c) the following criteria shall apply.

1.2.1. Quantifiable non-material non-conformities

Pursuant to ITB 34.3 and ITB 38.2 (d), the cost of all quantifiable nonmaterial
nonconformities or omissions (minor omissions or missing items) shall be evaluated. The
Employer will make its own assessment of the cost of any nonmaterial nonconformities
and omissions for the purpose of ensuring fair comparison of Bids.

1.2.2. Other Factors

The following factors and methods will apply under ITB 38.2 (f):

a) Operating and Maintenance Costs

Since the operating and maintenance costs of the facilities being procured form a major
part of the life cycle cost of the facilities, these costs will be evaluated according to the
principles given hereafter, including the cost of spare parts for the duration d of
operation and maintenance stated below and based on prices furnished by each
Bidder in Price Schedules, as well as on past experience of the Employer or other
employers similarly placed. Such costs shall be added to the Bid Price for evaluation.

The operating and maintenance costs factors for calculation of the life cycle cost are:

i. Number of years for life cycle:

Ten years of operation and maintenance including one year of Defect liability
Period.

ii. Annual operating and maintenance costs [ as per the price schedule of the bidder,

Section – III: Evaluation and Qualification Criteria 15 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

including the cost of spare parts for the 10 years period of operation and
maintenance] and

iii. A rate of 9% (Nine Percent), to be used to discount to present value all annual
future costs calculated under (ii) above for the period specified in (i).

b) Specific Additional Criteria

The following additional criteria will be used in the evaluation:

 The Electricity Cost:

i. The estimated total cost of the electricity required at and consumed by the Plant
and equipment during the 10 Years of Operation & Maintenance including one year
of DLP including:
a) The power consumed by the equipment supplied as a part of the facilities, based on
calculations of the operating efficiencies and power consumption of all electrically-
operated Plant and equipment under working condition.
b) The guaranteed Power generated.

ii. The Evaluation shall further be considered as:

Based on the equipment selected, the bidder shall provide net guaranteed power
consumption (Total power requirement – Power generated) during operation and
maintenance. This net guaranteed power consumption shall be multiplied by the
current rate of electricity charges of Rs. 7.20 per kWh and shall be added to the
overall operation and maintenance cost provided by the bidder; which then will be
used to determine Present Value (PV) (O&M) for each year and for the total
duration of O&M including DLP period.

iii. Land cost shall not be accounted for evaluation.

1.2.3. Award Criteria for Contract (Evaluated Bid Price)

The O&M NPV cost inclusive of power cost calculated as per the procedure stipulated
above will be added to the Bid Price (capital costs for design build) to obtain the Evaluated
Bid Price upon which the decision for award of contract will be based.

The Bidders’ attention is directed to the fact that the operating costs for low efficiency Plant
and equipment will be substantially higher than the operating costs for high efficiency Plant
and equipment, and that the cost differential over the 10-year period used in this
calculation will, in all probability, greatly exceed any incremental capital cost savings which
may be realized by offering lower efficiency Plant. Bidders are encouraged to offer Plant
and equipment which has high efficiencies at the specified operating conditions.

Award criteria for contract is the lowest evaluated Bid Price.

1.3. Alternative Completion Times

Not Used

1.4. Alternative Technical Solutions

Not Used

Section – III: Evaluation and Qualification Criteria 16 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

2. Qualification

i. Exchange Rate for Qualification Criteria

Wherever a Form in Section IV, Bidding Forms, requires a Bidder to state a monetary
amount, Bidders should indicate the USD equivalent using the rate of exchange
determined as follows:
a) For turnover or financial data required for each year: - Exchange rate prevailing on
the last day of the respective financial year of Employer’s country.
b) Value of single Contract: - Exchange rate prevailing on the date of the Contract.

Exchange rates shall be taken from the publicly available source identified in BDS 37.1.
Any error in determining the exchange rates may be corrected by the Employer.

2.1. Update of Information:

The Bidder shall continue to meet the criteria used at the time of prequalification regarding
Eligibility, Historical Contract Non-Performance and Financial Situation.

Section – III: Evaluation and Qualification Criteria 17 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar Intermediate Pumping Station (IPS)

Financial Resources

Qualification Criteria Compliance Requirements Documentation


Joint Venture (existing or intended)
Single At Least Submission
No. Subject Requirement All Parties Each
Entity One Requirements
Combined Member
Member
2.2 Financial 1. The Bidder shall demonstrate that it has Must meet Must meet Must meet Must meet Form FIR-1
Resources access to, or has available, liquid assets, requirement requirement 25% of the 40 % of the
unencumbered real assets, line of credit, and requirement requirement
other financial means (independent of any
contractual advance payment) sufficient to
meet the cash flow requirements estimated as
INR 188 million for the subject contract(s) net
of the Bidder’s other commitments.
2. The Bidder shall also demonstrate, to the Must meet Must meet N/A N/A Form FIR-1 and 2
satisfaction of the Employer, that it has requirement requirement
adequate sources of finance to meet the cash
flow requirements on works currently in
progress and for future contract commitments.

Section – III: Evaluation and Qualification Criteria 18 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

2.2. Subcontractors/Manufacturers

Subcontractors/manufacturers for major items of supply or services identified in the


prequalification documents must meet or continue to meet the minimum criteria specified
therein for each item.

Subcontractors/manufacturers for the following additional major items of supply or services


must meet the following minimum criteria, herein listed for that item:

Item No. Description of Item Minimum Criteria to be met


1 PLC and SCADA Should have experience, in the role of prime
contractor (single entity or JV member) or sub-
contractor, of installation of PLC & SCADA in at least
one Waste Water Treatment Plant (WWTP) /Sewage
treatment Plant (STP) or Water Treatment Plant
(WTP) of minimum 30 MLD capacity.
The above project should have been completed and
commissioned in last Ten (10) years as on date of
submission of Application

Section – III: Evaluation and Qualification Criteria 19 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

2 Power Generation Should have experience, in the role of prime


contractor (single entity or JV member) or sub-
contractor, for Design, Construction, Erection and
successful Commissioning of at least one power
generation plant with minimum 0.3 megawatt Power
Generation using only biogas engines.
The above project should have been completed and
commissioned in last Ten (10) years as on date of
submission of Application

Failure to comply with this requirement will result in rejection of the Subcontractor.

In the case of a Bidder who offers to supply and install major items of supply under the
Contract that the Bidder did not manufacture or otherwise produce, the Bidder shall
provide the manufacturer’s authorization, using Form MAN provided in Section IV, Bidding
Forms, showing that the Bidder has been duly authorized by the manufacturer or producer
of the related plant and equipment or component to supply and/or install that item in the
Employer’s country. The Bidder is responsible for ensuring that the manufacturer or
producer complies with the requirements of ITB 4 and ITB 5 and meets the minimum
criteria listed above for that item.

Section – III: Evaluation and Qualification Criteria 20 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Section – IV: Bidding Forms for Technical


Bid

Section – IV: Bidding Forms for Technical Bid 21 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Section – IV: Bidding Forms for Technical Bid

Table of Forms

Letter of Technical Bid ........................................................................................................... 23


Technical Proposal................................................................................................................. 25
Site Organization.................................................................................................................... 26
Method Statement .................................................................................................................. 27
Mobilization Schedule ............................................................................................................ 28
Construction Schedule ........................................................................................................... 29
Preliminary Design ................................................................................................................. 30
Description of Technology ...................................................................................................... 31
Environment Management Plan (EMP) inclusive of Environment Monitoring Plan (EMoP)..... 32
Safety Plan............................................................................................................................. 33
Operation and Maintenance ................................................................................................... 34
Form SOG: Schedule of Guarantee ....................................................................................... 35
Form PER-1: Proposed Personnel ......................................................................................... 39
Form PER-2: Resume of Proposed Personnel ....................................................................... 40
Form SUB: Proposed Subcontractors for Major Items of Plant and Installation Services ........ 41
Form MAN: Manufacturer's Authorization ............................................................................... 42
Form SPA: Spare Parts .......................................................................................................... 43
Bidder’s Qualification (Following Prequalification) .................................................................. 44
Form ELI - 1: Bidder Information ............................................................................................ 45
Form ELI - 2: Bidder's Party Information................................................................................. 46
Form CON-1: Historical Contract Non-Performance ............................................................... 47
Form CON-2: Pending Litigation ............................................................................................ 48
Form CON-3: Litigation History .............................................................................................. 49
Form FIN - 1: Financial Situation ............................................................................................ 50
Form FIN - 2: Average Annual Turnover ................................................................................ 51
Form FIR - 1: Financial Resources......................................................................................... 52
Form FIR - 2: Current Contract Commitment.......................................................................... 53
Form FIN - 3: Financial Performance ..................................................................................... 54

Section – IV: Bidding Forms for Technical Bid 22 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Letter of Technical Bid

Date: [insert date of Bid submission]


Loan Agreement No.: ID-P243
IFB No.:

To:
Chief Engineer (Water Supply and Sewerage)
Senior Project manager (JICA Project)
Pune Municipal Corporation, 1st Floor, PMC Main Building
Shivajinagar, Pune 411005
State Maharashtra
INDIA

Tel: No: +91-20-25506685,

Email: jicasewerage@punecorporation.org

We, the undersigned, declare that:

a) We have examined and have no reservations to the Bidding Documents, including


Addenda issued in accordance with Instructions to Bidders (ITB 8): [insert the number and
issuing date of each Addendum];

b) We, including any Subcontractors/ manufacturers, for any part of the Contract, meet the
eligibility requirements in accordance with ITB 4 and ITB 5;

c) We, including any Subcontractors/ manufacturers, for any part of the Contract, have no
conflict of interest in accordance with ITB 4;

d) We offer to execute, in conformity with the Bidding Documents, the following Works:
“Construction of 75 MLD WWTP/STP with Biogas Power Generation Plant on DBO basis at
Bhairoba Nallah location, including Rehabilitation/Upgradation of Kalyani Nagar Intermediate
Pumping Station (IPS) with 10 years of operation and Maintenance of the Plants including one
year of DLP. (Package ‘5’) (ID-P243).

e) Our Bid shall be valid for a period of 180 days from the date fixed for the Bid submission
deadline in accordance with the Bidding Documents, and it shall remain binding upon us
and may be accepted at any time before the expiration of that period;

f) We are not participating, as a Bidder or as a Subcontractor/ manufacturers, in more than


one Bid in this bidding process in accordance with ITB 4.2 (c), other than alternative Bids
submitted in accordance with ITB 13; and

g) We hereby certify that we have taken steps to ensure that no person acting for us or on
our behalf will engage in any type of fraud and corruption.

Name of the Bidder*[insert complete name of the Bidder]

Name of the person duly authorized to sign the Bid on behalf of the Bidder** [insert complete
name of person duly authorized to sign the Bid]

Section – IV: Bidding Forms for Technical Bid 23 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Title of the person signing the Bid [insert complete title of the person signing the Bid]
Signature of the person named above [insert signature of person whose name and capacity
are shown above]

Date signed [insert date of signing] day of [insert month], [insert year]

*: In the case of the Bid submitted by a Joint Venture specify the name of the Joint Venture
as Bidder
**: Person signing the Bid shall have the power of attorney given by the Bidder to be attached with
the Bid.

Section – IV: Bidding Forms for Technical Bid 24 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Technical Proposal

The following items shall comprise the Technical Proposal

 Site Organization

 Method Statement

 Mobilization Schedule

 Construction Schedule

 Preliminary Design

 Description of Technology

 Environment Management Plan (EMP) inclusive of Environment Monitoring Plan (EMoP)

 Safety Plan

 Operation and Maintenance

 Schedule of Guarantee

 Proposed Personnel

 Proposed Subcontractors for Major Items of Plant Design, Supply and Installation Services

 Manufacturer's Authorization

 Spare Parts

Note: CD ROM / DVD of complete technical proposal in searchable .pdf format. (To be
submitted alongwith hard copies).

Section – IV: Bidding Forms for Technical Bid 25 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Site Organization

[Insert Technical Proposal for Site Organization]

The Bidder is expected to submit the following details;

 Organization Chart during Design Build Period


 Organization Chart during Operation and Maintenance Period
 CV’s of the personnel for the key positions as described in Section III (Clause 1.1.1)

Section – IV: Bidding Forms for Technical Bid 26 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Method Statement

[Insert Technical Proposal for Method Statement]

(The Bidder should submit adequate executing plans (method statement) with certain definite
requirements described in bidding documents, inadequate contents of such executing plans would
result in disqualification at the technical evaluation.)

Section – IV: Bidding Forms for Technical Bid 27 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Mobilization Schedule

[Insert Technical Proposal for Mobilization Schedule]

Section – IV: Bidding Forms for Technical Bid 28 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Construction Schedule

[Insert Technical Proposal for Construction Schedule]

The Bidder is expected to submit the following details;

 The Bidder shall provide a programme showing the critical path, stages of design and key
milestones for the production of principal design and Contractor’s Documents from the
Commencement Date through the Design-Build Period consistent with the Contract
requirements and specifically the Employer’s Requirements for ordering and importation
of major equipment, times and stages of completion, tests on completion and Construction
Documents. The bar chart shall be based on elapsed time rather than dates and shall
include for obtaining consents and licences, design reviews, and Employer’s
Representative review periods.
 Construction equipment to be employed, a work methodology for all key elements of work
and hours of operation.
 The plan shall show the areas to be allocated for the storage of materials, the contractor’s
compound, facilities to be provided for the Employer’s Representative and the general
access arrangements to the site and to the different areas within the site.

Section – IV: Bidding Forms for Technical Bid 29 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Preliminary Design

[Insert and/or draw Preliminary Design in accordance with Employer’s Requirement and Drawing.]

The Bidder is expected to submit the following details;

A. Process Design

 Detailed description of the process.


 Mass balance and process flow diagram.
 Process calculations
 Hydraulic profile

B. Civil Design

 Site layout drawings with dimensions.

C. Mechanical Design

 Major plant details (see also Plant Data Schedules).


 Pump curves of all major pumps including calculation of duty points.

D. Electrical Design

 Summary description of the electrical design


 Motor control centre schedules
 Single line diagrams
 Plant load list.
 Details of onsite power generation and synchronisation

E. Instrumentation, Control and Automation (ICA) Design

 Process control narrative


 System Architectural drawing with schedules
 Real-time communication of treatment Works status and historical data and trends to
local control centre and compatibility of communication facility for central SCADA system
that will be implemented as a separate package (Package 11) under this project.

Section – IV: Bidding Forms for Technical Bid 30 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Description of Technology

[Insert Description of Technology]

Section – IV: Bidding Forms for Technical Bid 31 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Environment Management Plan (EMP) inclusive of Environment Monitoring Plan


(EMoP)
[Insert Technical Proposal for Environment Management Plan and Environment Monitoring Plan]

(The Bidder is expected to submit EMP and EMoP in accordance with the guidelines described in
Volume 2 Employer’s Requirement section VI A.)

Section – IV: Bidding Forms for Technical Bid 32 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Safety Plan

[Insert Technical Proposal for Safety Plan]

The Bidder is expected to submit the following details;

 Organization chart for Health and Safety during Design Build Period
 Organization chart for Health and Safety during Operation and Maintenance Period
 Health and safety plan.

Section – IV: Bidding Forms for Technical Bid 33 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Operation and Maintenance

[Insert Technical Proposal for Safety Plan]

The Bidder is expected to submit the following details;

A. Organisation and Staffing

 Organisational chart showing the Contractor’s key management personnel

 Summary of each position identified in the organisational chart, with a description of the
position’s duties, the required skill levels/experience/qualifications and a CV of each of the
key management personnel and any intended further training for this position.

B. Operation Management Plan

 A preliminary management plan including procedures for managing consumables and spare
parts.

Section – IV: Bidding Forms for Technical Bid 34 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Form SOG: Schedule of Guarantee

[The Bidder shall copy in the left column of the table below, the identification of each
Performance/Specific Guarantee required in Technical Requirements stated by the Employer.]

Value of Performance/Specific of
Required Performance/
Guarantee of the Proposed Plant
Specific Guarantee
and Equipment
1
2
3

Functional Guarantees of the Plant:

This schedule sets out the functional guarantees required for the calculation of Liquidated
Damages for failing O&M performance guarantees.

The bidder shall provide values of electrical energy and chemical usage for the quantity
and quality of raw sewage given in the technical specifications.

The contractor’s guarantee for the performance in the O&M period to be as follows:

 Treated Effluent Quality Guarantee

The quality of treated effluent shall be as follows:

Sr.
Parameters To be Guaranteed by Bidder
No.
1 pH 6.5-9.0
2 TSS ≤ 10 mg/l
3 Total Nitrogen ≤ 10 mg/l
4 BOD, 3 days at 270C ≤ 10 mg/l
5 PO4– P (TP) ≤ 2 mg/l
6 Faecal Coliform < 230 MPN/100 ml

 Chemical Usage:

The average annual usage of chemical during the 10 Years of Operation & Maintenance
including one year of DLP” is to be guaranteed. Figures to be given separately for each
type of chemical used in the plant

Sr.
Description Qty (Ton/year)
No.
1 *Chemical-1
2 *Chemical-2
3 *Chemical-3

*Bidder to name the chemical.

Section – IV: Bidding Forms for Technical Bid 35 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar Intermediate Pumping Station (IPS)

 Power Guarantee :

Sr. DLP/1st
Month 2nd year 3rd year 4th year 5th year 6th year 7th year 8th year 9th year 10th year
No. year
Maximum Power
1
Consumption*
Minimum Power
2 Generation from
Biogas
Net Power
3
Consumption

* The ‘maximum power consumption’ is the power consumption for operating the STP without any deduction / adjustment / credit for on-site power
generation

Section – IV: Bidding Forms for Technical Bid 36 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

The Bidder shall guarantee the Electric Power Consumed based on the following Nominal
Design loads:

Sr. Nominal
Parameter Nomenclature Units
No. Numbers
1 Nominal Design Flow Qd M3/day 75,000
2 Total Suspended Solids TSSd mg/l 350
Volatile Suspended Solids /
3 (VSS/ TSS)d % 70%
Total Suspended Solids Ratio
4 BOD3 (BOD)d mg/l 250
5 TKN (TN)d mg/l 45

a) Guaranteed Power

The Electric Power Consumption Guarantee shall be guaranteed by the bidder at the
Nominal Flow and Pollutant load as ____________________ kWh / day Power Guarantee
((PG)d).

b) Adjustment to Guaranteed Power for Variance from Normal Flow & Pollutant Load

In case of variance of flow or pollutant load the guaranteed power shall be evaluated as
per the following formula where Power Consumed at reduced load (PG)a will be

(PG)a = [{Qa/Qd} x {(TSS)a x (VSS/ TSS) a} / ((TSS)d x (VSS/ TSS) d}X F1


+ {Qa/Qd} x {(BOD)a} / {(BOD)d} X F2
+ {Qa/Qd} x {(TN)a} /{(TN)d} X F3] x (PG)d x Eta

Where

Qa = Actual Wastewater Flow (average over immediate past 5 days)


TSS a = Actual Total Suspended Solids (average over immediate past 5 days)
(VSS/TSS) a = Actual Volatile Suspended Solids to Total Suspended Solids
(average over immediate past 5 days)
BOD a = Actual BOD Concentration (average over immediate past 5 days)
TKN a = Actual TKN Concentration (average over immediate past 5 days)
Eta = on-site power generation derating factor of 95%

The Pollutant Factors are:


F1 = Factor for TSS Pollutant Loading and VSS/ TSS ratio
F2 = Factor for BOD Pollutant Loading
F3 = Factor for TKN Pollutant Loading

Section – IV: Bidding Forms for Technical Bid 37 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

The factors applicable shall be as given below:

Sr. Values of Pollutant


Parameter Units Factor
No. Load Factor
1 Nominal Design Flow M3/day
2 Total Suspended Solids mg/l
Volatile Suspended Solids/ Total F1 0.45
3 %
Suspended Solids Ratio
4 BOD 3 Day @ 27 °C mg/l F2 0.3
5 TKN mg/l F3 0.25
The Bidder’s offer shall be evaluated on Net Guaranteed Power only, however during
actual operation the Power consumed by bidders shall be calculated according to the
above indicated formula and penalties shall be enforceable as per Particular Condition
Clause 23, Functional Guarantees.

Section – IV: Bidding Forms for Technical Bid 38 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Form PER-1: Proposed Personnel

Date: [insert day, month, year]


Bidder’s Legal Name: [insert full name]
Joint Venture Party Legal Name: [insert full name]
No.: [insert number]
Page [insert page number] of [insert total number] pages

[The Bidder shall provide the names of suitably qualified personnel to meet the specified
requirements stated in Section III: Evaluation and Qualification Criteria, Clause 1.1.1.]

1. Title of position*

Name

2. Title of position*

Name

3. Title of position*

Name

4. Title of position*

Name

*As listed in Section III.

Section – IV: Bidding Forms for Technical Bid 39 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Form PER-2: Resume of Proposed Personnel

[insert day, month, year]


Bidder’s Legal Name: [insert full name]
Joint Venture Party Legal Name: [insert full name]
IFB No. [insert number]
Page [insert page number] of [insert total number] page

[The Bidder shall provide the data on the experience of the personnel indicated in Form
PER-1, in the form below:]

Name of Bidder

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 over the last 20 years, in reverse chronological order.
Indicate particular technical and managerial experience relevant to the project.]

Company / Project / Position / Relevant technical and


From To
management experience

Section – IV: Bidding Forms for Technical Bid 40 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Form SUB: Proposed Subcontractors for Major Items of Plant and Installation
Services

A list of major items of Plant and Installation Services is provided below.

The following Subcontractors and/or manufacturers/ technology providers are proposed for
carrying out the item of the facilities indicated. Bidders are free to propose more than one for each
item.

Major Items of Plant and


Proposed Subcontractors/Manufacturers Nationality
Installation Services

Section – IV: Bidding Forms for Technical Bid 41 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Form MAN: Manufacturer's Authorization

[The Bidder shall require the Manufacturer to fill in this Form in accordance with the
instructions indicated. This letter of authorization should be signed by a person with the proper
authority to sign documents that are binding on the Manufacturer.]

Date: [insert date (as day, month and year) of Bid Submission]
IFB No.: [insert number of bidding process]

To: [insert complete name of Purchaser]

WHEREAS

We [insert complete name of Manufacturer or Manufacturer’s authorized agent], who are


official manufacturers of [insert type of goods manufactured], having factories at [insert full
address of Manufacturer’s factories], do hereby authorize [insert complete name of Bidder] to
submit a Bid the purpose of which is to provide the following goods, manufactured by us
[insert name and/or brief description of the goods], and to subsequently negotiate and sign
the Contract.

We hereby extend our full guarantee and warranty in accordance with Clause 11, Defect
Liability, of the General Conditions of Contract, with respect to the goods offered by the above
firm.

Name: [insert complete name of person signing the Bid]

In the capacity of [insert legal capacity of person signing the bid]

Signed: [insert signature of person whose name and capacity are shown above]

Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder]

Dated on ____________ day of __________________, _______ [insert date of signing]

Section – IV: Bidding Forms for Technical Bid 42 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Form SPA: Spare Parts

The bidder shall provide a comprehensive list of spare parts required during the operation and
maintenance period. The bidder’s attention is drawn to the preamble to the price schedules and
requirements therein regarding inclusivity of costs and to the requirement for spares given in the
Employer’s Requirements.

Required Items of Spare Parts Quantity of Spare parts

Section – IV: Bidding Forms for Technical Bid 43 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Bidder’s Qualification (Following Prequalification)

1. Update of Information

In accordance with Section III, Evaluation and Qualification Criteria, Clause 2.1, the Bidder
shall update the information given during the corresponding prequalification exercise to
demonstrate that he continues to meet the criteria used at the time of prequalification using
the following forms included hereunder:

(a) Eligibility
Form ELI - 1: Bidder Information
Form ELI - 2: Bidder’s Party Information

(b) Historical Contract Non-Performance


Form CON 1: Historical Contract Non-Performance
Form CON 2: Pending Litigation
Form CON 3: Litigation History

(c) Financial Situation


Form FIN - 1: Financial Situation
Form FIN - 2: Average Annual Turnover

2. Financial Resources

Bidders shall also provide information on their financial resources, to meet the requirement
in Section III, Evaluation and Qualification Criteria, Clause 2.2, using the following forms:

Form FIR - 1: Financial Resources


Form FIR - 2: Current Contract Commitments
Form FIN - 3: Financial Performance

Section – IV: Bidding Forms for Technical Bid 44 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Form ELI - 1: Bidder Information

Date: [insert day, month, year]


IFB No.: [insert number]
Page [insert page number] of [insert total number] pages

[Bidder shall provide the following information:]

1. Bidder's legal name: [insert full name]

2. In case of a JV, legal name of the representative member and of each member:
[insert full name of each member in the JV and specify the representative/lead member.]

3. Bidder's actual or intended country of registration: [insert country of registration]

4. Bidder's actual or intended year of incorporation: [insert year of incorporation]

5. Bidder's legal address in country of registration: [insert street/ number/ town or city/ country]

6. Bidder's authorized representative information: Name: [insert full name]

Address: [inset street/ number/ town or city/ country]

Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes]

E-mail address: [insert E-mail address]


7. Attached are copies of original documents of
 Articles of Incorporation (or equivalent documents of constitution or association), and/or
documents of registration of the legal entity named above, in accordance with ITB 4.3.
 In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.

8. Included are the organizational chart, a list of Board of Directors, and the beneficial
ownership.

Section – IV: Bidding Forms for Technical Bid 45 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Form ELI - 2: Bidder's Party Information

Date: [insert day, month, year]


IFB No.: [insert number]
Page [insert page number] of [insert total number] pages

[The following form is additional to Form ELI-1, and shall be completed to provide information
relating to each JV member (in case the Applicant is a JV) as well as any specialist subcontractor
proposed to be used by the Applicant for any part of the Contract resulting from this process.]

1. Bidder’s legal name: [insert full name]

2. Bidder's Party legal name: [insert full name of Bidder’s party]

3. Bidder's Party country of registration: [insert country of registration]

4. Bidder’s Party year of incorporation: [insert year of incorporation]

5. Bidder’s Party legal address in country of registration: [insert street/ number/ town or city/
country]

6. Bidder’s Party authorized representative information:


 Name: [insert full name]

 Address: [insert street/ number/ town or city/ country]

 Telephone/Fax numbers: [insert telephone/fax numbers, including country and city


codes]

 E-mail address: [insert E-mail address]


7. Attached are copies of original documents of
 Articles of Incorporation (or equivalent documents of constitution or association), and/or
registration documents of the legal entity named above, in accordance with ITB 4.3.

8. Included are the organizational chart, a list of Board of Directors, and the beneficial
ownership.

Section – IV: Bidding Forms for Technical Bid 46 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Form CON-1: Historical Contract Non-Performance

[The following table shall be filled in for the Bidder and for each member of a JV]

Date: [insert day, month, year]


Bidder’s Legal Name: [insert full name]
Bidder’s Partner Legal Name: [insert full name]
IFB No. [insert number]
Page [insert page number] of [insert total number] pages

1) History of Non-Performing Contracts

Non-Performing Contracts
 Contract non-performance did not occur since 1st January [insert year], in accordance with
the Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor
2.2.1, as appropriate.
 Contract(s) not performed since 1st January [insert year], in accordance with the
Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor
2.2.1, as appropriate, is(are) indicated below:
Total Contract Amount
Non- performed
(current value, currency,
Year portion of Contract Identification
exchange rate and USD
contract
equivalent)
[insert [insert amount Contract Identification: [insert [insert amount]
year] and percentage] complete contract name, number,
and any other identification]

Name of Employer: [insert full


name]
Address of Employer: [insert
street/city/country]

Reason(s) for non-performance:


[indicate main reason (s)]

Section – IV: Bidding Forms for Technical Bid 47 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Form CON-2: Pending Litigation

Pending Litigation
 No pending litigation in accordance with the Prequalification criteria, or Section III,
Evaluation and Qualification Criteria, Sub-Factor 2.2.2, as appropriate.
 Pending litigation in accordance with the Prequalification criteria, or Section III, Evaluation
and Qualification Criteria, Sub-Factor 2.2.2, as appropriate, is indicated below:
Total Contract
Amount (current
Amount in Outcome as
Year of value, currency,
Dispute Percentage Contract Identification
Dispute exchange rate
(Currency) of Net Worth
and USD
equivalent)
[insert [insert amount] [insert Contract Identification: [insert amount]
year] percentage] [indicate complete contract
name, number, and any
other identification]

Name of Employer: [insert


full name]

Address of Employer:
[insert street/city/country]

Matter in dispute: [indicate


main issues in dispute]

Status of dispute: [Indicate


if it is being treated by the
Adjudicator, under
Arbitration or being dealt
with by the Judiciary]

Section – IV: Bidding Forms for Technical Bid 48 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Form CON-3: Litigation History

Litigation History
 No court/arbitral award decisions against the Bidder since 1st January [insert year], in
accordance with the Prequalification criteria, or Section III, Evaluation and Qualification
Criteria, Sub-Factor 2.2.3, as appropriate.
 Court/arbitral award decisions against the Bidder since 1st January [insert year], in
accordance with the Prequalification criteria, or Section III, Evaluation and Qualification
Criteria, Sub-Factor 2.2.3, as appropriate, are indicated below:
Total Contract
Amount (current
Year of
Contract Identification value, currency,
award
exchange rate
USD equivalent)
[insert year] Contract Identification: [indicate complete contract name, [insert amount]
number, and any other identification]

Name of Employer: [insert full name]

Address of Employer: [insert street/city/country]

Matter in dispute: [indicate main issues in dispute]

Party who initiated the dispute: [indicate “Employer” or


“Contractor”]

Status of dispute: [Indicate if it is being treated by the


Adjudicator, under Arbitration or being dealt with by the
Judiciary]

Section – IV: Bidding Forms for Technical Bid 49 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Form FIN - 1: Financial Situation


[The following table shall be filled in for the Bidder and for each member of a JV.]

Date: [insert day, month, year]


Bidder’s Legal Name: [insert full name]
Bidder’s Party Legal Name: [insert full name]
IFB No. [insert number]
Page [insert page number] of [insert total number] page
1) Financial Data

Historic information for previous [insert number]* years


Type of Financial Information
(amount in currency, currency, exchange rate, USD
in (Currency)
equivalent)
Year 1 Year 2 Year 3 Year 4 Year 5

Statement of Financial Position (Information from Balance Sheet)

Total Assets (TA)

Total Liabilities (TL)

Net Worth (NW)

Current Assets (CA)

Current Liabilities (CL)

Information from Income Statement


Total Revenue (TR)

Profits Before Taxes (PBT)

Profits After Taxes (PAT)

2) Financial Documents

The Bidder and its Parties shall provide copies of the financial statements for [number of years]
years pursuant to the Prequalification Criteria or Section III, Evaluation and Qualifications
Criteria, Sub-factor 2.3.1. The financial statements shall:
(a) Reflect the financial situation of the Bidder or in case of JV, of each member, and not of
an affiliated entity (such as parent company or group member).
(b) Be independently audited or certified in accordance with local legislation.
(c) Be complete, including all notes to the financial statements.
(d) Correspond to accounting periods already completed and audited.
 Attached are copies of financial statements1 for the [number of years] years required above;
and complying with the requirements.

1
Refer to Evaluation and Qualification Criteria Section III Clause 2(i) for exchange rates.
* If the most recent set of financial statements is for a period earlier than 12 months from the date
of bid, the reason for this should be justified.

Section – IV: Bidding Forms for Technical Bid 50 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Form FIN - 2: Average Annual Turnover

[The following table shall be filled in for the Bidder and for each member of a JV]

Date: [insert day, month, year]


Bidder’s Legal Name: [insert full name]
Bidder’s Party Legal Name: [insert full name]
IFB No. [insert number]
Page [insert page number] of [insert total number] page

Annual Turnover Data (Construction only)


Year Amount and Currency Exchange rate USD equivalent
[indicate [insert amount and indicate [insert applicable [insert amount in USD
year] currency] exchange rate] equivalent]

Average Annual Construction Turnover*


* Total USD equivalent for all years divided by the total number of years, in accordance with the
Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.3.2, as
appropriate.

Section – IV: Bidding Forms for Technical Bid 51 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Form FIR - 1: Financial Resources

[The following table shall be filled in for the Bidder and for each member of a JV]

Date: [insert day, month, year]


Bidder’s Legal Name: [insert full name]
Bidder’s Partner Legal Name: [insert full name]
IFB No. [insert number]
Page [insert page number] of [insert total number] page

[Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of
credit, and other financial means, net of current commitments, available to meet the total
construction cash flow demands of the subject contract or contracts as specified in Section III :
Evaluation and Qualification Criteria, Sub-Factor 2.2 ( Following Prequalification)]

Financial Resources
No. Source of Financing (Currency) Amount (USD Equivalent)

Section – IV: Bidding Forms for Technical Bid 52 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Form FIR - 2: Current Contract Commitment

[The following table shall be filled in for the Bidder and for each member of a JV]

Date: [insert day, month, year]


Bidder’s Legal Name: [insert full name]
Bidder’s Partner Legal Name: [insert full name]
IFB No. [insert number]
Page [insert page number] of [insert total number] page

[Bidders and each member of a JV should provide information on their current commitments on
all Contracts that have been awarded, or for which a letter of intent or acceptance has been
received, or for Contracts approaching completion, but for which an unqualified, full completion
certificate has yet to be issued, in accordance with Section III, Evaluation and Qualification
Criteria, Clause 2.2 (Following Prequalification)]

Current Contract Commitments


Average Monthly
Employer’s Value of
Estimated Invoicing Over
Contact Outstanding
No. Name of Contract Completion Last Six Months
Address, Work [USD
Date [USD Equivalent
Tel, Fax Equivalent]*
/month)]
1

* Refer to Evaluation and Qualification Criteria Section III Clause 2(i) for exchange rates

Section – IV: Bidding Forms for Technical Bid 53 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Form FIN - 3: Financial Performance

[The following table shall be filled in for the Bidder and for each member of a JV]

Date: [insert day, month, year]


Bidder’s Legal Name: [insert full name]
Bidder’s Party Legal Name: [insert full name]
IFB No. [insert number]
Page [insert page number] of [insert total number] page

To Whom So Ever It May Concern

This is to Certify that our Firm (name of the Bidder) has not currently under any insolvency
Bankruptcy Code (ICB) resolution process at National Company Law Tribunal (NCLT) as on the
date of Submission of the Bid Document.

Duly Signed by the Company Secretary as well as the Authorized Signatory.

Section – IV: Bidding Forms for Technical Bid 54 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Bidder’s Technical Bid

Section – IV: Bidding Forms for Technical Bid 55 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Plant Data Schedules

These schedules shall illustrate the principal plant to be provided by the Bidder.

The Bidder shall include with its Tender Submission full details of any Plant proposed for
its design.

1. Overall Process & Sizes of Civil Works

Sr. Contractor’s
Units
No. Proposal
1.0 Process for STP
1.0.1 Process calculation for all the units envisaged by Bidder
1.0.2 Hydraulic calculations for the entire plant
Total head loss (m) in STP (from water level in Coarse screen inlet
channel of RSPS & from water level in Fine Screen Inlet to water level
in effluent channel of chlorine contact tank or post UV discharge
channel) at peak flow with one unit of each process with multiple units
out of service.
1.0.3 Chemicals and consumable required for the entire plant
1.0.4 Mass balance for the entire plant
1.0.5 Operation activities for the entire plant
Ground improvement and foundation - Design approach and
1.1 methodology with details and calculation to support proposed ground
improvement system, if required and foundation arrangement.
1.2 Diversion Arrangement – Temporary Works
1 Bar Screen Influent Channel
(i) Size of channel, L*B*D (m)
(ii) Size of Pumping main (m)
(iii) No. and size of gated openings
(iv) Max, Average, and Min water levels (m)
(v) No. and size of bar screen channels, No and L*B*D (m)
(vi) No. and size of manual screen channels, No and L*B*D (m)
Raw Sewage Pumping Station with Tapping Arrangement from Main
1.3
Sewer
1 Bar Screen Influent Channel
(i) Size of channel, L*B*D (m)
(ii) Size of gravity main (m)
(iii) No. and size of gated openings
(iv) Max, Average, and Min water levels (m)
(v) No. and size of bar screen channels, No and L*B*D (m)
(vi) No. and size of manual screen channels, No and L*B*D (m)
(vii) Size of the wet well, Diameter*D (m)
(viii) Max, Average, and Min water levels (m) in the wet well
(ix) Size of the pump house, L*B*H (m)
1.4 Sewage Treatment Plant

Section – IV: Bidding Forms for Technical Bid 56 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr. Contractor’s
Units
No. Proposal
1 Receiving Chamber size, L*B*D (m)
2 Bar Screen Influent Channel
(i) Size of channel, L*B*D (m)
(ii) Size of incoming pumping main (m)
(iii) No. and size of gated openings
(iv) Max, Average, and Min water levels (m)
(v) No. and size of bar screen channels, No and L*B*D (m)
(vi) No. and size of manual screen channels, No and L*B*D (m)
3 Grit Basin Distribution Channel
(i) Size of channel L*B*D (m)
(ii) No. and size of gated openings – Screen Effluent
(iii) No. and size of gated openings– Grit Basin Influent
(iv) Max, Average, and Min water levels m)
4 Grit Basins
(i) Size of grit basin influent structure (m)
Grit Basins
(ii)  Number
 Capacity, each MLD
Size, each, L*B*D (m)
(iii) Max, Average, and Min water levels in grit chamber m)
5 Grit Basin Effluent Channel
(i) Size of channel (m)
(ii) No. and size of gated openings
(iii) Max, Average, and Min water levels (m)
(iv) Size of Bypass channel/pipe (m), Material of Construction
6 Primary Clarifier Distribution Structure
 Size of inlet channel
 No. of branches
 Size of each branch, L*B*D (m)
 Size of weir gates (m)
7 Primary clarifiers
 No. of clarifiers
 Capacity, each MLD
 Internal Diameter each (m)
 Side water depth each (m)
 Launder size, W*D (m)
 Bottom floor slope
 Inlet Pipe Diameter (From distribution structure to Centre
column) (mm)
 Centre column diameter (mm)
8 Primary Sludge Pumping Station (If proposed)
 Primary sludge sump size, L*B*D (m)
 Pump station building size, L*B*H (m)

Section – IV: Bidding Forms for Technical Bid 57 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr. Contractor’s
Units
No. Proposal
 All building slab elevations (m)
 Dia. (mm) and length (m) of rising main
Aeration / SBR / MBR / any other biological process Basin Influent
9
Channel
 Size of channel
 No. of distribution branches
 Size of each branch, L*B*D (m)
 No. and size of gated openings (m)
 Size of Bypass channel/pipe (m), Material of Construction
 Max, Average, and Min water levels (m)
10a Aeration Basins (Applies to Non-SBR & MBR STPs only)
 No. of basins
(i)
 Length-to-width ratio for each basin
Anoxic Zones
 No. of zones per basin
 Liquid volume per zone (m3)
 Total anoxic volume per basin (excluding freeboard) (m3)
(ii)
 Total Anoxic liquid volume (m3)
 Anoxic liquid volume as fraction of total liquid volume
 Size of each anoxic zone, L*B*SWD (m)
 Freeboard (m)
Aerobic Zones
 No. of zones per basin
 Liquid volume per zone (m3)
 Total aerobic volume per basin (excluding freeboard) (m3)
(iii)  Total Aerobic liquid volume (m3)
 Aerobic length-to-width ratio for each basin
 Aerobic liquid volume as fraction of total liquid volume
 Size of each aerobic zone, L*B*SWD (m)
 Freeboard (m)
SBR Basins (Applies to SBR STPs only)
 No. of basins
 Size of each SBR Basin, L*B*SWD (m)
 Freeboard (m)
 Max, Average, and Min water levels (m)
10b  Volume per basin at Max water level (m3)
 Total volume at (m3)
o Min water level
o Average water level
o Max water level
 Total volume including freeboard (m3)
10c MBR Basins (Applies to MBR STPs only)
 No. of basins
 Liquid Volume per basin (m3)
 Total volume (m3)
 Length, width, and side-water depth of each basin (m)
 Overall Length and Width for all basins (m)
11 Biological Process Basin Effluent Channel
 Size of channel, L*B*D (m)
No. and size of gated openings and weir gates (m)

Section – IV: Bidding Forms for Technical Bid 58 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr. Contractor’s
Units
No. Proposal
12 Process Air Blower Building/MBR Equipment Building
Inside dimensions of blower/ MBR equipment room (L*B*H) (m)
Inside dimensions of panel room (L*B*H) (m)
Area allocated for loading / unloading (m2)
Height of Building (m)
Secondary clarifier(s) Distribution Structure (wherever applicable)
 No. of branches
13  Size of each branch box L*B*D (m)
 Type of arrangement for equal dist. of flow
 No. and size of gated openings and weir gates (m)
14 Secondary clarifiers (wherever applicable)
 No. of clarifiers
 Capacity, each (MLD)
 Internal Diameter each (m)
 Side water depth each (m)
 Launder size, W*D (m)
 Bottom floor slope
 Diameter of Inlet Pipe (From distribution structure to
Center column) (mm)
 Diameter of center column (mm)
15 Return Activated Sludge Pumping Station
(i) Dia. (mm) and length (m) of rising main for RAS
(ii) Dia. (mm) and length (m) of rising main for WAS
(iii) RAS sump size L*B*D (m)
(iv) Size of RAS Pumps Station Building, L*B*H (m)
(v) All building slab elevations (m)
16 Disinfection Influent Channel
 Size of channel
 No. and size of gated openings and weir gates (m)
 Size of bypass channel/pipe (m), Material of Construction
17 Chlorine Contact Tank(s) / UV
(i) Number of chlorine contact tanks / UV Channels
Liquid volume of each tank (m3) / Liquid volume of each channel
(ii)
(m3)
(iii) Overall dimensions of all tanks / channels, L*B*D (m)
(iv) No. of passes per tank
(v) Pass width (m)
(vi) Max, Average, and Min water depth (m)
(vii) Total length of travel of liquid per tank (m)
(viii) Effective length-to-width ratio
(ix) Chlorination / UV building, L*B*H (m)
18 Tertiary Filtration (if proposed)
(i) Number of Filters
(ii) Filtration Rate with one filter out of service at average design

Section – IV: Bidding Forms for Technical Bid 59 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr. Contractor’s
Units
No. Proposal
flow (l/m2/hr)
Filtration Rate with one filter out of service at peak design flow
(iii)
(l/m2/hr)
(iv) Average loading rate with one filter out of service (g/m2/hr)
(v) Peak solids loading rate with one filter out of service (g/m2/hr)
(vi) Dimensions (m)
(vii) Filter Media
19 UV housing (if proposed)
(i) Inside dimensions of UV housing
20 Treated effluent outfall
(i) Dimensions of the outfall structure, L*B*D (m) / Dia*L (m)
21 Chemical Building
(i) Inside dimensions of alum storage room (m)
(ii) Inside dimensions of alum solution tank room (m)
(iii) Area allocated for loading / unloading (m2)
(iv) Height of Building (m)
22 Sludge Thickener Distribution Structure (if provided)
 Size of inlet chamber (m)
 No. of branches
 Size of each branch, L*B*D (m)
 No. and size of gated openings and weir gates (m)
23 Sludge thickeners / Sludge thickening building
 No. of thickeners and dimensions of each thickener (if
gravity thickener)
 Size of thickening building L*B*H (m)
 Bidder shall provide the details for the Thickener separately for
Primary (If proposed) and Secondary Sludge
 Bidder shall provide detail of civil structure for any other thickener
system, if provided by him
24 Thickened Sludge Pumping Station
(i) Building inside dimensions, L*B*H (m)
(ii) All building slab elevations (m)
(iii) Dia. (mm) and length (m) of rising main
(iv) Thickened sludge sump / hopper dimensions L*B*H (m)
25 Anaerobic Digester with Biogas Holder
 No. of Digesters
 Diameter each (m)
 Bottom floor slope
 Side Water Depth each without allowance for grit and
scum (m)
(i)
 Total Side water depth including allowance for grit and
scum (m)
 Free board (m)
 Depth of conical bottom (m)
 Height of dome (m)

Section – IV: Bidding Forms for Technical Bid 60 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr. Contractor’s
Units
No. Proposal

No. of Biogas Holders

Active gas volume of each Holder (m3)
(ii)

Diameter each (m)

Height each(m)

Digester building dimensions, L*B*H (m)

All building slab elevations (m)
(iii)

Dimensions of all internal areas and spaces within building
(m)
26 Digested Sludge Pumping Station
(i) Building inside dimensions, L*B*H (m)
(ii) All building slab elevations (m)
(iii) Dia. (mm) and length (m) of rising main
(iv) Digested sludge sump / hopper dimensions L*B*H (m)
27 Sludge Dewatering Building
(i) Building inside dimensions, L*B (m)
(ii) Height of Building (m)
(iii) All building slab elevations (m)
(iv) Dimensions of all internal areas and spaces within building (m)
28 Digested Sludge Disposal
The Bidder shall give details of Digested Sludge Treatment
29 Biogas Engine Facility
(i) Building inside dimensions, L*B (m)
(ii) Height of Building (m)
(iii) All building slab elevations (m)
(iv) Dimensions of all internal areas and spaces within building (m)
(v) Biogas scrubber area dimensions, L*B (m)
30 Plant Water Pumping Station
(i) Full dimensions of structure (m)
(ii) All structural slab elevations (m)
(iii) Dia. (mm) and length (m) of rising main
31 Plant Drain Pumping Station
(i) Full dimensions of structure (m)
(ii) All structural slab elevations (m)
(iii) Dia. (mm) and length (m) of rising main
32 Administration cum Laboratory Building
(i) Inside Dimensions of building (m x m)
(ii) Inside Dimensions of office room (m x m)
(iii) Inside Dimensions of SCADA room (m x m)
(iv) Inside Dimensions of laboratory room (m x m)
(v) Inside Dimensions of conference hall (m x m)
(vi) Inside Dimensions of administrative room (m x m)
(vii) Inside Dimensions of store room (m x m)
(viii) Inside Dimensions of Pantry/Kitchen (m x m)

Section – IV: Bidding Forms for Technical Bid 61 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr. Contractor’s
Units
No. Proposal
(ix) Inside Dimensions of Toilet (m x m)
(x) Inside Dimensions of other room if any (m x m)
(xi) Height of Building (m)
33 Maintenance Workshop/ Store room
Inside Dimensions of Maintenance Workshop/Store room
(i)
(m x m)
(ii) Height of Building (m)
Area allocated for transformer yard (m2)
34 Size of Switch Gear room (m x m x m)
35 Area allocated for transformer yard (m2)
No. and Size of MCC rooms (m x m x m)
Width and Height of entrance gate (m) and wicket gate (m) with
36
arrangement for cow guard
37 Size of security shed (m x m x m)
38 Area allocated for green belt (m2)
39 Area allocated for two wheeler and four wheeler parking (m2)
40 Width and length of approach road to site (m)
41 Width and length of roads inside the plant (m)
42 Internal drainage, water supply, and waste water disposal
43 (i) No. and Size of bore/tube well (mm)
(ii) Storm water drain provision (size, length in m)
Water Supply and Sewerage Provision (Yes/No)
 Capacity and size of water storage tank (m3)
(iii)
 Capacity and size of overhead tank (m3)
 Capacity and size of septic tank (if required) (m3)
(iv) Nos. and size of Culverts, road crossing, etc.
44 Miscellaneous
The Bidder shall list here details of any other / additional items
required for a complete installation.
(a)
(b)
(c)
(d)
(e)
(f)
(g)

Note:
1. Sizes of units shall mean Length x Width x Depth/Height as applicable and shall be expressed
in “meters” unless otherwise stated.
2. Bidder shall furnish details in above table and write “NIL” wherever not applicable to the
respective plant depending upon the process.

The Bidder shall summariser the key process parameters in this schedule and shall submit
with his tender.

Section – IV: Bidding Forms for Technical Bid 62 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

1.1 Key Process Parameters


Process Unit Design Parameter
Screens
Bar spacing
De-gritting system
Grit removal efficiency
Primary settlement
Hydraulic retention time (HRT)
Up-flow velocity
Biological treatment
Minimum HRT in selector zone
HRT in anoxic zone
MLSS
F:M ratio
MCRT
Oxygen supplied (BOD)
Oxygen supplied (NH3 – N)
Oxygen transfer SOTE
Aeration tank depth
α factor
Β factor
Secondary settlement
Design basis
Surface overflow rate
(designed on flux theory)
Weir overflow rate
SSVI
Disinfection
Ct
UVt
Sludge thickeners
Thickened sludge concentration
Polymer dose
Anaerobic Digester
HRT
VSS loading
Digested sludge Tank
HRT
Sludge Dewatering
Dewatered cake

Note – All parameters must be justified by the Bidder with a supporting reference.

Section – IV: Bidding Forms for Technical Bid 63 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Section – IV: Bidding Forms for Technical Bid 64 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Technical Data Sheets

Mechanical Data Sheets

Sr.
Description Units Particulars
No.
1 Mechanical Coarse Screen
Make
Model
Quantity (W+S)
Type
Velocity (m/s)
Lean flow
Avg. flow
Peak flow
Water level (m)
Lean flow
Avg. flow
Peak flow
Screen
Capacity peak flow (mld)
Clear Spacing (mm)
Width (mm)
Height (mm)
Side water depth (mm)
Angle of inclination (deg.)
Cross section of the bars
Raking speed (m/min)
Motor rating (kw)
Materials of Construction
Frame, Rake carriage, Screen bars, Fasteners. Canopy
etc.
Head loss during 50% clogged condition
Motor details
Type
Make
Speed
Protection class
In put power supply
2 Manual Bar Screen (Coarse)
Make
Model
Quantity (W+S)
Type

Section – IV: Bidding Forms for Technical Bid 65 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Velocity (m/s)
Lean flow
Avg. flow
Peak flow
Water level (m)
Lean flow
Avg. flow
Peak flow
Screen
Capacity peak flow (mld)
Clear Spacing (mm)
Width (mm)
Height (mm)
Side water depth (mm)
Angle of inclination (deg.)
Cross section of the bars
Raking speed (m/min)
Materials of Construction
Frame, Rake carriage, Screen bars, Fasteners. Canopy
etc.
Head loss during 50% clogged condition
3 Mechanical Medium Screen/Fine screen
Make
Model
Quantity (W+S)
Type
Velocity (m/s)
Lean flow
Avg. flow
Peak flow
Water level (m)
Lean flow
Avg. flow
Peak flow
Screen
Capacity peak flow (mld)
Clear Spacing (mm)
Width (mm)
Height (mm)
Side water depth (mm)
Angle of inclination (deg.)
Cross section of the bars

Section – IV: Bidding Forms for Technical Bid 66 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Raking speed (m/min)
Motor rating (kw)
Materials of Construction
Frame, Rake carriage, Screen bars, Fasteners. Canopy
etc.
Motor details
Type
Make
Speed
Protection class
Input power supply
4 Manual Medium / Fine Screen
Make
Model
Quantity (W+S)
Type
Velocity (m/s)
Lean flow
Avg. flow
Peak flow
Water level (m)
Lean flow
Avg. flow
Peak flow
Capacity peak flow (mld)
Clear Spacing (mm)
Width (mm)
Height (mm)
Side water depth (mm)
Angle of inclination (deg.)
Cross section of the bars
Raking speed (m/min)
Motor rating (kw)
Materials of Construction
Frame, Rake carriage, Screen bars, Fasteners. Canopy
etc.

5 Screw Conveyor System


Type
Make
Model

Section – IV: Bidding Forms for Technical Bid 67 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Quantity
Conveyor length
Material of construction
Screw
U-Shape trough
Trough liner
Inlet chute or Hopper
Outlet chute or Hopper
Speed (rpm)
Motor rating (kw)
Size of screw (mm)
Angle of screw (deg.)
Wash System
Operating Pressure (bar)
Flow Rate (ltrs./sec)
Source for Back Wash
Over all dimensions (L mm x W mm x H mm)
Motor details
Type
Make
Speed
Protection class
Input power supply
6 Belt Conveyor System
Type (Flat/ Trough)
Make
Model
Quantity
Conveyor length (Pulley center to center)
Belt width
Belt thickness
Belt speed (m/s)
Motor rating (kw)
Over all dimensions (L mm x W mm x H mm)
Material of construction (MOC)
Belt
Drive pulley
Driven pulley
Idlers & return rollers.

Section – IV: Bidding Forms for Technical Bid 68 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Gear Box
Gears
Gear box details
Type
Make
Gear box output speed (RPM)
Speed reduction ratio
Motor details
Type
Make
Speed (RPM)
Protection class
Input power supply
7 Compaction and Dewatering
Type
Make
Model
Quantity
MOC
Speed (rpm)
Motor rating (kw)
Control Panel
Make
Over all dimensions (L mm x W mm x H mm)
Degree of protection
8 Portable screen container
Type
Make
Model
Quantity
Volume of each container
Size
9 Submersible pump for Raw sewage / Treated sewage pumping station for Dry well
installation
Location
Type of installation
Type
Make
Model

Section – IV: Bidding Forms for Technical Bid 69 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Quantity (W+S)
Capacity
Head
Solid size can be handled (mm)
Type of impeller
Pump speed
Pump Efficiency %
Motor Efficiency %
Overall efficiency (pump+ Motor) %
Absorbed power (BKW)
Motor Rating (Kw)
VFD operation
Type of seal
Seal Monitoring
Thermal winding protection
Motor housing monitoring
Mechanical seal leakage detection
Bearing temp monitoring
Materials of Construction
Pump casing,
Impeller
Connection chamber (If applicable)
Diffuser / Inlet Diffuser (If applicable)
Propeller hub (If applicable)
Propeller Blades (If applicable)
Shaft
Impeller key & bolt
Wearing ring
Lifting Chain
Lifting Hook
Bearing Bracket
Motor casing
O-ring
Coupling ring
Anchor Bolts, nuts& washers
Shaft seal
Motor
Type
Make

Section – IV: Bidding Forms for Technical Bid 70 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Model
Nominal speed
Protection class
Insulation class
Type of cooling
Coolant temp
Input power supply
10 Submersible pump for Raw sewage / Treated sewage pumping station for wet well
installation
Location
Type of installation
Type
Make
Model
Quantity (W+S)
Capacity
Head
Solid size can be handled (mm)
Type of impeller
Pump speed
Pump Efficiency %
Motor Efficiency %
Overall efficiency (pump+ Motor) %
Absorbed power (BKW)
Motor Rating (Kw)
VFD operation
Minimum submergence required (mm)
Type of seal
Seal Monitoring
Thermal winding protection
Motor housing monitoring
Mechanical seal leakage detection
Bearing temp monitoring
Materials of Construction
Pump casing,
Impeller
Connection chamber (If applicable)
Diffuser / Inlet Diffuser (If applicable)
Propeller hub (If applicable)

Section – IV: Bidding Forms for Technical Bid 71 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Propeller Blades (If applicable)
Shaft
Impeller key & bolt
Wearing ring
Lifting Chain
Lifting Hook
Bearing Bracket
Motor casing
O-ring
Coupling ring
Anchor Bolts, nuts& washers
Shaft seal
Motor
Type
Make
Model
Nominal speed
Protection class
Insulation class
Type of cooling
Coolant temp
Input power supply
11 Grit Removal System
Make
Model
Quantity (W+S)
Type
Design peak flow through each grit chamber
Size each Grit Basins L*B*D (m)
Degree of vortex rotation (270 / 360 deg)
MOC of axial flow propeller, All wetted parts
Absorbed power (Bkw)
Reduction Gear unit
Make
Type
Speed reduction ratio
Gear box output speed (RPM)
Tip speed of mechanism (m/s)
Efficiency of removal

Section – IV: Bidding Forms for Technical Bid 72 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Grit greater than 150 microns in size, (%)
Grit greater than 100 but less than 150 microns in size
(%)
12 Grit Classifier / Washer
Type
Width/diameter of Screw (mm)
Speed of Screw (m/Sec)
Motor rating (kw)
MOC of Screw
Air Lift pump / Turbo Grit Pump (as applicable)
Impellers, volute, shaft, Seal
Motor Rating (kw)
Drive Motor
Type
Make
Speed
Rating
Protection class
Input power supply
13 Primary Clarifier Mechanism
Type
Make
Model
No. of primary clarifier tanks
Size of tank
Bridge Type
Rack Tip Speed (m/sec)
Scrapper sludge loading (kN/m)
Absorbed power (Bkw)
Motor Rating (Kw)
Motor details
Type
Make
Model
Speed
Protection class
Input Power supply
Gear box
Type

Section – IV: Bidding Forms for Technical Bid 73 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Make
Model
Speed reduction ratio
Output speed of Gearbox
Material of construction:
Feed Well
Bridge Superstructure and Walkway
Handrail
Rake Arm
Centre Cage
Rake Blades
V-notch weir
Squeegees
Scum skimmer assembly
Scum Box
Scum Baffle
Gear box
Gears
Fasteners - Under Water & Above Water
Accessories (Torque switch for tripping at overload)
Constant bleed arrangement
Electrically operated gate valve with head stock at
sludge outlet line timer operated.

14 Polymer Dosing System (if applicable)


Pumps
Make
Model
Type
Quantity (W+S)
Capacity max/min
Head
Stroke adjustment
Stroking speed max/min
Other accessories (If any)
Material of Construction
Casing
Diaphragm

Section – IV: Bidding Forms for Technical Bid 74 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Shaft
Liquid contact parts
Motor Details
Motor rating
Motor Make
Protection class
Input power supply
Polyelectrolyte preparation Tank:
Make
Model
Quantity (W+S)
Size (Diameter x Height)
Material of construction of Tank
Agitator
Type
Speed
Impeller Material
Shaft material
Base frame
Gear box
Gears
Motor details
Type
Make
Model
Power rating
Motor speed
Protection class
Input power supply
Gear box details
Type
Make
Model
Speed reduction ratio
Gear box output speed
For Alternate proposal (Continuous Polymer Solution
preparation) of Polymer Dosing System please furnish
the details.
15 Primary Scum Pump

Section – IV: Bidding Forms for Technical Bid 75 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Make
Type
Model
Quantity (W+S)
Capacity
Head
Solid size can be handled
Type of impeller
Pump Speed
Pump Efficiency %
Motor Efficiency %
Overall efficiency (pump+ Motor) %
Absorbed power (Bkw)
Motor Rating (Kw)
Materials of Construction
Casing
Impeller
Shaft
Shaft sleeve (If applicable)
Mechanical Seal
Motor details
Type
Make
Speed
Protection class
Input power supply
16 Mixers in Raw Sludge Sump (Primary clarified sludge+ aerated sludge)
Size of Sump
Volume m3
Mixers Nos
Type
Impeller diameter (mm)
Speed (RPM)
Absorbed power (Bkw)
KW Rating Drive
BKW transferred to Fluid
BKW transferred to Fluid in Watt / M3
Total weight of mixer
Material of Construction

Section – IV: Bidding Forms for Technical Bid 76 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Impeller
Housing /Shaft
Anchor and Mounting bolt, nuts and washers
Lifting arrangement with Guide rail, lifting Chain
Motor details
Type
Make
Speed
Protection class
Input power supply
17 Raw Sludge Pump (Primary clarified sludge+ aerated sludge pump)
Make
Type
Model
Quantity (W+S)
Capacity
Head
Type of impeller
Solid size can be handled
Pump Speed
Pump Efficiency %
Motor Efficiency %
Overall efficiency (pump+ Motor) %
Absorbed power (BKW)
Motor Rating (Kw)
Weight of pump
Weight of Motor
Maximum lifting weight
Materials of Construction
Casing
Impeller
Wearing rings
Casing rings
Shaft
Shaft sleeves
Shaft Seal
Base plate (If applicable)
Anchor and Mounting bolt, nuts and washers
Motor details

Section – IV: Bidding Forms for Technical Bid 77 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Type
Make
Speed
Protection class
Input power supply
Bio Reactor
18 Submersible Mixers (for each type zone as applicable)
No of Reactor
Reactor Volume m3
Nos of Mixers per reactor
Type
Impeller diameter (mm)
Speed (RPM)
KW Rating Drive
Protection class
BKW transferred to Fluid
BKW transferred to Fluid in Watt / M3

Material of construction
Impeller
Body/ shaft
Anchor and mounting bolts, nuts and washer
Lifting arrangement with Guide rail, lifting Chain
Motor details
Type
Make
Model
Speed
Protection class
Input power supply
19 Mixers in Anoxic Zone (if applicable)
No of Reactor
Reactor Volume m3
Nos of Mixers per reactor
Type
Impeller diameter (mm)
Speed (RPM)
KW Rating Drive
BKW transferred to Fluid

Section – IV: Bidding Forms for Technical Bid 78 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
BKW transferred to Fluid in Watt / M3
Material of construction
Impeller
Body/ shaft
Anchor & mounting bolt, nut &washers
Lifting arrangement with Guide rail, lifting Chain
Motor details
Type
Make
Model
Speed
Protection class
Input power supply
Diffuser
Make
Model
Type
Material of construction of Diffuser
Diffuser OD x Length
Design Air-Flow per Aeration
(Maximum/Average)
Quantity per Aeration Basin
Total Quantity in Aeration Basin
Weight per Diffuser
Design air flow per diffuser
Efficiency per diffuser
Oxygenation capacity
20 Diffuser Membrane
Type-self-cleaning (Yes/No)
Membrane Material
Means of attachment
Membrane OD X Length (mm x mm)
Pore size (Average) mm
No. of Pores per length of Diffuser (Nos./m)
Bubble size (Avg) (mm)
Materials of Construction
Diffuser Tube
Membrane
Pipe clamps & Hardware

Section – IV: Bidding Forms for Technical Bid 79 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Air grid pipe line & Size
Coupling Type
Performance
SOTE Oxygen transfer rate Clear water Field
Zone of influence (m)
Zone of oxygenation (m)
Depth of mixing (m)
Velocity thro’ the Diffuser (m/Sec)
Diffuser Head loss & Efficiency V/s Submergence
Curve attached
Diffuser Grid Drawing arrangement details attached
21 Alum Dosing System (if applicable)
Pumps
Make
Type
Quantity (W+S)
Model
Capacity max/min
Head
Stroke adjustment
Stroking speed max/min
Motor rating
Material of construction
Casing
Diaphragm
Shaft
Liquid contact part (Other than above mentioned parts)
material
Motor details
Type
Make
Speed
Protection class
Input power supply
22 Process Air Blowers
Make
Type
Model
Quantity (W+S)

Section – IV: Bidding Forms for Technical Bid 80 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Average Air Requirement Nm3/Hr
Peak Air Requirement Nm3/Hr
Capacity of each blower Provided Nm3/Hr
Design maximum discharge pressure (mWC)
Blower Efficiency (%)
Motor Efficiency (%)
Overall Efficiency (%)
Blower Speed (RPM)
Absorbed power(Bkw)
Motor rating(Kw)
Type of bearing
Drive arrangement type (Blower to motor connection)
Noise level at Duty Point in dB(A) at 1.86 m from the
unit dB(A)
Vibration (mm/sec)
Noise level with Acoustic Hood, dB(A)
Noise level without Acoustic Hood, dB(A)
Weight of the Blower (Kg)
Weight of the motor (Kg)
Maximum lifting weight (Kg)
Dimensions (L x W x H) (mm x mm x mm)
Coupling Type,
Coupling Make
Cooling System
Motor Details
Type
Make
Speed (RPM)
Protection class
Input power supply
Material of Construction:
Casing
Impeller
Shaft
Common Base frame
Pulley
Belt type & Material of construction
Acoustic Hood:
Type

Section – IV: Bidding Forms for Technical Bid 81 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Material of Construction
Inlet/Outlet Silencer
Type
Make
Filter media
Mean air velocity (m/s)
23 MLR Pumps
Make
Type
Quantity (W+S)
Capacity
Head
Type of impeller
Speed
Pump Efficiency %
Motor Efficiency %
Overall efficiency (pump+ Motor) %
Absorbed power (BKW)
Motor Rating (Kw)
VFD operation
Materials of Construction
Pump casing,
Impeller
Connection chamber
Diffuser / Inlet Diffuser
Propeller hub
Propeller Blades
Shaft
Impeller key & bolt
Wearing ring
Chain
Lifting Hook
Bearing Bracket
Motor casing
O-ring
Coupling ring
Bolts, nuts
Shaft seal
Type of seal

Section – IV: Bidding Forms for Technical Bid 82 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Seal Monitoring
Thermal winding protection
Motor housing monitoring
Mechanical seal leakage detection
Bearing temp monitoring
Motor
Type
Nominal speed
Degree of protection
Insulation class
Type of cooling
Coolant temp
Input put power supply
24 Decanting Mechanism for Aeration Tank/SBR
Decanting rate of treated sewage
Type
Make
Model
Speed
Decanting Capacity of each decanter
No. of Decanters per basin
Operating hrs. of each Decanters
Motor Rating
No. of Decanters with VFD operation
Motor
Type
Speed
Protection class
Input power supply
Material of construction
25 Secondary Clarifier Mechanism (If applicable)
Type
Make
Model
No. of primary clarifier tanks
Size of tank
Bridge Type
Rack Tip Speed (m/sec)
Scrapper sludge loading (kN/m)

Section – IV: Bidding Forms for Technical Bid 83 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Absorbed power (Bkw)
Motor Rating (Kw)
Motor details
Type
Make
Model
Speed
Protection class
Input Power supply
Gear box
Type
Make
Model
Speed reduction ratio
Output speed of Gearbox
Material of Construction:
Feed Well
Bridge Superstructure and Walkway
Handrail
Rake Arm
Centre Cage
Rake Blades
V-notch weir
Squeegees
Scum skimmer assembly
Scum Box
Scum Baffle
Gear box
Gears
Fasteners - Under Water & Above Water
Accessories (Torque switch for tripping at overload)
Constant bleed arrangement
Electrically operated gate valve with head stock at
sludge outlet line timer operated.
26 Mixers in Return Activated Sludge (RAS) Sump
Size of Sump
Volume m3
Mixers Nos
Type

Section – IV: Bidding Forms for Technical Bid 84 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Impeller diameter (mm)
Speed (RPM)
KW Rating Drive
Protection class
BKW transferred to Fluid
BKW transferred to Fluid in Watt / M3

Material of construction
Impeller
Body/shaft
Anchor and Mounting bolt, nuts and washers
Lifting arrangement with Guide rail, lifting Chain
Motor details
Type
Make
Model
Protection class
Input power supply
27 Return Sludge Pump
Make
Type
Model
Quantity(W+S)
Capacity
Head
Solid size can be handled
Type of impeller
Pump Speed
Pump Efficiency %
Motor Efficiency %
Overall efficiency (pump+ Motor) %
Absorbed power (BKW)
Motor Rating (Kw)
Materials of Construction
Casing
Impeller
Wearing rings
Casing rings
Shaft

Section – IV: Bidding Forms for Technical Bid 85 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Shaft sleeves
Shaft Seal
Base plate
Anchor and Mounting bolt, nuts and washers
Lifting arrangement with Guide rail, lifting Chain
28 Secondary Scum Pump
Make
Type
Model
Quantity (W+S)
Capacity
Head
Type of impeller
Solid size can be handled
Pump Speed
Pump Efficiency %
Motor Efficiency %
Overall efficiency (pump+ Motor) %
Absorbed power (Bkw)
Motor Rating (Kw)
Materials of Construction
Casing
Impeller
Shaft
Shaft sleeve (If applicable)
Mechanical Seal
Anchor and Mounting bolt, nuts and washers
29 Excess Sludge Pump
Make
Type
Quantity (W+S)
Capacity
Head
Solid size can be handled
Type of impeller
Pump Speed
Pump Efficiency %
Motor Efficiency %
Overall efficiency (pump+ Motor) %

Section – IV: Bidding Forms for Technical Bid 86 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Absorbed power (BKW)
Motor Rating (Kw)

Materials of Construction
Casing
Impeller
Wearing rings
Casing rings
Shaft
Shaft sleeves
Shaft Seal
Anchor and Mounting bolt, nuts and washers
Base plate (If applicable)
30 Tertiary Filtration System (if applicable)
Type
Make
Quantity (W+S)
Capacity
MOC of Filtration Media
Dimension of Filters
Cleaning / Backwashing of Filters
(Describe cleaning / backwashing System)
Filter Drive KW
31 Chlorination System
Type
Make
Quantity (W+S)
Automatic Changeover Device
Chlorinator
Type
Make
Model
Quantity (W+S)
Max capacity (kg/hr)
Min Capacity (kg/hr)
Accuracy as a percent of actual rate in the operating
range (±%)
Type of mounting
Details of Instruments mounted

Section – IV: Bidding Forms for Technical Bid 87 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Cabinet Material

Evaporator
Make
Type
Quantity (W+S)
Model
Max capacity (kg/hr)
Min Capacity (kg/hr)
Material of construction
Chlorine load Cell (weighing scale)
Make
Type
Model
Range
Quantity (W+S)
Chlorine leak detector
Make
Type
Model
Range
Quantity (W+S)
Location
Adjustable range of Alarm
Chlorine Tonners and Roller supports
Make
Type
Quantity (W+S)
Chlorine tonners (Online + Storage)
Roller supports
Tonner capacity
Material of construction of chlorine tonner and
Roller’s supports
Body
Rollers
Bush
Booster Pump set
Make
Model

Section – IV: Bidding Forms for Technical Bid 88 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Type
Type of impeller
Quantity (W+S)
Capacity (cum/hr)
Total head
Speed
Pump Efficiency (%)
Motor Efficiency %
Overall efficiency (pump+ Motor) %
Absorbed power (BKW)
Motor Rating (Kw)
Materials of Construction of Booster pump set
Casing
Impeller
Shaft
MOC of Liquid Chlorine Pipe work, valves and
fittings:
Pipe
Fittings
Valves
Type
Body
Shaft
Plug/Disc/Diaphragm
MOC of Gas Chlorine Pipe work, valves and fittings:
Pipe
Fittings
Valves
Type
Quantity
Body
Shaft
Plug/Disc/Diaphragm
Tonner lifting Beam with Hooks
Make
Quantity (W+S)
Material of construction
Chlorine Tonner weighing equipment
Make

Section – IV: Bidding Forms for Technical Bid 89 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Type
Quantity (W+S)
Range
Accuracy
Accessories
Confirm to provide Chlorine Gas Neutralization System
as per specification.
Confirm to provide Chlorine Gas Leak Detection
System as per specification.
Confirm to provide Emergency Ventilation System as
per specification.
Confirm to provide Safety Equipment as per
specification.
32 De-Chlorination System (if applicable)
Pump
Make
Type
Quantity (W+S)
Capacity max/min
Head
Stroke adjustment
Stroking speed max/min
Casing material
Diaphragm material
Shaft material
Motor rating :
Pump overall Efficiency
Chemical preparation Tank:
Make :
Model :
Quantity (W+S) :
Size (Diameter x Height) :
Material of construction of tank :
Agitator
Type :
Make
Motor rating :
Motor speed :
Impeller material :
Shaft material :

Section – IV: Bidding Forms for Technical Bid 90 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
33 Treated Effluent Reuse Pumps
Make :
Type :
Model
Quantity(W+S)
Capacity :
Head :
Solid size can be handled
Type of impeller
Speed :
Pump Efficiency % :
Motor Efficiency % :
Overall efficiency (pump+ Motor) % :
Absorbed power (Bkw) :
Motor Rating (Kw) :
Materials of Construction of pump
Casing :
Impeller :
Shaft :
Shaft sleeve
Mechanical Seal :
Motor details
Type
Make
Model
Speed
Protection class
Input supply
34 Gravity Sludge Thickener-Mechanism
No. of Sludge thickener tanks :
Size of tank
Mechanism Type
Make
Model
Bridge Type
Rack Tip Speed (m/sec)
Scrapper sludge loading (kN/m)
Absorbed power (Bkw)
Motor Rating (Kw)

Section – IV: Bidding Forms for Technical Bid 91 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Motor details
Make
Speed
Protection class
Input power supply
Gear box
Type
Make
Model
Speed reduction ration
Gear box output speed
Material of construction:
Feed Well
Bridge Superstructure and Walkway
Handrail
Rake Arm
Centre Cage
Rake Blades
V-notch weir
Squeegees
Fasteners - Under Water & Above Water
Accessories (Torque switch for tripping at overload)
Gear box
Gears
35 Mechanical Sludge Thickener
Type :
Make
Model
Quantity (W+S) :
Capacity :
Drum Speed
Motor speed
Solid recovery (%)
Absorbed power (Bkw)
Motor Rating (Kw)
Empty weight of thickener
Empty weight of Motor
Total weight (Thickener + Motor)
Weight of heaviest part to be lifted

Section – IV: Bidding Forms for Technical Bid 92 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Over all dimension of Equipment
Material of construction
Wetted parts
Non-wetted parts
Perforated screen / Filter cloth
Bearing
Skid/Frame
Motor details
Type
Make
Model
Protection class
Input power supply
Over all dimension of thickener :
36 Mixers in Thickened Sludge Hopper Tank
Size of Tank :
Volume m3 :
Mixer Type :
Qty
Impeller diameter (mm)
Mixer Speed (RPM)
Absorbed power (Bkw)
Motor Rating (Kw)
Motor details
Type
Make
Model
Speed
Protection class
Input power supply

Gear box details


Type
Make
Model
Speed reduction ratio
Output speed of Gear box
Material of construction :
Impeller

Section – IV: Bidding Forms for Technical Bid 93 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Shaft
Mounting frame or plate
Mounting bolt, nut & washer
Gear box
Gears
37 Thickened Sludge Pump
Type
Make :
Model :
Quantity (W+S) :
Capacity (cum/hr) :
Head (mlc) :
Max. solid size (mm)
Pump Efficiency %
Motor Efficiency %
Overall efficiency (pump+ Motor) % :
Pump Speed (RPM) :
Absorbed power (BKW) :
Motor rating (Kw)
Empty weight of pump
Weight of motor
Total weight of equipment (Pump +Motor)
Maximum weight of single part to be lifted
Overall size of equipment
Motor details
Type
Make :
Model
Speed
Protection class
Input power supply
Material of Construction
Casing :
Rotor :
Stator :
Line shaft :
Sealing :
Base Plate :
Foundation bolt, nut & washers

Section – IV: Bidding Forms for Technical Bid 94 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
38 Digesters
No. of units :
MOC for digester body :
MOC for digester dome :
Mixing arrangement :
MOC of gas purging tube :
Accessories :
Digester mixing System
Type :
Nos. :
Detail of System :
MOC :
Details of Gas Mixing system shall be enclosed along :
with the offer
39 Digester Gas Mixing Compressors
Make :
Type :
Quantity (W+S) :
Capacity at NTP :
Head :
Efficiency :
Rated Speed :
Absorbed power (Bkw) :
Motor rating (Kw) :
Noise level at Duty Point in dB(A) at 1.86 m from the :
unit
Vibration :
Noise level With Acoustic Hood :
Noise level Without Acoustic Hood :
Accessories :
Safety Device :
Motor details
Type
Make
Speed
Motor protection class
Input power supply
Material of Construction
Casing :

Section – IV: Bidding Forms for Technical Bid 95 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Impeller/Lobes :
Shaft :
Common Base frame :
Orientation :
40 Acoustics Hood:
Type :
Material of Construction :
Weight of compressor :
Weight of Motor
Maximum lifting weight :
Dimensions (L x W x H) :
Coupling Type :
Make :
Outlet silencer
Type :
Make :
Filter media :
Mean air velocity :
41 Digester Sludge Heating System - Heat Exchangers
Type :
Make
Quantity (W+S) :
Heat Exchange capacity (Kcal/hr) :
Total area of Exchange (Sqm) :
Heat exchanger Efficiency
Hot Fluid Flow rate :
Cold Fluid flow rate
Hot fluid inlet parameter
Cold fluid inlet parameter
Service Pressure :
Connection size and rating (mm/bar) :
Water Quality :
Tube / Plate Thickness
Material of Construction
Tubes (Inside/Outside) or Plate :
Support Skid :
Insulation :
Type :
Protection :

Section – IV: Bidding Forms for Technical Bid 96 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Skin Temperature :
Material of construction of the insulation
Details of sludge heating system shall be enclosed :
along with the offer
42 Digester Heat Exchanger Sludge Circulation Pump
Type :
Make :
Model
Quantity (W+S) :
Capacity :
Head :
Max. Solid size
Type of Impeller
Impeller diameter
Pump speed
Pump Efficiency %
Motor Efficiency %
Overall efficiency (pump+ Motor) %
Power absorbed :
Motor rating :
Material of Construction: :
Casing :
Impeller :
Shaft
Sealing :
Base Plate :
Motor Details :
Type :
Make
Speed
Protection class
Input power supply :
43 Heat Exchanger – Hot Water Circulation Pumps
Type :
Make
Model :
Quantity (W+S) :
Capacity (cum/hr) :
Head (mlc) :

Section – IV: Bidding Forms for Technical Bid 97 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Max. Solid size
Type of Impeller
Impeller diameter
Pump speed
Pump Efficiency %
Motor Efficiency %
Overall efficiency (pump+ Motor) %
Power absorbed (Bkw)
Motor Rating (Kw)
Material of Construction: :
Casing :
Impeller :
Shaft :
Mechanical seal :
Base plate :
Motor Details
Type :
Make :
Model :
Speed :
Protection class
Input power supply

44 Mixers in Digested Sludge Holding Tank


Size of Tank :
Volume m3 :
Mixing Type :
Mixers Nos :
Impeller diameter (mm) :
Impeller Speed (RPM) :
Absorbed power (Bkw)
KW Rating Drive :
BKW transferred to Fluid :
BKW transferred to Fluid in Watt / M3 :
Material of Construction
Impeller
Shaft/ body
Lifting arrangement with Guide rail,
Gear box (If applicable)

Section – IV: Bidding Forms for Technical Bid 98 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Gears (If applicable)
Motor Details
Make :
Model
Speed
Protection class
Input power supply
Gear Box Details (If applicable)
Type
Make
Model
Speed reduction ratio
Gas Holder
No. of units :
Type :
Capacity :
Size :
MOC for Gas Holder dome Structure :
Accessories :
45 Biogas Scrubber System
Type :
Make :
Capacity :
Quantity (W+S) :
Material of Construction
Scrubber
Scrubber internal
Gas distribution tray
Spray nozzle
Packing material
Bio reactor internal
Scrubber
Type
Make
Model
Capacity
Size
Settling Tank
Type

Section – IV: Bidding Forms for Technical Bid 99 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Make
Capacity
Size
Material of construction
Caustic Tank
Type
Make
Capacity
Size
Material of construction
Nutrient Tank
Type
Make
Capacity
Size
Material of construction
Bio Reactor
Type
Make
Capacity
Material of construction
46 Bio-Gas Blowers:
Make :
Type :
Capacity :
Discharge Pressure :
Efficiency :
Blower speed :
Absorbed power (Bkw) :
Motor rating :
Noise level at Duty Point in dB(A) at 1.86 m :
Noise level with acoustic Hood in dB(A)
Noise level without acoustic Hood in dB(A)
Vibration(mm/s) :
Other accessories
Weight of Blower
Weight of Motor
Maximum lifting weight
Over all Dimensions (Length x width x Height )

Section – IV: Bidding Forms for Technical Bid 100 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Coupling Type
Acoustics Hood type and thickness
Material of Construction
Casing :
Impeller/Lobes :
Shaft :
Common Base frame :
Other accessories
Acoustics Hood: :
Motor Details :
Type :
Make :
Model :
Protection class
Input power supply :
Scrubber Pumps :
Make :
Type :
Quantity (W+S) :
Capacity :
Head :
Material of Construction: :
Body :
Impeller :
Shaft :
Base Frame :
Motor details for Scrubber Pumps :
Type
Make
Model
Protection class
Input power supply
47 Biogas Flare
Make :
Model :
Type :
Capacity :
Quantity (W+S) :
Height :

Section – IV: Bidding Forms for Technical Bid 101 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Diameter :
Material of Construction: :
Frame :
Flame Tube :
Combustion Chamber :
Injector Plate & Orifice/ Wind Shield/ Element/ Moisture :
Trap
48 Centrifuge Feed Pump
Make
Type
Model
Quantity (W+S)
Capacity (cum/hr)
Head (mlc)
Max. solid size (mm)
Pump Efficiency (%)
Motor Efficiency (%)
Overall Efficiency (%)
Pump Speed (RPM)
Absorbed power (BKW)
Motor rating (Kw)
Weight of the Pump (Kg)
Weight of the motor (Kg)
Maximum lifting weight (Kg)
Overall Dimensions (L x W x H) (mm x mm x mm)
Material of Construction
Casing
Rotor
Stator
Line shaft
Sealing
Base Plate
Motor Details
Type
Make
Speed
Protection class
Input power supply
49 Centrifuge

Section – IV: Bidding Forms for Technical Bid 102 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Make :
Type :
Model :
Quantity (W+S) (nos.) :
Feed rate per centrifuge (cum/hr) :
Mass feed rate :
% dried solids :
Noise level (dBA) at 1m distance from the machine, :
dB(A)
Vibration level :
Bowl Diameter (mm) :
Bowl length (mm) :
Taper Angle (degree) :
Bowl speed (RPM) :
Centrifugal force (kgf) :
Overall Dimension (mm) :
Weight (Centrifuge + Motor) (Kgs) :
Protection of centrifuge :
Material of Construction:
Bowl :
Scroll :
Blade :
Scroll lead face protection :
Casing-Upper & Lower :
Foundation bolt, nut and washers
Antivibration pad
Wear protection :
Gear box
Gears
Motor: - Main Drive :
Type
Make
Model
Absorbed power (BKW)
Motor rating (Main Drive) :
Speed :
Protection class :
Input power supply
Motor - Back drive :

Section – IV: Bidding Forms for Technical Bid 103 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Type
Make
Model
Absorbed power (BKW)
Motor rating :
Speed :
Protection class
Input power supply :
Gear Box Details
Type
Make
Model
Type of Gears
Gear Box ratio
50 Filter Press
Type :
Make
Model :
Quantity (W+S) (nos.) :
Feed rate per filter press (cum/hr) :
Mass feed rate :
Solid recovery (%)
Operating pressure
Type of Drive system for filter press- For automatic
operating
Hand operated hydraulic jack for manual operation
No. of chamber per filter press
Plate size (mm)
Number of plates :
Sludge Cake size
Cake holding capacity per frame
Noise level (dBA) at 1m distance from the machine, :
dB(A)
Vibration level :
Overall Dimension (mm) :
Weight of filter press
Total Weight (Press+ drive system) (Kgs) :
Maximum lifting weight (Kg)
Material of Construction for Plate Filter Press:

Section – IV: Bidding Forms for Technical Bid 104 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Plate :
Frame :
Filter Cloth (filter media) :
Foundation and mounting bolt, nut and washers :
Cloth Washing Pump
Type
Make
Model
Capacity
Head
Absorbed power (BKW)
Motor rating
MOC of casing, impeller, shaft, other wetted parts and
non-wetted parts
Motor for Cloth Washing Pump
Type
Make
Model
Speed :
Protection class :
Input power supply
Hydraulic Actuated Closure System for Filter Press
Hydraulic cylinder details
Operating pressure of hydraulic power pack
Type of liquid to be handled
Hydraulic oil receiver
Material of Construction
Hydraulic cylinder& piston
Oil filter
Oil receiver
Valves
Inter connecting pipe
Foundation/mounting bolt, nut and washers.
Pumps for Hydraulic System
Type
Make
Model
Qty (W+S)
Capacity

Section – IV: Bidding Forms for Technical Bid 105 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Head
Speed
Absorbed BKW
Motor rating (KW)
MOC of casing, impeller, shaft, other wetted parts and
non-wetted parts
Motor Detail :
Type
Make
Model
Speed
Protection class :
Input power supply :
51 Polymer Dosing System
Pumps :
Make :
Type :
Model
Quantity (W+S) :
Capacity max/min :
Head :
Stroke adjustment :
Stroking speed max/min :
Overall Efficiency (pump with motor) (%)
Absorbed power(Bkw)
Motor rating
Material of Construction
Casing material :
Diaphragm material :
Shaft material :
Liquid contact part (Other than above mentioned parts)
material
Motor Details
Type
Make
Speed
Protection class :
Input power supply :
52 Polyelectrolyte Preparation Tank:

Section – IV: Bidding Forms for Technical Bid 106 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Make :
Model :
Quantity (W+S) :
Size (Diameter x Height) :
Material of construction :
Agitator Details
Type
Make :
Model
Speed
Absorbed power(Bkw)
Motor rating
Impeller material :
Shaft material :
Motor Details
Type
Make
Model
Speed
Protection class :
Input power supply :
Gear Box Details
Type
Make
Model
Type of Gears
Gear Box ratio
Gear box output speed
For Alternate proposal (Continuous Polymer Solution :
preparation) of Polymer Dosing System please furnish
the details.
53 Filtrate/Centrate Pumps
Make :
Type :
Model
Quantity :
Capacity :
Type of impeller
Head :

Section – IV: Bidding Forms for Technical Bid 107 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Speed :
Pump Efficiency % :
Motor Efficiency % :
Overall efficiency (pump+ Motor) % :
Absorbed power (Bkw) :
Motor Rating (Kw) :
Materials of Construction
Casing :
Impeller :
Shaft :
Mechanical Seal :
Base frame
Foundation bolt, nut and washer
Motor Details
Type
Make
Model
Speed
Protection class
Input power supply
54 Fire Fighting Pumps
Type
Make
Model
No. of pumps :
Capacity
Head
Type of impeller
Pump Speed
Pump Efficiency %
Motor Efficiency %
Overall efficiency (pump+ Motor) %
Absorbed power (BKW)
Motor Rating (Kw)
Noise level at Duty Point in dB(A) at 1.86 m from the
unit dB(A
Vibration (mm/sec)
Weight of the Pump (Kg)
Weight of the motor (Kg)

Section – IV: Bidding Forms for Technical Bid 108 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Maximum lifting weight (Kg)
Coupling Type,
Coupling Make
Cooling System
Dimensions (L x W x H) (mm x mm x mm)
Material of Construction
Casing :
Impeller :
Wearing rings :
Casing rings :
Shaft
Shaft sleeves
Shaft Seal
Base plate
Foundation bolt, nut and washers
Motor Detail :
Type
Make
Model
Speed (RPM)
Protection class
Input power supply
Details of Fire Fighting system shall be enclosed along :
with the offer
55 Sludge Drying Bed
No. of beds :
Size of each bed :
Media details :
Under drain details :
56 HOT, EOT Crane at following location of suitable Capacity
EOT Crane for Raw sewage pumping station :
EOT Crane for Raw sludge pumping station
EOT Crane for Process Air Blower Building :
EOT Crane for Return Sludge pumping station :
EOT Crane for Chlorinator room :
EOT Crane for Chlorinator tonner storage building
EOT Crane for Digester Control Building :
EOT Crane for Centrifuge feed pump house :
EOT Crane for Centrifuge building :

Section – IV: Bidding Forms for Technical Bid 109 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
EOT Crane for bio scrubber building
EOT Crane for Power Generation Building :
EOT Crane for Fire Fighting Pump House :
57 Gates
Make :
Model :
Quantity (W+S) :
Service :
Type :
Spindle Type :
Size :
Weight :
Seating Head :
Unseating Head :
Material of Construction:
Wall Thimble :
Gate :
Frame :
Spindle :
Stem coupling :
Seating face :
Wedge :
Headstock :
Gear House cover & stem guide :
Lift Nut :
Fasteners & Anchors :
Lifting mechanism, Gear House & stem guide :
Type of operation
Gate Actuators
Make :
Type :
Model :
Service :
Number :
Motor Rating (Kw) :
Motor Details
Type
Make
Model

Section – IV: Bidding Forms for Technical Bid 110 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Speed (RPM) :
Protection
Input power supply :
58 Butterfly Valves
Make :
Type :
Model :
Service :
Quantity (W+S) :
Size :
Rating :
Test pressure :
Type of operation
Flange Drilling standard
Material of Construction:
Body :
Disc/Plate :
Seat ring/Boss :
Shaft :
Fasteners
Gear Reducers
Type
Make
Material :
Valve Actuators :
Type
Make
Model
Service
Number
Motor rating
Design Torque
Time for full open to full close
Motor Details
Type :
Make :
Model
Speed
Protection class

Section – IV: Bidding Forms for Technical Bid 111 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Input power supply
59 Sluice Valves
Make :
Type :
Model :
Service :
Number :
Size :
Rating :
Test pressure :
Flange Drilling standard
Material of Construction:
Body :
Gate :
Seat face :
Shaft :
Gear Reducers
Make :
Material :
Sluice Valve Actuators
Make :
Type :
Number :
Motor rating :
Design Torque :
Time for full open to full close :
Motor Details
Type
Make
Model
Protection class
Input power supply
60 Knife Edge Gate valves
Make :
Type :
Model :
Service :
Number :
Size :

Section – IV: Bidding Forms for Technical Bid 112 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Rating :
Test pressure :
Flange Drilling standard
Material of Construction
Body :
Knife gate/ Plate :
Stem / Shaft
Seat ring /Boss :
Gland housing :
Gear Reducers: :
Gland Packing
Gear Reducers :
Type
Make
Model
Knife Gate Valve Actuators
Make :
Type :
Number :
Motor rating :
Design Torque :
Time for full open to full close :
Motor Details
Type
Make
Model
Protection class
Input power supply
61 Non-Return Valves
Make :
Type :
Model :
Service :
Quantity (W+S) :
Size :
Rating :
Test Pressure :
Design standard :
Flange drilling standard :

Section – IV: Bidding Forms for Technical Bid 113 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Material of Construction:
Body :
Cover :
Disc/plates/Door
Spring :
Seat ring :
Bearing bush
Fastener
62 Plug Valves
Make :
Type :
Model :
Service :
Quantity (W+S) :
Size :
Rating
Test pressure
Flange drilling standard
Material of Construction
Body
Plug
Gland
Gland packing
63 Kinetic Air Valves
Type :
Make
Model
Service :
Quantity (W+S) :
Size :
Rating
Test pressure
Isolating sluice valve to be provided
Flange drilling standard
Material of Construction
Body
Ball for Low Pressure chamber
Low. Pressure seating ring
Low pressure cover

Section – IV: Bidding Forms for Technical Bid 114 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
Ball for High Pressure chamber
High Pressure cover
High Pressure orifice cover and plug
Cowl
Bolts and Nuts
64 Pipes & Specials Detailed List Required

Note: Pump data sheet & performance curve should be enclosed along with the offer.

Sr.
Description Units Particulars
No.
65 Bio Gas Engine System
A Engine
1 Type
2 Make
3 Model
4 Service
5 Quantity (W+S)
6 Cycle / Stroke
7 Piston displacement (Ltrs)
8 Bore x Stroke x Length
9 Mean Piston Speed
10 Compression ratio
11 Mean effective pressure at standard power & Nominal
speed.
12 Shaft power
13 BMEP
a Turbocharger after cooled
b Intercooler Capacity
c Turbocharger Strainer Capacity
14 Type of Starting
Pneumatic Starter Motor
Air compressor driven source
Starting Compressor capacity
Air reservoir Capacity and Pressure
Battery Charger & Capacity
Engine Electric Starter Motor
Electric starter motor voltage
Electric starter motor output power

Section – IV: Bidding Forms for Technical Bid 115 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
15 Engine barring gear arrangement provided for Manual
Turning
16 Engine Driven Jacket Water Pump Capacity
17 Engine Driven Lub Oil Pump Capacity
18 Lub Oil Sump Capacity
19 Pre Lub oil pump capacity
20 Oil cooler inlet temp
21 Oil cooler outlet temp
22 Bulk sewage gas storage capacity
23 Type and Model of Electronic Governor
24 Coupling between Engine and alternator
25 No. of Cylinder
26 Arrangement of Cylinder(Inline/Vee)
27 Exhaust Expansion bellow (Provided / Not Provided)
28 Speed of Engine (RPM)
29 Cooling water temperature at engine inlet
30 Cooling Water Temp at Engine outlet
31 Specific Consumption in case of gas operation at 80%
sewage gas at
a 100% load
b 75% load
c 50% load
32 Specific Consumption in case of gas operation at 60%
sewage gas at
100% load
75% load
50% load
33 Thermal efficiency
34 Electrical efficiency
35 Over all efficiency
36 Empty Weight of Bio gas engine
37 Overall size of Bio gas engine
38 Noise level at Duty Point in dB(A) at 1.86 m from the
unit without Acoustic hood
B Alternator (Generator)
1 Type
2 Make
3 Model
4 Nominal rating
5 Frequency

Section – IV: Bidding Forms for Technical Bid 116 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Units Particulars
No.
6 Power Factor
7 Excitation Voltage and Current
8 Alternator speed
9 Net alternator rating at output
terminals at 48 Deg C
10 Capacity of Neutral Grounding Resistor
11 Efficiency of Alternator at
a 100% load
b 75% load
c 50% load
Bio Gas Compressor
1 Type
2 Make
3 Model
4 No. of Units (W+S) No.
5 Output (each) m3/hr
6 Pressure rating Kg/cm2
7 Cooling System
8 Maximum Power Absorbed
9 Motor Rating
10 Noise level at Duty Point in dB(A) at 1.86 m from the unit
12 Vibration (mm/sec)
13 Weight of the compressor (Kg)
14 Weight of the motor (Kg)
15 Maximum lifting weight (Kg)
16 Dimensions (L x W x H) (mm x mm x mm)
17 Material of construction
18 Motor details KW
a Type KW
b Make
c Protection class
d Input power supply
Note: A full set of performance (certificate of performance) shall be provided. The performance
curves shall include gas flow and pressure, cooling water, flow, pressure and temperature rise
and guaranteed power curves.

Section – IV: Bidding Forms for Technical Bid 117 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Electrical Data Sheets

Sr.
Description Unit Particulars
No.
A. HV Switchgear and Control Gear Assembly
1 General
i Applicable standard
ii Type
iii Make Approved Vendor List
iv Rated voltage, no. of phases and rated kV / - / Hz
frequency
v Zone of installation
vi Special final coat/paint as per zone
classification
vii System neutral earthing
viii Provision for future extension Yes/No
2 Rated Insulation Levels
i - Rated short duration power frequency kV (rms)
withstand voltage
ii - Rated lightning impulse withstand voltage kV (peak)
iii Rated normal current of bus bars under A/-
design ambient temperature of 500C and
material of busbar
iv Rated short-time withstand current and time kA (rms) / second
v Dynamic rating kA (peak)
3 Constructional Requirements
i Minimum thickness of sheet steel in mm Cold mm
rolled (Frame/Enclosure/Covers)
ii Internal Arc Separation
iii Degree of protection of enclosure
iv Color finish shade
v - Interior
vi - Exterior
vii Cable connection
4 Circuit Breakers
i Type
ii Applicable standard
iii Make Approved Vendor List
iv Voltage phases and frequency
v Rated current when installed within cubicle A
under design ambient temperature of 500C
vi Rated operating sequence or duty cycle for
breaking capacity

Section – IV: Bidding Forms for Technical Bid 118 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Unit Particulars
No.
vii Rated short time breaking current kA (rms)
viii Rated short time making current kA (peak)
ix Rated short-time withstand current and time kA (rms) / second
x Rated peak with stand current kA (peak)
xi Power frequency withstand voltage kV
xii 1:2/50 Microsecond impulse withstand kV
voltage
xiii Minimum no. of auxiliary contacts
xiv Type of operating mechanism
xv - Normal
xvi - Emergency
xvii Auxiliary control voltage
xviii - Closing coil / Tripping coil V
xix - Spring charging motor V
xx - Space heater and lighting V
xxi Earthing switch
xxii Type
xxiii Make Approved Vendor List
5 Current and Voltage Transformers
i Details of ratio, taps, burden, accuracy
ii Short Circuit level kA
iii Application (Protection/Metering)
iv Make Approved Vendor List
6 Protective Relays
i Type
ii Make Approved Vendor List
iii Auxiliary supply V
iv Details of protective relays
7 Switch-Disconnector
i Rated current under design ambient A
temperature of 50C
ii Rated making current kA (peak)
iii Rated peak withstand capacity kA (peak)
iv Rated short-time withstand current and time kA (rms) / second
8 Insulation levels
i Rated lightning impulse withstand voltage
ii - Across the isolating distance kV (peak)
iii - Phase to phase, between phases and kV (peak)
across open switching devices

Section – IV: Bidding Forms for Technical Bid 119 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Unit Particulars
No.
iv Rated short duration power frequency
withstand voltage
v - Across the isolating distance kV(rms)
vi - Phase to phase, between phases and kV(rms)
across open switching devices
vii Operating mechanism
viii - Closing and opening
ix - Control voltage V
x Earthing switch
9 HV Fuses
i Application
ii Type
iii Make Approved Vendor List
iv Rated current A
v Rated voltage kV
vi Rated breaking capacity kA (rms)
vii Connectivity with PLC-SCADA
B. Transformer
1 General
i Applicable Standard
ii Make Approved Vendor List
iii Dry type/oil cooled
iv Quantity required Nos
v Installation (Indoor / Outdoor)
2 Ratings
i Rated power
ii (*) Contractor shall submit their design kVA
calculation for rating of each equipment for
Employer or their representative for approval.
iii No load voltage Primary kV
iv Secondary kV
v Number of phases
vi Rated frequency Hz
vii Impedance Voltage %
viii Vector group
ix Winding material
x Type of cooling
3 System Voltage
i Nominal system voltage Primary kV

Section – IV: Bidding Forms for Technical Bid 120 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Unit Particulars
No.
ii Secondary kV
iii Highest system voltage - Primary kV
- Secondary kV
4 Transformer Secondary Neutral Earthing
5 Insulation Withstand
i Rated lightning impulse withstand voltage kV (peak)
ii - Secondary kV (rms)
6 Temperature Rise
0
i Reference design ambient temperature C
ii Temperature rise over design ambient
temperature of 50 0C
0
iii - Average winding temperature rise (by C
resistance measurement)
0
iv - Top oil temperature rise (by thermometer) C
7 Tap Changing Gear
i Type of tap changer On Load
Tap Changer
ii Tapping range %
iii Tapping steps %
8 Lamination
Grade
9 Bushings
i Rated voltage – Primary kV
ii – Secondary kV
iii One-minute power frequency withstand kV (rms)
voltage (dry and wet) – Primary
iv - Secondary (Line and Neutral) kV (rms)
v Rated lightning impulse withstand voltage kV (peak)
vi Nominal creepage distance mm/kV
10 Guaranteed Losses
i No Load losses at 75 degree C, rated kW
frequency at rated voltage
ii Full Load losses at 75 degree C, rated kW
frequency at rated voltage
iii Total Losses kW
iv Tolerances on Losses
11 Terminal Connections
i Primary line end
ii Secondary line end
iii Secondary neutral end

Section – IV: Bidding Forms for Technical Bid 121 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Unit Particulars
No.
iv Type of wheels
12 Earthing provision
13 Protection provided for the transformer
14 Marshalling box accessories
15 Auxiliary contacts for connectivity with PLC-
SCADA
C. MOTORS
1 Applicable Standard
2 Type
3 Make Approved Vendor List
4 Rating kW
5 Rated voltage kV
6 Type of mounting
7 Duty type S1
8 Method of starting
9 Type of system earthing
10 Class of insulation
11 Design ambient temperature C
i Limits of temperature rise of winding
ii - Determination by resistance method C
iii - Determination by ETD method C
12 Location
13 Degree of Protection
14 Cooling designation
15 External cable details
16 Space heater for motor
D. Capacitors & APFC Panels
1 Applicable Standard
2 Capacitor Bank Arrangement/Connection
3 Application
4 Make Approved Vendor List
5 inbuilt protection
6 Type of insulation
7 Rated output kVAR
8 Rated voltage V
9 Rated frequency and no. of phases Hz / -
10 Losses W
11 Type of mounting and location

Section – IV: Bidding Forms for Technical Bid 122 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Unit Particulars
No.
12 Design ambient temperature C
13 Type of switching
14 Control supply
15 No. of steps for control Nos.
16 Degree of protection of enclosure
17 Colour finish shade RAL-7032:Pebble
Grey
18 Permissible overload
E HV & LV Cable
1 HV XLPE Power Cables
i Applicable standard
ii Make Approved Vendor List
iii Rated voltage U / Uo (Um) kV
iv Material of conductor (Al/Cu)
v Number of cores, Cross-sectional area
vi Type of insulation
vii Inner sheath
viii Outer sheath
ix Conductor and insulation screening
x Armoured/Unarmoured
xi Material of armour
xii Short circuit capacity for 3 second kA
xiii Fire Retardant Low Smoke
2 LV Power, Control and Lighting Cables
i Applicable Standard
ii Make Approved Vendor List
iii Rated voltage U / Uo (Um) kV
iv Material of conductor (Al/Cu)
v Number of cores, Cross-sectional area
vi Type of insulation
vii Inner sheath
viiii Outer sheath
ix Armoured/Unarmoured
x Material of armour
xi Cable Protection
xi Rated voltage, no. of phases and rated V / - / Hz
frequency
xii System neutral earthing
xiii Rated short duration power frequency

Section – IV: Bidding Forms for Technical Bid 123 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Unit Particulars
No.
withstand voltage
xiv - Power circuit kV (rms)

xv - Control circuit kV (rms)

xvi Rated normal current of bus bars under A/-


design ambient temperature of 50C and
material of bulbar
xvii Rated short-time withstand current and time kA (rms) / sec
xviii Fire Retardant Low Smoke
F. LV Switchgear and Control gear Assembly
1 Applicable standard
2 Make
3 Constructional Requirements
i Thickness of sheet steel in mm Cold rolled mm
(Frame/Enclosure/Covers)
ii Degree of protection of enclosure
iii Colour finish shade RAL-7032:Pebble
Grey
iiia - Interior
iiib - Exterior
iv Cable connection
v Form of separation
vi Provision for future extension
4 Air Circuit Breakers
i Type (Thermal magnetic release/
Microprocessor)
ii Applicable standard
iii Make Approved Vendor List
iv Rated current when installed within cubicle A
under design ambient temperature of 500C
v Rated operating sequence or duty cycle for
breaking capacity
vi Rated symmetrical interrupted current
vii Rated short-time withstand current and time kA (rms)/ sec
viii Utilization category
ix Min. no. of auxiliary contacts
x Type of operating mechanism
xi - Normal
xii - Emergency
xiii Auxiliary control voltage

Section – IV: Bidding Forms for Technical Bid 124 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Unit Particulars
No.
xiv - Closing coil / Tripping coil V
xv - Spring charging motor V
xvi - Space heater and lighting V
xvii Earthing switch
5 Current and Voltage Transformers
i Details of ratio, taps, burden, accuracy
ii Short Circuit level
iii Application(Protection/Metering)
iv Make Approved Vendor List
6 Protective Relays
i Type
ii Make Approved Vendor List
iii Auxiliary supply V
iv Details of protective relays
7 Moulded Case Circuit Breakers
i Type (Thermal Magnetic Release/
Microprocessor)
ii Applicable standard
iii Make Approved Vendor List
iv Rated current when installed within cubicle A
under design ambient temperature of 500C
v Rated symmetrical interrupted current kA (rms)
vi Rated short-time withstand current kA (rms)
vii Rated making capacity kA (rms)
8 Miniature Circuit Breakers
i Applicable Standard
ii Type
iii Make Approved Vendor List
iv Rated current when installed within cubicle A
under design ambient temperature of 500C
v Rated short-time withstand current kA (rms)
9 Motor Starters and Contactors
Direct-On-Line
i Applicable Standard
ii Type of duty
iii Make Approved Vendor List
iv Motor Rating
v Starter Rating
vi Voltage (V), Phases, Frequency (Hz)

Section – IV: Bidding Forms for Technical Bid 125 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Unit Particulars
No.
vii Normal continuous current carrying capacity
(A)
viii Mounting
ix Application
x Protection
xi Connectivity with PLC SCADA system
Contactor
i Applicable standard
ii Make Approved Vendor List
iii Type of duty
iv Voltage (V), Phases, Frequency (Hz)
v Normal continuous current carrying capacity A
vi Number of poles
vii Rated insulation voltage V
viii Thermal Overload Relay
ix Rated current A
x Coil
xi Rated voltage of coil V
xii Operating limits
xiii Utilization category
xiv Auxiliary contact
xv Rated insulation voltage
xvi Standard auxiliary contact
xvii Additional auxiliary contact block
xviii Connectivity with PLC-SCADA

G. Bus Duct
1 Applicable Standard -
2 Make
3 Type Designation -
4 Degree of protection -
5 Maximum weight of each section -
6 Over all dimensions -
i Length mm
ii Width mm
iii Height mm
7 Clearance in air
i Phase to Phase mm

Section – IV: Bidding Forms for Technical Bid 126 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Unit Particulars
No.
ii Phase to earth mm
8 Bus bar Current Rating Amp
9 Bus bar Size mm2
10 Main Bus bar mm2
11 Earth Bus bar mm2
12 Minimum size of S.C. withstand mm2
13 Bus bar Materials Al/Cu
i Main Bus bar
ii Earth Bus bar
14 Insulating Material
i Type
ii Tracking Index
15 Voltage withstand
i 1 minute power frequency \kV
ii Impulse(1.2/50µS) kV
iii 1 minute short circuit withstand capacity kA
16 Safety Features Provided/ Not
Provided
17 Earth Jumpers for each bus duct section Provided/ Not
enclosure Provided
18 Slope at bottom with drain plug Provided/ Not
Provided
19 Space Heater Provided/ Not
Provided
H. Soft Starter
1 Applicable Standard
2 Type, Application and criteria for sizing
3 Make Approved Vendor List
4 Connection
5 Motor Rating kW
6 Starter Rating kW
7 Quantity Nos.
8 Rated voltage V
9 Insulation levels
10 Rated lightning impulse withstand voltage kV
i - Across the isolating distance
ii - Phase to phase, between phases and
across open switching devices
iii Rated short duration power frequency
withstand voltage

Section – IV: Bidding Forms for Technical Bid 127 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Unit Particulars
No.
iv - Across the isolating distance
v - Phase to phase, between phases and
across open switching devices
11 Installation
12 Enclosure
i - Sheet steel thickness mm
ii - Degree of protection
iii - Color finish shade
13 Semiconductor fuse rating A
14 External cable details
15 Soft stop Required.
16 Type of cooling
17 Bypass arrangement Required.
18 Inbuilt protection
19 Connectivity with PLC -SCADA System
20 Control supply V
I Variable Frequency Drives
1 General
i Applicable Standard
ii Make Approved Vendor List
iii Type
iv Applicable Standard
2 Drive Application Blowers, Pumps
3 Quantity Nos
4 Type of converters
5 Inverter capacity at specified pf
6 Rated Current
7 Load power factor
8 Max. continuous current
9 Rated voltage with number of phases
10 Rated frequency
11 Converter Bridge
12 Single Quadrant/Two quadrant/ Four
Quadrant
13 Control Characteristics
i Speed Control
ii Rated speed rpm
iii Speed ratio
iv Constant torque/constant power

Section – IV: Bidding Forms for Technical Bid 128 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Unit Particulars
No.
v Speed accuracy
vi Closed loop/open loop
vii Acceleration. /Deacceleration. time
viii Possibility of Remote Operation Yes / No
ix Overall Harmonic Limitation %
14 Braking
i Type of braking
ii Braking Torque
15 Miscellaneous
i Soft-start Yes/No Yes
ii Flying restart Yes/No
iii Auto restart Yes/No
iv Kinetic Buffering Yes/No
v Confirm whether following minimum Yes/No
Indications on Drive Panel are Provided
vi Motor running
vii Motor stopped / trip
viii AC mains ‘ON’
ix System Ready to start
x VFD system fault
16 Confirm whether Digital Display of following Yes/No
Minimum parameters on the Drive Panels:-
i Input AC Voltage
ii Input AC Frequency
iii Input AC Current
iv Output Voltage
v Output Current VFD/Bypass
vi Output Frequency
vii Motor speed
viii Connectivity with PLC-SCADA. Yes/No
J Battery
1 Make Approved Vendor List
2 Type of battery
3 Applicable Standards IS/BS
4 Number of battery banks required Nos. 1
5 Ambient conditions ºC Min.-25 ºC,
Max- 50ºC,
6 Description Unit
i D.C. system voltage V 110

Section – IV: Bidding Forms for Technical Bid 129 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Unit Particulars
No.
ii Ampere hour capacity of battery at 27 Deg. C Ah
at 5 hour rate to give final cell voltage of 1.16
volts/cell
iii Momentary load/duration A
iv Emergency load/duration A
v Continuous load/duration A
vi Nominal voltage V
vii Cell voltage - initial/final V
viii Number of cells per bank required to give Nos
rated voltage
ix Number of spare cells per bank Nos
x Overall dimensions
xi Each Cell (L x W x H) mm x mm x mm
xii Complete battery in the rack mm x mm x mm
xii Mounting arrangement
xiii Charging method
K Battery Charger
1 General
i Make Approved Vendor List
ii Applicable Standards
iii Number required

(i) Battery charger Nos


iv Rated Output voltage (DC) V 110
v Rated Output kW Suitable for
Load Cycles
vi DC System Earthing Unearthed
2 Description Unit
i Voltage regulation from no load to rated load % 1
ii Ambient Design Temperature Deg. C 50°C
iii Busbar material & size - Al
iv Overall dimensions mm x mm x mm
3 Battery Details
i Float/Trickle charging current of battery mA
ii Boost Charging Current of Battery A
(Maximum)
iii Boost Charging Voltage of Battery V
(maximum)
iv Maximum Time for Boost charging of hr
Battery
v Battery capacity & no. of cells Ah

Section – IV: Bidding Forms for Technical Bid 130 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Unit Particulars
No.
vi Nos.
4 AC System Data
i Supply Voltage V
ii Phase
iii (i) Variation in supply Voltage %
iv (ii) Variation in supply frequency %
v Short Circuit level kA
5 Type of earthing
6 Performance
7 DC voltage setting adjustment for float
charger
8 Voltage stabilization for constant voltage
regulator
9 Maximum permissible variation in DC voltage
(no load to full load)
i D.C. current adjustment for boost Charging 30% to 100%
of max boost
charging
current
ii Current stabilization for constant current 2%
regulator for boost charger
iii Minimum permissible power factor to rated 0.8
continuous load
iv Permissible ripple content at rated continuous 3% max
load
v Relay for auto changeover from Float to boost Yes
mode to be provided (in case of float-cum-
boost charger)
10 Constructional Features
i Thickness of sheet steel Frame, Frame mm 2
enclosures, doors, covers and partition
ii Degree of protection IP-54
iii Colour finish shade RAL-7032:Pebble
Grey
iv Earthing bus Material
v Size mmx mm
vi Earthing conductor Material
vii Size mmx mm
11 Cable entry
12 Cable Sizes
(i) Battery sq.mm
(ii) DC output sq.mm

Section – IV: Bidding Forms for Technical Bid 131 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Unit Particulars
No.
(iii) AC input sq.mm
L. DC Distribution Board
1 General
i Make Approved Vendor List
ii Applicable standards
iii DC System voltage (Nominal) V 110
iv DC System Earthing Unearthed
v Ambient Design Temperature Deg. C 50ºC
vi Bus bar material, rating and size
vii DC Bus Load
viii Total continuous DC load A
ix Short time loads (Additional to
continuous loads)
(i) DC lights/Facia lamps A
(ii) Starting current and duration of Largest A
Connected DC Motor
2 Constructional Features
i Thickness of sheet steel Frame, Frame mm 2
enclosures, doors,
covers and partition
ii Degree of protection IP-54
iii Colour finish shade RAL-7032: Pebble
Grey
iv Earthing bus
Material
Size mm x mm
3 Earthing conductor
Material
i Size mm x mm
4 Cable entry
i Cable Sizes
DC Input from Battery sq.mm
ii DC output to Load sq.mm
M. Lighting Fixtures & Accessories
1 General
i Illumination levels at various premises Yes /No
whether considered as per Specification
ii Normal supply voltage, phase and frequency AC 240,1 Phase,
50Hz
iii Normal supply voltage, phase and Earth DC 110

Section – IV: Bidding Forms for Technical Bid 132 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Unit Particulars
No.
iv Frequency Hz
v Variation in supply:
(i) Voltage (AC & DC) % +/-10
(ii) Frequency % +/-5
(iii) Combined voltage & frequency % +/-10
0
vi Design ambient air temperature C 50ºC
vii Luminaries terminal suitable for
viii Indoor area
(i) Conductor material Copper
(ii) Cable size Cores x mm 2Core-1.5
ix Outdoor area
(i) Conductor material Copper
(ii) Cable size Cores x mm
x Luminaries earthing terminal suitable for
(i) Conductor material
(ii) Conductor size SWG
xi Luminaries
xii Fluorescent Luminaries
Make Approved Vendor List
Type
Rating
xiii Flood Light Luminaries
Make Approved Vendor List
Type
Rating
xiv LED Luminaries
Make Approved Vendor List
Type
Rating
Lumen per watt
N. Lighting System and Equipment
1 System Particular
i Voltage
(i) 3 Phase, 4 wire, 50 Hz system
ii Rated V 415
iii Maximum V
iv One minute withstand voltage
v D.C. system

Section – IV: Bidding Forms for Technical Bid 133 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Unit Particulars
No.
vi Rated V
vii System short-circuit level
viii At 415 V, A.C. kA (rms)
ix At 110 V.D.C. kA (D.C.)
x Reference ambient temperature ºC
2 Distribution Board/Panels
Main, floor mounted distribution boards
Main Lighting distribution board (A.C.)
i Make Approved Vendor List
ii Type
iii Degree of protection
iv Bus bar material
v Bus bar current rating A
vi Short circuit current rating kA
vii Details of Incoming and Outgoing feeders
viii Cable entry
ix Location
3 Emergency lighting
i Make Approved Vendor List
ii Type
iii Degree of protection
iv maintained/non-maintained
v Backup in hours
vi Details of mounting: recessed/non-recessed
vii Cable entry
viii Location
4 SLDB for indoor area
i Make Approved Vendor List
ii Type
iii Details of Incoming and
Outgoing feeders
iv Degree of Protection
5 SLDB for outdoor area
i Make Approved Vendor List
ii Type
iii Details of Incoming and
Outgoing feeders
iv Degree of Protection
v Paint Finish

Section – IV: Bidding Forms for Technical Bid 134 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Unit Particulars
No.
vi (i) Colour shade: RAL-7032: Pebble
Grey
6 Street Light Poles and Flood Light Poles
A Street Light Pole
i Type
ii Total Height: m
iii Quantity: Nos.
B Floodlight Light Pole
i Type
ii Total height: m
iii Quantity: Nos.
iv No. Of floodlights to be fixed per Pole No.
O. Earthing and Lightning Protection System
Earthing System
Applicable standard
Make Approved Vendor List
Material of construction
Type of earthing (Plate/ pipe)
Soil Enhancement material
Short circuit current (kA)
Lightning Protection System
Direct Lightning Protection
Applicable standard
Make Approved Vendor List
Material of construction
Voltage protection level (kV)
Method used (Mesh/ Rod)
Location of installation
Area Covered
Applicable standard for Earthing
Method of earthing
Soil Enhancement material
Indirect Lightning Protection
Applicable standard
Make Approved Vendor List
Material/ Technology (MOV/ spark gap etc.)
Voltage protection level (kV)
Class as per IEC standard

Section – IV: Bidding Forms for Technical Bid 135 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr.
Description Unit Particulars
No.
Location of Installation
Protected area/ equipment’s
Surge Protection
Applicable standard
Make Approved Vendor List
Material/ Technology (MOV/ spark gap etc.)
Voltage protection level (kV)
Class as per IEC standard
Location of Installation
Protected area/ equipment’s

Section – IV: Bidding Forms for Technical Bid 136 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Instrumentation Data Sheets

Note1: Relevant product brochures shall be submitted along with the Schedule.

Note 2: All schedules shall be filled in completely with Make/Origin clearly indicated.

Sr. No. Description Unit Particulars


1.1 Level Instrumentation
(a) Ultrasonic Type-Transmitter
(i) Make
(ii) Model
(iii) Beam Angle
(b) Capacitance Type-Transmitter
(i) Make
(ii) Model
(c) Conductivity Type-Switches
(i) Make
(ii) Model
(iii) No. of electrode
(d) Piezo resistive Type
(i) Make
(ii) Model
(e) Digital Level Display Unit (for each
type considered)
(i) Make
(ii) Model
1.2 Pressure Instrumentation
Pressure Guages
(a) Make and Model:
Range kg/cm2
Type:
Pressure Transmitter
Make and Model
(b) Range kg/cm2
Pressure Switches kg/cm2
(c) Make and Model
Range
1.3 Flow Measuring/ Transmitter
System)
(a) Ultrasonic Flow Meter
Make and Model
Accuracy
Number of Paths
Flow integrator and display unit
Make and Model
(b) Electromagnetic Flow Meter
Make and Model
Accuracy

Section – IV: Bidding Forms for Technical Bid 137 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr. No. Description Unit Particulars


Flow integrator and display unit
Make and Model
1.6 DO analyzer
(a) Make and Model
(b) Accuracy
(c) Principle of Measurement
(d) Cleaning Method
1.7 MLSS analyzer
(a) Make and Model
(b) Accuracy
(c) Principle of Measurement
(d) Cleaning Method
ORP analyzer
Make and Model
Accuracy
Principle of Measurement
Cleaning Method
1.8 Temperature Measuring System
(a) Make and Model
(b) Accuracy
(c) Principle of Measurement
1.10 Residual Chlorine Measuring
(a) System
Make and Model
(b) Accuracy
(c) Principle of Measurement
(d) Cleaning Method
1.11 Instrument Control Panel &
Junction Boxes
(a) Make and Model
(b) Pre- Fabricated
1.12 Programmable Logic Controller
for complete Plant
(a) Make
Model
Hot-Standby YES / NO
(Contractor shall name Make &
Origin without fail)
(b) I/O Modules
(i) Digital Inputs
(ii) Model No
(iii) No of channel
(iv) Digital output
(v) Model No
(vi) No of channel

Section – IV: Bidding Forms for Technical Bid 138 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr. No. Description Unit Particulars


(vii) Analog Inputs
(viii) Model No

No of channel
(ix) Analog outputs
(x) Model No
No of channel
(c) Redundant Power Supply Modules,
(i) Make
(ii)Model No
CPU, Communication Modules
(i) Make
(ii) Model No
(d) Portable Programming Unit
(Laptop)
(i) Make
(ii) Model No
(iii) Configuration
1.13 SCADA & Historian Software
(a) Packages
SCADA software:
Version:
No of Tags:
Country of Origin:
Historian Software:
Version:
No of Tags:
Country of Origin:
PLC Programming Software:
Version: YES / NO
FBD Supported :
Make & Origin (Contractor shall
name Make & Origin without fail)
(b) SCADA Server Hardware Details
(i) CPU Configuration
(ii) Make /Model
(iii) Monitor size
(iv) Monitor make
(v) Make
SCADA clients/Operator machines
Hardware Details
(i) CPU Configuration
(ii) Make /Model
(iii) Monitor size
(iv) Monitor make
(v) Make
(c) Printers, Ethernet Managed Switch
Printers (Dot-Matrix & Color Inkjet)
- OFFLINE
- ONLINE
Ethernet Managed Switch
(i) Make /Model

Section – IV: Bidding Forms for Technical Bid 139 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr. No. Description Unit Particulars


(d) Protocol Converters
(i) Type
(ii) Make & Origin
1.14 LCD Mimic Screen
(a) Make
Model
(b) Dimension
(c) Resolution
1.15 Temperature Scanner
(a) Make and Model
(b) Accuracy
(c) No. of. Channels
(d) Number of alarm contacts per
(e) group
No. of. groups.
1.16 Alarm Annunciator
(a) Make and Model
(b) No. of Points
(c) Communication Interface to PLC
1.17 Uninterruptable Power Supply
(a) Make and Model
(b) Capacity
(c) No. of batteries
Redundancy
1.18 Surge Protection Devices
(a) Surge Rating kA
(b) Make/Model
1.19 Optical Fiber Cable
(a) Make/Model
(b) No of Cores
1.20 Instrumentation Power supply
Cable
(a) No of Cores
(b) Type
1.21 Instrumentation and Control
(a) Cables
(b) Make
(c) No of Cores
(d) Type
(e) Country of Origin
1.22 (i) AC distribution board for
Instrumentation & Control and
(a) Telemetry System
Make and Model
(b) Pre-fabricated

Section – IV: Bidding Forms for Technical Bid 140 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr. No. Description Unit Particulars


(ii) 24VDC supply system with
battery & battery charger with DC
distribution board
Make and Model
(a) Pre-fabricated
(b)
1.25 Real Time Influent & Effluent
Monitoring system
(a) Make
Model:
Country of Origin
Communication Interface to PLC:
Details on each type of sensor
considered:
All weather refrigerated Auto
sampler:
Make
Model:
Country of Origin
Communication Interface to PLC:
Details on parameters to be
communicated to the plant SCADA
Control from PLC
1.28 Junction Boxes with 20
Terminals
(a) Make and Model
1.29 Field Instrument Cabinet
(a) Make and Model
1.30 Magnetic type Level gauges
(a) Make & Model
(b) Range
4.1.33 Float type Level Gauge
(a) Make & Model
Range
1.34 Communication Interface
(a) Unit/Panel(RTU/PLC)
(b) Make & Model
1.35 Digital Panel Meters
(a) Make
(b) Model
(c) Communication interface with PLC
1.36 Air-conditioning Equipment (For
SCADA Room)
(a) Make
(b) Model
(c) Type
(d) Capacity TR
(e) Quantity Nos.
(f) Motor Rating kW
(g) Air-Ducting :

Section – IV: Bidding Forms for Technical Bid 141 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sr. No. Description Unit Particulars


(h) Material
(i) Size
(j) Quantity
(k) Whether all the required Yes/No
accessories are provided
1.37 Lab Equipment
(List all lab equipment
individually with details for each
equipment)
Make:
Model:
Country of Origin:
Measurement Type:
1.38 Fire Detection and Alarm System
Make & Model:
Type:
Country of Origin:
Detector Type:
Battery type and Capacity:

Section – IV: Bidding Forms for Technical Bid 142 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Form ACK Acknowledgement of Compliance with Guidelines for Procurement


under Japanese ODA Loans

A) I, [insert name and position of authorized signatory], being duly authorized by [insert name of
Bidder/members of joint venture (“JV”)] (hereinafter referred to as the “Bidder”) to execute this
Acknowledgement of Compliance with Guidelines for Procurement under Japanese ODA
Loans, hereby certify on behalf of the Bidder and myself that all information provided in the
Bid submitted by the Bidder for [insert Loan No and name of the Project] is true, correct and
accurate to the best of the Bidder’s and my knowledge and belief. I further certify, on behalf of
the Bidder, that:

1) the Bid has been prepared and submitted in full compliance with the terms and conditions
set forth in the Guidelines for Procurement under Japanese ODA Loans (hereinafter
referred to as the “Guidelines”); and

2) the Bidder has not, directly or indirectly, taken any action which is or constitutes a corrupt,
fraudulent, collusive or coercive act or practice in violation of the Guidelines and is not
subject to any conflict of interest as stipulated in the relevant section of the Guidelines.

<If debarment for more than one year by the World Bank Group is NOT imposed, use the
following sentence B).>

B) I certify that the Bidder has NOT been debarred by the World Bank Group for more than one
year since the date of issuance of Invitation for Bids.1

<If debarment for more than one year by the World Bank Group has been imposed BUT three
(3) years have passed since the date of such debarment decision, use the following sentence
B’).>

B’) I certify that the Bidder has been debarred by the World Bank Group for a period more
than one year BUT that on the date of issuance of Invitation for Bids at least three (3) years
had passed since the date of such debarment decision. Details of the debarment are as
follows:

name of the debarred starting date of ending date of reason for


firm debarment debarment debarment

C) I certify that the Bidder will not enter into a subcontract with a firm which has been debarred
by the World Bank Group for a period more than one year, unless on the date of the
subcontract at least three (3) years have passed since the date of such debarment decision.

D) I certify, on behalf of the Bidder, that if selected to undertake services in connection with the
Contract, the Bidder shall carry out such services in continuing compliance with the terms and
conditions of the Guidelines.

E) I further certify, on behalf of the Bidder, that if the Bidder is requested, directly or indirectly, to
engage in any corrupt or fraudulent action under any applicable law, such as the payment of
a rebate, at any time during a process of public procurement, negotiations, execution or
implementation of contract (including amendment thereof), the Bidder shall report all relevant
facts regarding such request to the relevant section in JICA (details of which are specified

Section – IV: Bidding Forms for Technical Bid 143 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

below) in a timely manner.

JICA’s information desk on fraud and corruption (A report can be made to either of the offices
identified below.)

1) JICA Headquarters: Legal Affairs Division, General Affairs Department


URL: https://www2.jica.go.jp/en/odainfo/index.php
Tel: +81 (0)3 5226 8850

2) Japan International Cooperation Agency (JICA)


(Government of Japan)
16th Floor, Hindustan Time House
18-20, Kasturba Gandhi Marg,
New Delhi - 110 001
Tel: +91-11-4909 7000

The Bidder acknowledges and agrees that the reporting obligation stated above shall NOT in
any way affect the Bidder’s responsibilities, obligations or rights, under relevant laws,
regulations, contracts, guidelines or otherwise, to disclose or report such request or other
information to any other person(s) or to take any other action, required to or allowed to, be
taken by the Bidder. The Bidder further acknowledges and agrees that JICA is not involved in
or responsible for the procurement process in any way.

F) If any of the statements made herein is subsequently proven to be untrue or incorrect based
on facts subsequently determined, or if any of the warranties or covenants made herein is not
complied with, the Bidder will accept, comply with, and not object to any remedies taken by
the Employer and any sanctions imposed by or actions taken by JICA.

_____________________________
Authorized Signatory
[Insert name of signatory; title]

For and on behalf of [Insert name of the Bidder]

Date:

Section – IV: Bidding Forms for Technical Bid 144 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Form of Bid Security (Bank Guarantee)

Guarantor letterhead or SWIFT identifier code]

Beneficiary: [Employer to insert its name and address]

IFB No.: [Employer to insert number of Invitation for Bids]

Date: [insert date of issue]

BID GUARANTEE No.: [insert guarantee reference number]

Guarantor: [insert name and address of place of issue, unless indicated in the letterhead]

We have been informed that [insert name of the Bidder, which in the case of a joint venture shall
be the name of the joint venture (whether legally constituted or prospective) or the names of all
members thereof] (hereinafter called “the Bidder(s)”) has submitted or will submit to the
Beneficiary its Bid (hereinafter called “the Bid”) for the execution of [insert description of Contract]
under Loan Agreement No. [insert Loan Agreement Number].

Furthermore, we understand that, according to the Beneficiary’s conditions, Bids must be


supported by a bid guarantee.

 At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of [insert amount in words,
(insert amount in figures)] upon receipt by us of the Beneficiary’s complying demand,
supported by the Beneficiary’s statement, whether in the demand itself or a separate signed
document accompanying or identifying the demand, stating that either the Applicant:
a) has withdrawn its Bid during the period of Bid validity set forth in the Applicant’s Letter of
Bid (hereinafter called “the Bid Validity Period”), or any extension thereto provided by the
Applicant; or
b) having been notified of the acceptance of its Bid by the Beneficiary during the Bid Validity
Period or any extension thereto provided by the Applicant, (i) fails to execute the Contract
Agreement, or (ii) fails to furnish the Performance Security, in accordance with the
Instructions to Bidders of the Beneficiary’s Bidding Documents.
 This guarantee will expire and shall be returned to the Applicant: (a) if the Applicant is the
successful Bidder, upon our receipt of copies of the Contract Agreement signed by the
Applicant and the Performance Security issued to the Beneficiary in relation to such Contract
Agreement; or (b) if the Applicant is not the successful Bidder, upon the earlier of (i) our receipt
of a copy of the Beneficiary’s notification to the Applicant of the results of the bidding process;
or (ii) twenty-eight (28) days after the end of the Bid Validity Period.

Consequently, any demand for payment under this guarantee must be received by us at the office
indicated above on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 4581.

[Signature(s)]
[Note: All italicized text is for use in preparing this form and shall be deleted from the final product.]
1
As the case may be, ICC Publication No. 758 (or subsequent ICC Publications) may be used. In such cases, modify
the Publication number.

Section – IV: Bidding Forms for Technical Bid 145 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Section – V: Eligible Source Countries of


Japanese ODA Loans

Section – V: Eligible Source Countries of Japanese ODA Loans 146 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Section – V: Eligible Source Countries of Japanese ODA Loans

All Countries and Areas.

Section – V: Eligible Source Countries of Japanese ODA Loans 147 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Conditions of Contract & Contract Forms

Section – V: Eligible Source Countries of Japanese ODA Loans 148 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Section – VII: General Conditions (GC)

Section – VII: General Conditions (GC) 149 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Section – VII: General Conditions (GC)

The General Conditions governing this Contract are the Standard General Conditions of Contract
set forth in Part 3 Section VII of the Standard Bidding Documents for Procurement of Electrical
and Mechanical Plant, and for Building and Engineering Works, Designed by the Contractor (Trial
Version) issued by JICA in July, 2015.

A copy of these General Conditions is attached to these bidding Documents / this Contract.

Section – VII: General Conditions (GC) 150 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Section – VIII: Particular Conditions (PC)

Section – VIII: Particular Conditions (PC) 151 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Section – VIII: Particular Conditions (PC)

Part A – Contract Data

Sub-
Item Contract Data
Clause
Employer’s Name 1.1.2.2 & Municipal Commissioner, Pune Municipal Corporation
and Contact 1.3
Information
Engineer’s Name and 1.1.2.4 & Team Leader of the Project Management Consultants
Address 1.3 who are a Consortium of Pell Frischmann UK, FP India
Project Management Pvt.Ltd.& NJS Engineers India
Pvt.Ltd.

Bank’s Name 1.1.2.11 Japan International Cooperation Agency (JICA)


Borrower’s Name 1.1.2.12 National River Conservation Directorate (NRCD),
Ministry of Environment, Forests & Climate Change
(MoEF&CC), Government of India (GoI)
Time for Completion 1.1.3.3 Section A: “Design Build contract” – 36 Months (30
of Works months of construction work and 6 months of trial run and
commissioning period) from Commencement Date as
specified in GC Clause no. 8.1

Section B: “O&M Contract” – 10 Years of Operation &


Maintenance including one year (365 days) of Defect
Liability Period (DLP) from the date of issue of Taking
Over Certificate by the Engineer as per provisions of GC
Clause No.10.1
Defect Notification 1.1.3.7 365 Days from the date of issue of Taking Over Certificate
Period by the Engineer as per provisions of GC Clause No.10.1
Sections 1.1.5.6 Section A – “Design Build Contract” or “Works Contract”:
Design, submittals, procurement, Construction,
fabrication, installation, testing, trial run and
commissioning of the Plants / Works or components of
the Plants / Works, demolition of existing structures (as
required).

Section B: “O & M Contract”: Operation and Maintenance


of the Plants / Works for the Operation and Maintenance
Period, as defined in the Contract Data.
Electronic 1.3 E-mail will be an acceptable form of electronic

Section – VIII: Particular Conditions (PC) 152 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sub-
Item Contract Data
Clause
transmission systems transmission system, provided a signed hard copy of the
entire contents of the E-mail, including any attachments,
is received within seven (7) days of the transmission of
the e-mail.
Governing Law 1.4 Law of the Republic of India
Ruling Language 1.4 English
Language for 1.4 English
Communications
Time for the Parties 1.6 Within 33 days from Letter of Acceptance
entering in to the
Contract Agreement
Time for access to, 2.1 Within 14 days from Letter of Acceptance
and possession of all
parts of the site.
Engineer’s Duties 3.1(B)(ii) Any variations resulting in an increase of the Accepted
and Authority Contract Amount shall require approval of the Employer
Performance Security 4.2 Amount of Performance security-
The amount of Performance Security, as a percentage of
the Accepted Contract Amount and in the same
currency(ies) of the accepted contract amount shall be:

Section A - Design Build Contract – 10% (Ten percent) of


the Accepted Contract Amount for Design Build Contract.

Section B - O & M Contract - 10% (Ten Percent) of the


Accepted Contract Amount for O&M Contract.

Time of Submission for Performance Security-


Section A (Design Build) – within 28 days of issue of
Letter of Acceptance.

Section B (O & M) - To be submitted within 28 days of


receiving Taking Over Certificate of Section A.

Form of Performance Security-

The Performance Security shall be in the form of Bank


Guarantee and in the name of the ‘Municipal
Commissioner, Pune Municipal Corporation’ and as per
the forms included in Section IX, Contract Forms.

Employer, if desired, will get the Bank Guarantee


submitted for Performance guarantee verified from the
bank. In case the verification reveals that the submitted
Bank Guarantee is fraudulent, Employer reserves the
right to Terminate the contract.

Section – VIII: Particular Conditions (PC) 153 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sub-
Item Contract Data
Clause
Return of Performance security-

Section A (Design Build) – The Performance Security


shall be released to the Contractor after the issue of
Works Taking Over Certificate as per sub-clause 10.1
and also after the issue of performance certificate as per
sub-clause 11.9, but not before the receipt of
Performance security for O& M contract.

Section B (O & M) – Performance Security shall be


reduced annually after adjusting the cost of accepted
O&M Contract Amount for previous year.
General Design 5.1 Period for notifying errors, faults and defects in the
Obligations Employer’s requirements: 28 Days
Normal Working 6.5 Section A (Design Build) – Normal hours during which
Hours work will be permitted to be carried out at the Site shall
be between 09:00 hrs to 18:00 hrs, Monday to Saturday,
excluding national holidays and holidays of the Pune
Municipal Corporation. The Contractor shall be
responsible to obtain the written consent of the
Employer’s Representative if he desires to work outside
these times during the execution of work till wet run test.

Section B (O & M) - Operation and Maintenance shall be


carried out 24 hours a day, 7 days a week, for all days of
the year including national holidays and holidays of the
Pune Municipal Corporation.
Commencement of 8.1 (c) 14 days
work
Delay Damages for 8.7 0.027% of accepted Works Contract Price (Design
Works Build Contract Price) applicable to Section A, for each
day of delay, in the same currency / currencies in which
the Works Contract Price is payable.
Maximum amount of 8.7 10% of Accepted Contract Amount for Works Contract
Delay Damages for (Design Build) applicable to Section A
Works
Trial Operation (as 9.1 (c) 6 months
Trial Run) period
Provisional Sums 13.5(b)(ii) 15%
Total Advance 14.2 Ten Percent (10%) of the Accepted Contract Amount for
Payment (interest works (Design Build) contract payable in the currencies
*free) and proportions in which the Accepted Contract Amount
is payable.
Repayment 14.2 (b) 20%
amortization rate of
advance payment
Percentage of 14.3 (c) Ten Percent (10%) of Interim Payment Certificate

Section – VIII: Particular Conditions (PC) 154 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sub-
Item Contract Data
Clause
Retention
Limit of Retention 14.3 (c) Five Percent (5%) of Accepted Contract Amount for
Money Design Build
Minimum Amount of 14.6 Minimum one percent (1%) of the
Interim Payment Accepted Contract Amount of Section A
Maximum total 17.6 Equal to Total Accepted Contract Amount i.e. Sum of
liability of the Accepted contract amount for Section A (Design build)
Contractor to the and Accepted contract amount for section B (O&M)
Employer
Periods of
submission of
insurance:
a) evidence of 18.1 Within 33 days from the issue of LOA.
insurance
b) relevant policies 18.1 Within 14 Days from the Commencement Date
Maximum amount of 18.2 (d)
deductibles for Nil
insurance of the
Employer’s risk
Amount of Insurance 18.2 Installation All Risks Insurance :
for Works and 115% of Accepted Design Build Contract Amount for the
Contractors full Contract Period including O & M Period.
equipment
Minimum amount of 18.3 The Contractor shall take out and maintain, for the
Third Party Insurance duration of the Contract Period, third party liability
(Injury to persons and insurance in an amount of not less than INR 2,500,000
damage to property) only per occurrence or event with coverage for not less
than 4 (four) occurrences or events. Each time any event
occurs or a claim is made under such insurance policy,
the Contractor shall immediately extend the coverage by
adding an additional event so that the minimum coverage
of four events is maintained in force at all times.

OR

Third Party Liability Insurance:


50 occurrences per year of value INR 1 Million each.
Minimum amount of 18.4 Worker’s Compensation Insurance
Insurance towards 2% of Contract Amount (D B + O & M)
Injury to employees
Other Insurances 18.5 Amount of Automobile Liability Insurance:
required by law and 100% of value of automobiles.
by local practice
Minimum amount of 18.6 As per 18.1, 18.2, 18.3, 18.4 and 18.5 above.
Insurances in
operation and
maintenance period

Section – VIII: Particular Conditions (PC) 155 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sub-
Item Contract Data
Clause
Minimum amount of 18.6 100% of Contract value (DB + O&M)
Fire extended Cover
Insurance
Date by which the DB 20.2 28 days after the Commencement Date.
shall be appointed
The DB shall be 20.2 Three (3) members
comprised of
Appointment (if not 20.3 Appointment (if not agreed) to be made by: FIDIC or
agreed) to be made ICC (International Chamber of Commerce)
by

Section – VIII: Particular Conditions (PC) 156 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Part B – Specific Provisions

The provisions to be found in the Particular Conditions – Part B:- Special Provisions, are easily
identifiable by using the same clause numbers and titles as they appear in the General Conditions.

References to Clauses and Sub-Clauses herein refer to the Clauses or Sub-Clauses of the
General Conditions or such additional clauses as may be included in these Particular Conditions.
Clauses and Sub-Clauses of the General Conditions not amended herein remain as stated in the
General Conditions.

Sub-clause 1.1.1.11

“Operating License” means the license referred to in New Sub-Clause 22.7 [Operating License],
by which the Employer grants royalty-free license to the Contractor to operate and maintain plant
/ works during Operation and Maintenance Period.”

Sub-clause 1.1.3.3

Add the following to the definition of "Time for Completion” given under GC Sub-Clause 1.1.3.3 :

i. “Time for completion of Works" means the time for completing the Works or a Section (as the
case may be) under Sub-Clause 8.2 [Time for Completion], as stated in the Contract Data
(with any extension under Sub-Clause 8.4 [Extension of Time for Completion]), calculated
from the Commencement Date. The Contractor is required by contract to complete the whole
of the works within this Time Period. The numerical value for Time for Completion of works is
specified in Contract Data.
ii. “Operation and Maintenance Period” means the time period during which the Contractor shall
be fully responsible for operation and maintenance of the entire Works, starting from the date
of taking over of Design Build works and initiating Defect Liability Period (DLP) of the Works
as certified by the Employer & Employer Representative. The numerical value for Operation
and Maintenance Period is specified in “Contract Data”

Sub-clause 1.1.3.5

Replace the sub-clause 1.1.3.5 the following :

“Taking Over Certificate” in accordance with GC 1.1.3.5 means a certificate issued by the
Engineer under the GC Clause 10 (Employer’s Taking Over), when the works (Design Build) have
been completed in accordance with the contract.

Sub-clause 1.1.3.7

Add the following in the GC Sub clause 1.1,3.7:

The word “Defects notification period’ is synonymous with “Defects liability period”

Sub-Clause 1.1.3.10

Add new Sub-Clause 1.1.3.10:

“Final Contract Completion Certificate” means the certificate issued by the Engineer upon
satisfactory completion of the operation and maintenance responsibilities under Sub-Clause 11.12
(completion of operation and Maintenance services).

Section – VIII: Particular Conditions (PC) 157 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sub-clause 1.1.4.2

Add to the definition of contract price given under GC Clause 1.1.4.2 the following :

For the purposes of determining payments under the Contract and, where applicable, other
obligations, the Contract Price shall be subdivided into a “Works Contract Price” and “O &M
Contract Price”, as defined in the following Sub paragraphs (a) and (b), respectively.

The total “Contract Price" will be the sum of the Works Contract Price and the O&M Contract
Price.

a) “Works Contract Price" means that portion of the Contract Price payable to the Contractor for
performance of the Works Contract (Design Build Contract) in accordance with the provisions
of the Contract. The Works Contract Price will be the total of the amounts for carrying out the
Works, as set out in Volume 3, Schedule of Payment and Prices.
b) “O&M Contract Price" means that portion of the Contract Price payable to the Contractor for
performance of the O&M Contract in accordance with the provisions of the Contract. The O&M
Contract Price will be the total amount for operation and maintenance during the 10 Years of
Operation & Maintenance including one year of DLP as set out in Volume 3, Schedule of
Payment and Prices.

Sub-clause 1.1.5.9

Add new Sub-Clause 1.1.5.9:

“Operations and Maintenance" means performance of any and all tasks and provision of any
and all things necessary for the safe and efficient functioning of the Works in compliance with all
applicable regulations and the O&M Contract. This includes but is not limited to supply of all
labour, equipment, materials, fuel, spare parts and other consumables, and all other necessary
things.

Sub-clause 1.2 (f)

Add sub paragraph (f) to the GC Sub-Clause 1.2:


“(f)The word “Works Contract” is synonymous with the word “Design Build Contract”

Sub-Clause 1.5 Priority of Documents

Replace the sub-clause 1.5 as follows:

The documents forming the Contract are to be taken as mutually explanatory of one another.
For the purposes of interpretation, the priority of the documents shall be in accordance
with the following sequence:
(a) the Contract Agreement (if any),
(b) the Letter of Acceptance,
(c) the Letter of Tender,
(d) Corrigendum & Addendum and Reply to Pre-Bid Queries issued,
(e) the Particular Conditions, - Part A Contract Data),
(f) the Particular Conditions – Part B (Specific Provisions),
(g) these General Conditions,
(h) the Employer's Requirements,
(i) the Schedules, and

Section – VIII: Particular Conditions (PC) 158 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

(j) the Contractor's Proposal and any other documents forming part of the
Contract.
(k)The Form Acknowledgment of Compliance with Guidelines for Procurement
under Japanese ODA Loans;

If an ambiguity or discrepancy is found in the documents, the Engineer shall issue any necessary
clarification or instruction.

Sub-Clause 1.6 Contract Agreement

Revise last line of this GC Sub-Clause with:

“The costs of stamp duties and similar charges (if any) imposed by the law in connection with
entry in to the contract agreement shall be borne by the Contractor.”

Sub-Clause 1.16 Audit and Inspection by the NRCD/Employer and/or Employer’s Personnel

Add new Sub-Clause 1.16 as follows:

“The Contractor shall permit the NRCD/Employer and/or Employer’s Personnel to inspect the
Contractor’s accounts and records relating to the performance of the Contract and to have them
audited by the NRCD/Employer and/or Employer’s Personnel, if so required by the
NRCD/Employer and/or Employer’s Personnel. If required, the Contractor shall have to remove
all defects/deficiencies pointed out by the NRCD/Employer and/or Employer’s Personnel.
Recoveries, if any, proposed by the NRCD/Employer and/or Employer’s Personnel, will be
enforceable from the payment due to the Contractor arising out of this Contract.”

Sub-Clause 4.1 Contractor’s General Obligations

Replace the first paragraph of G C Sub-Clause 4.1 with:

“The Contractor shall design, execute, complete, and also operate and maintain the Works in
accordance with the Contract, and shall remedy any defects in the Works. When completed the
works shall be fit for the purpose for which the works are intended as defined in the Contract. The
Works shall be operated and maintained as per terms and conditions of the contract throughout
the period from taking-over of Section A of the Works until the end of the Time for Operation and
Maintenance Period as specified in the Contract Data for Section B of the Works.

The Contractor shall be responsible for the co-ordination and proper execution of the Works to
the extent specified in the Employer's Requirements.”

Sub-Clause 4.2 Performance Security

Replace the G C Sub-Clause 4.2 –Performance Security as follows:

The Contractor shall obtain (at his / their cost) a Performance Security for proper performance, in
the amount stated in the Contract Data and denominated in the currency(ies) of the Contract or in
a freely convertible currency acceptable to the Employer.

“The Contractor, within twenty-eight (28) days of the receipt of Letter of acceptance, shall submit
an irrevocable Performance Security applicable to Section A (Works Contract) as specified in the
“Contract Data” for his proper performance of section A of the Contract, (not withstanding and/or
without prejudice to any other provisions in the Contract), in the amount and at the time stated in
the “Contract Data”. This period can be further extended by the Employer up to a maximum period

Section – VIII: Particular Conditions (PC) 159 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

of 5 days on written request of the Contractor stating the reason for delays in procuring the
Guarantee to the satisfaction of Employer.”

The Contractor shall submit an irrevocable Performance Security applicable to section B


(Operation and Maintenance Contract) as specified in “Contract Data” for his proper performance
of section B of the contract (Operation and Maintenance Contract), (not withstanding and/or
without prejudice to any other provisions in the Contract), in the amount and at the time stated in
the “Contract Data”.

The Performance Securities shall be in the form of Bank Guarantees from a scheduled list of
banks approved by Reserve Bank of India as per the format provided in Sample Forms.

A Letter of Acceptance shall be issued in the first instance informing the Contractor of the decision
of the Employer to accept his Bid and the Work Order shall be issued only after the Performance
Security in prescribed form is received. In case of failure by the Contractor to furnish Performance
Security within the specified period Employer shall without prejudice to any other right or remedy
available in law, be at liberty to forfeit the Bid Security absolutely and debar the Contractor to
participate in the Works, if retendered.

The Contractor shall ensure that the Performance Security is valid and enforceable until the
Contractor has executed and completed the Works and remedied any defects. If the terms of the
Performance Security specify its expiry date, and the Contractor has not become entitled to
receive the Taking Over Certificate by the date 28 days prior to the expiry date, the Contractor
shall extend the validity of the Performance Security until the Works have been completed and
any defects have been remedied.

The security shall become null and void, or shall be reduced pro rata to the Contract Price of a
part of the Facilities for which a separate Time for Completion is provided three hundred and sixty
five (365) days after Operational Acceptance of the Facilities; provided, however, that if the
Defects Liability Period has been extended on any part of the Facilities pursuant to GC Sub-
Clause 27.8 hereof, the Contractor shall issue an additional security in an amount proportionate
to the Contract Price of that part. The security shall be returned to the Contractor immediately
after its expiration.

The Employer shall not make a claim under the Performance Security, except for amounts to
which the Employer is entitled under the Contract.

The Employer shall indemnify and hold the Contractor harmless against and from all damages,
losses and expenses (including legal fees and expenses) resulting from a claim under the
Performance Security to the extent to which the Employer was not entitled to make the claim.

Without limitation to the provisions of the preceding paragraph, whenever the Employer
determines a cumulative addition to the Contract Price as a result of a change in cost and/or
legislation or as a result of a variation more than the Accepted Contract Amount for that Section
of the Works, the Contractor, at the written request of the Employer, shall promptly increase the
value of the Performance Security applicable to that Section of the Works by an equivalent
amount.

If the terms of a Performance Security specify its expiry date, and the Contractor have not become
entitled to receive certification of the end of Defect Liability Period or the Final Contract Completion
Certificate following completion of Section B, as applicable, by the date 28-days prior to the expiry
date, the Contractor shall extend the validity of the Performance Security until the relevant Section
of the Works has been completed and any defects remedied. Prior to making a claim under a
Performance Security, the Employer shall, in every case, notify the Contractor stating the nature

Section – VIII: Particular Conditions (PC) 160 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

of the default for which the claim is to be made.”

The Employer shall return the Performance Security for section A (“Design Build”) Contract to the
Contractor after the issue of “Taking Over Certificate” as per sub-clause 10.1 and also after issue
of “Performance certificate” as per sub-clause 11.9 by the Employer, as stated in “Contract Data”.
The Performance Security for O & M contract shall be reduced annually after adjusting the cost
of O&M Works for previous year, as stated in “Contract Data”.

Sub-Clause 4.9 Quality Assurance

Add the following paragraph at the end of Sub-Clause 4.9:

“The Contractor shall, prior to commencement of Permanent Works on Site, establish his own
laboratory on the Site, with prior notification to the Engineer. Calibration of the laboratory
equipment and instruments shall be certified by agencies approved by the Engineer. Laboratory
equipment shall be properly maintained and calibrated throughout the period of the Contract by
the Contractor at his own expense. The Contractor shall give the Engineer at least 24-hours’
advance notice prior to conducting any tests on Materials and work. The Engineer shall also
inspect the laboratory if deemed necessary and the Contractor shall provide adequate facilities to
the Engineer for his independent verification of the accuracy and adequacy of the facilities. The
list of mandatory laboratory equipment to be provided at Site by the Contractor shall be as
indicated in the Employer’s Requirements.”

Sub-Clause 4.19 Electricity, Water and Gas

Replace last sentence with “The Contractor shall pay these amounts to respective service/utility
provider till taking over, and after taking over Employer will pay for Electricity.

This clause shall be read in conjunction with the Clause 1.8, Volume 2, part 1 of the Bidding
Document.

Sub-Clause 4.20 Employer’s Equipment and Free-Issue Material

Replace the Sub-Clause 4.20 with the following:

“Employer does not have provision for any Employer’s equipment or Free Issue material.”.

Sub-Clause 4.23 Contractor’s Operations on Site

Add to the end of GC Sub-Clause 4.23, the following:

“The Contractor may retain on Site, throughout the period of Operation and Maintenance, only
such Contractor’s Equipment, Temporary Works and material as are required for Operation and
Maintenance and the rectification of defects by obtaining prior permission from the Employer.
Clearance of the Site upon issue of the Performance Certificate shall be performed according to
Sub-Clause 11.11 [Clearance of Site].”

Sub-Clause 4.24 Fossils

Add next to the first paragraph of the G C Sub-Clause 4.24 with:

“All gold, silver, coins, oil and other minerals of any description, and all precious stones of all
kinds, treasures, antiques, fossils and other similar things, which shall be found in or at site, shall
be the property of Government of India and the Contractor shall duly preserve the same to the

Section – VIII: Particular Conditions (PC) 161 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

satisfaction of the Employer, and shall from time to time deliver the same to such person or
persons, as the Employer may appoint to receive the same.”

Sub-Clause 5.1 General Design Obligations

Replace the first sentence of G C Sub-Clause 5.1 with:

“The Contractor shall carry out, and be responsible for, the design of the Works, including any site
surveys, subsoil investigations and all other things necessary for proper planning and design.”

Sub-Clause 5.2 Contractor’s Documents

Replace the first sentence of the third paragraph of Sub-Clause 5.2 with:

“Each of the Construction Documents shall be submitted to the Engineer for review prior to the
commencement of construction of the works. These Construction Documents shall be submitted,
together with a notice as described below.”

Sub-Clause 6.7 Health and Safety

Replace the last sentence of second paragraph of Sub-Clause 6.7, with the following:

“Throughout the execution of the Works and the Operation and Maintenance Period, the
Contractor shall provide whatever is required by this person to exercise this responsibility and
authority.”

Sub-Clause 6.8 Contractor’s Superintendence

Add to the end of last paragraph of Sub-Clause 6.8, the following:

“and the provision of the Operation Service.”

Add to the end of Sub-Clause 6.8, the following:

“The Contractor shall submit, within 14 days of signing the Contract Agreement, the proposed
Deployment Program for all key personnel for superintendence of construction activities for
approval by the Engineer. Such Deployment Program shall show details of qualifications and
experience of key personnel which is essential for proper superintendence and systematic and
professional management of all construction works. The Engineer will either approve the submittal
or provide comments thereon to the Contractor within 14 days of submission by the Contractor.

None of the Contractor’s key personnel shall be withdrawn from the Works without due notice
being given to the Engineer. Further, no such withdrawals shall be made if in the sole opinion of
Engineer, such withdrawals will jeopardize the progress and timely, successful completion of the
Works.

Contractor shall appoint a Planning Engineer at Project Site with computer having MS Project /
Primavera and CAD facility. The role and purpose of the Planning Engineer shall be mainly to
maintain weekly reporting to the Employer (besides Monthly Progress Reports) on an approved
format of the Employer through e-mail facility kept by the Contractor at site. Also CAD drafting
facility is required to incorporate necessary details/variation on drawings or the As-Built Drawings
time-to-time during construction process and to avoid any discrepancies therein.”

Section – VIII: Particular Conditions (PC) 162 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sub-Clause 6.10 Records of Contractor’s Personnel and Equipment

Add to the end of G C Sub-Clause 6.10, the following:

“Submission of Fortnightly Record of Labour

The Contractor shall submit by the 4th and 19th of every month, to the Engineer a true statement
showing in respect of the second half of the preceding month and the first half of the current month
respectively:
i. The number of labours employed by him on the work,
ii. Their working hours,

Sub-Clause 6.11 Disorderly Conduct

Add to the end of G C Sub-Clause 6.11, the following:

“Labour Disputes

In case of any unpaid claims of labour and / or charges against the Contractor approved by the
Labour Commissioner,and directions given to the Employer by the Labour Commissioner for
deduction of the same , the Employer shall have the full authority to deduct the same from the bill
of the Contractor.

Sub-Clause 7.3 Inspection

Add Sub-paragraph (c) after Sub-paragraph (b) of G C Sub-clause 7.3, as follows:

(c) “During the O&M Period, be entitled to examine, inspect, measure, and test the quality, and to
check the progress of Operation and Maintenance works.”

Sub-Clause 8.7 Delay Damages

Add to the end of first paragraph of G C Sub-Clause 8.7, the following:

“If the Contractor fails to provide Operation and Maintenance any time in the entire O&M Period
specified in the Contract, and such failure:
(a) is due to a cause for which the Contractor is responsible, and

(b) results in the Employer suffering any loss which he would not have suffered but for such failure,
or
(c) results in inadequate treatment service and/or inadequate treatment (quantity and quality) at
the STP

then the Contractor shall pay to the Employer compensation in accordance with New Sub-
Clause 22.4 [Delays and Interruptions during the Operation and Maintenance].”

Milestones: The Employer may draw up Interim Milestones, in addition to completion, with
stipulation that failure to achieve certain number of milestones may cause Contract Termination
after relevant efforts are made both by the Employer and Contractors in accordance with the
Contract Conditions.

Sub-Clause 9.5 - Joint Inspection Prior to Completion of entire Contract including

Section – VIII: Particular Conditions (PC) 163 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Operation and Maintenance Period.

Add new Sub-Clause 9.5, as follows:

“Not less than two years prior to the end of the Operation and Maintenance Period, the Engineer
and the Contractor shall carry out a joint inspection of the Works and within 30 days of the
completion of the joint inspection, the Contractor shall submit a report on the condition of the
Works identifying maintenance works (excluding routine maintenance), correction of defects,
replacements, and other works required to be carried out to satisfy the requirements of the
Operation and Maintenance Plan.

The Contractor shall submit a program for carrying out such works for approval/modification by
the Engineer and shall execute the approved/modified program over the remainder of the
Operation and Maintenance Period.

Following receipt of the Contractor’s report, the Engineer may, throughout the remainder of the
Operation and Maintenance Period, instruct the Contractor to carry out all or part of the works
identified in the Contractor’s report.

Upon satisfactory execution of the program, the Contractor shall commence the Tests Prior to
Contract Completion in accordance with Sub-Clause 9.6 [Procedure for Tests Prior to Contract
Completion].”

Sub-Clause 9.6 - Procedure for Tests Prior to Completion of Operation and Maintenance
Contract

Add new Sub-Clause 9.6, as follows:

“The Tests Prior to Contract Completion shall be carried out by the Contractor. The Contractor
shall provide all necessary labour, materials, electricity, fuel, and water. The Contractor shall
undertake and complete any required remedial works that may be required to pass all the Tests.
The Tests Prior to Contract Completion shall be carried out in accordance with the Employer’s
Requirements.

Tests Prior to Contract Completion shall be carried out towards the end of the Operation and
Maintenance Period. The Engineer shall give to the Contractor 21 days’ notice of the date after
which the Tests Prior to Contract Completion shall be carried out. Unless otherwise agreed, such
Tests shall be commenced within 14 days after this date.

The results of the Tests Prior to Contract Completion shall be compiled and evaluated by the
Engineer and the Contractor. The Contractor shall make results of any tests, inspections, or
monitoring available to the Engineer within 7 days of their receipt by the Contractor. Any effect on
the results of the Tests Prior to Contract Completion which can reasonably be shown to be due to
prior use of the Works by the Contractor during the Operation and Maintenance Period shall be
taken into account in assessing such results.

As soon as the Contractor has successfully completed the Tests Prior to Contract Completion, the
Contractor shall notify the Engineer that the Works are ready for final inspection. Upon the
Engineer completing the final inspection and being satisfied that the Contractor has satisfied the
requirements of the Tests Prior to Contract Completion, the Engineer shall notify the Employer
and the Contractor prior to the issue of the Final Contract Completion Certificate on completion of
the Operation and Maintenance Period.”

Sub Clause 9.7 - Delayed Tests Prior to Completion of Operation and Maintenance Contract

Section – VIII: Particular Conditions (PC) 164 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Add new Sub-Clause 9.7, as follows:

“If the Employer incurs Cost as a result of any unreasonable delay by the Contractor in carrying
out the Tests Prior to Contract Completion, the Employer shall be entitled, subject to Sub-Clause
2.5 [Employer’s Claims], to payments of any such Cost from the Contractor. Such payments may
be deducted by the Employer from any monies due, or to become due, to the Contractor.

If the Contractor fails to commence the Tests within the time period specified under Sub-Clause
9.6 [Procedure for Tests Prior to Contract Completion], the Engineer shall give notice to the
Contractor that unless the Tests are commenced within 14 days of this notice the Engineer may
order that the Tests Prior to Contract Completion be undertaken by others on behalf of the
Employer. In such an event, the Contractor shall accept the results of such Tests as being
accurate and the Employer shall be entitled to deduct the costs associated with the undertaking
of the Tests by others from any monies due, or to become due to, to the Contractor.”

If for the reasons not attributed to the Contractor, the Test prior to Contract Completion on the
Works or any Section cannot be completed during the Contract Period (or any other period agreed
upon by both parties), then the Works or the section shall be deemed to have passed the Tests
Prior to Contract Completion.

Sub-Clause 9.8 Failure to Pass Tests Prior to Completion of Operation and Maintenance
Contract

Add new Sub-Clause 9.8, as follows:

“If the Works or a Section thereof fails to pass the Tests Prior to Contract Completion under Sub-
Clause 9.6 [Procedure for Tests Prior to Contract Completion], the Engineer shall be entitled to:
a) order further repetition of Tests Prior to Contract Completion under Sub-Clause 9.9 [Retesting
Prior to Contract Completion];
b) reject the Works or a Section thereof (as the case may be), in which event the Employer shall
have the same remedies against the Contractor as provided under Clause 15 [Termination by
Employer]; or
c) issue a Final Contract Completion Certificate on completion of the Operation and Maintenance
Period, if the Employer so instructs: the Contract Price shall then be reduced by an amount
determined jointly by the Engineer and the Employer (in full satisfaction of such failure only),
and the Contractor shall then proceed in accordance with his other obligations under the
Contract.

In the event of (c) above, if the Works, or a Section, fail to pass any of the Tests Prior to Contract
Completion and the Contractor proposes to make adjustments or modifications to the Works or
Section, the Contractor may be instructed by the Engineer that right of access to the Works or
Section cannot be given until a time that is convenient to the Engineer. The Contractor shall then
remain liable to carry out the adjustments or modifications and to satisfy this Test, within a
reasonable period of receiving notice from the Engineer of the time that is convenient to the
Engineer. However, if the Contractor does not receive this notice during the relevant Contract
Period, the Contractor shall be relieved of this obligation and the Works or Section (as the case
may be) shall be deemed to have passed the Tests Prior to Contract Completion.

If the Contractor incurs additional Cost as a result of any unreasonable delay by the Employer in
permitting the Contractor access to the Works or Section after issue of the Final Contract
Completion Certificate on Completion of the Operation and Maintenance Period, either to
investigate the causes of a failure to pass any of the Tests Prior to Contract Completion or to carry
out any adjustments or modifications, the Contractor shall be paid the additional Cost as

Section – VIII: Particular Conditions (PC) 165 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

determined in accordance with Sub Clause 3.5 [Determination], caused by such a delay plus
reasonable profit.

Sub-Clause 9.9 Retesting Prior to Completion of Operation and Maintenance Contract

Add new Sub-Clause 9.9, as follows:

“If the Works, or a Section, fails to pass the Tests Prior to Contract Completion:

 sub-paragraph (b) of Sub-clause 11.1 [Completion of Outstanding Work and Remedying


Defects] shall apply; and
 the Engineer may require the failed Tests, and the Tests Prior to Contract Completion on any
related work, to be repeated under the same terms and conditions.

If such failure and retesting results from a default of the Contractor and causes the Employer to
incur additional costs, such costs shall be recoverable from the Contractor by the Employer
subject to Sub-Clause 2.5 [Employer’s Claims], and may be deducted by the Employer from any
monies due, or to become due, to the Contractor.

The Engineer may carry out such additional test, inspections, and monitoring as he deems
necessary. The costs of such tests, except where such tests are carried out for the purpose of
remedying any damage, defect or failure attributable to the Contractor under the Contract, shall
be borne by the Employer.”

Sub-Clause 10.5 Taking Over

Add new Sub-Clause 10.5, as follows:

“‘Taking Over’ shall not mean physical taking over of the works (Design Build) by the Employer.

The Employer shall be deemed to have taken over the Construction Works (Design Build) on the
date when the trial run and the Tests on Completion of works (Design Build) would have been
completed and duly informed so by the Contractor to the Employer in writing unless refuted by the
Employer within 14 days.

Contractor shall carry out repairs and replacements of equipments and facilities during Defect
Liability Period without any additional cost to the Employer. On expiry of Operation and
Maintenance period of ten years including one year of DLP, subject to authorized extension, the
plant shall be physically taken over by the Employer.”

Sub-Clause 10.6 Final Contract Completion Certificate on Completion of the entire Contract
including Operation and Maintenance Period.

Add new Sub-Clause 10.6, as follows:

“On completion of the Operation and Maintenance Contract, as certified by the Engineer, the
Contractor shall hand over the Works and the Site back to the Employer, subject to the condition
that all equipment shall be in good operating condition (with exception of fair wear and tear), any
necessary repairs to any component of the Works have been properly carried out, and any and
all defects or damages arising from the design, workmanship, materials, or Operation and
Maintenance have been remedied, as per Sub-Clause 11.1 [Completion of Operation and
Maintenance Services].

Notwithstanding the foregoing, the other services to be performed by the Contractor must be

Section – VIII: Particular Conditions (PC) 166 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

completed before the Contractor will be entitled to receive the Contract Completion Certificate in
accordance with sub Clause 9.1 to 9.4

Pre-conditions which must be fulfilled by the Contractor before the Contract Completion Certificate
will be issued are:
a) Inspection in accordance with sub Clause 9.5
b) Testing in accordance with sub Clause 9.6
c) Updating operation and Maintenance Manuals, providing performance records and data in
accordance with sub Clause 7.4 & 5.7 and
d) Remedying defects found during inspection in accordance with sub Clause 7.6 & 9.5

Upon successful completion of the Contractor’s obligations, the Employer shall take back the
Works and the Site and issue a Final Contract Completion Certificate.”

Sub-Clause 11.1 Completion of Outstanding Work and Remedying Defects

Add to the end of G C Sub-Clause 11.1, the following:

“During the Operation and Maintenance Period the Contractor shall be responsible for repairing
and making good any damage or defect occurring during the Operation and Maintenance Period,
whether such defect or damage is identified by the Engineer / Employer or observed by the
Contractor himself.

The Final Contract Completion Certificate on Completion of the Operation and Maintenance
Contract will not be issued until all defects and damage have been remedied and all outstanding
work, including all such items identified during the joint inspection made in accordance with
Clauses 7, 8 and 9 [Plant Materials and Workmanship; Commencement, Delays and Suspension;
Test on Completion] have been completed.”

Sub-Clause 11.2 Cost of Remedying Defects

Add after G C Sub-Clause 11.2 (d), the following:

(e) “Improper Operation and Maintenance attributable to the Contractor.”

Sub-Clause 11.12 Completion of Operations and Maintenance Services

Add new G C Sub-Clause 11.12, as follows:

“In order that the Works shall be in the condition required by the Contract at the end of the
Operation and Maintenance Period and can be handed over to the Employer in good operating
condition (fair wear and tear excepted), the Contractor shall:
a) ensure that all components of the Works are fully functional and in good operating condition,
suitable for the purposes for which they are intended;
b) ensure that all defects or damages which may have arisen from the design, workmanship,
materials, or Operation and Maintenance, have been identified and remedied;
c) provide replacements for all spare parts that were used/consumed during the Operations and
Maintenance Period; all such replacements shall be new and manufacturer’s original
equipment only; and
d) execute all required work of amendment, reconstruction, repair, and remedying of defects and
damage as per instructions of the Employer or Engineer.

All such work shall be executed by the Contractor at his own cost before handing over the entire
Plant and Works to the Employer. In the event that the Contractor fails to carry out the necessary

Section – VIII: Particular Conditions (PC) 167 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

remedial works, the Engineer shall notify the Contractor, and proceed in accordance with the
provisions of Sub-Clause 11.4 (a) and (b). Any costs incurred by the Employer in so doing shall
be recoverable from the Contractor and will become a debt due and payable by the Contractor to
the Employer and the Employer may, at his sole discretion, recover such amount by invoking the
Contractor’s bank guarantee provided as Performance Security.

The Contract shall not be considered to be completed until the Final Contract Completion
Certificate has been signed by the Engineer and delivered to the Contractor, stating the date upon
which the Contractor has completed his operation and maintenance obligations to the satisfaction
of the Engineer. The Final Contract Completion Certificate shall be given by the Engineer within
28 days after the end of the Operation and Maintenance Period, or as soon after such date as the
Contractor has completed his obligations.

Only the Final Contract Completion Certificate shall be deemed to constitute final certification that
the Contractor has satisfactorily fulfilled all of his obligations under the Contract.”

Sub-Clause 13.3 Variation procedure

Add to the end of G C Sub-Clause 13.3, as follows:

The pricing of any variation shall, as far as practicable be calculated in accordance with the rates
and prices included in the contract. However, if such rates and prices are inequitable or for items
which are not covered in price schedule then its cost/price shall be calculated as per the latest
schedule of rates (SOR)of the Employer or on the basis of market rate + overhead + Profit if not
covered in SOR. However no escalation shall be paid on such items.

Sub-Clause 13.6 Day Work

Deleted as not applicable

Sub-Clause 13.8 Adjustment for Changes in Cost

Replace G C Sub-Clause 13.8 with:

Price Adjustment shall be applicable for Works Contract and Operation and Maintenance
Contract. This clause is operative both ways, i.e. if the Price Adjustment as calculated is on the
plus side, payments on account of the Price Adjustments shall be allowed to the Contractor and
if it is on the negative side, the Employer shall be entitled to recover the same from the Contractor
and the amount shall be deductible from any amounts due and payable under the Contract.

In this Sub-Clause, "table of adjustment data" means the completed table of Changes in
adjustment data included in the Schedules.

Price Adjustment for Design Build Contract

The amounts payable to the Contractor shall be adjusted for rises or falls in the cost of labour,
equipments and materials required in the Works, by applying the “adjustment Multiplier”
determined by the formulae prescribed in this Sub-Clause. To the extent that full compensation
for any rise or fall in Costs is not covered by the provisions of this or other Clauses, the Accepted
Contract Amount shall be deemed to have included amounts to cover the contingency of other
rises and falls in costs.

The adjustment multiplier to be applied to the amount otherwise payable to the Contractor, as

Section – VIII: Particular Conditions (PC) 168 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

valued in accordance with the appropriate Schedule and certified in Payment Certificates, shall
be determined from formulae for each of the currencies in which the Contract Price is payable. No
adjustment is to be applied to work valued on the basis of Cost or current prices. The formulae
shall be of the following general type:

Pn = a + b Ln/L0 + c En/E0 + d Mn/M0

where:

Pn = the adjustment multiplier to be applied to the estimated contract value in the relevant currency
of the work carried out in period "n", this period being a month unless otherwise stated in the
Contract Data;

a = the fixed coefficient, stated in the relevant table of adjustment data, representing the non-
adjustable portion in contractual payments;

b = the coefficient representing the estimated proportion of labor component in contract price, as
stated in the relevant table of adjustment data;

c = the coefficient representing the estimated proportion of equipment component in contract


price, as stated in the relevant table of adjustment data;

d = the coefficient representing the estimated proportion of material component in contract price,
as stated in the relevant table of adjustment data;

"Ln", "En", "Mn", = the current labor and equipment and material component cost indices or
reference prices for period "n", expressed in the relevant currency of payment, on the date 49
days prior to the last day of the period (to which the particular Payment Certificate relates); and

"L0", "E0", "M0" = the base labor and equipment and material component cost indices or reference
prices, expressed in the relevant currency of payment, on the Base Date.

N.B.

a+b+c+d = 1

Here in case;

Po = the estimated contract value in the relevant currency of the work carried out in period "n"

P1 = the Adjusted contract value payable to the contractor in the relevant currency of the work for
the same period "n". Then;

P1 = Pn x Po

Conditions Applicable to Price Adjustment

The Bidder shall indicate the source of labor, material and equipment cost indices and the base
date cost indices in its Bid. The cost indices or reference prices stated in the table of adjustment
data shall be used. If their source is in doubt, it shall be determined by the Engineer. For this
purpose, reference shall be made to the values of the indices at stated dates (quoted in the fourth
and fifth columns respectively of the table) for the purposes of clarification of the source; although
these dates (and thus these values) may not correspond to the base cost indices.

Section – VIII: Particular Conditions (PC) 169 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

In cases where the "currency of index" is not the relevant currency of payment, each index shall
be converted into the relevant currency of payment at the selling rate, established by the central
bank of the Country, of this relevant currency on the above date for which the index is required to
be applicable.

Until such time as each current cost index is available, the Engineer shall determine a provisional
index for the issue of Interim Payment Certificates. When a current cost index is available, the
adjustment shall be recalculated accordingly.

For Plant or components supplied under Price Schedules, the date of adjustment shall be the mid-
point of the sequences shown in the Program of Performance submitted by the Bidder., for design
or manufacture of the Plant or components.

In respect of Installation Services provided under Price Schedule, the adjustment shall apply to
the monthly measured value of work performed by the Contractor during the preceding month.
The adjustment shall be made monthly to the payments for Installation Services effected as
provided in the Contract Agreement.

The following conditions shall apply:

a) No price increase will be allowed beyond the original delivery date. No price Adjustment will
be made where the extension in Stipulated Date of Completion is because of default of
Contractor. No price increase will be allowed for periods of delay for which the Contractor is
responsible. The Employer will, however, be entitled to any price decrease occurring during
such periods of delay;

b) If the Contractor fails to complete the works within the stipulated Time for Completion for
reasons beyond the control of the Contractor and extension in the Stipulated Date of
completion is granted by the employer on account of reasons other than those attributable to
the Contractor, adjustment of prices thereafter shall be made using either (i) each index or
price applicable on the date 49 days prior to the expiry of the Time for Completion of the Works
as per original contract/work order, or (ii) the current index or price: whichever is more
favorable to the Employer.

c) In cases where the "currency of index" is not the relevant currency of payment, each index
shall be converted into the relevant currency of payment at the selling rate, established by the
central bank of the Country, of this relevant currency on the above date for which the index is
required to be applicable

d) No price adjustment shall be payable on the portion of the Contract Price paid to the Contractor
as an advance payment.

13.8.1 Adjustment for Changes in Cost during Operation and Maintenance Period

The amount payable to the Contractor shall be adjusted for rises or falls in the cost of
Labor, Chemicals and Fuels required in the Operation and Maintenance of the Plant, by
applying the “adjustment Multiplier” determined by the formulae prescribed in this Sub-
Clause. To the extent that full compensation for any rise or fall in costs is not covered by
the provisions of this or any other clause in the Contract, the accepted Operation &
Maintenance Contract Amount shall be deemed to have included amounts to cover the
contingency of other rises or falls in costs.

Section – VIII: Particular Conditions (PC) 170 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

The adjustment multiplier to be applied to the amount otherwise payable to the Contractor,
as valued in accordance with the appropriate Schedule and certified in Payment
Certificates, shall be determined from formulae for each of the currencies in which the
Contract Price is payable. No adjustment is to be applied to work valued on the basis of
Cost or current prices. The formulae shall be of the following general type:

Pn = a + bLn/L0 + c En/E0 + d Mn/M0

where:

Pn = the adjustment multiplier to be applied to the estimated contract value in the relevant
currency of the work carried out in period "n", this period being a month unless otherwise
stated in the Contract Data;

a = the fixed coefficient, stated in the relevant table of adjustment data, representing the
non-adjustable portion in contractual payments ;

b = the coefficient representing the estimated proportion of labor component in the


Operation and Maintenance contract Amount, as stated in the relevant table of adjustment
data;

c = the coefficient representing the estimated proportion of Chemical Component in the


Operation and Maintenance contract Amount, as stated in the relevant table of adjustment
data;

d = the coefficient representing the estimated proportion of Fuel and Lubricants


Component in the Operation and Maintenance contract Amount, as stated in the relevant
table of adjustment data;

"Ln", "En", "Mn", = the current Labor and Chemical and Fuel and Lubricants component
cost indices or reference prices for period "n", expressed in the relevant currency of
payment, on the date 49 days prior to the last day of the period (to which the particular
Payment Certificate relates); and

"L0", "E0", "M0" = the base Labor and Chemical and Fuel and Lubricants Component cost
indices or reference prices, expressed in the relevant currency of payment, on the Base
Date.

N.B.
a+b+c+d = 1

Here in case;
Po = the estimated contract value of the work carried out in period "n"

P1 = the Adjusted contract value of the work payable to the contractor for the same period
"n". Then;

P1 = Pn x Po

Conditions Applicable to Price Adjustment of O & M Contract.

The Bidder shall indicate the source of labor, Chemical and Fuel and Lubricant cost indices
and the base date cost indices in its Bid. The cost indices or reference prices stated in the

Section – VIII: Particular Conditions (PC) 171 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

table of adjustment data shall be used. If their source is in doubt, it shall be determined by
the Engineer. For this purpose, reference shall be made to the values of the indices at
stated dates (quoted in the fourth and fifth columns respectively of the table) for the
purposes of clarification of the source; although these dates (and thus these values) may
not correspond to the base cost indices.

Until such time as each current cost index is available, the Engineer shall determine a
provisional index for the issue of Interim Payment Certificates. When a current cost index
is available, the adjustment shall be recalculated accordingly.

In respect of operation and maintenance Services, the adjustment shall apply to the
monthly measured value of work performed by the Contractor during the preceding month.
The adjustment shall be made monthly to the payments for Operation and maintenance
Services effected as provided in the Contract Agreement.

The following conditions shall apply:

a) In cases where the "currency of index" is not the relevant currency of payment, each
index shall be converted into the relevant currency of payment at the selling rate,
established by the central bank of the Country, of this relevant currency on the above
date for which the index is required to be applicable

b) No price adjustment shall be payable on the portion of the Contract Price paid to the
Contractor as an advance payment.

Sub-Clause 13.9 Taxation

Add new Sub-Clause 13.9, as follows:

“The Accepted Contract Amount shall be deemed to include all taxes, duties, levies, cess, royalty
to Government, GST and other charges imposed on the production, manufacture, sale and
transport of the Contractor's Equipment, Plant, Materials and supplies to be used on or furnished
under the Contract and on the services performed under the Contract.

Unless explicitly mentioned in the Contract, Employer doesn’t ensure any tax benefits (reduced
tax rate/ tax waivers) under Custom Duty, GST, any Cess, etc. during the time of submission of
bids. Bidders are advised to consider the actual tax rates (without considering any waiver) while
estimating the Contract Price. The amount due under the clause shall be recovered from
Contractor’s running account bill, final payment or any other payments due to the Contractor under
this Contract

Sub-Clause 14.1 The Contract Price

Replace G C sub clause 14.1 with:

a) Payment for the Works shall be made on a lump sum basis according to four major work
categories as follows:

1) Design and documentation, including all necessary designs and documentation required
for the Works;

Section – VIII: Particular Conditions (PC) 172 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

2) Civil works, installation, testing, commissioning and other services required for the different
plant components in accordance with the payment units as set out in the Schedule of
Prices and/or as proposed by the Contractor and approved by the Engineer;
3) Plant and equipment, whether manufactured or fabricated outside or within the Employer’s
country, including supply of all electro-mechanical, electrical and instrumentation
equipment, etc., for the different plant components according to the payment units as set
out in the Schedule of Prices and/or as proposed by the Contractor and approved by the
Engineer; and
4) Operation and maintenance of the constructed facilities after completion and acceptance
of Section A of the Works.

b) The Contract Price shall be adjusted for changes in the cost of labour, equipments, materials,
chemicals and fuels & lubricants in accordance with the provisions of Sub-Clause 13.8
[Adjustments for Changes in Cost];

c) The Contractor shall pay all the taxes, duties, and fees required to be paid by him under the
Contract, and the Contract Price shall not be adjusted for any of these costs, except as stated
in Sub-Clause 13.7 [Adjustments for Changes in Legislation];

d) any quantities, which may be set out in a Schedule are estimated quantities and are not to be
taken as the actual and correct quantities of the Works to be executed by the Contractor in
fulfilment of his obligations under the Contract;

e) Bidders are required to submit detailed price break-ups including quantities, unit rates and
other pricing information which may be useful for the assessment and subsequent detailing
for interim payments.

The Employer shall be authorized to inspect the statements of account as and when it so desires.
It may be noted that the project has first right to the funds released by the Employer.”

Sub-Clause 14.3 Application for Interim Payment Certificates

Replace Sub-Clause 14.3 with:

Sub Clause 14.3.1 Application for Interim Payment Certificates for Works

The Contractor shall submit a statement in two copies to the Engineer after the end of each month
in a form approved by the Engineer, showing the amounts to which the Contractor considers
himself to be entitled together with supporting documents which shall include the detailed report
of progress during the month in accordance with Sub-Clause 4.21 [Progress Reports]. In case of
supplied plant and equipment, inspection and testing clearance certificates shall also be enclosed
as support documents. The statement shall include the following items, as applicable, which shall
be expressed in the various currencies in which the Contract Price is payable, in the sequence
listed:
a) the estimated contract value, at base rates and prices, of the Construction Documents
produced and the Works (including variations) executed and Plants, Equipments, Machineries
and materials (intended for the works) supplied up to the end of the month.
b) any amounts to be added and deducted for changes in legislation and Adjustments in cost in
accordance with Sub-Clauses 13.7[Adjustments for Changes in Legislation] and 13.8
[Adjustments for Changes in Cost];
c) any amount to be deducted for retention, calculated by applying the percentage of retention
stated in the Contract data, to the total of the above amounts, until the amount so retained by
the Employer reaches the limit of Retention Money (if any) stated in the Contract data;
d) any amounts to be added and deducted for the advance payments and repayments in

Section – VIII: Particular Conditions (PC) 173 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

accordance with Sub-Clause 14.2 [Advance Payment];


e) Deleted:
f) any other additions or deductions which may have become due in accordance with the
Contract (including those under Clause 20 –Claims, Disputes and Arbitration), other than
under Sub-Clause 8.7 [Delay Damages]; and
g) the deduction of the amounts certified in all previous Interim Payment Certificates.

Sub-Clause 14.3.2 “Application for Interim Payment Certificates for Operation and
Maintenance”

Add new Sub-Clause 14.3.2 as follows:

The Contractor shall submit a statement in two copies to the Engineer after the end of each month,
in a form approved by the Engineer, showing the amounts to which the Contractor considers
himself to be entitled together with supporting documents. The Statement shall include the
following items as applicable:

a) the estimated contract value of the operation and maintenance services of the facilities up to
the end of the month;
b) any amount to be added or deducted for changes in legislation and cost in accordance with
Sub clause 13.7 and 13.8;
c) any other additions or deductions which may have become due in accordance with the
Contract (including those under Clause 20–Claims, Disputes and Arbitration), other than under
Sub-Clause 8.7 [Delay Damages]; and
d) the deduction of the amounts certified in all previous Interim Payment Certificates.”

Sub-Clause 14.4 Schedule of Payments

Add the following at the end of Sub-Clause 14.4:

“Payment Schedule shall be regulated as under:

The designation “P” means progressive monthly payments up to the limits indicated, based on
progress made by the Contractor. The designation “LS” means that lump sum payment is made
upon completion of the activity described.

Payment Schedule
1.1.1.1.1 (Reference to Sub-Clause 14.4 of the Particular Conditions of Contract)
Payment Amount
Type of (in % of Cumulative
Major Work Category
Payment Total %
Price)
Design and Documentation (Schedule 2) LS 100 %
Mechanical, Electrical and Instrumentation control & Automation Plant, Equipment and
Machinery for Incorporation in the Permanent Works (Fabrication, Supply and
Transportation) (Schedule 3)
Plant, Equipment and machinery LS 100%
(Fabrication, Supply and Transportation)
Civil Works, Installation and Testing (schedule 4)

Section – VIII: Particular Conditions (PC) 174 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Payment Schedule
1.1.1.1.1 (Reference to Sub-Clause 14.4 of the Particular Conditions of Contract)
Payment Amount
Type of (in % of Cumulative
Major Work Category
Payment Total %
Price)
Civil Works
Civil Works (New and Rehabilitation Works)
Water Retaining Structures after P 90%
completion of Construction (e.g. Aeration
Tank, clarifiers, Digesters, Thickeners, Grit
Separators, etc.)
Water Retaining Structures
P 5%
after Hydraulic/Pneumatic Testing
Water Retaining Structures after
successful completion of testing, trial run, LS 5%
and performance guarantee test
Non-Water Retaining Structures, after
completion of construction
(like Pump House Electrical Panel Room P 95%
Blower Room, Laboratory roads, drains
pathways, stairs etc.).
Non-Water Retaining Structures, after
successful completion of testing, trial run, LS 5%
and performance guarantee test
Installation, testing, trial run, performance Guarantee Test and commissioning of
Mechanical, Electrical, Instrumentation control and Automation Works (schedule 4)
During Installation P 90%
Completion of testing, trial run, and
performance guarantee test and LS 10%
commissioning
Operation and Maintenance during DLP Period (Schedule 7)
Monthly O&M Services (On completion of
each month’s operations and maintenance)
P 100%
inclusive of man power, consumables &
preventive maintenance/replacement
Operation and Maintenance during Nine (9) Years Period (Schedule 7)
Monthly O&M Services (On completion of
each month’s operations and maintenance)
P 100%
inclusive of man power, consumables, &
preventive maintenance/ replacement.

Section – VIII: Particular Conditions (PC) 175 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sub-Clause 14.5 Plant and Material intended for the Works

Replace Sub-Clause 14.5 with:

Interim Payment Certificates shall include amount for Plant and Materials which have been
brought to the Site for incorporation in the Permanent Works The Engineer shall determine
eligibility for payment in accordance with the following provisions:

i. the Plant and Materials are in accordance with the Contract;


ii. the Plant and Materials have been delivered to the Site and are properly stored on Site
and protected against loss, damage or deterioration;
iii. the Contractor's records of the requirements, orders, receipts and use of Plant and
Materials are kept in a form approved by the Engineer, and such records are available for
inspection by the Engineer;
iv. the Contractor has submitted invoice and challans towards delivering the Plant and
Materials to the Site, together with such documents as may be required for the purpose of
including the payment in the IPC by the Engineer; and
v. the Plant and Materials are those listed in the Contract document;
vi. Recognition of invoice against the material and supplies at the time of their receipt at the
project site should not be understood in any case, that the Contractor can procure any
quantity of material which is way beyond the quantity to be consumed (estimated using
the common business prudence) and the shelf life of the material expires before it being
used. Accordingly, material and supplies should be procured based on the progressive
use of material and supplies/equipments and the same shall correspond with the
approved/ released design & drawing, and contract documents.
vii. Further, Employer shall not be responsible in any manner to recognize the billing for any
excess consumption of material and supplies/ equipment’s by the Contractor beyond the
quantities worked out, subject to permissible variation allowed.

Sub-Clause 14.11 Application for Final Payment Certificate

Add to the end of G C Sub-Clause 14.11, the following:

“Within 56 days of receiving the Final Contract Completion certificate on Completion of the
Operation and Maintenance, the Contractor shall submit to the Engineer, six copies of the draft
Final Statement for Operation and Maintenance with supporting documents showing in detail in a
form approved by the Engineer:
the value of all work done in Operation and Maintenance, and

any further sums which the Contractor considers due to him under the Contract or otherwise in
relation to the Operation and Maintenance.

If the Engineer disagrees with or cannot verify any part of the draft final statement, the Contractor
shall submit such further information as the Engineer may reasonably require and shall make such
changes in the draft as may be agreed between them. The Contractor shall then prepare and
submit to the Engineer the final statement on Operation and Maintenance as agreed. This agreed
statement on Operation and Maintenance is referred to in these Conditions as the “Final
Statement on Operation and Maintenance”.

However, if following discussions between the Engineer and the Contractor and any changes to
the draft final statement on Operation and Maintenance which are agreed, it becomes evident that

Section – VIII: Particular Conditions (PC) 176 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

a dispute exists, the Engineer shall deliver the Final Payment Certificate for the amount which he
considers to be due to the Contractor. Thereafter, if the dispute is finally resolved under Sub-
Clause 20.4 [Obtaining Dispute Board’s Decision] or Clause 20.5 [Amicable Settlement], the
Contractor shall then prepare and submit to the Employer (with a copy to the Engineer) a Final
Statement.”

Sub-Clause 14.12 Discharge

Replace G C Sub-Clause 14.12 with:

“When submitting the Final Statement under Sub-Clause 14.10 [Statement of Completion] of this
Contract, the Contractor shall submit a written discharge in accordance with Sub-Clause 14.11
[Application for Final Payment Certificate] which confirms that the total of the Final Statement
represents full and final settlement of all monies due to the Contractor under or in connection with
the Works Contract. This discharge may state that it becomes effective when the Contractor has
received Performance Security in the end of O & M period.

When submitting the Final Statement on Operation and Maintenance under Sub-Clause 14.10 of
this Contract, the Contractor shall submit a written discharge in accordance with Sub-Clause
14.11 which confirms that the total of the Final Statement on Operation and Maintenance
represents full and final settlement of all monies due to the Contractor under or in connection with
the Operation & Maintenance Contract.”

Sub-Clause 14.16 JICA Disbursement Procedure

Add new subclause 14.16

JICA's disbursement procedure applied to this Contract; and

payment responsibility of the bank charge i.e in case of commitment procedure, the employer
shall bear the bank charges (LC charges).

Sub-Clause 17.2 Contractor’s Care of the Works

Add to the end of G C Sub-Clause 17.2, the following:

“The Contractor shall also be responsible for the care of the Facilities during the Operation and
Maintenance Period in accordance with the requirement of the License Agreement pursuant to
Sub-Clause 1.1.1.11 [Operating License].

Notwithstanding anything to the contrary stated in the Contract, the Contractor shall also be
responsible for any part of the Works for which Taking-Over Certificate is issued.

The Contractor shall also take full responsibility for any outstanding work which he shall have
undertaken to complete during the Operation and Maintenance Period until all such outstanding
work is completed.

Subject to the provisions of Sub-Clause 17.6 [Limitation of Liability], the Contractor’s Risks during
the Operation and Maintenance Period are:
a) all risks resulting or arising from the design or construction of the Works, or the Materials used
therein, notwithstanding any testing carried out by or approved or witnessed by the Engineer; and
b) all risks resulting or arising from the operation and maintenance of the Facilities and the care
of the Facilities excluding the Employer’s Risks listed under Sub-Clause 17.3 [Employer’s
Risks].”

Section – VIII: Particular Conditions (PC) 177 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sub Clause 18.5 Other insurances required by Law and by local practice

Add new G C Sub-Clause 18.5 as follows:

Other insurances required by Law and by local practice (if any) shall be detailed in the Contract
Data and the Contractor shall provide such other insurances in compliance with the details given,
at his own cost.

Sub-Clause 18.6. Insurances to be provided by the Contractor during the Operation &
Maintenance Period

Add new Sub Clause 18.6 as follows:

The Contractor shall provide the following insurances during the Operation & maintenance Period:

a) Fire extended cover for the Works

The Contractor shall provide, in the joint names of the Employer and the Contractor, fire
extended cover insurance for the Works as specified in the Contract Data for the Operation
Service Period. Notwithstanding any other provision in the Contract, the Operation Service
shall not commence until the fire extended cover insurance is effected and the terms and
details have been approved by the Employer.

The terms of the policy shall be submitted to the Employer for his approval no later than 28
days before the date upon which the Works Taking Over Certificate is due to be issued, and
shall come into force on the date stated in the Works Taking Over Certificate.

b) Injury to any person and damage to property

The Contractor shall ensure that an insurance as required under Sub-Clause 18.2 (d) [Injury
to persons and damage to property] be effected prior to the issue of the Works Taking Over
Certificate and maintained until the issue of the Final Contract Completion Certificate. Such
insurance shall be for an amount and in terms as specified in the Contract Data.

c) Injury to employees

The Contractor shall ensure that an insurance as required under Sub-Clause 18.2(e) [Injury
to employees] be effected prior to the issue of the Works Taking Over Certificate and
maintained until the issue of the Final Contract Completion Certificate, or the last of his or any
of his Subcontractors' employees have left the Site, whichever is the later.

d) Other insurances required by Law and by local practice

Other insurances required by Law and by local practice (if any) shall be detailed in the Contract
Data and the Contractor shall provide such insurances in compliance with the details given, at
his own cost.

e) Other optional operational insurances

Other optional insurances required (if any) shall be detailed in the Contract Data and the
Contractor shall provide such other insurances in compliance with the details given, at his own
cost.

Section – VIII: Particular Conditions (PC) 178 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Sub-Clause 19.6 Optional Termination, Payment and Release

Add Sub-paragraph (f) after Sub-paragraph (e) of G C Sub-Clause 19.6, as follows:

“any other cost or liability which in the circumstances was reasonably incurred by the Contractor
in the expectation of operating and maintaining the Works as set out in O&M Contract.”

Sub-Clause 20.1 Contractor’s Claims

In paragraphs five and six of G C Sub-Clause 20.1, change “42 days” to “56 days”

Specific Provisions for Operations and Maintenance (O&M) - Section B

Clause 22 Operation and Maintenance

Sub-Clause 22.1 General Requirements

Add new Sub-Clause 22.1, as follows:

“The Contractor shall comply with the Operation and Maintenance Management Requirements as
provided for in the Contract and any revisions thereof which are agreed during the Contract Period.

The Contractor shall follow the requirements of the Operation and Maintenance Plan and the
operation and maintenance manuals. No significant alteration to such arrangements and methods
shall be made without the prior approval of the Employer's Representative.

During the Operation and Maintenance Service, the Contractor shall be responsible for ensuring
that the Works remain fit for the purposes for which they are intended.

The operators and maintenance personnel for the Works, including Plant operators shall have the
appropriate experience and qualifications to perform the Operation and Maintenance Service
required under the contract. The names, with details of their qualifications and experience, of all
operation and maintenance personnel shall be submitted to the Employer for approval, and no
such personnel shall be engaged prior to receiving such approval.”

Sub-Clause 22.2 Commencement of Operation and Maintenance

Add new Sub-Clause 22.2, as follows:

Unless otherwise stated in the Employer's Requirements, the commencement of the Operation
and Maintenance Service shall be from the date stated in the Taking Over Certificate as specified
under Sub-Clause 10.5.

The Operation and Maintenance Service shall not commence until all the works (the Design-Build)
or any Sections has been completed in accordance with the contract and Taking-Over Certificate
has been issued in terms of the contract.

The Operation Management System shall be finalized by the Contractor and the Engineer during
the Trial Run Period.

Should the Taking-Over Certificate, or any Notice attached or pertaining thereto, contain
requirements or restrictions over and above those in the Contract, the Contractor shall comply
with such requirements and/or restrictions, and, to the extent that the Contractor suffers additional
Cost as a result, and subject to the provisions of Sub-Clause 20.1 [Contractor's Claims], the

Section – VIII: Particular Conditions (PC) 179 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Contractor shall be reimbursed by the Employer unless such requirements or restrictions were as
a result of a fault or failure of the Contractor.

The Contractor shall thereafter provide the Operation and Maintenance Service in compliance
with the Operation and Maintenance Management System and in accordance with As- Built
Documents and Operation and Maintenance Manuals. (Sub-Clause 5.5 and Sub-Clause 5.6).

If the Contractor wishes to modify a document which has previously been submitted and approved,
the Contractor shall immediately notify the Engineer, and shall subsequently submit revised
document(s) to the Engineer for review accompanied by a written explanation of the need for such
modification.
The Contractor shall not implement any proposed modification in accordance with subparagraph
(d) of Sub-Clause 5.2 [Contractor's Documents] until such modification has been reviewed by the
Engineer, and consent to proceed has been given in writing. However, any such approval or
consent, or any review (under this Sub-Clause or otherwise), shall not relieve the Contractor from
any obligation or responsibility.

Sub-Clause 22.3 Delivery of Raw Materials

Add new Sub-Clause 22.3, as follows:

“The Contractor shall be responsible for the supply and delivery to the Site (or other designated
place) of the chemicals, fuels, consumables and other such items specified in the Employer's
Requirements. The Contractor shall be responsible that all such items are fit for purpose and
comply with the requirements of the Contract in respect of quality, purpose and function. The
Employer shall facilitate the Contractor in getting necessary permissions and approvals for
supplying the material at designated site.

In the event that any such item or product is not delivered in accordance with the agreed delivery
program or deviates from the specified quality, and such delay or deviation causes the Contractor
to suffer additional cost, the Contractor shall not be entitled for any extra costs which he has
incurred.”

Sub-Clause 22.4 Delays and Interruptions during Operation and Maintenance

Add new Sub-Clause 22.4, as follows:

“Delays and interruptions during the Operation Service will be agreed and determined as follows:

a) delays or interruptions caused by the Contractor

If there are any delays or interruptions during the Operation and Maintenance service which
are caused by the Contractor or by a cause for which the Contractor is responsible, the
Contractor shall compensate the Employer for any losses including loss of revenue, loss of
profit, and overhead losses.

The amount of compensation due shall be determined and agreed according to Sub-Clause
3.5 [Determinations], and the Employer shall be entitled to recover the amount due by making
a corresponding deduction from the next payment due to the Contractor.

There will be no extension of the period of the Operation and Maintenance Service as a result
of any such delay or interruption.

b) Delays or Interruptions caused by the Employer

Section – VIII: Particular Conditions (PC) 180 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

If there are any delays or interruptions during the Operation Service which are caused by the
Employer or by a cause for which the Employer is responsible, the Contractor shall raise a
claim in accordance with the principles set out under Clause 20.1. There will be no extension
of the period of the Operation and Maintenance Service as a result of any such delay or
interruption.

c) Suspension by the Employer

The Engineer may at any time during the Operation and Maintenance instruct the Contractor
to suspend progress of the Operation and Maintenance. During such suspension, the
Contractor shall protect, store, secure and maintain the Facilities against any deterioration,
loss or damage.

If the need to suspend the Operation and Maintenance by the Employer is due to any failure
of the Contractor or circumstances for which the Contractor is responsible under the Contract,
the provisions of paragraph (a) of this Sub-Clause shall apply.

If the need to suspend the Operation and Maintenance is not as a result of any failure by the
Contractor or is due to circumstances for which the Contractor is not responsible under the
Contract, the provisions of paragraph (b) of this Sub-Clause shall apply.

If a suspension which is not due to any failure by the Contractor or is due to circumstances for
which the Contractor is not responsible under the Contract has continued for more than 84
days, the Contractor may request the Engineer's permission to proceed. If the Engineer does
not give permission within 28 days after being requested to do so, the Contractor may give
notice of termination under Sub-Clause 16.2 [Termination by Contractor].

After the permission or instruction to proceed is given, the Contractor and the Engineer shall
jointly examine the Facilities.

The Contractor shall make good any deterioration or defect in the Plant and the Engineer shall
make a written record of all making good required to be carried out by the Contractor.

If the suspension is not due to any failure by the Contractor or is due to circumstances for
which the Contractor is not responsible under the Contract, the Contractor shall be entitled to
be paid the Cost plus reasonable profit of making good the Facilities prior to re-commencing
the Operation and Maintenance.”

Sub-Clause 22.5 Failure to Maintain Compliance with Specified Effluent Quality

Add new Sub-Clause 22.5, as follows:

“In the event that the Contractor fails to achieve and maintain compliance with the effluent quality
requirements specified in the Contract, the Contractor and Employer shall jointly establish the
cause of such failure.

a) If the cause of the failure lies with the Employer or any of its agent or representatives, then,
after consultation with the Contractor, the Employer shall give written instruction to the
Contractor of the measures which the Employer requires the Contractor to take.

If the Contractor suffers any additional Cost as a result of the failure or the remedial measures
specified by the Employer, the Employer shall pay the Contractor his Cost plus reasonable
profit, subject to Sub-Clause 3.5 [Determinations]

Section – VIII: Particular Conditions (PC) 181 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

b) If the cause of the failure lies with the Contractor then, after due consultation with the
Employer, the Contractor shall take all steps necessary to achieve and maintain compliance
with the effluent quality requirements specified in the Contract.

If the Employer suffers any loss as a result of the failure or the measures taken by the
Contractor, the Contractor, subject to Sub-Clause 3.5 [Determinations], shall pay the
Employer performance damages as stipulated in Clause no 23, Functional Guarantees.

Unless otherwise stated in the Clause 23, Functional Guarantees, if the failure continues for
a period of more than 28 days, and the Contractor is unable to achieve compliance with the
effluent quality requirements specified in the Contract, the Employer may:
i. either continue with the Operation and Maintenance with the deduction in the Contractor’s
monthly payment as stated in Cause 23, Functional Guarantees or
ii. give the Contractor 56 days’ notice in writing and terminate the Contract. In such an event,
the Employer shall be free to continue the Operation and Maintenance himself or by
others.”

Sub-Clause 22.6 Completion of Operation and Maintenance

Add new Sub-Clause 22.6, as follows:

“Unless the Parties have mutually agreed to extend the Operation and Maintenance Period, the
obligation of the Contractor to operate and maintain the Facilities under the Contract shall cease
at the end of the period stated in the Contract Data as the Operation and Maintenance Period.

Notwithstanding the foregoing, other services required to be performed by the Contractor must be
completed before the Contractor will be entitled to receive the Final Contract Completion
Certificate on Completion of the Operation and Maintenance Period in accordance with Sub-
Clause 10.6 of this Contract.

Pre-conditions which must be fulfilled by the Contractor before the Final Contract Completion
Certificate on Completion of the Operation and Maintenance Period will be issued are:
a) Inspection in accordance with Sub-Clause 9.5 [Joint Inspection Prior to Contract Completion],
b) Testing in accordance with Sub-Clause 9.6 [Procedure for Tests Prior to Completion],
c) Updating Operation and Maintenance manuals and providing performance records and data
in accordance with Sub-Clause 5.7 [Operation and Maintenance Manuals], and
d) Remedying defects found during inspection in accordance with Sub-Clause 9.5 [Joint
Inspection Prior to Contrac t Completion].”

All work shall be executed by the Contractor at his own cost before handing over the Works. In
the event that the Contractor fails to carry out the necessary remedial works, the Employer shall
notify the Contractor, and proceed in accordance with the provisions of the contract. Any costs
incurred by the Employer in so doing shall be recoverable from the Contractor and will become a
debt due and payable by the Contractor to the Employer and the Employer may, at his sole
discretion, recover such amount by invoking the Contractor’s bank guarantee provided as
Performance Security.

Sub-Clause 22.7 Operating License

Add new Sub-Clause 22.7, as follows:

“The Employer shall issue to the Contractor the Operating License or equivalent legal
authorization to enable the Contractor to operate and maintain the Facilities during the Operation

Section – VIII: Particular Conditions (PC) 182 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

and Maintenance Period.

The Operating License shall automatically come into full force and effect upon issue of the Works
Taking Over Certificate upon completion of the execution of the Works in accordance with the
Contract and issuance of the Taking-Over Certificate.

The Operating License shall only extend to those parts of the Site which it is required to occupy
for the purposes of carrying out the Works and Operation and Maintenance as set out in the
Contract. The Operating License granted pursuant to this clause shall not operate nor be deemed
to operate as a tenement or a demise of the Site or any part thereof.

The Contractor shall not have or be entitled to any estate, right, title or interest in the Site /
Facilities.

The license will immediately terminate upon termination of this Contract for whatever reason.

Sub-Clause 22.8 Non-Availability of Raw Sewage

Add new Sub-Clause 22.8, as follows:

“Throughout the Term of these Conditions of Contract for Operation and Maintenance, the
Employer shall be supplying Raw Sewage.

In the event of non-availability of Raw Sewage to the Facility beyond a continuous period of 56
working days, after the start of the Operation Period the responsibilities of the Contractor shall
stand suspended.

During such period of suspension,


i. the Employer shall be liable to pay to the Contractor the Operation & Maintenance Charges
as specified by the bidder at the time of bidding in Price Schedule, Volume 3 of Bid documents’
ii. in the event of sustained inability to supply Raw Sewage to the facility for a period greater than
56 days, the Employer shall be liable to pay inventory holding charges for chemicals and
consumables that may have been stored by contractor for the purpose of treatment of sewage,
that may otherwise have been required, as per the consumption norms specified at the time
of bidding.

Such charges shall be payable for each day beyond the period of eight weeks mentioned
hereinabove, till such time as the Employer resumes the Facility.

Sub-Clause 22.9 Adverse Operating Conditions

Add new Sub-Clause 22.9, as follows:

“In the event the raw sewage quality deteriorates beyond the specifications provided, the following
provision will be applicable:

If the raw sewage can still be treated to meet the Output Standards, the Contractor shall comply
with such specifications.
a) In the event it is not possible to meet the Output Standards, the Contractor shall, as soon as
practically possible, inform the Employer. The Parties shall consult in good faith to arrive at
mutually acceptable Alternative Output Standards, which shall be complied with by the
Contractor till the time the raw sewage quality is restored.
b) In the event the change in characteristics is for a period of more than 30 days and it is possible

Section – VIII: Particular Conditions (PC) 183 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

to meet the Alternative Output Standards, the Contractor shall meet the Alternative Output
Standards, till the time the raw sewage quality is restored.
c) The Liquated Damages as specified in Clause no 23, Functional Guarantees, then shall be
applicable on the agreed Alternative Output Standards.”

In such a case, the Contractor shall be suitably compensated with reasonable profit for any
additional cost incurred.”

Sub-Clause 22.10 Independent Compliance Audit:

At least 182 days prior to the-commencement of the Operation and Maintenance Service, the
Employer and the Contractor shall jointly appoint the Auditing Body to carry out an independent
and impartial audit during the Operation and Maintenance Service. The terms of appointment of
the Auditing Body shall be included in the Employer's Requirements, and the purpose will be to
audit and monitor the performance of both the Employer and the Contractor during the Operation
Service in compliance with the Operation Management Requirements. If the Parties cannot agree
on the appointment of the Auditing Body, the matter shall be referred to the DB by the Parties.
The DB shall make the appointment and notify the Parties accordingly.

The Auditing Body shall commence its duties on the same date as the Operation and Maintenance
Service commences.

Payment of the Auditing Body shall be made from the Provisional Sum included in the Contract
for that purpose.

Both Parties shall cooperate with the Auditing Body and give due regard to the matters raised in
each report issued by the Auditing Body.

Clause 23, Functional Guarantees

Add new clause 23 as below:

General

This Clause sets out:

a) the functional guarantees as described in Schedule of Guarantees (SOG);

b) the preconditions to the validity of the functional guarantees, either in production and/or
consumption, set forth below;

c) the minimum level of the functional guarantees; and

d) the formula for calculation of liquidated damages for failure to attain the functional guarantees.

Variations allowed in treated effluent quality during 10 Years of Operation & Maintenance
including one year of DLP and penalty for not maintaining the standards:

The treated water quality and other key deliverable standards shall be demonstrated by the
Contract at:
 The nominal design flow
 25% of nominal design flow*
 10% above the nominal design flow*
 The pollutant concentration of all incoming pollutants as load (i.e. kg/day in terms of flow

Section – VIII: Particular Conditions (PC) 184 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

received) in a range of 75% to 110% of the pollutant load calculated at the design pollutant
concentration and nominal design flow.

*On some occasions during the year like festivals, excessive rain, extreme weather conditions
etc.

The contractor’s guarantee for the performance in the O&M period to be as follows:

A) Treated Effluent Quality Guarantee (as per SOG)

B) Chemical Usage: (As per SOG)

C) Power: (As per SOG)

Not being able to demonstrate the plant performance within 12 months from the date of
commencement of Test on Completion shall render the plant as “Non-Acceptable” leading to a
liquidity damage and shall forfeit the performance securities.

Contractor to maintain guarantee parameters for treated effluent quality during O & M period and
during Defect Liability Period. These quality parameters are subject to presumptions that actual
pollutant (Pollutants like BOD, SS, Nitrogen etc. in kg/day) load will not exceed design pollutant
load (kg/day) per day for every parameter. However, on some occasions during the year (i.e.
festivals, excessive rain, extreme weather conditions), individual pollutant concentration (mg/l)
can exceed up to 10% of design parameters, and total sewage flow can exceed up to 10% design
flow; however, the Contractor shall guarantee the performance for pollutant load up to 110% of
the design load only.

The treated effluent parameters shall be demonstrated with 24 hour composite samples with 95%
compliance on monthly basis i.e. not more than 5% cumulative samples during the month can be
off specifications.

The Maximum Admissible Concentration (MAC) on individual grab samples shall not be more than
2 times of the above specified 95 percentile value.

If any parameter of any grab sample exceeds the MAC values given in Volume 2, the sample
shall be considered as “Non-Complaint”.

Guarantee for Fecal Coliform shall be based on 30 days geometric mean value.

During trial run and commissioning, no penalties will be applied and Contractor will rectify the
plant to ensure successful commissioning.

However, during 10 Years of Operation & Maintenance including one year of DLP, Pune Municipal
Corporation (PMC) will impose following penalties/liquidated damages for not maintaining the
guaranteed parameters, as described below:

Condition A:-

Liquidated Damages for Non-Compliance of Treated Effluent Quality will be equivalent to Daily
payment for each day of Non-Compliance.

Liquidated Damages for non-compliance of treated effluent standards (MAC)

Section – VIII: Particular Conditions (PC) 185 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Event Triggering the recovery of Liquidated


Frequency
Liquidity Damages Damages
Non-conformance with MAC for BOD
Rs.20000/- For every event of non-conformance
Standard
Non-conformance with MAC for TSS For every event of non-conformance
Rs.20000/-
Standard
Non-conformance with MAC for Total Rs.20000/- For every event of non-conformance
Nitrogen
Non-conformance with MAC for Fecal Rs.20000/- For every event of non-conformance
Coliform Standard

The cumulative of above liquidated damages shall not exceed the monthly O&M cost (Maximum
Liquidated Damages).

Condition-B: Not Applicable

Condition-C: Liquidated Damages for not meeting the Electric Consumption Guarantee

Contractor shall give complete details of total power consumption, guaranteed power generation
and net power consumption.

During Operation and Maintenance, damages payable by Contractor to Employer for exceeding
the guaranteed power consumption shall be equal to the actual cost of the excess energy
consumed.Such payable amount will be assessed for each month during O&M period.

During Operation and Maintenance, damages payable by Contractor to Employer for not
producing the guaranteed power generation shall be equal to the cost of the excess energy
consumed due to less than guaranteed power generation. Such payable amount will be assessed
for each month during O&M period.

After the Completion Test, the guarantees would come into effect for power consumption and
power generation.

Condition-D: Breakdown of Equipment:

In case of breakdown of equipment for more than the stipulated time period as below, on discretion
of Engineer, the Contractor shall be penalized as mentioned below:

Breakdown
Equipment Penalty Imposed
Time Period
Critical Equipment/ Instrumentation beyond 72 Daily O&M Cost of default
(Critical equipment shall mean those hours beyond permitted
equipment’s / systems which are essential to breakdown time period.
ensure the plants performance and it shall
include all flow and treated water quality
measuring instruments and systems including
submersible mixers, blowers, MLE pump,
sludge and MLSS recirculation pumps,
disinfection (chlorination system), Tertiary filters,
Biogas Power generation system, Micro hydro
power plant, electrical systems such as critical

Section – VIII: Particular Conditions (PC) 186 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Breakdown
Equipment Penalty Imposed
Time Period
electrical system such transformers, electrical
panels etc.
Semi-Critical Equipment beyond 7 50% of Daily O&M Cost of
Semi Critical equipment shall mean those days default beyond permitted
equipment’s / systems which are normally breakdown time period
necessary to ensure the plants performance and
they shall include all screens, grit removal
systems, primary clarifiers, secondary clarifiers,
sludge thickening, and digestion systems etc.
Non-Critical Equipment beyond 10 25% of Daily O&M Cost of
Non-Critical equipment shall mean those days default beyond permitted
equipment’s/ systems which have been breakdown time period
provided at the plant are but are not critical in for
delivering the plants performance, such as area
lighting, air conditioners, Instruments not critical
towards operation of the plant.

The cumulative of above liquidated damages shall not exceed the monthly O&M cost (Maximum
Liquidated Damages).

NOTE: In case the liquidated damages due to non-conformance for Condition A for Treated
Effluent Quality becomes equal to or more than 50% of the monthly O&M value for a period more
than 3 months in a year, then the Employer reserves the right to terminate the Contract after
encashing all the Security Deposits, retention Money and Performance Guarantees.

Condition- E: In any case if the grid power failure is more than 8 hrs in a single occasion in a day
or cumulative grid power failure is more than 8 hrs in a day
a) No treatment standards will be compulsory for that day. However, contractors are encouraged
to maintain standards as far as possible. No penalties will be imposed on contractor. Above
relaxation shall be applicable only for a period of 24 hours after resuming regular grid power.
Condition-F: Residual Handling & Disposal
The Plant Residuals shall conform to the following specifications:
Screenings
The screenings shall comprise of all particles of an effective size in excess of 5 mm and be “free
of dripping water “i.e. the screenings on collection does not contain any dripping water when
disposed from the plant.
Grit
The grit removed shall contain less than 3% organic matter on dry basis of an average particle
size of more than 100 microns but less than 1000 microns and be free of dripping water
Excess Bio Solids (Sludge)
The excess bio solids (Sludge) produced shall contain approximately 25% (+/-) 2% w/w of Solid
Content Concentration with VSS/TSS ratio of not more than 60%, for “spade able” or “open body
truck able” consistency for easy transportation and disposal.

The wastewater treatment residuals i.e. Screenings / Grit and Dewatered Bio Solids shall be

Section – VIII: Particular Conditions (PC) 187 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

handled and transported by the Contractor in a nuisance free manner following environmental
guidelines. If the performance of the Contractor is not found satisfactory in respect of processing,
handling and transportation of the sludge, the Employer shall have the liberty to recover from
Contractor two (2) times the cost incurred for handling and transportation of the residuals. The
residuals shall be disposed by the Contractor as per the guidelines provided by the employer.
Screenings & Grit: Disposal to the Sanitary Land fill (the tipping charges shall be borne by the
Contractor)
Condition – G: Flow Deviation

The daily cumulative outlet flow measured shall not be less than 95% of inlet cumulative flow. A
deviation in excess of this limit shall be deducted, as a penalty, from the Charge for Operation
and Maintenance on a pro-rata basis.

Condition – H: Absent Staff

A penalty will be levied in the event that any of the Management, Operation and Maintenance
Personnel listed in the specification are absent from specified shifts during the operation and
maintenance period as follows:

Sl. Designation Penalty per person per


No. shift in Rupees
1 Plant Manager 2,500
2 Plant Supervisor/ Superintendent 2,000
3 Shift-in-charge 1,000
4 A) Operators for STP 1,000
B) Operators for ISPS 1,000
5 Plant Chemist 1,500
6 Electrician 1,000
7 Instrumentation and Control Technician 1,000
8 Fitter/Mechanic 1,000
9 Peon 400
10 A) Security Guards for STP 400
B) Security Guards for ISPS 400
11 Gardener 400
12 Helpers for Sludge Handling 500

The penalty shall be increased during each year of operation in accordance with the relevant
indices for salaries as provided by the RBI.
Clause No 24 Spare Parts

Add new Clause 24 as below:

In addition to the supply of mandatory spare parts included in the contract, the contractor shall
supply spare parts required for the operation and maintenance of the facilities for the 10 years
period of Operation and Maintenance including one year of DLP. However, the identity,
specifications and quantities of such spare parts and the terms and conditions relating to the
supply thereof shall be as per employer’s requirement as described in Volume II and the price of
such spare parts shall be that given in price bid, which shall be added to the contract price. The
price of such spare parts shall include the purchase price therefor and other costs and expenses

Section – VIII: Particular Conditions (PC) 188 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

(including contractor’s fees) relating to the supply of spare parts.

Section – VIII: Particular Conditions (PC) 189 Bid Document


Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Section – IX: Annex to the Particular


Conditions - Contract Forms

Section – IX: Annex to the Particular Conditions - Contract Forms 190 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Letter of Acceptance

[Insert letterhead paper of the Employer]


[Insert date]

To: [Insert name and address of the Contractor]

This is to notify you that your Bid dated [insert date] for execution of the [insert name of the
Contract and identification number, as given in the Contract Data] for the Accepted Contract
Amount of the equivalent of [insert amount in words and figures] [insert name of currency], as
corrected and modified in accordance with the Instructions to Bidders, is hereby accepted by Pune
Municipal Corporation.

You are requested to furnish the Performance Security within 28 days in accordance with the
Conditions of Contract, using for that purpose one of the Performance Security Forms included in
Section IX, Annex to the Particular Conditions - Contract Forms, of the Bidding Documents

Authorized Signature: __________________________________________________________

Name and Title of Signatory: _____________________________________________________

Name of Agency: ______________________________________________________________

Attachment: Contract Agreement

Section – IX: Annex to the Particular Conditions - Contract Forms 191 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Contract Agreement

THIS AGREEMENT made the [insert day] day of [insert month], [insert year], between [insert
name of the Employer] (hereinafter “the Employer”), of the one part, and [insert name of the
Contractor] (hereinafter “the Contractor”), of the other part:

WHEREAS the Employer desires that the Works known as [name of the Contract] should be
executed by the Contractor, and has accepted a Bid by the Contractor for the execution and
completion of these Works and the remedying of any defects therein,

The Employer and the Contractor agree as follows:

1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Contract documents referred to.
2. The following documents shall be deemed to form and be read and construed as part of this
Agreement. This Agreement shall prevail over all other Contract documents.
i. the Letter of Acceptance;
ii. the Letter of Bid;
iii. the addenda Nos [insert addenda numbers, if any] (if any);
iv. the Particular Conditions;
v. the General Conditions;
vi. the Employer’s Requirements;
vii. the completed Schedules;
viii. the Contractor’s Proposal and any other documents forming art of the Contract
ix. the Acknowledgement of Compliance with Guidelines for Procurement under Japanese
ODA Loans.
3. In consideration of the payments to be made by the Employer to the Contractor as specified
in this Agreement, the Contractor hereby covenants with the Employer to execute the Works
and to remedy defects therein in conformity in all respects with the provisions of the Contract.
4. The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and the remedying of defects therein, the Contract Price or such other
sum as may become payable under the provisions of the Contract at the times and in the
manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with the laws of [insert the laws of the borrowing country] on the day, month and year
specified above.

Signed by _______________________ Signed by ______________________

for and on behalf of the Employer in the for and on behalf the Contractor in the
presence of Witness, Name, presence of Witness, Name,

Signature Signature

Address Address

Date Date

Section – IX: Annex to the Particular Conditions - Contract Forms 192 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Performance Security

Option 1: (Demand Guarantee)

[Insert Guarantor letterhead or SWIFT identifier code]

Beneficiary: [Insert name and Address of the Employer]

Date: [Insert date of issue]

PERFORMANCE GUARANTEE No.: [Insert guarantee reference number]

Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]

We have been informed that [insert name of Contractor, which in the case of a joint venture shall
be the name of the joint venture] (hereinafter called "the Applicant") has entered into Contract No.
[insert reference number of the contract] dated [insert date] with the Beneficiary, for the execution
of [insert name of the contract and brief description of the Works] (hereinafter called "the
Contract").

Furthermore, we understand that, according to the conditions of the Contract, a performance


guarantee is required.

At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of [insert amount in figures] ([insert
amount in words]),1 such sum being payable in the types and proportions of currencies in which
the Contract Price is payable, upon receipt by us of the Beneficiary’s complying demand supported
by the Beneficiary’s statement, whether in the demand itself or in a separate signed document
accompanying or identifying the demand, stating that the Applicant is in breach of its obligation(s)
under the Contract, without the Beneficiary needing to prove or to show grounds for its demand
or the sum specified therein.

This guarantee shall expire, no later than the [insert the day] day of [insert month], [insert year]2,
and any demand for payment under it must be received by us at this office indicated above on or
before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision,
ICC Publication No. 758, except that the supporting statement under Article 15(a) is hereby
excluded.

_____________________ [signature(s)]

[Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted from the final product.]
___________________________________
1. The Guarantor shall insert an amount representing the percentage of the Accepted Contract Amount specified in
the Letter of Acceptance, less provisional sums, if any, and denominated either in the currency(cies) of the Contract
or a freely convertible currency acceptable to the Beneficiary.
2. Insert the date twenty-eight days after the expected completion date as described in GC Clause 11.9.

Section – IX: Annex to the Particular Conditions - Contract Forms 193 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Advance Payment Security

Demand Guarantee
[Insert Guarantor letterhead or SWIFT identifier code]
Beneficiary: [Insert name and address of the Employer]
Date: [Insert date of issue]
ADVANCE PAYMENT GUARANTEE No.: [Insert guarantee reference number]
Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]
We have been informed that [insert name of Contractor, which in the case of a joint venture shall
be the name of the joint venture] (hereinafter called “the Applicant”) has entered into Contract No.
[insert reference number of the contract] dated [insert date of the contract] with the Beneficiary,
for the execution of [insert name of contract and brief description of Works] (hereinafter called "the
Contract").
Furthermore, we understand that, according to the conditions of the Contract, an advance
payment in the sum [insert amount in figures] ([insert amount in words]) is to be made against an
advance payment guarantee.
At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of [insert amount in figures] ([insert
amount in words])1 upon receipt by us of the Beneficiary’s complying demand supported by the
Beneficiary’s statement, whether in the demand itself or in a separate signed document
accompanying or identifying the demand, stating either that the Applicant:
a) has used the advance payment for purposes other than the costs of mobilization in respect of
the Works; or
b) has failed to repay the advance payment in accordance with the Contract conditions,
specifying the amount which the Applicant has failed to repay.
A demand under this guarantee may be presented as from the presentation to the Guarantor of a
certificate from the Beneficiary’s bank stating that the advance payment referred to above has
been credited to the Applicant on its account number [insert number] at [insert name and address
of Applicant’s bank].
The maximum amount of this guarantee shall be progressively reduced by the amount of the
advance payment repaid by the Applicant as specified in copies of interim statements or payment
certificates which shall be presented to us. This guarantee shall expire, at the latest, upon our
receipt of a copy of the interim payment certificate indicating that ninety (90) percent of the
Accepted Contract Amount, less provisional sums, has been certified for payment, or on the [insert
day] day of [insert month], [insert year],2 whichever is earlier. Consequently, any demand for
payment under this guarantee must be received by us at this office on or before that date.

____________________________________________________________________________
1. The Guarantor shall insert an amount representing the amount of the advance payment and
denominated either in currency(ies) of the advance payment as specified in the Contract, or
in a freely convertible currency acceptable to the Employer.

Section – IX: Annex to the Particular Conditions - Contract Forms 194 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision,
ICC Publication No. 758, except that the supporting statement under Article 15(a) is hereby
excluded.

[signature(s)]

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

____________________________________________________________________________
2 Insert the expected expiration date of time of completion.

Section – IX: Annex to the Particular Conditions - Contract Forms 195 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Retention Money Security

Demand Guarantee

[Insert Guarantor letterhead or SWIFT identifier code]

Beneficiary: [Insert name and Address of Employer]

Date: [Insert date of issue]

RETENTION MONEY GUARANTEE No.: [Insert guarantee reference number]

Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]

We have been informed that [insert name of Contractor, which in the case of a joint venture shall
be the name of the joint venture] (hereinafter called "the Applicant") has entered into Contract No.
[insert reference number of the contract] dated [insert date] with the Beneficiary, for the execution
of [insert name of contract and brief description of Works] (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, the Beneficiary
retains moneys up to the limit set forth in the Contract (“the Retention Money”), and that when the
Taking-Over Certificate has been issued under the Contract and the first half of the Retention
Money has been certified for payment, payment of [insert the second half of the Retention Money
or if the amount guaranteed under the Performance Guarantee when the Taking-Over Certificate
is issued is less than half of the Retention Money, the difference between half of the Retention
Money and the amount guaranteed under the Performance Security] is to be made against a
Retention Money guarantee.

At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of [insert amount in figures] ([insert
amount in words])1 upon receipt by us of the Beneficiary’s complying demand supported by the
Beneficiary’s statement, whether in the demand itself or in a separate signed document
accompanying or identifying the demand, stating that the Applicant is in breach of its obligation(s)
under the Contract, without the Beneficiary needing to prove or show grounds for its demand or
the sum specified therein.

A demand under this guarantee may be presented as from the presentation to the Guarantor of a
certificate from the Beneficiary’s bank stating that the second half of the Retention Money as
referred to above has been credited to the Applicant on its account number [insert account’s
number] at [insert name and address of Applicant’s bank].

This guarantee shall expire no later than the [insert day] day of [insert month], [insert year]2, and
any demand for payment under it must be received by us at the office indicated above on or before
that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision,
ICC Publication No. 758, except that the supporting statement under Article 15(a) is hereby
excluded.

Section – IX: Annex to the Particular Conditions - Contract Forms 196 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

____________________
[signature(s)]

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

____________________________________________________________________________________
1. The Guarantor shall insert an amount representing the amount of the second half of the Retention
Money or if the amount guaranteed under the Performance Guarantee when the Taking-Over Certificate
is issued is less than half of the Retention Money, the difference between half of the Retention Money
and the amount guaranteed under the Performance Security and denominated either in the
currency(ies) of the second half of the Retention Money as specified in the Contract, or in a freely
convertible currency acceptable to the Beneficiary.
2. Insert the same expiry date as set forth in the Performance Security, representing the date twenty-eight
days after the completion date described in GC Clause 11.9.

Section – IX: Annex to the Particular Conditions - Contract Forms 197 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Performance Security for O&M Contract Period

Bank Guarantee

[Insert Guarantor letterhead or SWIFT identifier code]


Beneficiary: [Insert name and Address of the Employer]
Date: [Insert date of issue]
PERFORMANCE GUARANTEE No.: [Insert guarantee reference number]

Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]

We have been informed that [insert name of the Applicant, in the case of a joint venture that has
not been legally incorporated, it shall be the name of individual joint venture partner*, and if JV
has been legally incorporated, it shall be the name of incorporated JV thereof] (hereinafter called
"the Applicant") has submitted or will submit to the Beneficiary its Bid (hereinafter called "the Bid")
for the execution of [insert description of contract] under the Loan Agreement No. [insert Loan
Agreement Number].

Furthermore, we understand that, according to the conditions of the Contract, a performance


guarantee is required.

At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of [insert amount in figures]([insert
amount in words]),1 such sum being payable in the types and proportions of currencies in which
the Contract Price is payable, upon receipt by us of the Beneficiary’s complying demand supported
by the Beneficiary’s statement, whether in the demand itself or in a separate signed document
accompanying or identifying the demand, stating that the Applicant is in breach of its obligation(s)
under the Contract, without the Beneficiary needing to prove or to show grounds for its demand
or the sum specified therein.

This guarantee shall be valid until the date of issue of the Contract Completion Certificate.

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision,
ICC Publication No. 758, except that the supporting statement under Article 15(a) is hereby
excluded.
_____________________
[signature(s)]

1 The Guarantor shall insert an amount representing the percentage of the Accepted Contract Amount
specified in the Letter of Acceptance, less provisional sums, if any, and denominated either in the
currency(ies) of the Contract or a freely convertible currency acceptable to the Beneficiary.

Section – IX: Annex to the Particular Conditions - Contract Forms 198 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Joint Venture Agreement Declaration

The Parties have had discussions for formation of a Consortium for bidding for the said Project
and have reached an understanding on the following points with respect to the Parties rights and
obligations towards each other and their working relationship.

IT IS HEREBY AS MUTUAL UNDERSTANDING OF THE PARTIES AGREED AND DECLARED


AS FOLLOWS:

1. That M/s _________________________ who is the Lead Members of the Consortium


commits to hold a minimum stake equal to __% of the Consortium at all times during the
Contract Period.

2. That any dilution of participation interest by the Parties in the consortium shall be as per the
provisions of the Contract.

3. That the Parties shall carry out all responsibilities as per terms of the Contract.

4. That the roles and the responsibilities of each Party at each stage of the Bidding shall be as
follows:

Percentage
Name of Consortium Role (Lead Member Responsibilities
Share in
Member or Member)
Consortium

No changes in the percentage share in consortium shall be allowed thereof, except in accordance
with the provisions of the Contract document.

Section – IX: Annex to the Particular Conditions - Contract Forms 199 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

Memorandum of Understanding

(MOU FOR TECHNOLOGY PROVIDER/SUPPLIER TO BE SUBMITTED ON A


200 Rs. STAMP PAPER AND DULY NOTARISED)

This memorandum of understanding (hereinafter referred to as MOU) is made and entered


into this ________ day of _________________ by and between _______________________
(Bidder). Having their registered office at ____________________ (Hereinafter referred to as
___________________________Bidder)
And
__________________ (Technology Supplier) having its registered office at
______________________________ (hereinafter referred to as Technology Supplier)
hereinafter collectively referred to as the parties and individually as a Party.

AND WHEREAS, Municipal Commissioner, Pune Municipal Corporation, (hereinafter


referred to as the "Employer") has invited bids for “75 MLD Bhairoba STP on DBO Basis”
in Pune, Maharashtra, India (hereinafter referred to as the: Project").

WHEREAS M/s, _____________________ (Bidder) is desirous to submit the Bid


Application for the Project. The condition of the Bid Document permits collaboration with a
Waste Water Treatment / Sewage Treatment Technology Supplier.
WHEREAS, M/s. ___________________________ (Bidder) intends to associate with
___________________________________( Waste Water Treatment / Sewage Treatment
Technology Supplier) in the form of Collaboration, Being an experienced Waste water
treatment / Sewage Treatment Technology Supplier, agrees to collaborate with ________
(Bidder) for the supply of Waste water treatment technology including supporting back up on
overall treatment plant and to give technical assistance in execution of the project till expiry of
Defect Liability Period for said project.
NOW, THEREFORE, in consideration of the mutual promise and covenants set forth herein,
the Parties hereby agree that;
1) __________________________ (Bidder) will include ______________ (Waste Water
Treatment Technology Supplier) in the Bid submitted to the EMPLOYER as a Collaborator.
2) This MOU is considered to be exclusive and irrevocable for the present project. It is hereby
agreed that both parties will work in a joint effort to bid for the Tender, and if successful,
______________________ (Technology Supplier) will supply of Waste water treatment /
Sewage technology including supporting back up on overall treatment plant and to give
technical assistance in execution of the project. The technology supplier will also counter sign
all the engineering documents.

Section – IX: Annex to the Particular Conditions - Contract Forms 200 Bid Document
Project for Pollution Abatement of River Mula Mutha Volume – 1 - Bidding Procedures and COC
Construction of 75 MLD Bhairoba STP on DBO Basis, Including Rehabilitation of Kalyani Nagar
Intermediate Pumping Station (IPS)

3) _______________ (Technology Supplier) confirm that they are capable of treating incoming
waste water / sewage flow to achieve current effluent discharge standards (Inclusive of all
support).
4) ---------------------------- (Technology Supplier) undertakes that the technology being offered
conform to all technical specification requirement set forth in the tender and further agree to
abide by with the execution schedule agreed by the……………………………. (Bidder).
5) The scope of either parties is as under……………………………. (Bidder) shall be
responsible for ......................... and ……………… (Technology Supplier) shall
be……………………………..
6) Both the parties under the contract undertake not to communicate to third party any part of
this agreement or information which is Technical, financial or otherwise which will be
exchanged between the parties during the period of this agreement and 5 (five) years
thereafter without prior approval of the Employer providing the information, except as may
be required for the contract bid submission and execution.
7) This MOU shall be terminated if .……………….. (Bidder) is not awarded with the work and
………………………. (Technology supplier) shall be free to associate with any other
contractor.

IN WITNESS WHEREOF,

The parties hereto have duly executed this MOU through their authorized representatives as
on day and year written above.

For and on behalf of

Bidder Technology Supplier

Authorised Signatory Authorised Signatory

Name: Name:

Position: Position:

Section – IX: Annex to the Particular Conditions - Contract Forms 201 Bid Document

Das könnte Ihnen auch gefallen