0% found this document useful (0 votes)
26 views136 pages

SCADA RFP for Kanpur Water Supply System

Kanpur Smart City Limited is inviting bids for the supply, installation, testing, and commissioning of a SCADA system for the water supply system in the ABD area of Kanpur City, along with a 5-year maintenance contract. Bidders must submit their proposals online by July 12, 2019, and provide a bid security of INR 60,00,000. The selection will be based on a Quality and Cost Based Selection method with a technical weightage of 70% and financial weightage of 30%.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
26 views136 pages

SCADA RFP for Kanpur Water Supply System

Kanpur Smart City Limited is inviting bids for the supply, installation, testing, and commissioning of a SCADA system for the water supply system in the ABD area of Kanpur City, along with a 5-year maintenance contract. Bidders must submit their proposals online by July 12, 2019, and provide a bid security of INR 60,00,000. The selection will be based on a Quality and Cost Based Selection method with a technical weightage of 70% and financial weightage of 30%.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

REQUEST FOR PROPOSAL

FOR

SCADA FOR WATER SUPPLY


SYSTEM IN ABD AREA OF

KANPUR CITY

(INCLUDING COMPREHENSIVE ANNUAL


MAINTENANCE CONTRACT OF 5 YEARS)

ISSUED BY THE

KANPUR SMART CITY LIMITED

Kanpur Nagar Nigam, Motijheel

Kanpur – 208002

Phone: 0512-2541258, 2531215

Fax: 0512-2531662, Website: https://kanpursmartcity.in/

E-mail: [email protected]
KEY DATES

Kanpur Smart City Limited invites Percentage Rate Bids through E-Tendering
from the Bidders fulfilling the Eligibility Criteria specified hereunder for Supply,
Installation, Testing and Commissioning of SCADA system including Civil, E&M
works for Water Supply System in ABD area of Kanpur City including
Comprehensive Annual Maintenance Contract of 5 Years.
Bid Information
Sl. No. Events Duration
1 RfP publishing Date From 14 June, 2019
The bidder shall have to submit Rs.20,000/-
(Rupees Ten Thousands only) (Non
2 Cost of Bidding Document Refundable) through a Demand Draft in favour
of ‘Chief Executive Officer, Kanpur Smart City
Limited’ payable at Kanpur.
3 Nature of Contract Percentage Rate
Quality and Cost Based Selection (QCBS)
Method
4 Method of Selection
 Technical Weightage : 70%
 Financial Weightage : 30%
24 June 2019 at 04:00 PM at Conference Hall,
Pre-Bid Meeting Date, Time
5 Nagar Nigam Mukhyalay, 1st Floor, Moti Jheel,
& Venue
Kanpur.
Last Date for submission of
6 12 July 2019 at 03:30 PM
Bid (Online)
12 July 2019 at 4:00 PM at Kanpur Smart City
Last Date for submission of
7 Limited, 3rd Floor, Kanpur Nagar Nigam
Bid (Hardcopy)
Mukhyalaya, Motijheel, Kanpur
Date & time for opening of
8 12 July 2019 at 4:30 PM
Technical Bid
180 days from the last date of online
9 Validity of Bid
submission of bid.
Rs. 60,00,000/- (INR S i x t y Lakh only) in the
10 Bid Security (EMD) form of BG / FDR / TDR from any Scheduled
/Nationalized Bank.
Date time and place of
11 To be informed later.
opening of Financial Bid
Chief Executive Officer, KSCL, Nagar Nigam
12 Address for communication Mukhyalay, Motijheel,
Kanpur – 208002

2|Page
DISCLAIMER

The information contained in this Request for Proposal (RFP) document or subsequently provided
to Bidders, whether verbally or in documentary form by or on behalf of Kanpur Smart City Limited
or any of its employees, is provided to Bidders on the terms and conditions set out in this RFP
document and any other terms and conditions subject to which such information is provided.

This RFP document is not an Agreement and is not an offer or invitation to any other party. The
purpose of this RFP document is to provide the Bidders with information to assist the formulation of
their Proposal submission. This RFP document does not purport to contain all the information each
Bidder may require. This RFP document may not be appropriate for all persons and it is not
possible for KSCL and their employees to consider the investment objectives, financial situation and
particular needs of each Bidder. Certain Bidders may have a better knowledge of the proposed
Project than others. Each recipient must conduct its own analysis of the information contained in this
RFP document or to correct any inaccuracies therein that may appear in this RFP document and is
advised to carry out its own investigation into the proposed Project, the legislative and regulatory
regimes which applies thereto and by and all matters pertinent to the proposed Project and to seek
its own professional advice on the legal, financial, regulatory and taxation consequences of entering
into any agreement or arrangement relating to the proposed Project.

KSCL and their employees make no representation or warranty and shall incur no liability under the
Law of Contract, Tort, the Principles of Restitution or unjust enrichment or otherwise for any loss,
expense or damage, accuracy, reliability or completeness of the RFP document, which may arise from
or be incurred or suffered in connection with anything contained in this RFP, any matter deemed to
form part of this RFP document, the award of the Project, the information and any other information
supplied by or on behalf KSCL or their employees, any consultants or otherwise arising in any way
from the selection process for the Project.

KSCL may in its absolute discretion, but without being under any obligation to do so, can amend or
supplement the information/clauses/articles in this RFP document. The information that KSCL is
in a position to furnish is limited to this RFP and the information available at the contact addresses
mentioned herein along with any amendments/ clarifications thereon. This RFP and the information
contained herein are confidential and for use only by the person to whom it is issued. It may not be
copied or distributed by the recipient to third parties (other than in confidence to the recipient's
professional advisor). In the event that the recipient does not continue with the involvement in the
project in accordance with RFP the information contained in the RFP shall not be divulged to any
other party. The information contained in the RFP must be kept confidential. Mere submission of a
responsive Bid/ Proposal does not ensure selection of the bidder as Concessionaire.

3|Page
Instructions for Online Bid Submission
i. Instructions to the Bidders to submit the bids online through the Central Public
Procurement Portal for e Procurement at www.etender.up.nic.in
ii. Possession of valid Digital Signature Certificate (DSC) and enrolment/registration of the
contractors/bidders on the e-Procurement/e-tender portal are prerequisite for e-
tendering.
iii. Bidder should register for the enrolment in the e-Procurement site using the “Online
Bidder Enrolment” option available on the home page. Portal enrolment is generally free
of charge. During enrolment/registration, the bidders should provide only valid and true
information including valid email id. All the correspondence shall be made directly with
the contractors/bidders through email id as registered.
iv. Bidder need to login to the site through their user ID/ password chosen during
enrolment/registration.
v. Then the Digital Signature Certificate (Class II or Class III Certificates with signing key
usage) issued by SIFY/TCS/ nCode/ eMudra or any other Certifying Authority
recognized by Controller of Certifying Authorities (CCA) India on eToken/Smart Card,
should be registered.
vi. The registered DSC only should be used by the bidder in the transactions and should
ensure safety of the same.
vii. Contractor/Bidder may go through the tenders published on the site and Download the
tender documents/schedules for the tenders.
viii. After Downloading/getting the tender document/schedules, the Bidder should go
through them carefully and then submit the documents as required, otherwise bid will
be rejected.
ix. Any clarifications may be sought online through the tender site, through the contact
details or during pre-bid meeting, if any. Bidder should take into account the
corrigendum, if any published before submitting the bids online.
x. Bidder may log in to the site through the secured login by the user id/password chosen
during enrolment/registration and then by submitting the password of the e-
Token/Smartcard to access DSC.
xi. Bidder may select the tender in which he/she is interested in by using the search option
and then move it to the ‘my tenders’ folder.
xii. From my tender folder, he may select the tender to view all the details uploaded there.
xiii. It shall be deemed that the bidder has read and understood all the terms and conditions
before submitting the offer. Bidder should go through the tender schedules carefully and
upload the documents as asked; otherwise, the incomplete bid shall stand rejected.
xiv. Bidder should get ready the bid documents to be submitted as indicated in the tender
document/schedule in advance and ordinarily it shall be in PDF/xls/rar/jpg/dwf formats.
If there is more than one document, all may be clubbed together and provided in the
requested format. Bid documents may be scanned with 100 dpi with black and white
option. It is advisable that each document to be uploaded through online for the tenders
should be less than 2 MB. If any document is more than 2MB, it can be reduced through
zip/rar and the same, if permitted may be uploaded. The file size being less than 1 MB
the transaction uploading time will be very fast.
xv. The Bidders can update well in advance, the documents such as certificates, annual
report details etc., under “My Space option” and these can be selected as per tender
requirements and then send along with bid documents during bid submission. This will
facilitate the bid submission process faster by reducing upload time of bids.
xvi. Bidder should submit the Tender Fee/ EMD as specified in the tender. The hard copy
should be posted/couriered/given in person to the Tender Inviting Authority, within bid
submission due date and time as indicated in the tender. Scanned copy of the instrument
should be uploaded as part of the offer.
4|Page
xvii. While submitting the bids online, the bidder shall read the terms and conditions and may
accept the same to proceed further to submit the bid packets.
xviii. The bidder has to select the payment option as online to pay the Tender FEE/ EMD as
applicable and enter details of the instruments.
xix. The details of the DD/any other accepted instrument, physically delivered, should tally with the
details available in the scanned copy and the data entered during bid submission time, otherwise
submitted bid shall not be acceptable or liable for rejection.
xx. The bidder has to digitally sign and upload the required bid documents one by one as indicated.
The very act of using DSC for Downloading the bids and uploading their offers shall be deemed
to be a confirmation that they have duly read, understood and agreed with all clauses of the bid
document including General Conditions of Contract (GCC) without any exception.
xxi. The bidder has to upload the relevant files required as indicated in the cover content.
xxii. In case of any irrelevant files, the bid may be rejected.
xxiii. If the price bid format is provided in a spread sheet file like BoQ_XXXX.xls, the rates offered
should be entered in the allotted space only and uploaded after filling the relevant columns. The
Priced-bid/BOQ template shall not be modified/replaced by the bidder; else the bid submitted is
liable to be rejected for the tender.
xxiv. The bidders are advised to submit the bids through online e-tendering system to the Tender
Inviting Authority well before the bid submission due date and time (as per Server System
Clock). The Authority shall not be held responsible for any delay or the difficulties faced during
the submission of bids online by the bidders.
xxv. After the bid submission (i.e. after Clicking “Freeze Bid Submission” in the portal), the
acknowledgement number indicated by the system should be printed by the bidder and kept as a
record of evidence for online submission of bid for the particular tender and also be used as entry
pass to participate in the bid opening.
xxvi. The time settings fixed in the server side and displayed at the top of the tender site, shall remain
valid for all actions of requesting, bid submission, bid opening etc., in the e-Tender system. The
bidders should follow such time during bid submission.
xxvii. All the data being entered by the bidders would be encrypted using Public Key Infrastructure
(PKI) encryption techniques to ensure the secrecy of the data. The data entered is not retrievable
by unauthorized persons during the bid submission and until the time of bid opening by any
person.
xxviii. Any bid document that is uploaded to the server is subjected to symmetric encryption using a
system generated symmetric key. Further this key is subjected to asymmetric encryption using
buyers/bid openers’ public keys. Overall, the uploaded tender documents become readable only
after the tender opening by the authorized bid openers.
xxix. The confidentiality of the bids is maintained with the use of Secured Socket Layer (SSL) 128 bit
encryption technology. Data storage encryption of sensitive fields is done.
xxx. The bidder should logout of the tendering system using the normal logout option available at the
top right hand corner and not by selecting the (X) exit option in the browser.
xxxi. For any queries regarding e-Tendering process, the bidders may contact at address as provided
in the tender document. Also, for any further queries, the bidders are advised to send a mail to –
[email protected] and Mob no. +91-7081802663 (Nodal Officer, Kanpur Smart City
Ltd. Ms. Pooja Tripathi)
xxxii. In the Percentage Rate BOQ sheet, enter the following details,
 Enter your Name in the field of Bidder Name
 Click the ‘Select’ option in the bottom of the E column and set the percentage rate
as either excess/less over the estimated rate According to your wish.
 Enter the rate in percentage at the F column
 Check the total and click validate.
 Once the validations are successful save the BOQ file in the same
 Name as given and upload the BOQ.
 Otherwise correct the error found and then validate and upload.

5|Page
DETAILED INVITATION FOR BIDS (IFB)
NATIONAL COMPETITIVE BIDDING

1. The Chief Executive Officer, Kanpur Smart City Limited, Kanpur invites
fresh bids from Class-I/II Contractors registered with UP Jal Nigam/ PWD /
CPWD / National or State level Government Department for the works as
detailed below
2. Prices quoted should be net inclusive of all taxes, duties, levies etc. but
excluding of GST, must be in Indian Rupees and shall remain valid for 180
(one hundred and eighty) days from the closing date of bid.
3. Details may be downloaded from the e-procurement website
www.etender.up.nic.in and the official website of KSCL,
www.kanpursmartcity.in
4. Bid must be accompanied by a security of the amount as specified in
the Bid Document payable at Kanpur and drawn in favour of the
Employer. Bid security will have to be in any of the form as specified in
the bidding document and shall have to be valid for at least 45 days
beyond the validity of bids. Bid must also accompany a non-refundable
bid document fee as specified in the bidding documents in the form of
Demand Draft/Banker’s Cheque on any nationalized/schedule bank
payable at Kanpur in favor of the Employer. Bids received without non-
refundable document fee will be rejected.
5. Any Contractor whose work under KNN/KSCL has been rescinded due
to any reason or having litigation with KNN/KSCL is also not eligible for
this bidding process.
6. Other details can be seen in the detailed bid document.

Bid Project
Period of
Sl. Security Cost
Name of the Work Completio
No. (Rs in (Rs. In Cr.)
n
Lakhs)
Supply, Installation, Testing and
Commissioning of SCADA system
including Civil, E&M Revamping
Works and New works for Water
1 Supply System in ABD area of 60.00 23.35 270 Days
Kanpur City. Comprehensive
Annual Maintenance Contract of 5
Years at the End of Defect Liability
Period.

6|Page
Contents
Bid Information...................................................................................................................................................2
DISCLAIMER.......................................................................................................................................................3
Instructions for Online Bid Submission ...........................................................................................................4
DETAILED INVITATION FOR BIDS (IFB)...........................................................................................................6
A. General .........................................................................................................................................................13
1. Scope of Bid ................................................................................................................................................. 13
2. Source of Funds........................................................................................................................................... 13
3. Eligible Bidders ............................................................................................................................................ 13
4. Qualification of the Bidder .......................................................................................................................... 14
4.4A Financial & Technical Requirements .....................................................................................................15
4.4B Physical Qualifications: ..........................................................................................................................15
4.4 C Each bidder should further demonstrate: ............................................................................................15
4.4D Technical personnel, Qualifications and Experience: ..........................................................................16
4.5 Available Bid Capacity ...............................................................................................................................17
4.6 Disqualification...........................................................................................................................................20
5. One Bid per Bidder ...................................................................................................................................... 20
6. Cost of Bidding ............................................................................................................................................ 20
7. Site visit ........................................................................................................................................................ 20
B. Bidding Documents ...................................................................................................................................... 20
8. Content of Bidding Documents .................................................................................................................. 20
9. Clarification of Bidding Documents 20
10. Amendment of Bidding Documents ........................................................................................................... 21
C. Preparation of Bids....................................................................................................................................... 22
11. Language of the Bid .................................................................................................................................... 22
12. Documents comprising the Bid .................................................................................................................. 22
“Technical Bid” ................................................................................................................................................ 22
“Financial Bid” . ................................................................................................................................................ 22
13. Bid Prices ..................................................................................................................................................... 23
14. Currencies of Bid and Payment .................................................................................................................. 24
15. Bid Validity ................................................................................................................................................... 24
16. Bid Security .................................................................................................................................................. 24
17. Alternative Proposals by Bidders............................................................................................................... 25
18. Format and Signing of Bid .......................................................................................................................... 25
D. Submission of Bids ...................................................................................................................................... 26
19. Sealing and Marking of Bids ....................................................................................................................... 26
20. Deadline for Submission of the Bids ......................................................................................................... 26
21. Late Bids ....................................................................................................................................................... 26
22. Modification and Withdrawal of Bids ......................................................................................................... 26
E. Bid Opening and Evaluation ........................................................................................................................ 27

7|Page
23. Bid Opening.................................................................................................................................................. 27
Evaluation Process ........................................................................................................................................... 27
Evaluation of Pre-Qualification Proposal ........................................................................................................ 28
Evaluation of Technical Proposal .................................................................................................................... 28
Technical Evaluation Criteria............................................................................................................................ 29
Eligible Goods and Services, and OEM Criteria ............................................................................................30
24 Process to Be Confidential ......................................................................................................................... 31
25 Clarification of Bids ..................................................................................................................................... 31
26 Examination of Bids and Determination of Responsiveness .................................................................. 32
27 Correction of Errors ..................................................................................................................................... 32
28 Evaluation and Comparison of Bids .......................................................................................................... 33
F. Award of Contract ......................................................................................................................................... 33
29 Award Criteria .............................................................................................................................................. 33
30 Employer's Right to accept any Bid and to reject any or all Bids ........................................................... 34
31 Notification of Award and Signing of Agreement ..................................................................................... 34
32 Performance Security .................................................................................................................................. 34
33 Advance Payments and Security................................................................................................................ 35
34 Adjudicator ................................................................................................................................................... 35
35 Fraud and Corruption: ................................................................................................................................. 35
SECTION 2: .......................................................................................................................................................37
FORMS OF BID, QUALIFICATION INFORMATION.........................................................................................37
AND LETTER OF ACCEPTANCE ....................................................................................................................37
Contractor's Bid ................................................................................................................................................ 38
Qualification Information .................................................................................................................................. 39
SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT FACILITIES ........................... 42
SECTION 3: .......................................................................................................................................................37
A. General.......................................................................................................................................................... 48
1. Definitions .................................................................................................................................................... 48
2. Interpretation ................................................................................................................................................ 50
3. Language and Law ....................................................................................................................................... 51
4. Engineer's Decisions ................................................................................................................................... 51
5. Delegation..................................................................................................................................................... 51
6. Communications .......................................................................................................................................... 51
7. Subcontracting............................................................................................................................................. 51
8. Other Contractors ........................................................................................................................................ 51
9. Personnel...................................................................................................................................................... 51
10. Employer’s and Contractor's Risks............................................................................................................ 52
11. Employer's Risks ......................................................................................................................................... 52
12. Contractor’s Risks ....................................................................................................................................... 52
13. Insurance ...................................................................................................................................................... 52
14. Site Investigation Reports ........................................................................................................................... 53
8|Page
15. Queries about the Contract Data ................................................................................................................ 53
16. Contractor to Construct the Works ............................................................................................................ 54
17. The Works to Be Completed by the Intended Completion Date .............................................................. 54
18. Approval by the Engineer ........................................................................................................................... 54
19. Safety ............................................................................................................................................................ 54
20. Discoveries ................................................................................................................................................... 54
21. Possession of the Site ................................................................................................................................. 55
22. Access to the Site ........................................................................................................................................ 55
23. Instructions .................................................................................................................................................. 55
B. Time Control ................................................................................................................................................. 55
24. Program ........................................................................................................................................................ 55
25. Extension of the Intended Completion Date .............................................................................................. 56
26. Delays Ordered by the Engineer................................................................................................................. 56
27. Management Meetings ................................................................................................................................ 56
28. Early Warning ............................................................................................................................................... 56
C. Quality Control ............................................................................................................................................. 57
29. Identifying Defects ....................................................................................................................................... 57
30. Tests.............................................................................................................................................................. 57
31. Correction of Defects .................................................................................................................................. 57
32. Uncorrected Defects .................................................................................................................................... 58
33. Bill of Quantities .......................................................................................................................................... 58
D. Cost Control ................................................................................................................................................. 58
34. Changes in the Quantities ........................................................................................................................... 58
35. Variations...................................................................................................................................................... 58
36. Payments for Variations .............................................................................................................................. 58
37. Cash flow forecasts ..................................................................................................................................... 59
38. Milestone Schedule & Payment Certificates ............................................................................................. 59
39. Payments ...................................................................................................................................................... 61
40. Compensation Events ................................................................................................................................. 62
41. Tax................................................................................................................................................................. 63
42. Currencies .................................................................................................................................................... 63
43. Price Adjustment ......................................................................................................................................... 63
44. Retention ...................................................................................................................................................... 64
45. Liquidated Damages .................................................................................................................................... 64
46. Advance Payment ........................................................................................................................................ 64
47. Securities ...................................................................................................................................................... 65
48. Cost of Repairs ............................................................................................................................................ 65
E. Finishing the Contract ................................................................................................................................. 65
49. Completion ................................................................................................................................................... 65
50. Taking Over .................................................................................................................................................. 65
51. Final Account ............................................................................................................................................... 65
9|Page
52. Operating and Maintenance Manuals......................................................................................................... 66
53. Termination .................................................................................................................................................. 66
54. Payment upon Termination ......................................................................................................................... 67
55. Property ........................................................................................................................................................ 67
56. Release from Performance ......................................................................................................................... 68
57. Fraud & Corruption ...................................................................................................................................... 68
F. Special Conditions of Contract................................................................................................................... 69
1. LABOUR: ...................................................................................................................................................... 69
2. COMPLIANCE WITH LABOUR REGULATIONS: ........................................................................................ 69
SALIENT FEATURES OF SOME MAJOR LABOUR LAWS ..................................................................................... 70
3. SUB-CONTRACTING (GCC Clause 7) .......................................................................................................... 73
4. ARBITRATION................................................................................................................................................ 74
5. PROTECTION OF ENVIRONMENT: .............................................................................................................. 75
6. LIQUIDATED DAMAGES: .............................................................................................................................. 76
7. PRIORITY OF DOCUMENTS: ........................................................................................................................ 76
8. Safety & Welfare Provisions for labour to be employed by the Contractor ............................................. 77
SECTION 4: CONTRACT DATA .......................................................................................................................85
CONTRACT DATA ............................................................................................................................................86
SECTION 5: SCOPE OF WORK, TECHNICAL SPECIFICATIONS & BOQ.....................................................89
5.1 Scope & Objectives of the Project ...........................................................................................................90
5.2 Technical Specification for Instrumentation & Automation Works ..................................................... 114
5.3 Technical Specification for Electrical / Mechanical Works . ................................................................... 114
5.4 Technical Specification for CIvil & Structural Works . .........................................................................114
BILL OF QUANTITIES ....................................................................................................................................116
1 - Raw Water Sump near WTPs at Ganga Barrage (Instrument works) ................................................... 117
2 - Raw Water Sump near WTPs at Ganga Barrage (E/M works) ...............................................................117
3 – 200MLD WTP-1 (Filter Beds) maintained by M/s Ramky (Instrument Works) .....................................118
4 – 200MLD WTP-1 (Filter Beds) maintained by M/s Ramky (E/M & Civil Works) .....................................118
5 – 200MLD WTP-2 (Filter Beds) maintained by M/s Geo Miller (Instrument Works) ...............................118
5 – 200MLD WTP-2 (Filter Beds) maintained by M/s Geo Miller (E/M & Civil Works) ............................... 119
6 – 200MLD WTP-3 (Filter Beds) RM Lohia maintained by M/s Geo-Miller (Instrument Works) ..............119
8 – Clear Water Sump at 3-Nos. WTPs near Ganga Barrage (Instrument Works) ....................................120
9 – Clear Water Sump at 3-Nos. WTPs near Ganga Barrage (E/M Works) ................................................120
10 – Raw Water Sump at 280 MLD WTP near Benajhabar Water Works (Instrument Works) .................121
11 – Raw Water Sump at 280 MLD WTP near Benajhabar Water Works (E/M Works)..............................121
12 – 200 MLD WTP (Filter Beds) at Benajhabar Water Works (Instrument works) ...................................121
13 – 200 MLD WTP (Filter Beds) at Benajhabar Water Works (E/M, Civil works)...................................... 122
14 – 80 MLD WTP (Filter Beds) at Benajhabar Water Works (Instrument Works) ....................................122
14 – 80 MLD WTP (Filter Beds) at Benajhabar Water Works (E/M, Civil Works) ....................................... 123
15–280 MLD Clear Water Sump at Benajhabar Water Works (Instrument Works) ...................................123
16–280 MLD Clear Water Sump at Benajhabar Water Works & Other Works (E/M Works /Civil Works) 124
10 | P a g e
17-SCADA System – New LCS Works at Benajhabar Water Works...........................................................124
18 – 210 MLD Raw Water Pumping Station at Bhaironghat (Instrument Works)...................................... 125
19 – 210 MLD Raw Water Pumping Station at Bhaironghat (E/M Works) .................................................. 125
20 – 100 MLD Raw Water Pumping Station at Panki near Armapur Estate (Instrument Works) .............125
20 – 100 MLD Raw Water Pumping Station at Panki near Armapur Estate (E/M, Civil Works)................125
21–CW-17 Zonal Pumping Station at Mohan Lal Park, Bhaironghat (Instrument Works)........................126
22–CW-17 Zonal Pumping Station at Mohan Lal Park, Bhaironghat (E/M Works) ....................................126
23 – CW-28 Zonal Pumping Station at Tikonia Park, Parvati Bangla Road (Instrument Works) .............126
24 – CW-28 Zonal Pumping Station at Tikonia Park, Parvati Bangla Road (E/M Works) .........................126
25 – CW-29 Zonal Pumping Station at Kaushik Park, Civil Lines (Instrument Works).............................127
25 – CW-29 Zonal Pumping Station at Kaushik Park, Civil Lines (E/M Works) .........................................127
26 - Pressure Transmitters for Leak Detection on Feeder Mains (Instrument Works) .............................127
27 - Central SCADA System at Jal Kal Vibhag Office Building at Benajhabar .........................................127
SECTION 6: FORMS OF BID AND SECURITIES...........................................................................................128
Form of Bid ...................................................................................................................................................... 129
Forms of Securities ......................................................................................................................................... 130
BID SECURITY (BANK GUARANTEE)............................................................................................................ 131
SECTION-7: Operation & Maintenance.........................................................................................................135

11 | P a g e
SECTION 1: INSTRUCTIONS TO BIDDERS (ITB)

12 | P a g e
A. General
1. Scope of Bid
The Chief Executive Officer, Kanpur Smart City Limited, Kanpur, (referred
to as Employer in these documents) invites bids for the Supply, Installation,
Testing and Commissioning of SCADA system including Civil, E&M works for
Water Supply System in ABD area of Kanpur City (as defined in these
documents and referred to as "the works") detailed in the table given in
IFB. The bidders s hall submit bids for all of the works detailed in the table
given in IFB.
1.1 The successful bidder will be expected to complete the works in all respect
by the intended completion date specified in the Contract data.
2. Source of Funds
2.1 The project is executed under Smart City Mission Fund.
3. Eligible Bidders
3.1 The Bidder for participation in the Selection Process, should be a SCADA
System provider & System integrator (SI) who may be either a single entity
or a group of entities (maximum three called the “Consortium”), coming
together to execute the project. All the entities of the Consortium should
be registered as class I/class II contractor in U.P. Jal Nigam / PWD / CPWD
/ National or State level Government Departments. At least one entity or
the single entity should be experienced in Civil Works. At least one entity
or the single entity should be experienced in E&M works.
3.2 All bidders shall provide in Section 2, Forms of Bid and Qualification
Information, a statement that the Bidder is not associated, nor has been
associated in the past, directly or indirectly, with the Consultant or any
other entity that has prepared the design, specifications, and other
documents for the Project or being proposed as Project Manager for the
Contract. A firm that has been engaged by the Employer to provide
consulting services for the preparation or supervision of the works, and any
of its affiliates, shall not be eligible to bid.
3.3 Government-owned enterprises in the Employer’s country may only
participate if they are legally and financially autonomous, operate under
commercial law and are not a dependent agency of the Employer.
3.4 Bidders shall not be under a declaration of ineligibility for corrupt and
fraudulent practices issued by any Government Departments / PSU in
accordance with sub-clause 35.1 of ITB.
3.5 Any bidder who is an Advocate and Registered with any State Bar Council
Shall not be allowed to participate in the bidding. If it is established that the
contractor is registered with the state bar council, his bid shall be
automatically cancelled.

13 | P a g e
4. Qualification of the Bidder
4.1 All bidders shall provide in Section 2, Forms of Bid and Qualification
Information, a preliminary description of the proposed work method and
schedule, including drawings and charts, as necessary.
4.2 In the event that Pre-qualification of potential bidders has been
undertaken, only bids from prequalified bidders will be considered and only
qualified bidders bid will be open. These qualified bidders should submit
with their bids any information updating their original prequalification
applications or, alternatively, confirm in their bids that the originally
submitted prequalification information remains essentially correct as of
date of bid submission. The update or confirmation should be provided in
Section 2.
4.3 If the Employer has not undertaken prequalification of potential bidders, all
bidders shall include the following information and documents with their
bids in Section 2:
a) Copies of original documents defining the constitution or legal status,
place of registration, and principal place of business; written power of
attorney of the signatory of the Bid to commit the Bidder;
b) Proof of registration as class I/ Class II with UP Jal Nigam / PWD / CPWD
/ National or State level Government Departments with copy of photo
ID proof (photocopy of driving license / PAN Card / bank passbook with
photograph etc.
c) Total monetary value of SCADA system works performed during each
of the last five years for th e works (To be certified by a Chartered
Accountant).
d) Experience in works of a similar nature and size for each of the last five
years, and details of works under way or contractually committed; and
clients who may be contacted for further information on those contracts.
e) Major items of construction equipment proposed to carry out the
Contract;
f) Qualifications and experience of key site management and technical
personnel proposed for the Contract;
g) Reports on the financial standing of the Bidder, such as profit and loss
statements and auditor’s reports for the past five years.
h) Evidence of access to line(s) of credit and availability of other
financial Resources facilities (Minimum 15% of Contract value), certified
by the Bankers (Not more than 3 months old);
i) Undertaking that the bidder will be able to invest a minimum cash of
10% of contract value of work, during implementation of the work.
14 | P a g e
j) Authority to seek references from the Bidder's bankers;
k) Information regarding any litigation pending in any court of law or
arbitration resulting from contracts executed by the Bidder in the last
five years or currently under execution. The information shall include the
names of the parties concerned, the disputed amount, cause of
litigation, and matter in dispute.
l) The proposed methodology and program of construction including
Environmental Management Plan backed with equipment, materials
and manpower planning and deployment, duly supported with broad
calculations and quality control procedures proposed to be adopted,
justifying their capability of execution and completion of the work as per
technical specifications within the stipulated period of completion as
per milestones. (Not mandatory for works up to Rs 10 Lakhs)
4.4A Financial & Technical Requirements
To qualify for award of the contract, each bidder in its name should have
in the last five years i.e. 2018-2019, 2017-18, 2016-17, 2015-16 and 2014-
15,
a) Average Annual financial turnover (in all Classes of Supply,
Installation, Testing and Commissioning of SCADA systems including
Civil, E&M works) during the last 3 years, ending 31st March of the
previous financial year, should be at least 30% of the estimated cost.
b) Satisfactorily completed at least one similar work of value not less
than 80% of the estimated package value or two similar works of value
not less than 40% of the estimated package value or three similar works
of value not less than 30% of the estimated package value. The bidder
shall provide completion certificate to substantiate the experience
from client.
*Similar Work: Supply, Installation, Testing and Commissioning of SCADA
system.
4.4B Physical Qualifications: Deleted
4.4 C Each bidder should further demonstrate:
Availability (either owned or leased or by procurement against mobilization
advances) of the following key and critical equipment for this work. (Not
applicable for works up to Rs 10.00 Lakhs. However, availability of
equipment / machineries would be preferred).

15 | P a g e
Max. Age of Minimum
Sl. Equipment Type and Minimum
Equipment Number
No. Characteristics Capacity
(years) Required
Loader cum excavator type 1 cum
1 5 1
JCB / Proclainer bucket size
2 Water tanker 6 KL 5 1
3 Generator 125 KVA 5 1
4 Leveling Instrument 5 1
Water spraying Pumps for
5 1
curing, cleaning etc.
Weigh Batching Type Mobile
6 1
Concrete Mix Batching Plant

Special Tools and Tackles as


required for fixing of various
7 10 5 SETS
Instruments, analyzers, E/M
equipment. (Hilti or Equivalent)

The contractor shall furnish this information on a non-judicial stamp paper of


Rs 100/- only.
Based on the studies, carried out by the Engineer the minimum suggested
major equipment to attain the completion of works in accordance with the
prescribed construction schedule are shown in the above list.
4.4D Technical personnel, Qualifications and Experience:
A. Technical Personnel are:
Whether Experience
Sl. Designation of the person working in of execution
Qualification
No. / Nos. field or of similar
office works
B.E. Field
1 Project Manager (1 Nos) 10 Years
Instrument/ECE/EEE (fulltime)
Field
2 Project Engineer (2 Nos) B.E. Civil 8 Years
(fulltime)
Diploma Electrical / Field
3 Site Engineer (3 Nos.) 5 Years
Mechanical (fulltime)
ITI or Field
4 Site Supervisor (2 Nos) 3 Years
Diploma Civil (fulltime)
ITI or Field
5 Site Supervisor (2 Nos) Diploma Electrical / 3 Years
(fulltime)
Mechanical

To qualify for a package of contracts made up of this contract for which


bids are invited in the IFB, the bidder must demonstrate having
experience and resources sufficient to meet the aggregate of the
qualifying criteria for all the contracts in question.

16 | P a g e
4.5 Available Bid Capacity
Bidders who meet the minimum qualification criteria will be qualified only if
their available bid capacity (combined bid capacity in case of consortium)
is more than the total bid value. The available bid capacity will be
calculated as under: (Not mandatory for works up to Rs 10 Lakhs)
Assessed Available Bid capacity = (A*N*2 - B)
Where
A = Maximum value of I ns tru m e nt / El e c tro n ic s /I n fo rm ati on
tec hn ol o gy rel a te d works executed in any one year during the last
five years (updated to 2018-19 price level) taking into account the
completed as well as works in progress.
N = Number of years prescribed for completion of the works for which
bids are invited.
B = Value, at 2018-19 price level, of existing commitments and on-going
works to be completed during the period of completion of the works for
which bids are invited.
Note:
i) The statements showing the value of existing commitments and on-going
works as well as the stipulated period of completion remaining for each of
the works listed should be countersigned by the Engineer in charge, not
below the rank of an Executive Engineer or equivalent.
ii) Updating factors for updating work value of single SCADA or similar
Project executed during last five years:
Year before Multiplying Factor
One 1.1
Two 1.21
Three 1.33
Four 1.46
Five 1.61
4.5.1 The Sole Bidder or the prime bidder (in case of consortium) must be
registered under any State's/UT’s Commercial Tax Act / GST or Central Tax
Act which must be quoted in the bid. The bidder must have paid all
applicable State's/UT’s Commercial Tax Act / GST or Central Tax Act till
year 2018-2019. Self-attested documentary proof is to be submitted. If not
applicable submit affidavit in Rupees 100/- Non-judicial stamp paper. The
bidder should have valid ESIC registration Certificate. A certified copy
must be submitted. If not applicable submit affidavit in Rupees 100/- Non-
judicial stamp paper.
The bidder should be registered with the Commissioner, Provident Fund
and should submit copy of the registration along with the Technical bid.

17 | P a g e
In case the bidder has less than 20 persons in his employment, he shall
submit an affidavit to this effect in lieu of such registration.
4.5.2 Bidder should possess valid ISO Certification for Quality in Supply / Erection
/ Construction & Management.
4.5.3 Technical Compliance Matrix
Sl. Compliance Page
Functional Feature /Requirement Remarks
No. (Y/N) No.
Consortium:
(a) Consortium is allowed upto 3 Partners i.e. Lead
bidder + 2 partners
(b) The members of the consortium shall enter into
a Memorandum of Understanding (MoU) for
the purpose of submitting the proposal and
designate one of the members as the Prime/
lead bidder. The bid shall be submitted by the
lead bidder only, who shall also be the majority
1
stakeholder in the consortium.
(c) MoU / Letter of Association amongst
Consortium members must be furnished with
the Technical bid along with agreement
between Consortium member defining their
roles and responsibility for this project only
(d) Power of Attorney for Lead Member of
Consortium (prime bidder) should be signed by
consortium partner(s).
Sole Bidder or all the entities of the Consortium
should be registered with UP Jal Nigam/Class I
2 State PWD / CPWD /National or Other State level
Government Departments.) Documentary proof
to be attached.
Financial & Technical Requirements as per
3
Clause 4.4A (a) & (b)
The sole bidder (or at least one consortium
partner, if in consortia) or OEM should have
4 successfully implemented complete integrated
software solutions like SCADA and automation
systems as defined in Clause 4.4B. MAF from OEM
is required.
The sole bidder (including all members of the
consortia) shall not be under a declaration of
ineligibility for corrupt or fraudulent practices and
should not be black listed by any State
5 Government, Central Government or any other
Public Sector undertaking on the date of Bid
Submission. An undertaking to this effect should be
submitted by the sole bidder (Lead bidder, in case
of consortia) on its letter head.
6 The sole Bidder (Prime bidder in case of
consortium) should be authorized by OEM for IT
18 | P a g e
Sl. Compliance Page
Functional Feature /Requirement Remarks
No. (Y/N) No.
and non- IT equipment (in respect of each
product and its services) to quote against this
tender. The MAF (Manufacturer’s/ OEM
Authorization Form) should be submitted by the
prime bidder, in case of a consortium
The consortium must be a registered under any
State's/UT’s Commercial Tax Act / GST or Central
Tax Act which must be quoted in the bid. The
7 bidder must have paid all applicable State's/UT’s
Commercial Tax Act / GST or Central Tax Act till
year 2018-2019. Self-attested documentary proof
is to be submitted.
The lead bidder should submit valid letter from the
OEMs confirming following:
(a) Authorization letter from OEM/Technology
partner mentioning the support for 5 years
8 including Spares, Software upgrades, after “Go-
live”
(b) Technology partner letter confirming Products
quoted are not end-of-life/ end of sale for a
period of 01 Year from the date of submission of
the bid
The Lead bidder/ consortium must provide a list of
places where such systems have been installed
and/or are being maintained by him with their
configuration and with the references, Work order
9 or purchase order copies etc. The bidder is
required to provide assurance to arrange for a
demo at such place in case the tender evaluation
committee needs to evaluate the performance of
the Installation.
Bidders are advised to study all instructions, forms,
terms, requirements and other information in the
10 RFP documents carefully. Submission of bid shall
be deemed to be done after careful study and
examination of the RFP document with full
understanding of its implications.
The response to this RFP should be full and
complete in all respects. Failure to furnish all
information required by the RFP documents or
submission of a proposal not substantially response
11 to the RFP documents in every respect will be at
the bidder's risk and may result in rejection of its
proposal and forfeiture of the bid EMD. The
decision of the CEO, KSCL, and Kanpur in this
regard is final and binding on all bidders.

19 | P a g e
4.6 Disqualification
Even though the bidders meet the above qualifying criteria, they are
subject to be disqualified if they have:
- made misleading or false representations in the forms, statements and
attachments submitted in proof of the qualification requirements; and/or
- Record of poor performance such as abandoning the works, not properly
completing the contract, inordinate delays in completion, litigation
history, or financial failures etc.; and/or
- participated in the previous bidding for the same work and had quoted
unreasonably high bid prices and could not furnish rational justification to
the employer.
- has not duly filled up the formats given in Qualification Information [1.3.1,
1.3.2, 1.4 A & B]
In case, the qualification information is not duly filled as per the prescribed
formats, the bid shall be summarily rejected.
5. One Bid per Bidder
5.1 Each bidder shall submit only one bid for one contract. A bidder who
submits or participates in more than one Bid (other than as a
subcontractor or in cases of alternatives that have been permitted or
requested) will cause all the proposals with the Bidder’s participation to
be disqualified.
6. Cost of Bidding
6.1 The bidder shall bear all costs associated with the preparation and
submission of his Bid and the Employer will in no case be responsible and
liable for those costs.
7. Site visit
7.1 The Bidder, at the Bidder’s own responsibility and risk is encouraged to visit
and examine the Site of Works and its surroundings and obtain all
information that may be necessary for preparing the Bid and entering into
a contract for construction of the Works. The costs of visiting the Site shall
be at the Bidder's own expense.
B. Bidding Documents
8. Content of Bidding Documents
8.1 The set of bidding documents comprises the documents listed in the table
below and addenda issued in accordance with Clause 10:
1. Invitation for Bids
2. Bidding Documents comprising:
i. Section 1: Instructions to Bidders
20 | P a g e
ii. Section 2: Forms of Bid and Qualification Information
iii. Section 3: Conditions of Contract
iv. Section 4: Contract Data
v. Section 5: Technical Specifications
vi Section 6: Forms of Securities
8.2 Deleted
8.3 The bidder is expected to examine carefully all instructions, conditions
of contract, contract data, forms, terms and specifications, bill of
quantities, forms and drawings in the Bid Document. Failure to comply
with the requirements of Bid Documents shall be at the bidder’s own risk.
Pursuant to clause 25 hereof, bids, which are not substantially responsive
to the requirements of the Bid Documents, shall be rejected.
9. Clarification of Bidding Documents
9.1 A prospective bidder requiring any clarification of the bidding documents
may notify the Employer in writing at the Employer’s address indicated in
the invitation to bid. The Employer will respond to any request for
clarification which he received earlier than 15 days prior to the deadline
for submission of bids. Copies of the Employer's response will be forwarded
to all purchasers of the bidding documents, including a description of the
enquiry but without identifying its source.
9.2 Pre-bid meeting: The purpose of the Pre-Bid Meeting will be to clarify and
discuss issues with respect to the Project, the RFP document or any other
related issues. The Bidder or his authorized representative is invited to attend
a Pre-Bid Meeting, which shall take place at the venue specified in the
Factsheet. It is preferable to attend the Pre-Bid Meeting. Subsequent to the
date of the Pre- Bid Meeting, KSCL may not respond to questions or inquiries
from any Bidder who has not attended the Pre-Bid Meeting. The Bidders
designated representatives are invited to attend the Pre-Bid Meeting at
their own cost, to be held on the date and time as specified in Factsheet.
10. Amendment of Bidding Documents
10.1 Before the deadline for submission of bids, the Employer may modify the
bidding documents by issuing addenda.
10.2 Any addendum thus issued shall be part of the bidding documents and
shall be communicated in writing to all the purchasers of the bidding
documents. Prospective bidders shall acknowledge receipt of each
addendum in writing to the Employer.
10.3 To give prospective bidders reasonable time in which to take an
addendum into account in preparing their bids, the Employer shall
extend as necessary the deadline for submission of bids, in accordance
with Sub-Clause 20.2 below.
21 | P a g e
C. Preparation of Bids
11. Language of the Bid
11.1 All documents relating to the bid shall be in the English language.
12. Documents comprising the Bid
12.1 The bid to be submitted by the bidder (refer Clause 8) shall be in two
separate parts:
Part-I shall be named “Technical Bid” and shall comprise
i. Bid security in the form (refer Clause 16) Specified in section 6 and
non-refundable cost of bid document.
ii. Technical Proposal Content (as per format given below).
ii. Qualification Information and supporting documents as specified
in Section 2.
iii. Certificates, undertakings, affidavits as specified in Section 2.
iv. Undertaking that the bid shall remain valid for the period specified in
Clause15.1
Part-II shall be named “Financial Bid” and shall be done through
– ONLINE SUBMISSION ONLY.
Each part will be separately sealed and marked in accordance with
the sealing and Marking Instructions in Clause 19.
The bidder shall prepare two sets of the bid, marking them “Original”
and “copy” respectively.
12.2 Technical Proposal Content
(i) The Technical Bid, besides the other requirements of the Tender, shall
comprise of the following (not limited to):
a) Technical Bid Covering Letter
b) Compliance for Technical Evaluation criteria
c) General information about the Bidder
d) Technical Solution
e) Specifications of the Physical Components
f) Specifications of the IT Components
g) Unpriced Bill of Materials (BOM) mentioning the make and
model as per format provided.
h) Manpower Details
(ii) Technical Proposal shall not in, anyway contain the financial
proposal. The Procuring entity shall reserve the right to cancel the
proposal in such event.
(iii) BEC will review the technical bids of the bidders for determining
whether the technical proposals are substantially responsive to the
conditions of the RfP at the initial stage. Bids that are not

22 | P a g e
substantially responsive are liable to be rejected.
(iv) Bidders' technical solutions proposed in the bid document will be
evaluated as per the requirements and guidelines specified in the
RFP and technical evaluation criteria as mentioned below in this
section of the RFP.
(v) Each Technical Proposal shall be assigned a technical score out of
a maximum of 100 points.
(vi) The Bidders are required to submit all required documentation in
support of the evaluation criteria specified (e.g. Detailed Project
citations and copy of work order, client contact information for
verification, and all others components) as required for technical
evaluation.
(vii) Bidders bidding for this contract together with other contracts
stated in the IFB to form a package will so indicate in the bid
together with any discounts offered for the award of more than one
contract.
13. Bid Prices
13.1 The contract shall be for the whole works as described in Sub-Clause 1.1
based on the price on the Form of Bid submitted by the Bidder.
13.2 The Bidder must quote his bid percentage price in Section-2 (Contractor’s
Bid Form) both in figure and words, which is to be duly signed by the
bidder.
13.3 A Financial Bid without any mention of bid Percentage in the
Contractor’s Bid Form shall be treated as Non-Responsive and shall not
be considered for evaluation. If the price bid format is provided in a
spread sheet file like BoQ_XXXX.xls, the Percentage rates offered should
be entered in the allotted space only and uploaded after filling the
relevant columns. The Priced-bid/BOQ template shall not be
modified/replaced by the bidder; else the bid submitted is liable to be
rejected for the tender.
13.4 All duties, taxes, and other levies payable by the contractor under the
contract, or for any other cause shall be included in the rates, prices and
total Bid Price submitted by the Bidder.
13.5 The percentage rates and prices quoted by the bidder are subject to
adjustment during the performance of the Contract in accordance with
the provisions of Clause 43 of the Conditions of Contract.
13.6 Abnormally low or high rates shall not be taken into consideration and
shall be summarily rejected without assigning any reason thereof.
Discounts offered after filling up the rates of the items shall not be taken
into consideration and rates inserted against each item shall prevail.
23 | P a g e
14. Currencies of Bid and Payment
14.1 The unit rates and the prices shall be quoted by the bidder entirely in
Indian Rupees.
15. Bid Validity
15.1 Bids shall remain valid for a period not less than 180 days after the
deadline date for bid submission specified in Clause 20. A bid valid for a
shorter period shall be rejected by the Employer as non-responsive.
15.2 In exceptional circumstances, prior to expiry of the original time limit, the
Employer may request that the bidders may extend the period of validity
for a specified additional period. The request and the bidders' responses
shall be made in writing or by cable. A bidder may refuse the request
without forfeiting his bid security. A bidder agreeing to the request will not
be required or permitted to modify his bid except as provided in 15.3
herein-after, but will be required to extend the validity of his bid security
for a period of the extension, and incompliance with Clause 16 in all
respects.
15.3 In the case of contracts in which the Contract Price is fixed (not subject
to price adjustment),in the event that the purchaser requests and the
Bidder agrees to an extension of the validity period, the contract price,
if the Bidder is selected for award shall be the bid price corrected as
follows :
The price shall be increased by the factor 0.12% for each week or part of
a week that has elapsed from the expiration of the initial bid validity to
the date of issue of letter of acceptance to the successful Bidder.
15.4 Bid evaluation will be based on the bid prices without taking into
consideration the above correction.
16. Bid Security
16.1 The Bidder shall furnish, as part of his Bid, a Bid security in the amount as
shown in column 4 of the table of IFB for this particular work. This bid
security shall be in favour of the Employer, and may be in one of the
following forms:
- A bank guarantee issued by a nationalized / scheduled bank located in India; or
- TDR / FDR pledged in favour of the Employer, payable at Kanpur.
16.2 Bank guarantees / TDR / FDR issued as surety for the bid shall be valid for
at least 45 days beyond the validity of bids.
16.3 Any bid not accompanied by an acceptable Bid Security and not
secured as indicated in Sub-Clauses 16.1 and 16.2 above shall be
rejected by the Employer as non- responsive.
16.4 The Bid Security of unsuccessful bidders will be returned smoothly after the
24 | P a g e
agreement is entered with the successful bidder.
16.5 The Bid Security of the successful bidder will be discharged when the
bidder has signed the Agreement and furnished the required
Performance Security.
16.6 The Bid Security may be forfeited
a) if the Bidder withdraws the Bid after Bid opening during the period
of Bid validity;
b) if the Bidder does not accept the correction of the Bid Price, pursuant
to Clause 27; or
c) In the case of a successful Bidder, if the Bidder fails within the specified
time limit to
d) Sign the Agreement; or (ii) Furnish the required Performance Security.
17. Alternative Proposals by Bidders
17.1 Bidders shall submit offers that comply with the requirements of the
bidding documents, including the basic technical design as indicated
in the drawing and specifications. Alternative bid will not be considered.
18. Format and Signing of Bid
18.1 The Bidder shall prepare one original and one copy of the documents
comprising the bid as described below in Clause 12 of these Instruction to
Bidders, bound with the volume containing the “Technical Bid” and the
“Financial Bid” in separate parts and clearly marked “ORIGINAL” and
“COPY” as appropriate. In the event of discrepancy between them, the
original shall prevail. All documents to be submitted should be in proper
format & done by at least spiral binding.
18.2 The original and copy of the Bid shall be typed or written in indelible ink
and shall be signed (in Blue Ink only) by a person or persons duly
authorized to sign on behalf of the Bidder, pursuant to Sub-Clauses 4.3. All
pages of the bid where entries or amendments have been made shall be
initialed by the person or persons signing the bid. Each and every signature
must be dated. Full Name of the bidder shall be mentioned at least in the
Contractor’s Bid Form.

18.3 The Bid shall contain no alterations or additions, except those to comply
with instructions issued by the Employer, or as necessary to correct errors
made by the bidder, in which case such corrections shall be initialed by
the person or persons signing the bid.
18.4 The Bidder shall furnish information as described in the Form of Bid on
commissions or gratuities, if any, paid or to be paid to agents relating to
this Bid, and to contract execution if the Bidder is awarded the contract.

25 | P a g e
D. Submission of Bids
19. Sealing and Marking of Bids
19.1 The Bidder shall seal the original and copy of the Bid in separate
envelopes, duly marking the envelopes as “ORIGINAL” and “COPY”. These
two envelopes (called as inner envelopes) shall then be put inside one
outer envelope. Each set of the inner envelopes marked “ORIGINAL” and
“COPY” shall contain within separate sealed envelopes marked as
“Technical Bid” with additional markings as follows:
Original or Copy, as the case may be
Bid to be opened as per the schedule mentioned in factsheet
The contents of Technical and Financial Bid will be as specified in Clause 12.
19.2 The envelopes containing Technical Bids shall
a) Be addressed to the Employer
b) Bear the identifications as indicated in Appendix.
19.3 In addition to the identification required in Sub-Clause 19.1 and 19.2,
each of the envelopes shall indicate the name and address of the bidder
to enable the bid to be returned unopened in case if it is declared late,
pursuant to Clause 21, or the Evaluation Committee declares the Bid as
non-responsive pursuant to Clause 23.
19.4 If the outer envelope is not sealed and marked as above, the Employer
will assume no responsibility for the misplacement or premature opening
of the bid.
20. Deadline for Submission of the Bids
20.1 Bids must be received by the Employer at the address specified above
no later than the date specified in the factsheet. In the event of the
specified date for the submission of bids declared a holiday for the
Employer, the Bids will be received up to the appointed time on the next
working day.

20.2 The Employer may extend the deadline for submission of bids by issuing
amendment in accordance with Clause 10, in which case all rights and
obligations of the Employer and the bidders previously subject to the
original deadline will then be subject to the new deadline.
21. Late Bids
21.1 Any Bid received by the Employer after the deadline prescribed in Clause
20 will be returned unopened to the bidder.
22. Modification and Withdrawal of Bids
22.1 Bidders may withdraw their bids by giving notice in writing before the

26 | P a g e
deadline prescribed in Clause 20.
22.2 Each Bidder's withdrawal notice shall be prepared, sealed, marked, and
delivered in accordance with Clause 18 & 19, with the outer and inner
envelopes additionally marked "WITHDRAWAL", as appropriate.
22.3 Deleted
22.4 Withdrawal of a Bid between the deadline for submission of bids and the
expiration of the original period of bid validity specified in Clause 15.1
above or as extended pursuant to Clause 15.2 may result in the forfeiture
of the Bid security pursuant to Clause 16.
22.5 Deleted
E. Bid Opening and Evaluation
23. Bid Opening
23.1 The Employer will open all the Bids received (except those received late),
in presence of the Bidders or their representatives who choose to attend
at time, date and the place specified in IFB in the manner specified in
Clause 20 and 23.3. In the event of specified date of Bid opening being
declared a holiday on the date of receipt of the bids as specified the
bids will be received and opened on the next working day at the same
time and venue.
23.2 Envelopes marked “WITHDRAWAL” shall be opened and read out first. Bids
for which an acceptable notice of withdrawal has been submitted
pursuant to Clause 22 shall not be opened.
23.3 Bid opening shall be carried out in two stages. Firstly, the envelopes
containing “Technical Bid” shall be opened. The amount, form, and
validity of the Bid security furnished with each bid will be announced. If
the bid security furnished does not conform to the amount and validity
period as specified in the Invitation for Bid (ref. Column 4 and paragraph
3), and has not been furnished in the form specified in Clause 16, the
remaining technical bid and the sealed financial bid will be returned to
the bidder.
“Financial Bids” of those bidders whose technical bids have been
determined to be responsive and on evaluation fulfills the qualification
criteria shall be opened on a subsequent date, which will be notified to
such bidders.
23.4 The minutes of the Bid opening, including the information disclosed to
those present in accordance with Clause 23.1, shall be prepared.
Evaluation Process
23.5 A Bid Evaluation Committee (BEC) shall evaluate the responses of the

27 | P a g e
bidders. The decision of the BEC in the evaluation of responses to the
tender document shall be final.
23.2 No correspondence shall be entertained outside the process of
negotiation/discussion with the BEC.
23.3 The BEC may, at its sole discretion, ask for meetings with the Bidders to seek
clarifications on their proposals and may visit bidder’s site to validate the
credentials/citations claimed by the bidder.
23.4 The BEC reserves the right to reject any or all proposals on the basis of any
deviations.
23.5 Each of the responses shall be evaluated as per the criteria and
requirements specified in this tender document. Inability to submit requisite
supporting documents / documentary evidence, may lead to rejection.
Evaluation of Pre-Qualification Proposal
23.6 Procuring entity shall open “tender document fee and Earnest Money
Deposit (EMD)”. If the contents are as per requirements of the tender
document and responsive to all the conditions set out in the RfP document
then the bidder shall be deemed to have qualified the pre-qualification
stage. Each of the Pre-Qualification condition mentioned in Section 4.5.3
of the tender document is mandatory. In case the bidder does not meet
any condition, the bidder will be disqualified.
23.7 Response to the Pre-Qualification Requirements shall be evaluated in
accordance with the requirements specified in this tender document and
in the manner prescribed in Section 4.5.3 of the tender document.
Evaluation of Technical Proposal
The evaluation of the Technical Proposals will be carried out in the
following manner:
23.8 Procuring entity will review the technical bids of the pre-qualified bidders
only. Bids that are not substantially responsive are liable to be disqualified
at procuring entity’s discretion. Conditional Proposals shall be rejected out-
rightly.
23.9 Bidder’s technical solutions proposed in the bid document will be
evaluated as per the requirements and guidelines specified in the
Annexures and technical evaluation criteria as mentioned in the tender
document.
23.10 Bidders shall make the technical presentation and showcase proposed
products/solutions to procuring entity as per the agenda mentioned in
the tender document.
23.11 Each Technical Proposal shall be assigned a technical score out of a

28 | P a g e
maximum of 100 points (Refer Section 23.18 of the tender document). In
order to qualify for the consideration of financial proposal, the Bidder
must get equal to or more than overall technical score of 70 (Seventy)
points.
23.12 The bidders are required to submit all required documents in support of
the evaluation criteria specified (e.g. detailed project citations and copy
of work order/completion certificate, client contact information for
verification, and all other components) as required for technical
evaluation.
23.13 At any time during the bid evaluation process, BEC may, at its discretion
seek written clarifications from the bidders.
23.14 Procuring entity reserves the right to undertake a reference check of the
past experience stated by the bidder. Any feedback received during the
reference check shall be taken into account during the technical
evaluation process.
23.15 The Financial Proposals of bidders who do not qualify technically shall be
kept unopened.
23.16 Procuring entity reserves the right to accept or reject any or all bids without
giving any reasons thereof.
23.17 Procuring entity shall inform to the technically shortlisted Bidders about the
date and venue of the opening of the financial proposals.

23.18 Technical Evaluation Criteria


Sl. Max
Evaluation Criteria Supporting Documents
No. Marks
1 ORGANISATIONAL STRENGTH 20
Financial Capability – Annual Turnover –
As documentary proof, attested
The lead bidder or the sole bidder should
copy of the Audited Balance Sheet
have an average annual turnover for the
1.1 10 is to be submitted. The Bidder also
period FY 2014-2015, 2015-2016, 2016-17,
has to provide the CA certificate
2017-18 and 2018-2019 of at least 30% of
specifying the same.
the Contract Value.
Certification:
▪ISO 9001:2000 for quality management
▪ISO 35.020 for IT General Aspects
including equipment.
▪ISO 35:080 for Software Including software Copies of the valid ISO Certificates
1.2 10
development, documentation and use of to be attached
Internet applications
Any 1 Certification = 4 Marks
Any 2 Certification = 8 Marks
All Certification = 10 Marks

29 | P a g e
Sl. Max
Evaluation Criteria Supporting Documents
No. Marks
2 RELEVANT PAST EXPERIENCE 50
Supply, Installation, Testing &
Commissioning of SCADA Master Control
Stations, Local Controls, Sub-Local PLC
Panels during last 05 Financial Years
Copies of contract, work order,
2.1 (completed works). 20
client certificates, etc.
 02 Complete System = 5 Marks
 03 Complete Systems = 10 Marks
 04 Complete Systems = 15 Marks
 05 Complete Systems = 20 Marks
Installation / Erection / Construction and
Commissioning of Civil & E/M works year
Copies of contract, work order,
during last 05 Financial Years. (completed
client certificates, etc. These may
works)
2.2 30 be supported by a self-declaration
 Rs. 8 Cr. (CV) = 10 Marks
stating the trainings provided and
 Rs. 12 Cr. (CV) = 15 Marks
a brief outline content thereof.
 Rs.15 Cr. (CV) = 20 Marks
 Rs.20 Cr. (CV) = 30 Marks
Understanding of the Solution as per
3 APPROACH & METHODOLOGY 20 the RFP and Functional architecture
of the components proposed.
3.1 Detailed Approach 5 Proposal submitted
3.2 Work Plan 5 Proposal submitted
3.3 Training Plan 5 Training plan submitted
3.4 Innovative Ideas in project execution 5 Documentation submitted
4 TECHNICAL PRESENTATION 10
Technical Presentation shall cover: Plan for
implementation of SCADA system, KSCL appointed panel (BEC) will
4.1 10
Content Software Presentation, Training & evaluate the presentations.
Hand hold Support Plan, O&M approach.
Total 100
# Bidder(s) will be called for the demonstration of the proposed system at KSCL.
# Marks shall be evaluated both the bidder for each and every criteria except
financial capabilities.
# 50% minimum score to be eligible for financial bid opening.

23.19 Eligible Goods and Services, and OEM Criteria


i. The Bidder should be authorized by OEM for IT and non- IT equipment (in
respect of each product and its services) to quote against this tender.
The
ii. MAF (Manufacturer’s/ OEM Authorization Form) should be submitted by
the lead Bidder, in case of a consortium.
iii. The bidder shall bear all the statutory levies like customs, insurance,
freight, etc. applicable on the goods during their shipment from

30 | P a g e
respective manufacturing/shipment site of the OEM to the port of
landing.
iv. All charges including transportation charges that may be applicable till
the goods are delivered at the respective site of installation shall also be
borne by the bidder.
v. The bidder should take a specific insurance policy from a Third party for
the Project providing insurance coverage against loss of or damage to
etc.
vi. The Bidder shall quote only one specific make and model from only one
specific OEM, for each of the goods. Providing more than one option
shall not be allowed and considered non-responsive. All goods quoted
by the Bidder must be associated with item code and names and with
printed literature describing configuration and functionality. Any
deviation from the printed specifications should be clearly mentioned in
the offer document by the Bidder.
vii. The OEM for each products or technology quoted should be in the
business of that product or solution or technology for at least 3 (Three)
years as on the date of release of the RFP.
viii. All the OEMs should have authorized presence in India either directly or
through channel partner(s) as on the date of release of RFP.
ix. The OEM for all active components should give a declaration that
products or technology quoted are neither end-of-sale nor end-of-life as
on the date of installation and commissioning and are not end-of-
support till the successful completion of O&M period of the project.
x. The bidder’s proposed OEM should not have been blacklisted by any
State /Central Government Department or Central /State PSUs as on bid
submission date.
xi. Adequate supporting documents pertaining to the above points, along
with a summary compliance table, should be submitted in the proposal
by the Bidder.
24 Process to Be Confidential
24.1 Information relating to the examination, clarification, evaluation, and
comparison of Bids and recommendations for the award of a contract
shall not be disclosed to Bidders or any other persons not officially
concerned with such process until the award to the successful Bidder
has been announced. Any effort by a Bidder to influence the Employer's
processing of Bids or award decisions may result in the rejection of his
Bid.
25 Clarification of Bids
25.1 To assist in the examination, evaluation, and comparison of Bids, the
Employer may, at his discretion, ask any Bidder for clarification of his Bid,
including breakdowns of the unit rates. The request for clarification and
the response shall be in writing or by cable, but no change in the price or
substance of the Bid shall be sought, offered, or permitted except as

31 | P a g e
required to confirm the correction of arithmetic errors discovered by the
Employer in the evaluation of the Bids in accordance with Clause 28.
25.2 Subject to sub-clause 25.1, no Bidder shall contact the Employer on
any matter relating to its bid from the time of the bid opening to the time
the contract is awarded. If the Bidder wishes to bring additional
information to the notice of the Employer, it should do so in writing.
25.3 Any effort by the Bidder to influence the Employer in the Employer's bid
evaluation, bid comparison or contract award decisions may result in the
rejection of the Bidders’ bid.
26 Examination of Bids and Determination of Responsiveness
26.1 Prior to the detailed evaluation of Bids, the Employer will determine
whether each Bid (a) meets the eligibility criteria defined in Clause 3; (b)
has been properly signed; (c) is accompanied by the required securities
and; (d) is substantially responsive to the requirements of the Bidding
documents.
26.2 A substantially responsive Bid is one which conforms to all the terms,
conditions, and specifications of the Bidding documents, without material
deviation or reservation. A material deviation or reservation is one (a)
which affects in any substantial way the scope, quality, or performance
of the Works; (b) which limits in any substantial way, inconsistent with the
Bidding documents, the Employer's rights or the Bidder's obligations under
the Contract; or (c) whose rectification would affect unfairly the
competitive position of other Bidders presenting substantially responsive
Bids.
26.3 If a Bid is not substantially responsive, it will be rejected by the Employer,
and may not subsequently be made responsive by correction or
withdrawal of the non- conforming deviation or reservation.
27 Correction of Errors
27.1 “Financial Bids”, determined to be substantially responsive will be
checked by the Employer as follows:
a) Where there is a discrepancy between the rates in figures and in
words, the rate in words will govern; and
b) Where there is a discrepancy between the unit rate and the line
item total resulting from multiplying the unit rate by the quantity, the
unit rate as quoted will govern.
27.2 The amount stated in the “Financial Bid” will be corrected by the
Employer in accordance with the above procedure and the bid amount
adjusted with the concurrence of the Bidder in the following manner:
a) If the Bid prices increases as a result of this correction, the amount
32 | P a g e
as stated in the bid will be the ‘bid price’ and the increase will be
treated as rebate;
b) If the Bid price decreases as a result of this correction, the
decreased amount as stated in the bid will be the ‘bid price’.
27.3 Such adjusted bid price shall be considered as binding upon the Bidder.
If the Bidder does not accept the corrected amount the Bid will be
rejected, and the Bid security may be forfeited in accordance with Sub-
Clause 2.11.3).
28 Evaluation and Comparison of Bids
The cost indicated in the Financial Proposal shall be deemed as final and
reflecting the total cost of services and should be stated in INR only. Omissions,
if any, in costing of any item shall not entitle the bidder to be compensated and
the liability to fulfil its obligations as per the Terms of Reference within the total
quoted price shall be that of the Bidder. The Bidder shall bear all taxes, duties,
fees, levies and other charges imposed under the Law as applicable. The lowest
Financial Proposal (FM) will be given a financial score (FS) of 100 points.
Financial Proposals will be determined using the following formula:

FS = (FM/F) * 100
FS: Financial Score
FM: Lowest Financial Proposal
F: Financial Bid of Bidder under consideration
Proposals will be finally being ranked in accordance with their combined
Technical Score (TS) and Financial Score (FS):

BS= TS*0.70+FS*0.30
BS: Bid Score
TS: Technical Score
FS: Financial Score
F. Award of Contract
29 Award Criteria
33.1 Bidder achieving the highest combined technical and financial score will
be declared as the successful bidder and will be issued the Letter of Intent
(LoI).
33.2. If there is more than one bidder achieving (combined technical and
financial score) the equal score, procuring entity reserves the right to select
the Bidder(s) and that will be binding on all bidders.
33 | P a g e
30 Employer's Right to accept any Bid and to reject any or all Bids
30.1 Notwithstanding Clause 31, the Employer reserves the right to accept
or reject any Bid, and to cancel the Bidding process and reject all Bids,
at any time prior to the award of Contract, without thereby incurring any
liability to the affected Bidder or Bidders or any obligation to inform the
affected Bidder or Bidders of the grounds for the Employer's action.
31 Notification of Award and Signing of Agreement
31.1 The Bidder whose Bid has been accepted will be notified of the award by
the Employer prior to expiration of the Bid validity period by cable, telex
or facsimile confirmed by registered letter. This letter (hereinafter and in
the Conditions of Contract called the "Letter of Acceptance") will state
the sum that the Employer will pay the Contractor in consideration of the
execution, completion, and maintenance of the Works by the Contractor
as prescribed by the Contract (hereinafter and in the Contract called the
"Contract Price").
31.2 The notification of award will constitute the formation of the Contract,
subject only to the furnishing of a performance security in accordance
with the provisions of Clause 32.
31.3 The Agreement will incorporate all agreements between the Employer
and the successful Bidder. It will be kept ready for signature of the
successful bidder in the office of employer within 7 days following the
notification of award along with the Letter of Acceptance.
31.4 Upon the furnishing by the successful Bidder of the Performance Security,
the Employer will promptly notify the other Bidders that their Bids have
been unsuccessful.
32 Performance Security
32.1 Within 7 days of receipt of the Letter of Acceptance, the successful
Bidder shall deliver to the Employer a Performance Security in any of the
forms given below for an amount equivalent to 10% of the Contract price
plus additional security for unbalanced Bids in accordance with Clause
28.5 of ITB and Clause 47 of Conditions of Contract:
- A bank guarantee in the form given in Section 7; or
- TDR / FDR pledged in favour of the Employer payable at Kanpur.
32.2 The additional performance security for unbalanced Bids shall be 20% of
the difference of cost of the unbalanced items rounding off to the nearest
thousand.
32.3 If the performance security is provided by the successful Bidder in the form
of a Bank Guarantee or fixed deposit Receipts,, it shall be issued at the
Bidder's option, by a Nationalized/Scheduled Indian bank located in

34 | P a g e
India and acceptable to the Employer.
32.4 Failure of the successful bidder to comply with the requirements of sub-
clause 32.1 shall constitute a breach of contract, cause for annulment
of the award, forfeiture of the bid security and any such other remedy
the Employer may take under the contract, and the Employer shall resort
to awarding the contract to the next ranked bidder.
33 Advance Payments and Security
The mobilization advance can be maximum of 10% of the contract price,
subject to a Bank Guarantee of 110% of the advance amount claimed.
34 Adjudicator
34.1 The Employer may propose to appoint Adjudicator under the Contract,
at a daily retainer fee to be announced plus daily allowances and
reimbursable expenses. The Bidder shall bear part or full expenses for the
adjudicator in case of a dispute requiring the appointment of the
adjudicator.
35 Fraud and Corruption:
35.1 It is the Employer’s policy to require that bidders, suppliers, contractors
and their agents (whether declared or not), sub-contractors, sub-
consultants, service providers or suppliers, and any personnel thereof,
observe the highest standard of ethics during the procurement and
execution of contracts. In pursuance of this policy, the Employer:
(a) Defines, for the purposes of this provision, the terms set forth below as
follows:
(i) “Corrupt practice” is the offering, giving, receiving or soliciting,
directly or indirectly, of anything of value to influence improperly the
actions of another party;
(ii) “Fraudulent practice” is any act or omission, including a mis-
representation, that knowingly or recklessly misleads, or attempts to
mislead, a party to obtain a financial or other benefit or to avoid an
obligation;
(iii) “Collusive practice” is an arrangement between two or more parties
designed to achieve an improper purpose, including influencing
improperly the actions of another party;
(iv) “Coercive practice” is impairing or harming, or threatening to
impair or harm, directly or indirectly, any party or the property of
the party to influence improperly the actions of a party;
(v) “Obstructive practice” is deliberately destroying, falsifying, altering
or concealing of evidence material to the investigation or making
false statements to investigators in order to materially impede an

35 | P a g e
investigation into allegations of a corrupt, fraudulent, coercive or
collusive practice; and/or threatening, harassing or intimidating any
party to prevent it from disclosing its knowledge of matters relevant
to the investigation or from pursuing the investigation,
(vi) The Employer shall reject a proposal for award if it determines that
the bidder recommended for award, or any of its personnel, or its
agents, or its sub-consultants, sub-contractors, service providers,
suppliers and/or their employees, has, directly or indirectly,
engaged in corrupt, fraudulent, collusive, coercive or obstructive
practices in competing for the contract in question.
(vii) The Employer shall sanction a firm or individual, at any time, by
publicly declaring such firm or individual ineligible, either indefinitely
or for a stated period of time: (i) to be awarded contract; and (ii)
to be a nominated7 sub-contractor, consultant, supplier or services
provider of an otherwise eligible firm being awarded contract;
35.2 Furthermore, Bidders shall be aware of the provision stated in sub-
clause 28.2 and sub clause 57 of the Conditions of Contract.

36 | P a g e
SECTION 2:

FORMS OF BID, QUALIFICATION INFORMATION


AND LETTER OF ACCEPTANCE

Table of Forms:

- CONTRACTOR’S BID
- QUALIFICATION INFORMATION
- LETTER OF ACCEPTANCE
- NOTICE TO PROCEED WITH THE WORK
- AGREEMENT FORM

37 | P a g e
Contractor's Bid

Description of the Works:

To,
The Chief Executive Officer,
Kanpur Smart City Limited,
Kanpur.
Dear Sir,
Having examined the bidding documents including addendum, we offer to
execute the Works described above in accordance with the Conditions of
Contract, Specifications, and Drawings accompanying this Bid.
This Bid and your written acceptance of it shall constitute a binding contract
between us. We understand that you are not bound to accept the lowest or any
Bid you receive.
We hereby certify that we have taken steps to ensure that no person acting for
us or on our behalf will engage in bribery.
We also undertake that, in competing for (and, if the award is made to us, in
executing) the above contract, we will strictly observe the laws against fraud
and corruption in force in India namely “Prevention of Corruption Act 1988”.
We undertake, if our tender is accepted, to commence the Works as soon as is
reasonably possible after the receipt of notice to commence, and to complete
the whole of the Works comprised in the Contract within the time stated in the
Appendix to Conditions of Contract.
We agree to abide by this tender, and it shall remain binding upon us.
We hereby confirm that this Bid complies with the Eligibility, Bid Validity and Bid
Security required by the Bidding documents.
We understand that you are not bound to accept the lowest or any tender you
may receive.
Yours faithfully,
Authorized Signature:
Name & Title of
Signatory:
Full Name of Bidder: (In Capitals only)
Address:

38 | P a g e
Qualification Information
The information to be filled in by the Bidder in the following pages will be used
for purposes of post qualification as provided for in Clause 4 of the
Instructions to Bidders. This information will not be incorporated in the Contract.

1. For Individual Bidders

1.1 Constitution or legal status of Bidder [Attach copy]

Place of registration:

Principal place of business:

Power of attorney of signatory of Bid [Attach]

1.2 Total value of SCADA SI TC, Civil Engineering construction work, E & M
works executed in Water supply / Sewerage Sectors and payments
received in the last five years** (Attach certificates from Engineer-in-
charge not below the rank of Executive Engineer)

2014-2015

2015-2016

2016- 2017

2017- 2018

2018-2019

1.3.1 Work performed as prime contractor (in the same name) on works of a
similar nature over the last five years i.e. 2014-2015 to 2018-2019
Name of Work

Date of Issue of
Contract No.

Actual Date of

Remark
Description of

Work Order

Completion
Completion
Contract (Rs

Stipulated
period of
Employer*

in Lakhs)
Value of
Name of

Work

(Use separate sheet using landscape orientation)


39 | P a g e
1.3.2 Quantities of work executed as prime contractor (in the same name
and style) in the last five years: **

* Attach certificate(s) from the Engineer(s)-in-Charge

@The item of work for which data is requested should tally with that specified
in ITB clause 4.4A(c).
** Immediately preceding the financial year in which bids are received.

1.4 Information on Bid Capacity (works for which bids have been
submitted and works which are yet to be completed) as on the date of
this bid.

(A) Existing commitments and on-going works:

Value of
works
Name Name & Anticipated
Contract Value of Stipulated remaining
of Place Address of Date of
No & Date Contract period of to be
Work Employer completion
(Rs in L) completion completed
* (Rs in L)

* Attach certificate(s) from the Engineer(s)-in-Charge.


(Use separate sheet in landscape orientation)
(B) Works for which bids already submitted:

Estimated Date
Name & Stipulated
Name of Value of when Remarks,
Place Address of period of
work Works decision is if any
Employer completion
(Rs in L) expected

(Use separate sheet in landscape orientation)


1.5 The following items of Contractor's Equipment are essential for carrying
out the Works. The Bidder should list all the information requested below.

40 | P a g e
Refer also to Sub Clause 4.3 (e) of the Instructions to Bidders.
Max. Age of Minimum
Sl. Equipment Type and Minimum
Equipment Number
No. Characteristics Capacity
(years) Required
Loader cum excavator type 1 cum
1 5 1
JCB / Proclainer bucket size
2 Water tanker 6 KL 5 1
3 Generator 125 KVA 5 1
4 Leveling Instrument 5 1
Water spraying Pumps for
5 1
curing, cleaning etc.
Weigh Batching Type Mobile
6 1
Concrete Mix Batching Plant
Special Tools and Tackles as
required for fixing of various
7 10 5 SETS
Instruments, analyzers, E/M
equipment. (Hilti or Equivalent)

1.6 Qualifications and experience of key personnel proposed for administration


and execution of the Contract. Attach biographical data. Refer also to
Sub Clause 4.4 (D) of instructions to Bidders and Sub Clause 9.1 of the
Conditions of Contract.
1.7 Financial reports for the last five years: balance sheets, profit and loss
statements, auditors' reports (in case of contracts worth more than Rs 50.00
Lakhs), etc. and for contracts worth less than Rs 50.00 Lakhs, Financial
reports for last three years. List them below and attach copies. (Not
mandatory for works up to Rs 10 Lakhs)
1.8 Evidence of access to financial resources to meet the qualification
requirements: cash in hand, lines of credit, etc. List them below and attach
copies of support documents [sample format attached].
1.9. Name, address, and telephone, telex, and fax numbers of the Bidders'
bankers who may provide references if contacted by the Employer.
1.10 Statement of compliance under the requirements of Sub Clause 3.2 of the
instructions to Bidders.

1.11 Proposed work method and schedule. The Bidder should attach
descriptions, drawings and charts as necessary to comply with the
requirements of the Bidding documents. [Refer ITB Clause 4.1 and 4.3 (k)].

41 | P a g e
SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT
FACILITIES –* CLAUSE 4.5 [B] [c] OF ITB

BANK CERTIFICATE

This is to certify that M/s. …………………………… is a reputed company with


a good financial standing.

If the contract for the work is awarded to the above firm, we shall be able
to provide overdraft/credit facilities to the extent of Rs. ………………………. to
meet their working capital requirements for executing the above contract.

Name of Bank

Senior Bank Manager

Address of the Bank

42 | P a g e
LETTER OF ACCEPTANCE
(Letterhead of the Employer)

[date]
To:

[name and address of the Contractor]

Dear Sirs,

This is to notify you that your Bid dated for execution of

the
[name of the contract and identification number, as given in the Instructions to
Bidders] for the Contract Price of Rupees
( ) [amount in words and figures], as corrected and modified in accordance
with the Instructions to Bidders1 is hereby accepted by our Agency.

You are hereby requested to furnish Performance Security, plus additional


security for unbalanced bids in terms of ITB clause 28.5, in the form detailed in
Para 32.1 of ITB for an amount of Rs.————— within 7 days of the receipt of
this letter of acceptance valid up to 28 days from the date of expiry of Defects
Liability Period i.e. up to ...........and sign the contract, failing which action as
stated in Para 32.4 of ITB will be taken.
Yours faithfully,

Authorized Signature

Name and Title of Signatory

Name of Agency

43 | P a g e
ISSUE OF NOTICE TO PROCEED WITH THE WORK
(Letterhead of the Employer)

To

—————————————— (name and address of the Contractor)


——————————————
——————————————
Dear Sirs:
Pursuant to your furnishing the requisite security as stipulated in ITB clause 32
and signing of the contract agreement for the construction of @ a Bid Price of
Rs.
, you are hereby instructed to proceed with the execution of the said works in
accordance with the contract documents.

Yours faithfully,

(Signature, name and title


of signatory authorized to
sign on behalf of Employer)

Day of 2019,

44 | P a g e
Agreement Form

This agreement made the _________ day of ______________ 2019, between


[name and address of Employer] (Hereinafter called “the Employer)” of the
one part and [name and address of Contractor] (Hereinafter called “the
Contractor”) of the other part.
Whereas the Employer is desirous that the Contractor execute the [name and
identification number of Contract] (Hereinafter called “the Works”) and the
Employer has accepted the Bid by the Contractor for the execution and
completion of such Works and the remedying of any defects therein, at a
contract price of Rs.................................................................................
NOW THIS AGREEMENT WITNESSETH as follows:
1. In this Agreement, words and expression shall have the same meanings as
are respectively assigned to them in the Conditions of Contract hereinafter
referred to, and they shall be deemed to form and be read and construed as
part of this Agreement.
2. In consideration of the payments to be made by the Employer to the
Contractor as hereinafter mentioned, the Contractor hereby covenants with
the Employer to execute and complete the Works and remedy any defects
therein in conformity in all aspects with the provisions of the Contract.
3. The Employer hereby covenants to pay the Contractor in consideration of
the execution and completion of the Works and the remedying the defects
wherein 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.
4. The following documents shall be deemed to form and be read and
construed as part of this
Agreement, viz.:
i) Letter of acceptance;
ii) Notice to proceed with the works;
iii) Contractor’s Bid;
iv) Contract Data;
v) Conditions of contract (including Special Conditions of Contract);
vi) Specifications;
vii) Drawings; and
viii) Any other document listed in the Contract Data as forming part of the
contract. In witness whereof the parties thereto have caused this Agreement to
be executed the day and year first before written.

45 | P a g e
The Common Seal of

was hereunto affixed in the presence of:

Signed, Sealed and Delivered by the said in the presence of:

Binding Signature of Employer

Binding Signature of Contractor

46 | P a g e
SECTION 3: CONDITIONS OF CONTRACT

47 | P a g e
Conditions of Contract
A. General
1. Definitions
1.1 Terms which are defined in the Contract Data are not also defined in
the Conditions of Contract but keep their defined meanings. Capital
initials are used to identify defined terms.

Bill of Quantities means the priced and completed Bill of Quantities


forming part of the Bid.

Compensation Events are those defined in Clause 44 hereunder.

The Completion Date is the date of completion of the Works as


certified by the Engineer in accordance with Sub Clause 55.1.

The Contract is the contract between the Employer and the


Contractor to execute, complete and maintain the Works. It consists
of the documents listed in Clause 2.3 below.

The Contract Data defines the documents and other information


which comprise the Contract.

The Contractor is a person or corporate body whose Bid to carry


out the Works has been accepted by the Employer.

The Contractor's Bid is the completed Bidding document submitted


by the Contractor to the Employer.

The Contract Price is the price stated in the Letter of Acceptance


and thereafter as adjusted in accordance with the provisions of
the Contract.

Days are calendar days; months are calendar months.

A Defect is any part of the Works not completed in accordance


with the Contract.

The Defects Liability Period is the period named in the Contract


Data and calculated from the Completion Date.

48 | P a g e
The Employer is the party who will employ the Contractor to carry
out the Works.
The KSCL Engineer is the person named in the Contract Data (or any
other competent person appointed and notified to the contractor
to act in replacement of the Engineer) who is responsible for
supervising the execution of the works and administering the
Contract.

Equipment is the Contractor's machinery and vehicles brought


temporarily to the Site to construct the Works.

The Initial Contract Price is the Contract Price listed in the


Employer's Letter of Acceptance.

The Intended Completion Date is the date on which it is intended


that the Contractor shall complete the Works. The Intended
Completion Date is specified in the Contract Data. The Intended
Completion Date may be revised only by the KSCL Engineer by
issuing an extension of time.

Materials are all supplies, including consumables, used by the


contractor for incorporation in the Works.

Plant is any integral part of the Works which is to have a mechanical,


electrical, electronic or chemical or biological function.

The Site is the area defined as such in the Contract Data.

Site Investigation Reports are those which were included in the


Bidding documents and are factual interpretative reports about the
surface and sub-surface conditions at the site.

Specification means the Specification of the Works included in the


Contract and any modification or addition made or approved by
the KSCL Engineer.

The Start Date is given in the Contract Data. It is the date when the
Contractor shall commence execution of the works. It does not
necessarily coincide with any of the Site Possession Dates.

49 | P a g e
A Subcontractor is a person or corporate body who has a Contract
with the Contractor to carry out a part of the work in the Contract
which includes work on the Site.

Temporary Works are works designed, constructed, installed, and


removed by the Contractor which are needed for construction or
installation of the Works.

A Variation is an instruction given by the KSCL Engineer which varies


the Works.

The Works are what the Contract requires the Contractor to


construct, install, and turn over to the Employer, as defined in the
Contract Data.

2. Interpretation

2.1 In interpreting these Conditions of Contract, singular also means plural,


male also means female or neuter, and the other way around.
Headings have no significance. Words have their normal meaning
under the language of the Contract unless specifically defined. The
KSCL Engineer will provide instructions clarifying queries about the
Conditions of Contract.

2.2 If sectional completion is specified in the Contract Data, references in


the Conditions of Contract to the Works, the Completion Date, and
the Intended Completion Date apply to any Section of the Works
(other than references to the Completion Date and Intended
Completion date for the whole of the Works).

2.3 The documents forming the Contract shall be interpreted in the


following order of priority:
(1) Agreement
(2) Letter of Acceptance, notice to proceed with the works
(3) Contractor’s Bid
(4) Contract Data
(5)Conditions of Contract including Special Conditions of Contract
(6) Specifications
(7) Drawings and
(8) Any other document listed in the Contract Data as forming part
of the Contract.

50 | P a g e
3. Language and Law

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

4. Engineer's Decisions

4.1 Except where otherwise specifically stated, the KSCL Engineer will
decide contractual matters between the Employer and the
Contractor in the role representing the Employer.

5. Delegation

5.1 The KSCL Engineer may delegate any of his duties and
responsibilities to other people except to the Adjudicator after
notifying the Contractor and may cancel any delegation after
notifying the Contractor.

6. Communications

6.1 Communications between parties which are referred to in the


conditions are effective only when in writing. A notice shall be
effective only when it is delivered (in terms of Indian Contract Act).

7. Subcontracting

7.1 The Contractor may subcontract with the approval of the KSCL
Engineer but may not assign the Contract without the approval of
the Employer in writing. Subcontracting does not alter the
Contractor's obligations.

8. Other Contractors

8.1 The Contractor shall cooperate and share the Site with other
contractors, public authorities, utilities, and the Employer between
the dates given in the Schedule of Other Contractors. The
Contractor shall as referred to in the Contract Data, also provide
facilities and services for them as described in the Schedule. The
employer may modify the schedule of other contractors and shall
notify the contractor of any such modification.
9. Personnel
9.1 The Contractor shall employ the key personnel named in the
Schedule of Key Personnel as referred to in the Contract Data to

51 | P a g e
carry out the functions stated in the Schedule or other personnel
approved by the KSCL Engineer. The KSCL Engineer will approve
any proposed replacement of key personnel only if their
qualifications, abilities, and relevant experience are substantially
equal to or better than those of the personnel listed in the Schedule.

9.2 If the KSCL Engineer asks the Contractor to remove a person who is a
member of the Contractor’s staff or his work force stating the reasons
the Contractor shall ensure that the person leaves the Site within
seven days and has no further connection with the work in the
Contract.

10. Employer’s and Contractor's Risks

10.1 The Employer carries the risks which this Contract states are
Employer’s risks, and the Contractor carries the risks which this
Contract states are Contractor’s risks.

11. Employer's Risks

11.1 The Employer is responsible for the excepted risks which are (a) in so
far as they directly affect the execution of the Works in the
Employer’s country, the risks of war, hostilities, invasion, act of
foreign enemies, rebellion, revolution, insurrection or military or
usurped power, civil war, riot commotion or disorder (unless
restricted to the Contractor’s employees), and contamination
from any nuclear fuel or nuclear waste or radioactive toxic
explosive, or (b) a cause due solely to the design of the Works, other
than the Contractor’s design.

12. Contractor’s Risks

12.1 All risks of loss of or damage to physical property and of personal


injury and death which arise during and in consequence of the
performance of the Contract other than the excepted risks are the
responsibility of the Contractor.
13. Insurance
13.1 The Contractor at his cost shall provide, in the joint names of the
Employer and the Contractor, insurance cover from the Start Date
to the date of completion, in the amounts and deductibles stated in
the Contract Data for the following events which are due to the
Contractor's risks:

52 | P a g e
a) loss of or damage to the Works, Plant and Materials;

b) loss of or damage to Equipment;

c) loss of or damage to property (except the Works, Plant,


Materials, and Equipment) in connection with the Contract;
and
d) Personal injury or death.

13.2 Insurance policies and certificates for insurance shall be delivered


by the Contractor to the Engineer for the Engineer's approval before
the completion date/ Start Date. All such insurance shall provide for
compensation to be payable in Indian Rupees to rectify the loss or
damage incurred.
13.3 (a) The Contractor at his cost shall also provide, in the joint names of
the Employer and the Contractor, insurance cover from the date of
completion to the end of defect liability period, in the amounts and
deductibles stated in the Contract Data for the following events
which are due to the Contractor's risks: (a) Personal injury or death.
13.4 (b) Insurance policies and certificates for insurance shall be
delivered by the Contractor to the Engineer for the Engineer's
approval before the completion date/ start date. All such insurance
shall provide for compensation to be payable in Indian Rupees.
13.5 Alterations to the terms of insurance shall not be made without the
approval of the Engineer.
13.6 Both parties shall comply with any conditions of the insurance
policies.
13.7 The bidder shall have a suitable insurance to cover all the risks that
are likely to occur from the scope of works and services indicated in
this project. The insurance shall cover KSCL, KSCL’s Project
Management Consultant staff, Users etc. Risks may include but are
not limited to a) accidents b) Mal function of equipment/or
machines c) casualties d) Safety e) Theft etc.
14. Site Investigation Reports
14.1 The Contractor, in preparing the Bid, shall rely on any site Investigation
Reports referred to in the Contract Data, supplemented by any
information available to the Bidder.

15. Queries about the Contract Data

15.1 The KSCL Engineer will clarify queries on the Contract Data.

53 | P a g e
16. Contractor to Construct the Works

16.1 The Contractor shall construct and install the Works in accordance with
the Specification and Drawings, and as per instructions of KSCL
Engineer.
17. The Works to Be Completed by the Intended Completion Date
17.1 The Contractor may commence execution of the Works on the Start
Date and shall carry out the Works in accordance with the program
submitted by the Contractor, as updated with the approval of the
KSCL Engineer, and complete them by the Intended Completion
Date.
18. Approval by the Engineer
18.1 The Contractor shall submit Specifications and Drawings showing the
proposed Temporary Works to the KSCL Engineer, who is to approve
them if they comply with the Specifications and Drawings.

18.2 The Contractor shall be responsible for design of Temporary Works.

18.3 The KSCL Engineer's approval shall not alter the Contractor's
responsibility for design of the Temporary Works.

18.4 The Contractor shall obtain approval of third parties to the design of
the Temporary Works where required.
18.5 All Drawings prepared by the Contractor for the execution of the
temporary or permanent Works, are subject to prior approval by the
KSCL Engineer before their use.

19. Safety

19.1 The Contractor shall be responsible for the safety of all activities on
the Site.

20. Discoveries

20.1 Anything of historical or other interest or of significant value


unexpectedly discovered on the Site is the property of the Employer.
The Contractor is to notify the KSCL Engineer of such discoveries and
carry out the KSCL Engineer's instructions for dealing with them.

54 | P a g e
21. Possession of the Site
21.1 The Employer shall give possession of all parts of the Site to the
Contractor. If possession of a part is not given by the date stated in
the Contract Data the Employer is deemed to have delayed the start
of the relevant activities and this will be Compensation Event.
22. Access to the Site
22.1 The Contractor shall allow the KSCL Engineer and any person
authorized by the KSCL Engineer access to the Site, to any place
where work in connection with the Contract is being carried out or
is intended to be carried out and to any place where materials or
plant are being manufactured/fabricated/assembled for the works.
23. Instructions
23.1 The Contractor shall carry out all instructions of the KSCL Engineer
which comply with the applicable laws where the Site is located.
B. Time Control
24. Program
24.1 Within the time stated in the Contract Data the Contractor shall submit
to the KSCL Engineer for approval a Program including
Environmental Management Plan showing the general methods,
arrangements, order, and timing for all the activities in the Works
along with monthly cash flow forecast.
24.2 An update of the Program shall be a program showing the actual
progress achieved on each activity and the effect of the progress
achieved on the timing of the remaining work including any
changes to the sequence of the activities.
24.3 The Contractor shall submit to the KSCL Engineer, for approval, an
updated Program at intervals no longer than the period stated in
the Contract Data. If the Contractor does not submit an updated
Program within this period, the KSCL Engineer may withhold the
amount stated in the Contract Data from the next payment
certificate and continue to withhold this amount until the next
payment after the date on which the overdue Program has been
submitted.
24.4 The KSCL Engineer's approval of the Program shall not alter the
Contractor's obligations. The Contractor may revise the Program and
submit it to the KSCL Engineer again at any time. A revised Program is
to show the effect of Variations and Compensation Events.

55 | P a g e
25. Extension of the Intended Completion Date

25.1 The KSCL Engineer i n c o n s u l t a t i o n w i t h t h e E m p l o y e r shall


extend the Intended Completion Date if a Compensation Event
occurs or a Variation is issued which makes it impossible for
Completion to be achieved by the Intended Completion Date
without the Contractor taking steps to accelerate the remaining
work and which would cause the Contractor to incur additional
cost.
25.2 The KSCL Engineer i n c o n s u l t a t i o n w i t h t h e E m p l o y e r shall
decide whether and by how much to extend the Intended
Completion Date within 21 days of the Contractor asking the KSCL
Engineer for a decision upon the effect of a Compensation Event or
Variation and submitting full supporting information. If the
Contractor has failed to give early warning of a delay or has failed
to cooperate in dealing with a delay, the delay by this failure shall
not be considered in assessing the new Intended Completion Date.

26. Delays Ordered by the Engineer

26.1 The KSCL Engineer may instruct the Contractor to delay the start or
progress of any activity within the Works.
27. Management Meetings
27.1 Either the KSCL Engineer or the Contractor may require the other to
attend a management meeting. The business of a management
meeting shall be to review the plans for remaining work and to deal
with matters raised in accordance with the early warning
procedure.
27.2 The KSCL Engineer shall record the business of management
meetings and is to provide copies of his record to those attending
the meeting and to the Employer. The responsibility of the parties for
actions to be taken is to be decided by the KSCL Engineer either at
the management meeting or after the management meeting and
stated in writing to all who attended the meeting.
28. Early Warning
28.1 The Contractor is to warn the Engineer at the earliest opportunity of
specific likely future events or circumstances that may adversely
affect the quality of the work, increase the Contract Price or delay
the execution of works. The KSCL Engineer may require the
Contractor to provide an estimate of the expected effect of the

56 | P a g e
future event or circumstance on the Contract Price and
Completion Date. The estimate is to be provided by the
Contractor as soon as reasonably possible.

28.2 The Contractor shall cooperate with the KSCL Engineer in making and
considering proposals for how the effect of such an event or
circumstance can be avoided or reduced by anyone involved in
the work and in carrying out any resulting instruction of the KSCL
Engineer.
C. Quality Control
29. Identifying Defects
29.1 The KSCL Engineer shall check the Contractor's work and notify the
Contractor of any Defects that are found. Such checking shall not
affect the Contractor's responsibilities. The KSCL Engineer may
instruct the Contractor to search for a Defect and to uncover and
test any work that the KSCL Engineer considers may have a Defect.

29.2 The contractor shall permit the Employer’s Technical auditor to check
the contractor’s work and notify the KSCL Engineer and Contractor
of any defects that are found. Such a check shall not affect the
Contractor’s or the KSCL Engineer’s responsibility as defined in the
Contract Agreement.
30. Tests
30.1 If the KSCL Engineer instructs the Contractor to carry out a test not
specified in the Specification to check whether any work has a
Defect and the test shows that it does, the Contractor shall pay for
the test and any samples. If there is no Defect the test shall be a
Compensation Event.
31. Correction of Defects
31.1 The KSCL Engineer shall give notice to the Contractor of any Defects
before the end of the Defects Liability Period, which begins at
Completion and is defined in the Contract Data. The Defects
Liability Period shall be extended for as long as Defects remain to
be corrected.
31.2 Every time notice of a Defect is given, the Contractor shall correct the
notified Defect within the length of time specified by the KSCL
Engineer’s notice.

57 | P a g e
32. Uncorrected Defects
32.1 If the Contractor has not corrected a Defect within the time specified
in the KSCL Engineer’s notice, the KSCL Engineer will assess the cost
of having the Defect corrected, and the Contractor will pay this
amount.
Note: Where in certain cases, the technical specifications provide for
acceptance of works within specified tolerance limits at reduced rates,
KSCL Engineer will certify payments to Contractor accordingly.
33. Bill of Quantities
33.1 Attached in Section – 5 of this Document.
D Cost Control

34. Changes in the Quantities

34.1 If the final quantity of the work done differs from the quantity in the Bill
of Quantities for the particular item by more than 25 percent,
provided the change exceeds 1% of Initial Contract Price, the KSCL
Engineer i n c o n s u l t a ti o n w i t h t h e E m p l o y e r shall adjust the
rate to allow for the change.
34.2 Unless the Contractor and the Employer along with KSCL Engineer
agree to the contrary the total value of all Change of Scope orders
shall not exceed 10 (ten) per cent of the Contract Price.
34.3 If requested by the KSCL Engineer, the Contractor shall provide the
KSCL Engineer with a detailed cost breakdown of any rate in the Bill
of Quantities.
35. Variations
35.1 All Variations shall be included in updated Programs produced by the
Contractor.
36. Payments for Variations
36.1 The Contractor shall provide the KSCL Engineer with a quotation (with
breakdown of unit rates) for carrying out the Variation when
requested to do so by the KSCL Engineer. The KSCL Engineer shall
assess the quotation, which shall be given within seven days of the
request or within any longer period stated by the KSCL
Engineer/Employer and before the Variation is ordered.
36.2 If the work in the Variation corresponds with an item description in the
Bill of Quantities and if, in the opinion of the KSCL
Engineer/Employer, the quantity of work above the limit stated in
Sub Clause 38.1 or the timing of its execution do not cause the cost

58 | P a g e
per unit of quantity to change, the rate in the bill of Quantities shall
be used to calculate the value of the Variation. If the cost per unit
of quantity changes, or if the nature or timing of the work in the
Variation does not correspond with items in the Bill of Quantities, the
quotation by the Contractor shall be in form of new rates for the
relevant items of work.
36.3 If the Contractor's quotation is unreasonable (or if the contractor fails
to provide the KSCL Engineer with a quotation within a reasonable
time specified by the KSCL Engineer in accordance with Clause
40.1), the KSCL Engineer may order the Variation and make a
change to the Contract Price which shall be based on KSCL
Engineer’s own forecast i n c o n s u l t a t i o n w i t h th e E m pl o y e r of
the effects of the Variation on the Contractor's costs.
36.4 If the KSCL Engineer decides that the urgency of varying the work
would prevent a quotation being given and considered without
delaying the work, no quotation shall be given and the Variation
shall be treated as a Compensation Event.
36.5 The Contractor shall not be entitled to additional payment for costs
that could have been avoided by giving early warning.
37. Cash flow forecasts
37.1 When the Program is updated, the contractor is to provide the
KSCL Engineer with an updated cash flow forecast.
38. Milestone Schedule & Payment Certificates
MILESTONE SCHEDULE
Sl.
Milestone Works Description Tenure & Targets
No.

Physical Progress should be equal to


a) Overhauling and repairing of existing PLC
Financial Equivalent of 30% of the Contract
panels at WTP-1, WTP-2 and WTP-3 at Ganga
Barrage. (Instrument, Electrical & Civil Works). Value within
b) Installation of new flow meters, level 90 Days after Start date of Contract.
transmitters, actuators, analyzers and Measurement Books (MB) for Civil Works and
integration with existing Local Control Stations BOQ for Instrument/Electrical/Mech. Works.*
1 as per BOQ. (Instrument, Electrical Mechanical Completion certificates must be submitted
& Civil Works)
for all the works mentioned in this milestone
c) Installation of new Electrical Panels for 6.6KVA
(Column 2) or as directed by Engineer-in-
at WTP-1 & WTP-2 Raw Water Pumping Station.
Charge so that the required physical
d) Overhauling and automization of existing
Chlorine and coagulant dosing systems. progress is achieved as per this milestone.**
(Instrument, Electrical & Civil Works)

59 | P a g e
Sl.
Milestone Works Description Tenure & Targets
No.
a) Overhauling and repairing of existing Filter
Beds at 200MLD WTP and 80MLD WTP at
Benajhabar Water Works. (Instrument,
Mechanical, Electrical & Civil Works) as per Physical Progress should be equal to
BOQ.
Financial Equivalent of 35% of the Contract
b) Installation of new flow meters, level
transmitters, actuators, analyzers and setting Value within
up new PLC/HMI panels for each unit of the 180 Days after Start date of Contract.
plant as per BOQ. (Instrument, Mechanical, Work measurement shall be as per
Electrical & Civil Works) Measurement Books (MB) for Civil Works and
2 c) Setting up new automized Chlorine and BOQ for Instrument/Electrical/Mech. Works.*
coagulant dosing systems. (Instrument,
Completion certificates must be submitted
Mechanical, Electrical & Civil Works)
for all the works mentioned in this milestone
d) Laying of 1000mm dia interconnecting Delivery
Main within the plant at Benajhabar Water (Column 2) or as directed by Engineer-in-
Works. (Civil Works) as per drawings. Charge so that the required physical
e) Setting up of new Local Control Station at progress is achieved as per this milestone.**
existing Laboratory Building at Benajhabar
Water Works with integration of all PLC/HMI
panels in the plant.
a) Installation of new flow meters, level Physical Progress should be equal to
transmitters, actuators, analyzers and setting Financial Equivalent of 35% of the Contract
up new PLC/HMI panels for Bhaironghat Value within
RWPS, RML-RWPS Armapur Estate, Zonal 270 Days after Start date of Contract.
Pumping Stations at CW-17, CW-28, CW-29 Work measurement shall be as per
and Integration of all the above PLC panels Measurement Books (MB).*
with the new LCS at Benajhabar water works Completion certificates must be submitted
as per BOQ. (Instrument, Mechanical, for all the works mentioned in this milestone
Electrical & Civil Works). (Column 2) or as directed by Engineer-in-
b) Construction of Inlet Channels / Outlet Charge so that the required physical
channel and Desilting Chamber at RML- progress is achieved as per this milestone.**
RWPS near Armapur Estate as per BOQ /
3
Drawings and direction of Engineer-in-
Charge. (Mechanical, Electrical & Civil
Works).
c) Setting up of New MCS at Jal Kal Office
Building at Benajhabar and integration with
LCS at Benajhabar water works and LCS at
WTPs-1,2,3 near Ganga Barrage.
d) Pressure Transmitters at various locations on
feeder mains and integration with MCS. as
per directions of Engineer-in-Charge.

60 | P a g e
Sl.
Milestone Works Description Tenure & Targets
No.
At the End of defect liability period (1 Year) after Half the Total Amount Retained in the
complete Handover. monthly RA Bill Payments less
4 Start Date of Defect Liability Period shall be after adjustments, will be paid at the
completion of all the works Specified in Milestones completion of works and Half at the end
1, 2 & 3 above. of satisfactory completion of Defect

* Contractor shall submit the RA Bill of every month in the first week of succeeding
month on actual work done along with certified Measurement Book (MB),
Request for Inspection (RFI) and Test Reports, if any.

* All Works must be prior approved and post approved by Jal Nigam (Kanpur), Jal
Kal Vibhag, Nagar Nigam, Kanpur and KSCL Engineer-in-Charge.

** Liquidity damages shall be levied for Delays beyond the Time Period Mentioned in
Milestones.
Payment Certificates
38.1 The Contractor shall submit to the KSCL Engineer m o n t h l y
statements of the estimated value of the work completed less the
cumulative amount certified previously along with details of
measurement of the quantity of works executed in Measurement
Books as approved by the KSCL Engineer.
38.2 Deleted
38.3 The value of work executed shall be determined by the KSCL Engineer
after due check measurement of the quantities claimed as
executed by the contractor.

38.4 The value of work executed shall comprise the value of the quantities
of the items in the Bill of Quantities completed.

38.5 The value of work executed shall include the valuation of Variations
and Compensation Events.

38.6 The KSCL Engineer may exclude any item certified in a previous
certificate or reduce the proportion of any item previously certified
in any certificate in the light of later information.
39. Payments
39.1 Payments shall be adjusted for deductions for advance payments,
retention, other recoveries in terms of the contract and taxes, at
source, as applicable under the law. The Employer shall pay the
Contractor the amounts certified by the KSCL Engineer within 28 days
of the date of each certificate.

61 | P a g e
39.2 Deleted
39.3 Items of the Works for which no rate or price has been entered in will
not be paid for by the Employer and shall be deemed covered
by other rates and prices in the Contract.

40. Compensation Events

40.1 The following are Compensation Events unless they are caused by the
Contractor:

(a) The Employer does not give access to a part of the Site by the Site
Possession Date stated in the Contract Data.

(b) The Employer modifies the schedule of other contractors in a way which
affects the work of the contractor under the contract.

(c) The KSCL Engineer orders a delay or does not issue drawings,
specifications or instructions required for execution of works on time.

(d) The KSCL Engineer instructs the Contractor to uncover or to carry out
additional tests upon work which is then found to have no Defects.

(e) The KSCL Engineer unreasonably does not approve for a subcontract to
be let.

(f) Ground conditions are substantially more adverse than could


reasonably have been assumed before issuance of Letter of
Acceptance from the information issued to Bidders (including the Site
Investigation Reports), from information available publicly and from a
visual inspection of the Site.

(g) The KSCL Engineer gives an instruction for dealing with an unforeseen
condition, caused by the Employer, or additional work required for
safety or other reasons.
(h) Other contractors, public authorities, utilities or the Employer does
not work within the dates and other constraints stated in the Contract,
and they cause delay or extra cost to the Contractor.

(i) The advance payment is delayed.

(j) The effect on the Contractor of any of the Employer’s Risks.

62 | P a g e
(k) The KSCL Engineer unreasonably delays issuing a Certificate of
Completion.

(l) Other Compensation Events listed in the Contract Data or mentioned in


the Contract.

40.2 If a Compensation Event would cause additional cost or would


prevent the work being completed before the Intended Completion
Date, the Intended Completion Date shall be extended. The KSCL
Engineer shall decide whether and by how much the Intended
Completion Date shall be extended.

40.3 As soon as information demonstrating the effect of each


Compensation Event upon the Contractor's forecast cost has been
provided by the Contractor, it is to be assessed by the KSCL Engineer
and the Intended Completion Date shall be extended accordingly.
If the Contractor's forecast is deemed unreasonable, the KSCL
Engineer shall adjust the Intended Completion Date based on
KSCL Engineer’s own forecast. The KSCL Engineer will assume that
the Contractor will react competently and promptly to the event.

40.4 The Contractor shall not be entitled to compensation to the extent


that the Employer’s interests are adversely affected by the
Contractor not having given early warning or not having
cooperated with the KSCL Engineer.
41. Tax
41.1 The rates quoted by the Contractor shall be deemed to be inclusive
of the sales and other taxes that the Contractor will have to pay for
the performance of this Contract. The Employer will perform such
duties in regard to the deduction of such taxes at source as per
applicable law.
42. Currencies
42.1 All payments shall be made in Indian Rupees.
43. Price Adjustment
43.1 Contract price shall not be adjusted for increase or decrease in
rates and price of labour, materials, fuels and lubricants during the
tenure of the contract.
43.2 To the extent that full compensation for any rise or fall in costs to the
contractor, the unit rates and prices included in the contract shall

63 | P a g e
be deemed to include amounts to cover the contingency of such
other rise or fall in costs.
44. Retention
44.1 The Employer shall retain from each monthly payment due to the
Contractor the proportion stated in the Contract Data until
Completion of the whole of the Works.

44.2 On Completion of the whole of the Works half the total amount
retained is repaid to the Contractor and half when the Defects
Liability Period has passed and the KSCL Engineer has certified that
all Defects notified by the KSCL Engineer to the Contractor before
the end of this period have been corrected.
44.3 On completion of the whole works, the contractor may substitute
retention money (balance half) with an “on demand” Bank
guarantee.

45. Liquidated Damages

45.1 The Contractor shall pay liquidated damages to the Employer at the
rate per day stated in the Contract Data for each day that the
Completion Date is later than the Intended Completion Date (for
the whole of the works or the milestone as stated in the contract
data). The total amount of liquidated damages shall not exceed the
amount defined in the Contract Data. The Employer may deduct
liquidated damages from payments due to the Contractor.
Payment of liquidated damages does not affect the Contractor's
liabilities.

45.2 If the Intended Completion Date is extended after liquidated


damages have been paid, the KSCL Engineer shall correct any
overpayment of liquidated damages by the Contractor by
adjusting the next payment certificate. The Contractor shall be paid
interest on the overpayment calculated from the date of payment
to the date of repayment at the rates specified in Sub Clause 43.1.

46. Advance Payment

46.1 The Employer shall make an interest bearing (@ PLR rate)


Mobilization advance equal to 10 % of the contract value exclusive for
mobilization expenses. The first instalment 5% shall be released 15 days
after receiving and subject to receiving the Bank Guarantee of
amount110% of the requested amount:

64 | P a g e
. The second instalment would be released after submission of receipt
certificate by the Contractor for the first 5% advance already paid
earlier.
46.4 Secured Advance: Deleted.

47. Securities

47.1 The Performance Security shall be provided to the Employer no later


than the date specified in the Letter of Acceptance and shall be
issued in an amount and form and by a bank or surety acceptable
to the Employer, and denominated in Indian Rupees. The
Performance Security shall be valid until a date 28 days from the
date of expiry of Defects Liability Period and the additional security
for unbalanced bids shall be valid until a date 28 days from the date
of issue of the certificate of completion. The performance security
of a joint venture shall be in the name of the joint venture.
48. Cost of Repairs
48.1 Loss or damage to the Works or Materials to be incorporated in the
Works between the Start Date and the end of the Defects
Correction periods shall be remedied by the Contractor at the
Contractor's cost if the loss or damage arises from the Contractor's
acts or omissions.
E Finishing the Contract
49. Completion
49.1 The Contractor shall request the KSCL Engineer to issue a Certificate
of Completion of the Works and the KSCL Engineer will do so upon
deciding that the Work is completed.
50. Taking Over
50.1 The Employer shall take over the Site and the Works within seven
days of the KSCL Engineer issuing a certificate of Completion.
51. Final Account
51.1 The Contractor shall supply to the KSCL Engineer a detailed account
of the total amount that the Contractor considers payable under the
Contract before the end of the Defects Liability Period. The KSCL
Engineer shall issue a Defect Liability Certificate and certify any final
payment that is due to the Contractor within 56 days of receiving the
Contractor's account if it is correct and complete. If it is not, the KSCL
Engineer shall issue within 56 days a schedule that states the scope of
the corrections or additions that are necessary. If the Final Account is

65 | P a g e
still unsatisfactory after it has been resubmitted, the KSCL Engineer
shall decide on the amount payable to the Contractor and issue a
payment certificate, within 56 days of receiving the Contractor’s
revised account.
52. Operating and Maintenance Manuals
52.1 If “as built” Drawings and/or operating and maintenance manuals
are required, the Contractor shall supply them by the dates stated in the
Contract Data.
52.2 If the Contractor does not supply the Drawings and/or manuals by
the dates stated in the Contract Data, or they do not receive the
KSCL Engineer’s approval, the KSCL Engineer shall with hold the
amount stated in the Contract Data from payments due to the
Contractor.
53. Termination
53.1 The Employer or the Contractor may terminate the Contract if the
other party causes a fundamental breach of the Contract.
53.2 Fundamental breaches of Contract include, but shall not be limited to
the following: (a) The Contractor stops work for 28 days when no
stoppage of work is shown on the current program and the
stoppage has not been authorized by the KSCL Engineer;

(b) The KSCL Engineer instructs the Contractor to delay the


progress of the Works and the instruction is not withdrawn within 28
days;

(c) The Employer or the Contractor is made bankrupt or goes into


liquidation other than for a reconstruction or amalgamation;

(d) A payment certified by the KSCL Engineer is not paid by the


Employer to the Contractor within 56 days of the date of the KSCL
Engineer's certificate;

(e) The KSCL Engineer gives Notice that failure to correct a particular
Defect is a fundamental breach of Contract and the Contractor fails
to correct it within a reasonable period of time determined by the
KSCL Engineer;
(f) The Contractor does not maintain a security which is required;
(g) The Contractor has delayed the completion of works by the
number of days for which the maximum amount of liquidated
damages can be paid as defined in the Contract data; and

66 | P a g e
(h) If the Contractor, in the judgment of the Purchaser has engaged
in fraud and corruption, as defined in GCC Clause 57, in competing
for or in executing the Contract.

53.3 When either party to the Contract gives notice of a breach of


contract to the KSCL Engineer for a cause other than those listed
under Sub Clause 53.2 above, the KSCL Engineer shall decide
whether the breach is fundamental or not.

53.4 Notwithstanding the above, the Employer may terminate the


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

54. Payment upon Termination

54.1 If the Contract is terminated because of a fundamental breach of


Contract by the Contractor, the KSCL Engineer shall issue a certificate
for the value of the work done less advance payments received up
to the date of the issue of the certificate, less other recoveries due in
terms of the contract, less taxes due to be deducted at source as per
applicable law and less the percentage to apply to the work not
completed as indicated in the Contract Data. Additional Liquidated
Damages shall not apply. If the total amount due to the Employer
exceeds any payment due to the Contractor the difference shall be
a debt payable to the Employer.

54.2 If the Contract is terminated at the Employer's convenience or


because of a fundamental breach of Contract by the Employer, the
KSCL Engineer shall issue a certificate for the value of the work done,
the reasonable cost of removal of Equipment, repatriation of the
Contractor's personnel employed solely on the Works, and the
Contractor's costs of protecting and securing the Works and less
advance payments received up to the date of the certificate, less
other recoveries due in terms of the contract and less taxes due to
be deducted at source as per applicable law.
55. Property
55.1 All materials on the Site, Plant, Equipment, Temporary Works and Works
are deemed to be the property of the Employer, if the Contract is
terminated because of a Contractor’s default.

67 | P a g e
56. Release from Performance
56.1 If the Contract is frustrated by the outbreak of war or by any other
event entirely outside the control of either the Employer or the
Contractor the KSCL Engineer shall certify that the Contract has
been frustrated. The Contractor shall make the Site safe and stop
work as quickly as possible after receiving this certificate and shall
be paid for all work carried out before receiving it and for any work
carried out afterwards to which commitment was made.
57. Fraud & Corruption
57.1 If the Employer determines that the Contractor has engaged in
corrupt, fraudulent, collusive coercive or obstructive practices, in
competing for or in executing the Contract, then the Employer
may, after giving 14 days notice to the Contractor, terminate the
Contractor’s employment under the Contract and expel him from
the Site, and the provisions of Clause 53 shall apply. Should any
employee of the Contractor be determined to have engaged in
corrupt, fraudulent, collusive, coercive, or obstructive practice
during the execution of the works, then that employee shall be
removed in accordance with Clause 9 (Personnel). For the purposes
of this Sub-Clause:
(i) “Corrupt practice” is the offering, giving, receiving or soliciting,
directly or indirectly, of anything of value to influence improperly the
actions of another party*;
(ii) “Fraudulent practice” is any act or omission, including a
misrepresentation, that knowingly or recklessly misleads, or attempts
to mislead, a party to obtain a financial or other benefit or to avoid
an obligation**;
(iii) “Collusive practice” is an arrangement between two or more
parties designed to achieve an improper purpose, including
influencing improperly the actions of another party#;
(iv) “Coercive practice” is impairing or harming, or threatening to
impair or harm, directly or indirectly, any party or the property of
the party to influence improperly the actions of a party$;
(v) “Obstructive practice” is
(aa) deliberately destroying, falsifying, altering or concealing of
evidence material to the investigation or making false statements to
investigators in order to materially impede a investigation into
allegations of a corrupt, fraudulent, coercive or collusive practice;
and/or threatening, harassing or intimidating any party to prevent it
from disclosing its knowledge of matters relevant to the investigation

68 | P a g e
or from pursuing the investigation, or
(bb) acts intended to materially impede the exercise of KSCL’s
inspection rights.

* For the purpose of this sub-paragraph, “another party” refers to a


public official acting in relation to the procurement process or
contract execution. In this context, “public official” includes KSCL
staff and employees of other organizations taking or reviewing
procurement decisions.
** For the purpose of this sub-paragraph, “party” refers to a public
official; the terms “benefit” and “Obligation” relate to the
procurement process or contract execution; and the “act or
omission” is intended to influence the procurement process or
contract execution.

# For the purpose of this sub-paragraph, “parties” refers to


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

1. LABOUR:

The Contractor shall, unless otherwise provided in the Contract,


make his own arrangements for the engagement of all staff and labour,
local or other, and for their payment, housing, feeding and transport.

The Contractor shall, if required by the KSCL Engineer, deliver to the


KSCL Engineer a return in detail, in such form and at such intervals as the
KSCL Engineer may prescribe, showing the staff and the numbers of the
several classes of labour from time to time employed by the Contractor on
the Site and such other information as the KSCL Engineer may require.
2. COMPLIANCE WITH LABOUR REGULATIONS:
During continuance of the contract, the Contractor and his sub-
contractors shall abide at all times by all existing labour enactments and
rules made there under, regulations, notifications and bye laws of the

69 | P a g e
State or Central Government or local authority and any other labour
law (including rules), regulations, bye laws that may be passed or
notification that may be issued under any labour law in future either by
the State or the Central Government or the local authority. Salient features
of some of the major labour laws that are applicable to construction
industry are given below. The Contractor shall keep the Employer
indemnified in case any action is taken against the Employer by the
competent authority on account of contravention of any of the provisions
of any Act or rules made there under, regulations or notifications
including amendments. If the Employer is caused to pay or reimburse,
such amounts as may be necessary to cause or observe, or for non-
observance of the provisions stipulated in the notifications/bye
laws/Acts/Rules/regulations including amendments, if any, on the part of
the Contractor, the KSCL Engineer/Employer shall have the right to deduct
any money due to the Contractor including his amount of performance
security. The Employer/KSCL Engineer shall also have right to recover from
the Contractor any sum required or estimated to be required for making
good the loss or damage suffered by the Employer.
The employees of the Contractor and the Sub-Contractor in no case
shall be treated as the employees of the Employer at any point of time.

SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO


ESTABLISHMENTS ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK

a) Workmen Compensation Act 1923: The Act provides for


compensation in case of injury by accident arising out of and during
the course of employment.
b) Payment of Gratuity Act 1972: Gratuity is payable to an employee
under the Act on satisfaction of certain conditions on separation if
an employee has completed 5 years’ service or more or on death
the rate of 15 days wages for every completed year of service. The
Act is applicable to all establishments employing 10 or more
employees.
c) Employees P.F. and Miscellaneous Provision Act 1952 (since
amended): The Act Provides for monthly contributions by the
employer plus workers @ 10% or 8.33%. The benefits payable under
the Act are:
(i) Pension or family pension on retirement or death, as the case
may be.
(ii) Deposit linked insurance on the death in harness of the worker.
(iii) Payment of P.F. accumulation on retirement/death etc.

70 | P a g e
d) Maternity Benefit Act 1951: The Act provides for leave and some
other benefits to women employees in case of confinement or
miscarriage etc.

e) Contract Labour (Regulation & Abolition) Act 1970: The Act


provides for certain welfare measures to be provided by the
Contractor to contract labour and in case the Contractor fails to
provide, the same are required to be provided, by the Principal
Employer by Law. The Principal Employer is required to take
Certificate of Registration and the Contractor is required to take
license from the designated Officer. The Act is applicable to the
establishments or Contractor of Principal Employer if they employ
20 or more contract labour.

f) Minimum Wages Act 1948: The Employer is supposed to pay not


less than the Minimum Wages fixed by appropriate Government as
per provisions of the Act if the employment is a scheduled
employment. Construction of Buildings, Roads, and Runways are
scheduled employments.

g) Payment of Wages Act 1936: It lies down as to by what date the


wages are to be paid, when it will be paid and what deductions
can be made from the wages of the workers.

h) Equal Remuneration Act 1979: The Act provides for payment of


equal wages for work of equal nature to Male and Female workers
and for not making discrimination against Female employees in the
matters of transfers, training and promotions etc.

i) Payment of Bonus Act 1965: The Act is applicable to all establishments


employing 20 or more employees. The Act provides for payments of
annual bonus subject to a minimum of 8.33% of wages and
maximum of 20% of wages to employees drawing Rs.3500/-per
month or less. The bonus to be paid to employees getting Rs.2500/-
per month or above up to Rs.3500/- per month shall be worked out
by taking wages as Rs.2500/-per month only. The Act does not
apply to certain establishments. The newly set-up establishments
are exempted for five years in certain circumstances. Some of the
State Governments have reduced the employment size from 20 to
10 for the purpose of applicability of this Act.

71 | P a g e
j) Industrial Disputes Act 1947: The Act lays down the machinery and
procedure for resolution of Industrial disputes, in what situations a
strike or lock-out becomes illegal and what are the requirements for
laying off or retrenching the employees or closing down the
establishment.
k) Industrial Employment (Standing Orders) Act 1946: It is applicable to
all establishments employing 100 or more workmen (employment
size reduced by some of the States and Central Government to 50).
The Act provides for laying down rules governing the conditions of
employment by the Employer on matters provided in the Act and
gets the same certified by the designated Authority.
l) Trade Unions Act 1926: The Act lays down the procedure for
registration of trade unions of workmen and employers. The Trade
Unions registered under the Act have been given certain immunities
from civil and criminal liabilities.
m) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits
employment of children below 14 years of age in certain
occupations and processes and provides for regulation of
employment of children in all other occupations and processes.
Employment of Child Labour is prohibited in Building and
Construction Industry.
n) Inter-State Migrant workmen’s (Regulation of Employment &
Conditions of Service) Act 1979: The Act is applicable to an
establishment which employs 5 or more inter- state migrant
workmen through an intermediary (who has recruited workmen in
one state for employment in the establishment situated in another
state). The Inter-State migrant workmen, in an establishment to
which this Act becomes applicable, are required to be provided
certain facilities such as housing, medical aid, travelling expenses
from home up to the establishment and back, etc.

o) The Building and Other Construction workers (Regulation of


Employment and Conditions of Service) Act 1996 and the Cess
Act of 1996: All the establishments who carry on any building or
other construction work and employs 10 or more workers are
covered under this Act. All such establishments are required to pay
cess at the rate not exceeding 2% of the cost of construction as
may be modified by the Government. The Employer of the
establishment is required to provide safety measures at the Building
or construction work and other welfare measures, such as
Canteens, First-Aid facilities, Ambulance, Housing

72 | P a g e
accommodations for workers near the work place etc. The
Employer to whom the Act applies has to obtain a registration
certificate from the Registering Officer appointed by the
Government.
p) Factories Act 1948: The Act lays down the procedure for approval
at plans before setting up a factory, health and safety provisions,
welfare provisions, working hours, annual earned leave and
rendering information regarding accidents or dangerous
occurrences to designated authorities. It is applicable to premises
employing 10 persons or more with aid of power or 20 or more
persons without the aid of power engaged in manufacturing
process.

3. SUB-CONTRACTING (GCC Clause 7)


Please add the following as Clause 7.2:
The contractor shall not be required to obtain any consent from the
employer for:
a) The sub-contracting of any part of the Works for which the
Sub-contractor is named in the contract;
b) The provision of labour; and
c) The purchase of materials which are in accordance with the
standards specified in the Contract.

Beyond this if the contractor proposes sub-contracting any part of


the work during execution of works, because of some unforeseen
circumstances to enable him to complete the work as per terms of
the contract; the KSCL Engineer will consider the following before
according approval:

 The contractor shall not sub-contract the whole of the Works. The
limit for sub- contracting shall be 25% of the Contract price.
Proposal for sub-contracting shall contain detailed experience,
equipment and personnel for sub-contractor along with items
and quantities to be sub contracted.

 The contractor shall not sub-contract any part of the Work


without prior consent of the KSCL Engineer. Any such consent
shall not relieve the contractor from any liability or obligations
under the contract and he shall be responsible for the acts,
defaults and neglects of any subcontractor, his agents or
workmen as fully as if they were the acts, defaults or neglects of

73 | P a g e
the contractor, his agents or workmen.

 The KSCL Engineer should satisfy whether (a) the circumstances


warrant such sub- contracting; and (b) the sub-contractors so
proposed for the Work possess the experience, qualifications
and equipment necessary for the job proposed to be entrusted
to them in proportion to the quantum of work to be sub-
contracted.

 If payments are proposed to be made directly to that sub-


contractor, this should be subject to specific authorization by the
prime contractor so that this arrangement does not alter the
contractor’s liability or obligations under the contract.

Note:
1. All bidders are expected to indicate clearly in the bid, if they
proposed sub-contracting elements of the works amounting to more
than 20 percent of the Bid Price. For each such proposal the
qualification and the experience of the identified sub-contractor in
the relevant field should be furnished along with the bid to enable the
employer to satisfy himself about their qualifications before agreeing
for such subcontracting and include it in the contract. In view of the
above, normally no additional sub-contracting should arise during
execution of the contract.
2. However, [a] sub-contracting for certain specialized elements of
the work is not unusual and acceptable for carrying out the works
more effectively; but vertical splitting of the works for subcontracting
is not acceptable. [b] In any case, proposal for subcontracting in
addition to what was specified in bid and stated in contract
agreement will not be acceptable if the value of such additional sub-
contracting exceeds 25% of value of work which was to be executed
by Contractor without sub-contracting.
3. Assignment of the contract may be acceptable only under
exceptional circumstances such as insolvencies/liquidation or merger
of companies etc.

4. ARBITRATION

The procedure for arbitration will be as follows:


a) In case of Dispute or difference arising between the Employer and
a domestic contractor relating to any matter arising out of or
connected with this agreement, such disputes or difference shall be

74 | P a g e
settled in accordance with the Arbitration and Conciliation Act,
1996.
b) Arbitration proceedings shall be held at Kanpur, India, and the
language of the arbitration proceedings and that of all documents
and communications between the parties shall be English.

c) The disputes or differences arising shall be referred to a Sole


Arbitrator. The Sole Arbitrator should be appointed by agreement
between the parties; failing such agreement, by the appointing
authority, namely the Indian Council of Arbitration.

d) Performance under the contract shall continue during the arbitration


proceedings and payments due to the contractor by the owners
shall not be withheld, unless they are the subject matter of the
arbitration proceedings.
5. PROTECTION OF ENVIRONMENT:
Add the following as GCC Clause 16.2:
The contractor shall take all reasonable steps to protect the environment
on and off the Site and to avoid damage or nuisance to persons or to
property of the public or others resulting from pollution, noise or other
causes arising as a consequence of his methods of operation. During
continuance of the contract, the contractor and his sub-contractors shall
abide at all times by all existing enactments on environmental protection
and rules made there under, regulations, notifications and bye-laws of the
State or Central Government, or local authorities and any other law, bye-
law, regulations that may be passed or notification that may be issued
in this respect in future by the State or Central Government or the local
authority.
Salient features of some of the major laws that are applicable are given
below:
The Water (Prevention and Control of Pollution) Act, 1974, this provides for
the prevention and control of water pollution and the maintaining and
restoring of wholesomeness of water.

'Pollution’ means such contamination of water or such alteration of the


physical, chemical or biological properties of water or such discharge of
any sewage or trade effluent or of any other liquid, gaseous or solid
substance into water (whether directly or indirectly) as may, or is likely to,
create a nuisance or render such water harmful or injurious to public

75 | P a g e
health or safety, or to domestic, commercial, industrial, agricultural or
other legitimate uses, or to the life and health of animals or plants or of
aquatic organisms.

The Air (Prevention and Control of Pollution) Act, 1981, this provides for
prevention, control and abatement of air pollution. 'Air Pollution' means
the presence in the atmosphere of any 'air pollutant’, which means any
solid, liquid or gaseous substance (including noise) present in the
atmosphere in such concentration as may be or tend to be injurious to
human beings or other living creatures or plants or property or environment.

The Environment (Protection) Act, 1986. This provides for the protection and
improvement of environment and for matters connected therewith, and
the prevention of hazards to human beings, other living creatures, plants
and property. 'Environment' includes water, air and land and the
interrelationship which exists among and between water, air and land,
and human beings, other living creatures, plants, micro-organism and
property.
The Public Liability Insurance Act, 1991, This provides for public liability
insurance for the purpose of providing immediate relief to the persons
affected by accident occurring while handling hazardous substances and
for matters connected herewith or incidental thereto. Hazardous
substance means any substance or preparation which is defined as
hazardous substance under the Environment (Protection) Act 1986, and
exceeding such quantity as may be specified by notification by the
Central Government.
6. LIQUIDATED DAMAGES:
Sub-clause 45: Please substitute the last sentence with the following:
“Time is the essence of the contract and payment or deduction of
liquidated damages shall not relieve the contractor from his obligation to
complete the work as per agreed construction program and milestones
or from any other of the contractor’s obligations and liabilities under the
contract.”

7. PRIORITY OF DOCUMENTS:

Sub-clause 2.3: Please substitute sub paragraphs (a) to (j) with the
following:
a. Agreement,
b. the Letter of Acceptance,

76 | P a g e
c. Contractor’s Bid,
d. the addenda ( if any)
e. Special Conditions of Contract
f. Contact Data;
g. General Conditions of Contract
h. Specifications
i. Part-II-Supplementary Technical Specifications including
additional Technical Specifications.
j. Part-I General Specifications
k. Part-III- Environmental Management Plan
l. Drawings
m. Any other documents forming part of the Contract.

8. Safety & Welfare Provisions for labour to be employed by the Contractor

All necessary personal safety equipment as considered adequate


by the KSCL Engineer shall be available for use of persons employed on
the Site and maintained in a condition suitable for immediate use; and
the Contractor shall take adequate steps to ensure proper use of such
equipment by those concerned.
1. Safety Provisions:
The Contractor shall comply with all the precautions as required for the
safety of the workmen.
i. All workmen at site shall be provided with safety helmets and
yellow/orange jackets. Workmen required on site during night hours
shall be provided with fluorescent yellow jackets with reflective lopes.
ii. Workers employed on mixing asphaltic materials, cement, lime mortars,
concrete etc. shall be provided with protective footwear, protective
goggles.
iii. Those engaged in handling any material, which is injurious to the eyes,
shall be provided with protective goggles protective goggles.
iv. Those engaged in welding works shall be provided with welder's
protective eye- shield.
v. Stone breakers shall be provided with protective goggles and
protective clothing and seated at sufficiently safe intervals.
vi. Suitable scaffolds shall be provided for workmen for all work that
cannot safely be done from the ground, or from solid construction
except for such short period work as can be done safely from ladders.
When a ladder is used, an extra labourer shall be engaged for holding
the ladder and if the ladder is used for carrying materials as well,
suitable foot-holds and hand-holds shall be provided on the ladder,

77 | P a g e
which shall be given an inclination not steeper than 1/4 to 1.
vii. Scaffolding or staging more than 3.25 meters above the ground or
floor, swung or suspended from an overhead support or erected with
stationary support, shall have a guard rail properly attached, bolted,
braced and otherwise secured at least 1 metre high above the floor
or platform of such scaffolding or staging and extending along the
entire length of the outside and ends thereof with only such openings
as may be necessary for the delivery of materials. Such scaffolding or
staging shall be so fastened as to prevent it from swaying from the
support or structure.
viii. Working platforms, gangways, and stairways shall be so constructed
that they do not sag unduly or unequally, and if the height of any
platform or gangway or stairway is more than 3.25 metres above
ground level or floor level, it shall have closely spaced boards, have
adequate width and be suitably provided with guard rails as
described in (vii) above.

ix. Every opening in the floor of a structure or in a working platform shall


be provided with suitable means to prevent fall of persons or materials
by providing suitable fencing or railing with a minimum height of one
metre.

x. Safe means of access and egress shall be provided to all working


platforms and other working places. Every ladder shall be securely
fixed. No portable single ladder shall be over 9 metres in length. The
width between side rails in a rung ladder shall in no case be less than
30 cm for ladders up to and including 3metres in length. For longer
ladders the width shall be increased at least 6 mm for each additional
30 cm of length. Spacing of steps shall be uniform and shall not exceed
30 cm.

xi. Adequate precautions shall be taken to prevent danger from


electrical equipment. No materials on any of the sites shall be so
stacked or placed as to cause danger or inconvenience to any person
or the public. The Contractor shall provide all necessary fencing and
lights to protect the public from accidents and shall be bound to bear
the expenses of defending every suit, action or other proceedings at
law that may be brought by any person for injury sustained owing to
neglect of the above precautions and to pay any damages and costs
which may be awarded in any such suit, action or proceedings to any
such person or which may with the consent of the Contractor be paid

78 | P a g e
to compromise any claim by any such person.
xii. Excavation and Trenching: All trenches, 1.5 metres or more in depth
shall at all times be supplied with at least one ladder for each 20 metres
in length or fraction thereof. Ladders shall be extended from the
bottom of the trench to at least 1 metre above the surface of the
ground. The sides of a trench, which is 1.5metres or more in depth shall
be stepped back to provide a suitable slope, or be securely held by
timber bracing so as to avoid the danger of side collapse. Excavated
material shall not be placed within 1.5 metres of the edge of any
trench or half the depth of the trench, whichever is more. Excavation
shall be made from the top to the bottom. Under no circumstances
shall undermining or undercutting be done.
xiii. When workers are employed in sewers and manholes, which are in
use, the Contractor shall ensure that manhole covers are open and
manholes are ventilated at least for an hour before workers are
allowed to go into them. Manholes so open shall be cordoned off
with suitable railing and provide warning signals or boards to prevent
accidents to the public.
xiv. Demolition: Before any demolition work is commenced and also
during the process of the work:
a) All roads and open areas adjacent to the work site shall either
be closed or suitably protected.
b) No electric cable or apparatus, which is liable to be a source of
danger other than a cable or apparatus used by operators,
shall remain electrically charged:
c) All practical steps shall be taken to prevent danger to persons
employed by the Employer, from risk of fire or explosion, or
flooding. No floor, roof or other part of a building shall be so
overloaded with debris or materials as to render it unsafe.
xv. When work is performed near any place where there is risk of
drowning all necessary equipment shall be provided and kept ready
for use and all necessary steps taken for prompt first aid treatment of
all injuries likely to be sustained during the course of the work.

xvi. Use of hoisting machines and tackle including their attachments,


anchorage and supports shall conform to the following:
(a) These shall be of good mechanical construction, sound material
and adequate strength and free from patent defects and shall be
kept in good working order be regularly inspected and properly
maintained.

79 | P a g e
(b) Every rope used in hoisting or lowering materials or as a means of
suspension shall be of durable quality and adequate strength, and
free from defects.

(c) For every hoisting machine and every chain hook, shackle, swivel
and pulley block used in hoisting, lowering or as means of
suspension, safe working load shall be ascertained by adequate
means. Every hoisting machine and all gear referred to above shall
be plainly marked with safe working load. In case of a hoisting
machine or a variable safe working load, each safe working load
and conditions under which it is applicable shall be clearly
indicated. No part of any machine or any gear referred to in the
paragraph above shall be loaded beyond safe working load
except for the purpose of testing

xvii. Motors, gearing, transmission, electric wiring and other dangerous


parts of hoisting appliances shall be provided with efficient
safeguards; hoisting appliances shall be provided with such means as
will reduce the risk of accident during descent of load to the
minimum. Adequate precautions shall be taken to reduce to the
minimum risk of any part of a suspended load becoming accidentally
displaced. When workers are employed on electrical installations
which are already energised, insulating mats, working apparel such
as gloves, sleeves and boots, as may be necessary, shall be provided.
Workers shall not wear any rings, watches and carry keys or other
material which are good conductors of electricity.

xviii. All scaffolds, ladders and other safety devices mentioned or


described herein shall be maintained in a safe condition and no
scaffold, ladder or equipment shall be altered or removed while it is
in use. Adequate washing facilities shall be provided at or near
places of work.
xix. These safety provisions shall be brought to the notice of all
concerned by displaying on a notice board at a prominent place at
the work location. Persons responsible for ensuring compliance with
the Safety Code shall be named therein by the Contractor.

xx. To ensure effective enforcement of the rules and regulations relating


to safety precautions, arrangements made by the Contractor shall
be open to inspection by the KSCL Engineer or his Representative.

80 | P a g e
xxi. Notwithstanding anything contained in condition (i) to (xv) above,
the Contractor shall remain liable to comply with the provisions of all
acts, rules, regulations and bylaws for the time being in force in India
and applicable in this matter. The Contractor shall be responsible for
observance, by his sub-contractors, of the foregoing provisions.

2. Labour Welfare Provisions:

i. First Aid:

At every workplace, there shall be maintained in readily accessible


place first aid appliances including an adequate supply of sterilised
dressings and sterilised cotton wool as prescribed in the Factory
Rules of the State in which the work is carried on. The appliances
shall be kept in good order and, in large work places; they shall be
placed under the charge of a responsible person who shall be
readily available during working hours.

ii. Accommodation for Labour:

The Contractor shall during the progress of the work provide, erect
and maintain necessary temporary living accommodation and
ancillary facilities for labour at his own expense to standards and
scales approved by the KSCL Engineer.
iii. Drinking Water:
In every workplace, there shall be provided and maintained at
suitable places easily accessible to labour, a sufficient supply of
cold water fit for drinking.
Where drinking water is obtained from an intermittent public
water supply each workplace shall be provided with storage tanks
where drinking water shall be stored.
Every water supply storage shall be at a distance of not less than
15 metres from any latrine, drain or other source of pollution.
Where water has to be drawn from an existing well, which is within
such proximity of any latrine, drain or any other source of pollution,
the well shall be properly chlorinated before water is drawn from it
for drinking. All such wells shall be entirely closed in and be
provided with a trap door, which shall be dust proof and
waterproof. A reliable pump shall be fitted to each covered well.
The trap door shall be kept locked and opened only for
cleaning or inspection, which shall be done at least once a month.

81 | P a g e
iv. Washing and Bathing Places:
Adequate washing and bathing places shall be provided
separately for men and women. Such places shall be kept in clean
and drained condition.
v. Scale of Accommodation in Latrines and Urinals:
There shall be provided within the precincts of every workplace,
latrines and urinals in an accessible place, and the
accommodation, separately for each for these, shall not be less
than at the following scale:
No. of Seats
(a) Where number of persons does not exceed 50 - 2
(b) Where number of persons exceed 50 but does not exceed 100 - 3
(c) For additional persons per 100 or part thereof - 3

In particular cases, the KSCL Engineer shall have the power to


increase the requirement, wherever necessary.
vi. Latrines and Urinals:
Except in work places provided with water-flushed latrines
connected with a water borne sewage system, all latrines shall be
provided with dry-earth system (receptacles) which shall be
cleaned at least four times daily and at least twice during working
hours and kept in a strictly sanitary condition. Receptacles shall be
tarred inside and outside at least once a year.
If women are employed, separate latrines and urinals, screened
from those for men and marked in the vernacular in conspicuous
letters "For women only", shall be provided. Those for men shall be
similarly marked "For men only". A poster showing the figure of a
man and a woman shall also be exhibited at the entrance to
latrines for each sex. There shall be adequate supply of water,
close to latrines and urinals.
vii. Construction of Latrines:
Inside walls shall be constructed of masonry or other non-
absorbent material and shall be cement- washed inside and
outside at least once a year. The dates of cement washing shall be
noted in a register maintained for the purpose and kept available
for inspection. Latrines shall have at least a thatched roof.
viii. Disposal of Excreta:
Unless otherwise arranged for by the local sanitary authority,

82 | P a g e
arrangement for proper disposal of excreta by incineration at the
workplace shall be made by means of a suitable incinerator
approved by the local medical health and municipal or
cantonment authorities. Alternatively, excreta may be disposed of
by putting a layer of night soils at the bottom of a pucca tank
prepared for the purpose and covering it with a15 cm layer of
waste or refuse and then covering it with a layer of earth for a
fortnight (when it will turn into manure).
The Contractor shall, at his own expense, carry out all instructions
issued to him by the KSCL Engineer to effect proper disposal of soil
and other conservancy work in respect of Contractor’s work-
purpose or employees on the site. The Contractor shall be
responsible for payment of any charges, which may be levied by
municipal or cantonment authority for execution of such work on
his behalf.
ix. Provisions of shelters during rest:
At every workplace, there shall be provided, free of cost, four
suitable sheds, two for meals and two others for rest, separately for
use of men and women labour. The height of each shelter shall not
be less than 3metres from floor level to lowest part of roof. Sheds
shall be kept clean and the space provided shall be on the basis
of at least 0.5 sq.m. Per head.
x. Crèches:
At a place where women are ordinarily employed, there shall be
provided at least one hut for use of children under the age of 6
years belonging to such women. Huts shall not be constructed to
a standard lower than that of thatched roof, mud floor and wall
with wooden planks spread over mud floor and covered with
matting.
Huts shall be provided with suitable and sufficient openings, for light
and ventilation. There shall be adequate provision of sweepers to
keep the places clean. There shall be a maidservant in
attendance.
Sanitary utensils shall be provided to the satisfaction of local
medical, health a municipal or cantonment authorities. Use of huts
shall be restricted to children, their attendants and mothers of
children.
xi. Canteen:
A cooked food canteen on a moderate scale shall be provided
for the benefit of workers wherever it is considered necessary.

83 | P a g e
xii. Planning, Setting and erection of above mentioned structures:
Planning, setting and erection of the above mentioned structures
shall be approved by the KSCL Engineer or his Representative and
the whole of such temporary accommodation shall at all times
during the progress of the Works be kept tidy and in a clean and
sanitary condition to the satisfaction of the KSCL Engineer or his
representative and at the Contractor's expense. The Contractor
shall conform generally to sanitary requirements of local medical,
health and municipal or cantonment authorities and at all times
adopt such precautions as may be necessary to prevent soil
pollution of the Site.
On completion of the Works, the whole of such temporary
structures shall be cleared away, all rubbish burnt, excreta or other
disposal pits or trenches filled in and effectively sealed off and the
whole of the site left clean and tidy, at the Contractor's expense,
to the entire satisfaction of the KSCL Engineer.
xiii. Anti-malarial precautions:
The Contractor shall, at his own expense, conform to all anti-
malarial instructions given to him by the KSCL Engineer, including
filling up any borrow pits which may have been dug by him.
xiv. Awareness and Education of HIV/AIDS
The contractor shall provide/carryout HIV/AIDS awareness and
training Program to its labour and management, at least twice per
year during the construction period.
xv. Child Labour Prohibition
The contractor shall not employ Child Labour for any works or in any
manner under the Contract at any time. In the event that the
Contractor uses child labour, the Employer shall terminate the
Contract.
xvi. Amendments:
The Employer may, from time to time, add to, or amend these Rules
and issue such directions as it may be considered necessary for the
proper implementation of these Rules or for the purpose of
removing any difficulty, which may arise in the administration
thereof.

84 | P a g e
SECTION 4: CONTRACT DATA

85 | P a g e
CONTRACT DATA

Items marked "N/A" do not apply in this Contract.

The following documents are also part of the Contract:


Clause Reference with respect to Section 3
The Employer is:
Name: Chief Executive Officer, Kanpur Smart City Limited [1.1]
Address: Nagar Nigam Mukhyalaya, Motijheel, Kanpur - 208002
The Site is located at Kanpur [1.1]
The Engineer is [1.1]
Name: Shall be named later
Address: Nagar Nigam Mukhyalaya, Motijheel, Kanpur - 208002
Name of Authorized Representative: The Nodal Officer, KSCL

The Works consist of; SCADA Works, Other Items; and other items of works as
may be required to be carried out for completing the works in accordance with
the drawings and provisions of the Contract to ensure safety. (1.1)

The Start Date shall be the date of issue of notice to proceed with the work. [1.1]

The following documents also form part of the Contract: [2.3]


Document Description of the document
Construction Methodology Construction methodology in bid amended
as per comments of employer given in letter
of acceptance.

The language of the Contract documents is English [3]

The law which applies to the Contract is the laws of Union of India and Govt. of
Uttar Pradesh [3.1]

Schedule of other contractors Nil [8.1]

Site investigation reports- As indicated in the drawings [14]

The intended completion date for the whole of the works shall be 270 days from
the date of commencement.

The Site Possession Dates shall be within seven days from the date of issue of
Notice to Proceed with Work: [21]
86 | P a g e
The Employer may require suggesting the contractor to submit revised program
in accordance with an agreeable alternate schedule of handing over of site for
which no compensation events hold good.

The amount to be withheld for late submission of an updated Program shall


be Rs. 5,000.00 per day [24]

The Defects Liability Period is 365 days from the date of certification of
completion of works. (Where sectional completion certificate is issued this will
apply from those dates for those sections). [1.1, 31]

The currency of the Contract is Indian Rupees. [42]


The proportion of payments retained (retention money) shall be 5% from each
bill subject to a maximum of 5 % of final contract price [44]

Amount of the liquidated damages per day for non-completion of the


section/total work as per the completion date specified in 1.1 are as under: [45]

For: Milestone -I: Rs.1000 per day

For: Milestone -II: Rs.5000 per day

For: Milestone -III: Rs.10000 per day

Milestone Schedule is mentioned in Clause No. 38.

The maximum amount of liquidated damages for the whole of the works is
ten percent of final contract price.

The mobilization advance can be maximum of 10% of the contract price,


subject to a Bank Guarantee of 110% of the advance amount claimed. [33]

The Securities shall be for the following minimum amounts:

Performance Security for 10 per cent of contract price plus 20% of the
unbalanced bid amount as additional security for unbalanced bids [in terms of
ITB Clause 32].

87 | P a g e
The standard form of Performance Security acceptable to the Employer shall be
an unconditional Bank Guarantee of the type as presented in Section 7 of the
Bidding Documents or Call Deposit / Term Deposit in favor of the Employer,
payable at Kanpur.

The following events shall also be fundamental breach of contract:

1. The Contractor has contravened Sub-clause 7 of GCC in reference to SCC


and Clause 9.0 of GCC

2. The contractor does not adhere to the agreed construction program and
agreed environmental management plan (Clause 24 of GCC) and also
fails to take satisfactory remedial action as per agreements reached in
the management meetings (Clause 27) for a period of 30 days.

3. The contractor fails to carry out of the instructions of KSCL Engineer within
a reasonable time determined by the KSCL Engineer in accordance with
GCC Clause16.1 and 23.1.

The percentage to apply to the value of the work not completed representing
the Employer’s additional cost for completing the Works shall be 20 percent.

88 | P a g e
SECTION 5: SCOPE OF WORK, TECHNICAL SPECIFICATIONS & BOQ

89 | P a g e
5.1 Scope and objectives of the Project
1 To provide RTU, PLC systems including sensors, flow meters, water level
meters, analysers, actuators etc. at appropriate locations of Water Supply
System including Intake locations, Outlets of the Raw Water Pumping
Stations, Inlets / outlets to the Water Treatment Plants, Inlets / outlets of the
Clear Water Pumping Stations, Inlets / Outlets of the Zonal Pumping Stations
and as also within the WTPs in the Filter Beds, in Coagulant Dosing plants and
Disinfection plants (for Chlorine dosing).

2 Each of the Units mentioned above will be programmed using appropriate


technology like RTU/PLC as mentioned above, monitored and controlled at
an individual & local level within the unit. The Hardware & Software required
for above is to be provided by SCADA system supplier / vendor.

3 Similarly all the individual units should also be connected together and
monitored / controlled at a central location, preferably in the Jal Kal Vibhag,
Nagar Nigam building at Benajhabar, Kanpur. The Hardware & Software
required for above is to be provided by SCADA system supplier / vendor.

4 Finally the SCADA so developed as above will have to be integrated with


the Command & Control Centre being developed under the Kanpur Smart
City Mission.

5.2 Units and Locations taken up for implementation of SCADA system


1 WTP-1 Near Ganga Barrage maintained by M/s Ramky

2 WTP-2 Near Ganga Barrage maintained by M/s Geo Miller

3 WTP-3 (RML-WTP) Near Ganga Barrage maintained by M/s Geo Miller

4 Raw Water Pumping Station at Bhaironghat

5 Raw Water Pumping Station at Panki

6 WTP at Benajhabar Water Works

7 CW-17 Zonal Pumping Station at Mohanlal Park, Bhaironghat

8 CW-28 Zonal Pumping Station at Parmat, Parvati Bangla Road

9 CW-29 Zonal Pumping Station at Kaushik Park, Civil Lines

Even though all the above plants & units except in Serial No.8, 9, 10 are outside
the ABD area we have included them as all the above units contribute to the
water supply of whole of Kanpur City including City Service District of which ABD
area is a part.

90 | P a g e
5.2 Inventory of Components / Instruments Required for SCADA system

Sl. Instruments / Software /


Description of Unit Sub-Unit
No. Hardware required
Raw Water Inlet Level Meter
Raw Water Pumps Actuators (Repair only)
Analyzers for PH and other Water
WTP Inlet
Parametres
Coagulant
Coagulant Dosage Controller
200MLD WTP-1 Near Dosing Unit
Ganga Barrage Level Meter, Flow Meter,
1. WTP Filter Beds
maintained by M/s Analyzer for PH
Ramky Disinfection Unit Chlorine Dosage Controller
Flow Meter, Analyzers for PH and
WTP Outlet other Water Parametres
including residual Chlorine
Software / Hardware for
WTP-1 LCS (Existing) Monitoring / Controlling of the
Plant running
Raw Water Inlet Level Meter
Raw Water Pumps Actuators (Repair only)
Flow Meter, Analyzers for PH and
WTP Inlet
other Water Parametres
Coagulant Dosing Unit Coagulant Dosage Controller
200MLD WTP-2 Near Level Meter, Flow Meter,
Ganga Barrage WTP Filter Beds Analyzer for PH, Actuators for
2.
maintained by M/s Valves
Geo Miller Disinfection Unit Chlorine Dosage Controller
Flow Meter, Analyzers for PH and
WTP Outlet other Water Parametres
including residual Chlorine
Software / Hardware for
WTP-2 LCS (Existing) Monitoring / Controlling of the
Plant running
Raw Water Inlet Level Meter
Raw Water Pumps Actuators (Repair only)
Flow Meter, Analyzers for PH and
WTP Inlet
other Water Parametres
200MLD WTP-3 (RML- Coagulant Dosing Unit Coagulant Dosage Controller
WTP) Near Ganga
3. Level Meter, Flow Meter,
Barrage maintained
WTP Filter Beds Analyzer for PH, Actuators for
by M/s Geo Miller
Valves
Disinfection Unit Chlorine Dosage Controller
Flow Meter, Analyzers for PH and
WTP Outlet other Water Parametres
including residual Chlorine

91 | P a g e
Sl. Instruments / Software /
Description of Unit Sub-Unit
No. Hardware required
Software / Hardware for
WTP-3 LCS (Existing) Monitoring / Controlling of the
Plant running
Level Meter, Flow Meter,
Intake Well Analyzers for PH and other Water
210MLD Raw Water
Parametres
4. Pumping Station
Raw Water Pumps Actuators
at Bhaironghat
Raw Water outlet &
Flow Meter
PLC/EMI panel
Level Meter, Flow Meter,
Intake Channel / Pipe Analyzers for PH and other Water
Parametres
100MLD Raw Water Raw Water Pumps Actuators
5. Pumping Station
at Panki Raw Water outlet Flow Meter
Software / Hardware for
PLC/EMI panel Monitoring / Controlling of the
Plant running
Raw Water Inlet Flow Meter
Raw Water Pumps Actuators
Raw Water outlet Flow Meter
Flow Meter, Analyzers for PH and
WTP Inlet
other Water Parametres
Coagulant Dosing Unit Coagulant Dosage Controller
280MLD WTP @ Level Meter, Flow Meter,
WTP Filter Beds
6. Benajhabar Water Analyzer for PH, Actuators for
(8 Nos.)
Works Valves
Disinfection Unit Chlorine Dosage Controller
Flow Meter, Analyzers for PH and
WTP Outlet other Water Parametres
including residual Chlorine
Software / Hardware for
LCS @ Benajhabar
Monitoring / Controlling of the
Water Works
Plant running
Flow Meter, Analyzers for PH and
Outlet Pipes & Pumps other Water Parametres &
CW-17 Zonal Pumping
actuators for Valves
7. Station at Mohanlal
Software / Hardware for
Park, Bhaironghat
PLC/EMI panel Monitoring / Controlling of the
Plant running
Flow Meter, Analyzers for PH and
Outlet Pipes & Pumps other Water Parametres &
CW-28 Zonal Pumping
actuators for Valves
8. Station at Parmat,
Software / Hardware for
Parvati Bangla Road
PLC/EMI panel Monitoring / Controlling of the
Plant running
CW-29 Zonal Pumping Flow Meter, Analyzers for PH and
9.
Station at Kaushik Outlet Pipes & Pumps other Water Parametres &
Park, Civil Lines actuators for Valves
92 | P a g e
Sl. Instruments / Software /
Description of Unit Sub-Unit
No. Hardware required
Software / Hardware for
PLC/EMI panel Monitoring / Controlling of the
Plant running
Central Monitoring Software / Hardware for
10. and Control Centre @ Monitoring / Controlling of
-
Jal Kal Vibhag Building operations of all the above Units
at Benajhabar from 1-8
Integration with
Command and
Control Centre being Software / Hardware for
11. setup at Nagar Nigam Integration with ICCC &
-
Mukhyalaya Building, Monitoring of the entire SCADA
Moti Jheel, Kanpur system for Water Supply at ICCC
under Kanpur Smart
City Mission

Technical Specifications:

Particular Technical Requirements – Instrumentation, Automation and Control


System Works:
1. General

This section outlines the particular requirements for the instrumentation,


automation and control systems. Unless specified in this section to the contrary
instrumentation Plant provided by the Contractor and workmanship shall comply
with the General Instrumentation, Automation and Control Requirement
Chapters of these Requirements.

2. Scope and Battery Limits

The scope of instrumentation, control and automation (ICA) works shall comprise
the design, manufacture, programming and configuration, off site testing,
delivery to site, installation and erection, testing, commissioning, setting to work
and provision of documentation for a complete supervisory, instrumentation,
control and automation system including the interfaces required to provide
monitoring and control for a safe and efficient operation of plant, equipment
and system.

The Contractor shall submit and obtain approval of the instruments and the
system from the employer before beginning the detailed control system design.
The minimum scope of work shall include but not limited to:

93 | P a g e
At Various Locations as mentioned in the BOQ.

Design, supply, install, test and commission a dual redundant control system. PLC,
RTU & SCADA shall include but not limited to process controller including its
central process units (CPUs), communication modules, input-output (I/O)
modules, control networks, operator workstations with 32” LED display,
engineering workstation with 60” LED display and printers.

This system shall be designed in order to control, operate and monitor the
following:

1. Raw water reservoirs and pumping station

2. Treated Water reservoirs and Pumping stations

3. Field Instrumentation

4. Communication Network

Interface equipment to enable communication between field instruments,


PLC’s, RTU’s, and SCC.

SCADA at WTP’s, raw water Pumping stations and Water distribution pump
stations.

The communication equipment required to achieve this interfacing


complete with all required accessories shall be supplied under this
contract.

5. Data Acquisition and processing

The data acquisition, processing and interfacing with the Master Control Centre
of entire water supply scheme of smart city area is covered under this package.

6. System Console

Control room furniture(system console) include but not limited to control console
for placing dual redundant workstations and two printer compartments, desk for
one engineering workstation, ODMS workstation and printer compartment and
chairs .The system console design shall be submitted to the Employer for prior
approval.

The Contractor shall be responsible for the design of each instrumentation and
plant monitoring system, including the selection and design of appropriate
transducers (on approval by the Employer’s representative), transmitters, signal
conditioning devices, indicators, alarm system programmable devices,
communications, cable system etc. The Contractor shall take account in his
design of all installation and environmental conditions prevailing at the site.
94 | P a g e
1.0 Design Requirements for Instrumentation, Control, Automation and SCADA
Systems

The instrumentation, control, automation SCADA installations shall fully comply


with design standards, regulations and the material and workmanship
requirements of the Specification.

The electrical plant installations associated instrumentation control and


automation systems shall also comply with and be tested in accordance
with the latest edition of BS 7671 or equivalent Indian standards.

All equipment and materials incorporated in the system shall be selected,


designed and rated to operate under the defined performance duties and
specified site conditions and to maintain a high level of operational reliability.

The instrumentation control and monitoring system equipment and materials


shall have an operational life of not less than 15 years, unless otherwise approved
by the Engineer.

Design criteria for Instrumentation, Control, Automation and SCADA Systems

1. Instrumentation System

Electronic instruments shall utilize solid state electronic components, integrated


circuits, microprocessors, etc., and shall be of proven design.

2. All instruments shall be suitable for continuous operation;

3. All digital outputs shall be volt free;

4. All instrumentation systems for use out of doors shall be protected to IP 65 for
sensors and transmitters, while enclosures under submersible conditions shall
be protected to IP68;

5. All analogue displays shall be of the digital type with no moving parts utilizing
back lit liquid crystal diode technology;

6. For transmitting instruments, output signal shall be 4-20 mA DC linear having


two wire system.

7. Unless otherwise stated, overall accuracy of all measurement systems shall be


±0.5% of measured value, and repeatability shall be±0.5%.

8. After a power failure, when power supply resumes, the instruments and
associated equipment shall start working automatically.

95 | P a g e
9. The instruments shall be designed to permit maximum interchangeability of
parts and ease of access during inspection and maintenance.

10. The instruments shall be designed to work at extremes of the ambient


conditions of temperature, humidity, and chlorine contamination that may
prevail. The instruments shall be given enough protection against
corrosion.

11. Lockable enclosure shall be provided for the field mounted instruments
where ever required.

12. All field instruments, and cabinets / panel-mounted instruments shall have
tag plates / name plates permanently attached to them.

13. The performance of all instruments shall be unaffected for the ±10% variation
in power supply voltage and ±5% variation in frequency simultaneously.

14. All wetted parts of sensors shall be made out of non-corrosive material
capable of working with chlorine content of 5ppm.

15. For all instruments (transmitting analogue signals) installed in the field, surge
protection devices (SPDs) shall be provided at both ends of the connecting
cable for the protection against static discharges / lightning and
electromagnetic interference.
16. Pressure transmitters shall be provided with two valve manifold and a test
port, so that in situ calibration can be carried out.
17. Two wire transmitters shall be provided with on-line test terminals.
18. The ranges of all instruments shall be suitable for the application in the
process.
19. Instruments of similar type shall be of same make for appropriate inventory
of spares, ease of maintenance and training.
2. PLC System
PLC shall be provided as a Hot-Standby configuration to perform
combinational and sequential logic functions, status monitoring and reporting
functions with counter and timer facilities.

PLC Panel interrogation power supply should be fully redundant.

PLC shall comprise of necessary processors, input/output (I/O) modules,


communication interface modules and man-machine interface (MMI) required
to perform the desired functions. Each PLC shall have memory protected built
in historical archiving/data logging of system alarms & events and process
variables. Data logger shall be able to log data based on time or an event.

96 | P a g e
PLC shall have enough memory allocated to allow 200,000 time and data
stamped discrete and /or analog values to be archived. The historical archive
shall allow the oldest data to roll off the system as memory is used keeping the
200,000 most current data points available. Process point time stamping
frequency shall be selectable within the configuration software. It shall be
possible for the archived data to be exported in CSV format allowing use with
standard spreadsheet and data software applications

PLC shall have the following attributes as a Hot-Standby configuration.

1. Carry out sequential logic implementation for operations of plant;

2. Carry out computation and interfacing for data acquisition, data storage
and retrieval;

3. It shall accept downloaded program from a programmer;

4. It shall have different functional modules to perform the desired functions;

5. It shall scan the inputs in time cycles and update the status of its outputs.

3. RTU System

RTU shall be designed in accordance with this specification. The RTU shall be of
proven design and suited for water supply and distribution SCADA applications.

RTU design should aim to minimize power consumption and heat generation. It
should be designed to work in remote installation by being of robust physical
construction with immunity to electrical noise.

The RTU shall be assembled from modular units, for example, power supply
module, CPU and communications module, communication interface
modules and modules for input/output purposes. I/O and serial cards shall be
able to be arranged in the RTU rack in any order.

Modules shall be interconnected via a suitably robust plug and socket method.
It shall not be necessary to unscrew individual wires/cables, both internal RTU
wiring and I/O wiring, to replace faulty modules. The failure of one module will
not affect the performance of any other module.

A marshalling terminal area shall be incorporated with each RTU to provide


terminations for field cables. This area can be located in the RTU cubicle
itself for an RTU replacement but for new locations there should be a separate
marshalling cubicle. The RTU and marshalling cubicles shall normally be bolted
together to form a 2-bay cubicle suite. A separation plate may be located
between the cubicles.

97 | P a g e
The RTU and the cubicles shall be designed to accommodate the actual
number of input/outputs, plus spare capacity.

3. SCADA System

The SCADA shall be a fully dual redundant server integrated microprocessor


based control and data acquisition system which will monitor, control, display,
record and trend all assigned plant and water supply network inputs and
outputs. The main process monitoring and control shall be by means of Visual
Display Unit (min. 60 inch. LED monitor) based process operator workstations
that shall be located in the central control room.

SCADA/HMI system shall be designed and implemented such that the


failure of a central processor or HMI console does not inhibit continuous
automatic control of the plant. In the event of such a failure, historical data
shall be recoverable to a condition where a worst-case maximum of 15 minutes
of historical data is lost.

Failure of a single outstation or communications to that outstation shall not


affect control or operation of any other outstation, unless the failed outstation
provides essential data to another outstation, in which case the non-failed
outstations shall revert to a fail-safe mode.

Functional Design Specification (FDS, Sequence of Operation)

The Contractor shall propose the details of the sequence of operation for the
water supply system, and pumping stations through careful study of the water
supply scheme proposed. Further, the contractor shall be solely responsible
to comply with any change/additional processes during the contractors
design stages.

The Contractor shall submit a complete functional design specification (FDS)


for approval by the Employer within 3 months of the award of the contract.

Functional design specification (FDS) for the SCADA system shall be combined
with the FDS for instrumentation, control and automation to form a complete
document and shall comply with the specification of the FDS for
instrumentation, control and automation. This document shall serve as the
primary mechanism by which the Employer may confirm that the
Contractor possesses an accurate understanding of the system and its control
requirements. The Contractor is encouraged to obtain any necessary
clarifications and to suggest refinements to the control descriptions contained
in this Specification.

98 | P a g e
The FDS shall include a detailed block diagram of the PLC, RTU & SCADA
system with a description of the communications scheme to be provided. The
FDS shall include operational details of the SCADA system which have an effect
on plant operations, such as power failure response, communication failure
response, and automatic shut-down and start-up of the system. The FDS shall
include a description of the interface of the SCADA system with any existing or
planned future DAC (Digital Access Carrier) equipment.

The Contractor shall submit a preliminary FDS and obtain approval before the
system architecture design is finalized or detailed design takes place. The
Contractor shall formally notify the Employer for approval of any amendments
or additions to the approved FDS. The final FDS shall be submitted for approval
before submission of the factory acceptance test definition documents.
The Contractor should take note of the importance of this obligation.

The FDS shall comprise an overall description of the system, its functioning and
control, and a detailed description of each section of the control system
covering modes of operation, manual overrides, set-point and parameter
selection and adjustment. The detailed description shall include a step-by-step
control description which defines the function of each piece of equipment and
each control action and interlock, including details of the program in each
programmable item.

The FDS shall describe the ‘fail-safe’ features incorporated into the design for
the event of failure of a plant item or system, or loss of an input signal affecting
a control loop or process sequence. The FDS shall describe control actions
taken and monitoring functions which remain available during a power failure,
and any automatic controls or sequencing which take place during system
start-up and shut- down.

The FDS shall be presented in a clear and precise manner and shall include
figures or drawings where appropriate.
Reference Standards
Unless otherwise approved, instrumentation shall comply with relevant quality
standards test procedures and codes of practice collectively referred to as
Reference Standards including those listed in General Instrumentation,
Automation and Control System in accordance with the requirements detailed
elsewhere in this specification.

4.0 Specifications for online water quality monitoring systems


This section covers the specification required for online water quality sensors to
be provided under the contract. The system should be user friendly that

99 | P a g e
operates & analyze in minimum interval without any need of reagents,
chemicals, consumables with low maintenance and calibration requirement. It
should be capable of integration with the SCADA system.

Online multi-parametric pH, free Chlorine at various points of water distribution


and the reservoirs.

The system proposed should have adequate channels to accommodate


above measurements and should have capacity to display up to total 10
parameters to future-proof the system as it is not envisaged to upgrade the
controller for next few years.

The system should have capability to accommodate any additional sensors viz.
ORP, Dissolved Oxygen, Nitrite as may be required by the project authorities
from time to time. Parameters will be monitored at different location as
mentioned below:

Water quality monitoring station will contain the sensors and equipment to
measure the below mentioned parameters.

1. pH

2. Residual Chlorine

3. Flow

4. Pressure

5. Multi-parameter Controller System Specifications:

It should be equipped with the following minimum features:

1. USB-interface for data transfer, upgrading firm ware etc.

2. Control unit with keys and toggle switch for the quick selection of software
functions

3. With color graphic display with backlight

4. With integrated backup controller function

5. Input voltage 90 - 264 VAC 50/60Hz

6. Line power consumption approx. 25VA

7. Max. Power delivery 18Watt

8. Galvanically separated current outputs (0/4-20 mA) that can be assigned


arbitrarily

100 | P a g e
9. MODBUS communication protocol for the data integration with PLC and
SCADA
10. With Sensor ID recognition
11. High EMC interference immunity
12. Integrated lightning protection
13. Should have the latest features of highly advanced Multi parameter
Controller having capability of handling at least 4 sensors in a single controller
configuration and more as and when required.

14. Display should be with improved reading precision through special backlit
graphic display

15. Easy User Intuitive operating keys: including keys for functions such as:
Measurement, calibration, set/system settings, additional keys for:
confirmation/switching menu O.K. (OK), Escape (ESC) etc.

16. Internal integrated Data logger with minimum data memory for up to
500,000+ data sets

17. The Controller should be able to power all the sensors and terminals or
accessories attached to it without having to need any additional power
sources in the system for increased protection against lightening and possible
electromagnetic interference.

18. The system should start automatically after the power is reset to the system
(in case of power failure).

19. The controller should be low power consuming with consumption of less
than 5W.

20. Sensors connected to the system shall be automatically detected and


initialized.

21. No extra system configuration should be needed for substitute /


replacement sensors.

22. The system should have Service mode for cleaning / calibration /
maintenance activities.

23. It should be possible to download the data via the USB interface an
extremely fast data exchange to USB memory stick.
24. The system should be fully programmable with multiple levels of access
control with help of Electronic-Key for data security and protection
against non-authorized access to avoid any tampering or changes to the
system configuration by unauthorized access.

101 | P a g e
25. The controller should store the sensor configurations and calibrations

26. The controller should have Logbook to record the data

27. The supplier should provide the firmware update free of cost as and when
they are available for the life time of the system.

28. The system should have a status LED that gives reliable and fast information
regarding function and status of system. And the Controller/controller
should show a LED for diagnostic purposes on the front. This LED should
show normal and malfunctions of the system at a glance.

29. Data Output to Control System: The System should have the capability to
transmit the required 4-20 mA Analog Outputs as a minimum.

30. In addition to above, the system should have ability to output Profibus,
Modbus/RS 485, RS 232, LAN, GPRS, GSM compatible signals in future with
addition of respective module as and when required.

31. The system should be able to operate on AC Power (100-240AC)

32. Ambient Conditions Operating temperature: -4 °C … +55°C

33. Storage temperature: -10 °C … +65°C

34. Housing Material – Non corrosive e.g. Acrylonitrile-Styrene-Acrylo ester


polymer or better.

35. Protection Rating IP 66 / equivalent to NEMA 4X for controller

36. Electromagnetic Compatibility: EN 61326, Class B; FCC Class A, EMC for


indispensable operation

37. Integrated Lightning Protection: According to EN 61326 enhanced


overvoltage protection for the entire system, implemented in each component

38. Sensor Specifications:

i) pH Sensor Specifications:

1. Integrated temperature measurement and compensation should be


provided in the pH sensor.

2. Sensor check function to detect broken glass of the pH electrode.

3. The pH sensor should have galvanically separated input.

4. Calibration history should be stored automatically in the sensor.

5. Sensor calibration can be done in the laboratory or field.

102 | P a g e
6. The pH combination electrodes should require very little maintenance and
there should be no electrolyte placement.

Technical Specifications:

1. Measuring Range: pH – 4.00- 12.00 at least considering the wastewater


environment

2. Signal Output–Digital

3. Sensor Check function should be available in the pH sensor.

4. Power Consumption: less than 0.5Watt

5. Temperature Sensor should be integrated in the pH sensor

6. Temp Compensation: -5 to +50 Deg C

7. Transient Voltage Protection should be integrated in the sensor

8. Sensor body: Stainless Steel or better

9. Protection type : IP 68 for both Sensor and Cable

10. Sensor Cable Length: 7meter

ii) Residual Chlorine Analyzer specification:


Module for measuring free chlorine in water at consumer end communicable
with SCADA operation and controlling chlorination accordingly in an automatic
manner as per:

1. Range: 0-10mg/l

2. Resolution: 0.01mg/l

3. pH-Range: pH6-8

4. Electrochemical principle

5. Temperature range: 5 -45°C Material:

6. PVC, Silicone, Polycarbonate

Maximal pressure: Armature with electrode: max. 1 bar overpressure


iii) Level Sensor:
Ultrasonic type level transmitters shall be microprocessor based and shall
use digital signal processing technique for signal conditioning. The transmitter
shall have facilities for storing the echo profile, manipulation of the echo profile
to remove noise, multiple profile-averaging etc.

103 | P a g e
The transmitter shall have the capability to use statistical filtering techniques,
wherever required, to compensate for rotating agitator blades or to suppress
false signal due to heavy dust or fill- stream interference.

In very dusty applications or in silo/ bunker, etc. filling applications, high power
and long range (i.e., low frequency) transducer shall be used to overcome the
detrimental effect of the dust. This type of instrument shall not be used for level
measurement in process medium consisting of particles of sizes (- 6 mm
diameter).

Ultrasonic transmitter shall be have 4-20mA (24V DC loop powered) / Field bus
compatible and possible to calibrate through hand held universal and field bus
configurator also.

The sensor shall have in-built temperature sensor for ambient temperature
compensation. Chemical compatibility of the sensor material with the process
material shall be ensured, to avoid corrosion.

In applications, where material build-up on the sensor is expected, the


transducer shall have suitable build- up compensation (i.e. repetitive, pulsating
displacement at its face shall be used to remove the material build-up).

Ultrasonic transmitters shall be supplied along with necessary calibration


software, noise suppression software, plug connector, cable, Profibus to
RS232C modem etc. for calibration/noise suppression through laptop / desktop
PC.

Adjustable mounting arrangement shall be provided for proper aiming of


ultrasonic sensors. Suitable protection box for ultrasonic level sensor shall be
provided.

Provision for the nitrogen purging facility in the ultrasonic sensor shall be
provided for cleaning the buildup of the material.

Pipe insert of min. dia 200mm shall be available for mounting the level
transmitter on top of the tanks. Necessary mounting brackets for mounting the
level transmitter in the tank shall be provided.

Range: 0 to 15meters

Temperature: -20 to +60° C

Temperature compensation: Built-in -20 to +60°C

Spread: 3°,6°

Enclosure: IP 68 / NEMA 6P (submersible to 10 m / 30 ft. of water)

104 | P a g e
Measuring accuracy: Better than0.2%

Analog output: Active 4-20mA galvanically isolated, max. loop resistance


500 Ohms

Digital output: Two SPDT electromechanical relays. (Max 50V DC / 1A)


Transmitter Enclosure rating: IP 65 / NEMA4X
iv). Electromagnetic flow meter:
Selection of Electromagnetic flow meters shall be decided based on the
following:

All magnetic flow meters shall be SMART type. Magnetic flow meters, which are
to be installed in the control, alarm & interlocking circuits, shall have 4-20mA
DC output (24V DC loop powered) / Profibus compatibility along with Data
loggers and battery back-up.

Liner material shall be selected based on service. Generally, for liner material
PTFE shall be used.

If gases are entrained in the liquid, meter shall be installed in vertical process
line. While installation it shall be ensured that flow tube is always completely
filled with liquid.

Straight length requirement of minimum 5D to 10D in the upstream and


2D to 3D in the downstream shall be provided for water services. However,
for other services it shall be designed as per manufacturer’s recommendation.

The tube material shall be SS 316, with PTFE liner and SS-316 Electrode. The coil
housing should also be of SS-316.

Installation of electromagnetic flow meters shall be avoided near large


conducting surface e.g. metal surfaces. (Large surface may interfere with
magnetic field of instrument thus affecting accuracy).

Pulsed DC excitation shall be provided for field excitation of Electro Magnetic


Flow Meter. Power

& signal circuits of magnetic flow meter shall be completely isolated from each
other.

Minimum one no. of grounding ring for metallic pipelines and minimum two nos.
of grounding rings for non- metallic pipelines shall be used for installing the
magnetic flow meter.

Selection and sizing of electro-magnetic flow meters flow characteristics


published by the manufacturers shall be followed. Allowable flow velocity shall

105 | P a g e
be considered based on the specific merit of the service, allowable pressure
drop, and cost effectiveness and as per manufacturers recommendation,
however the size of flow meter shall not be less than the size of conduit where
it is proposed.

Accuracy of magnetic flow meter shall be ± 0.3% or better. Local display shall
be calibrated in engineering unit.

A bypass line with isolation valves shall be provided for the magnetic
flow meters so that magnetic flow meters can be cleaned on line.

Sensor & transmitter of magnetic flow meters shall be mounted separately.

Magnetic flow meter shall be provided with built-in auto zero facility for ensuring
stable zero point. Separate earth pit shall be provided exclusively for earthing of
magnetic flow meters. Preparation of such earth pits shall be governed by the
general methodology as described in IS 3043, 1991 or relevant international
standards.

Necessary calibration unit for checking the electronic unit of magnetic flow
meter shall be provided. Enclosure class of magnetic flow meters shall be IP 68.

Pulsed DC excitation for better accuracy and measurement signal stability shall
be used. Power & signal circuits of magnetic flow meters shall be completely
isolated from each other.

While installation, it shall be ensured that flow tube is always completely filled
with liquid and at no time the flow meter shall be empty.

Flow meter shall be provided with necessary ground ring, fasteners, gaskets,
reducer / expander, matching flange including straight line pipes (Inlet run: 5D
min & Outlet run: 3D min / as per manufacturer recommendation). Also spool
pieces of length flange to flange for replacing the flow meters during
maintenance shall be provided.
Pressure data logger capable of transferring data via GPRS/SMS
communication. Input pressure range of 0

1. 20 bars, accuracy ± 0.5%, and repeatability ± 0.1%, with re-zero function for
offsetting. Memory must be not less than 50,000 readings, and can be set in
cyclic or start-stop (block). Logging interval can be set 1 second, 1 min, 15mins,
30mins, hourly etc. Capable to export data to comma-separated values (csv)
file format or Excel spreadsheets. Software supports statistical data (average,
maximum, mean and standard deviations). Ingress Protection rating of IP68,
with minimum battery life of 5years.

106 | P a g e
Data loggers must be compatible with the Employer’s telemetry software

Mounting: Flange

Materials Housing: Painted carbon or stainless steel

Liner: Hard rubber, soft rubber or PTFE

Electrode: Stainless steel 1.4571 Built- in grounding electrode: required


Accuracy: Better than ± 0.25%

Temperature: 0 to 50° C

Enclosure: IP 67 (with gel potting IP 68)

Analog output: One active 4 - 20 mA, galvanic isolated (max. 800 K)

Digital output: One voltage-free, electromechanical relay (max. 50 V DC / 1 A)


One optically isolated (max. 50 V AC / V DC / 120 mA) Transmitter Enclosure
rating: IP 67

Power supply: 24 V AC
Data logger: Display 160,000 logs with date, time, value and daily totals
Communication and Data Presentation/Display
The controller should be interfaced with a GSM/GPRS communication modem
to seamlessly transmit the data from remote plants to a central location over a
pre-defined interval.

The communication to the system should be two way for ability to view settings
and make changes to the configuration over the air, as and when required.

The data should be received at a central location and should be displayed


there in real-time in graphical and tabular format. The software as a minimum
should have ability to print reports, archive data and make it available for
export as a CSV file. The system should also have facility to generate alarm
when set points are exceeded.

Electric Actuator
The actuators shall be suitable for use on a nominal volt phase Hz power supply
and are to incorporate motor, integral reversing starter, local control facilities
and terminals for remote control and indication connections housed within
a self-contained, sealed enclosure.
In order to maintain the integrity of the enclosure, setting of the torque
levels, position limits and configuration of the indication contacts etc. shall
be carried out without the removal of any actuator covers over an Infrared
interface. Sufficient commissioning tools shall be provided with the

107 | P a g e
actuators and must meet the enclosure protection and certification levels
of the actuators. Commissioning tools shall not form an integral part of the
actuator and must be removable for secure storage/authorized release. In
addition, provision shall be made for the protection of configured actuator
settings by a means independent of access to the commissioning tool.
The actuator shall include a device to ensure that the motor runs with the
correct rotation for the required direction of valve travel irrespective of the
connection sequence of the power supply.
Actuators shall be suitable for indoor and outdoor use. The actuator shall
be capable of functioning in an ambient temperature ranging from 15
to 45 degree C, up to 100% relative humidity.
Actuators for hazardous area applications shall meet the area
classification, gas group and surface temperature requirements specified in
data sheet.
Actuator sizing
The actuator shall be sized to guarantee valve closure at the specified
differential pressure and temperature. The safety margin of motor power
available for seating and unseating the valve shall be sufficient to ensure
torque switch trip at maximum valve torque with the supply voltage 10%
below nominal. For linear operating valves, the operating speed shall be
such as to give valve closing and opening at approximately 10-12 inches
per minute unless otherwise stated. For 90 type valves the operating time
should be specified.
Enclosure
Actuators shall be 0-ring sealed, watertight to /IP68 7m for 72hrs, NEMA 4,6.
The motor and all other internal electrical elements of the actuator shall be
protected from ingress of moisture and dust when the terminal cover is
removed for site for cabling, the terminal compartment having the same
ingress protection rating as the actuator with the terminal cover removed.
Enclosure must allow for temporary site storage without the need for
electrical supply connection.
All external fasteners shall be zinc plated stainless steel. The use of un-plated
stainless steel or steel fasteners is not permitted.
Motor
The motor shall an integral part of the actuator, designed specifically for
valve actuator applications. It shall be a low inertia high torque design, class
F insulated with a class B temperature rise giving a time rating of 15 minutes
at 40°C(104°F) at an average load of at least 33% of maximum valve torque.
Temperature shall be limited by thermostats embedded in the motor end
windings and integrated into its control. Electrical and mechanical

108 | P a g e
disconnection of the motor should be possible without draining the lubricant
from the actuator gear-case.
Motor protection
Protection shall be provided for the motor as follows:
1. Stall - the motor shall be de-energized within 8 seconds in the event of a stall
when attempting to unseat a jammed valve.
2. Over temperature - thermostat will cause tripping of the motor.
Auto-reset on cooling
3. Single phasing - lost phase protection.
4. Direction – phase rotation correction.
Gearing
The actuator gearing shall be totally enclosed in an oil-filled gear-case
suitable for operation at any angle. Grease lubrication is not permissible. All
drive gearing and components must be of metal construction and
incorporate a lost-motion hammer blow feature. For rising spindle valves the
output shaft shall be hollow to accept a rising stem, and incorporate thrust
bearings of the ball or roller type at the base of the actuator. The design
should be such as to permit the opening of the gear-case for inspection or
disassembled without releasing the stem thrust or taking the valve out of
service. For 90 deg valves drive gearing shall be self-locking to prevent the
valve back driving the actuator.
Hand operation
A hand-wheel shall be provided for emergency operation, engaged when
the motor is De-clutched by a lever or similar means, the drive being restored
to power automatically by starting the motor. The hand-wheel or selection
lever shall not move on restoration of motor drive. Provision shall be made for
the hand/auto selection lever to be locked in both hand and auto positions.
It should be possible to select hand operation while the actuator is running
or start the actuator motor while the hand/auto selection lever is locked in
hand without damage to the drive train.
Clockwise operation of the hand-wheel shall give closing movement of the
valve unless otherwise stated in the data sheet. For linear valve types the
actuator hand-wheel drive must be mechanically independent of the motor
drive and should be such as to permit valve operation in a reasonable time
with a manual force not exceeding 400N through stroke and 800N for
seating/unseating of the valve.

109 | P a g e
Drive bushing
The actuator shall be furnished with a drive bushing easily detachable for
machining to suit the valve stem or gearbox. input shaft. Normally the drive
bush shall be positioned in a detach
able base of the actuator. Thrust bearings, when housed in a separate thrust
base should be of the sealed for life type.
Torque and turns limitation
Torque and turns limitation to be adjustable as follows:
1. Position setting range – multi-turn: 2.5 to 100,000 turns, with resolution to 15
deg. of actuator output.
2 Position setting range – direct drive part turn actuator 90deg+10deg -

. with resolution to 0.1deg Actuator output.


3 Torque setting: 40% to 100% rated torque.
Measurement of torque shall be from direct measurement of force at the
output of the actuator. Methods of determining torque-using data derived
from the motor such as motor speed, current, flux etc. are not acceptable
A means for automatic “torque switch bypass” to inhibit torque off during
valve unseating and “latching” to prevent torque
Switch hammer under maintained or repeated control signals shall
be provided.
The electrical circuit diagram of the actuator should not vary with valve type
remaining identical regardless of whether the valve is to open or close on
torque or position limit.
Remote valve position/actuator status indication.
Four contacts shall be provided which can be selected to indicate any
position of the valve, Provision shall be made for the selection of a normally
closed or open contact form. Contacts shall maintain and update position
indication during hand wheel operation when all external power to the
actuator is isolated.
The contacts shall be rated at 5A, 250V AC,
30V DC.
As an alternative to providing valve position any of the four above
contacts shall be selectable to signal one of the following:
Valve opening, closing or moving
1. Thermostat tripped, lost phase
2. Motor tripped on torque in mid travel, motor stalled
3. Remote selected Actuator being operated by hand wheel
Provision shall be made in the design for an additional 4 contacts having the
same functionality. Provision shall be made in the design for the addition of a

110 | P a g e
contactless transmitter to give a 4-20mA analogue signal corresponding to
valve travel for remote indication when required. The transmitter will auto
range to the set limits
Local position indication
The actuator display shall include a dedicated numeric/symbol digital
position indicator displaying valve position from fully open to fully closed in
1% increments. Valve closed and open positions shall be indicated by symbols
showing valve position in relation to the pipework to ensure that valve status
is clearly interpreted. With main power on the display shall be backlit to
enhance contrast at low light levels and shall be legible from a distance of
at least 6 feet (2m).
Red, green, and yellow lights corresponding to open, closed, and
intermediate valve positions shall be included on the actuator display when
power is switched on. The digital display shall be maintained and updated
during hand wheel operation when all power to the actuator is isolated.
In addition, the actuator display shall include a separate text display
element with a minimum of 32 characters to display operational, alarm and
configuration status.. The text display shall be selectable between English
and Hindi. Provision shall be made to upload a different language without
removal of any covers or using specialized tools not provided as standard
with the actuator. Provision shall be made to orientate the actuator display
through increments of90degres.
Local torque Indication:
The digital display shall be capable of indicating real time torque and
valve position simultaneously, both being displayed in 1% increments of
valve position and actuator rated torque. In addition torque shall also be
displayed in horizontal bar graph form.
Integral starter and transformer
The reversing starter, control transformer and local controls shall be integral
with the valve actuator suitably housed to prevent breathing and
condensation. The starter shall besuitable for 60 starts per hour and of rating
appropriate to motor size. The controls supply transformer shall be fed from
two of the incoming three phases and incorporate overload protection. It
shall have the necessary tappings and be adequately rated to provide
power for the following functions:
1. Energization of the contactor coils.
2. 24V DC output for remote controls.
3. Supply for all the internal electrical circuits.

111 | P a g e
Local controls
The actuator shall incorporate local controls for Open, Close and Stop and
a Local/Stop/Remote mode selector switch lockable in any one of the
following three positions: local control only, stop (no electrical operation),
remote control plus local stop only. It shall be possible to select maintained
or non-maintained local control.
The local controls shall be arranged so that the direction of valve travel can
be reversed without the necessity of stopping the actuator.
Provision shall be made to orientate the local controls through increments
of 90 degree.
Control facilities
The necessary control, wiring and terminals shall be provided in the
actuator for the following functions:
Open and close external interlocks to inhibit local and remote valve
opening and/or closing control. It shall be possible to configure the
interlocks to be active in remote control only. Remote controls fed from an
internal 24V DC supply and/or from an external supply between 20V
and 120V AC or 20V and 60 V DC, to be suitable for any one or more of
the following methods of control:
1. Open, Close and Stop control.
2. Open and Close maintained or “push to run” (inching) control.
3. Overriding Emergency Shut-down to close (or open) valve from a normally
closed or open contact.
4. Two-wire control, energize to close (or open), de-energize to open (or
close).
It shall be possible to reverse valve travel without the necessity of stopping
the actuator. The motor starter shall be protected from excessive current
surges during rapid travel reversal.
The internal circuits associated with the remote control and monitoring
functions are to be designed to withstand simulated lightning impulses of
up to 2kV.
Provision shall be made for operation by distributed control system utilizing
the following network systems.
1. Modbus
2. Profibus
3. Foundation Field bus
4. Device Net
5. Pakscan

112 | P a g e
Monitoring facilities
Facilities shall be provided for monitoring actuator operation and availability
as follows: Monitor (availability) relay, having one change-over contact, the
relay being energized from the control transformer will de-energize under
any one or more the following conditions:
1. Loss of main or customer 24V DC power supply
2. Actuator control selected to local or stop
3. Motor thermostat tripped
4. Actuator internal fault
Where specified, provision shall be made for contacts to provide discreet
indication of one or more of the following:
1. Remote selected
2. Thermostat-rip
3. Actuator fault
Actuator text display indication of the following status/alarms:
1. Closed Limit, open limit, moving open, moving closed, stopped
2. Torque trip closing, torque trip opening, stalled
3. ESD active, interlock active
4. Thermostat trip, phase lost, 24V supply lost, Local control failure
5. Configuration error, Position sensor failure, Torque sensor failure
6. Battery low, power loss inhibit Integral data logger to record and store the
following operational data:
7. Opening last /average torque against position
8. Closing last /average torque against position
9. Opening motor starts against position
10. Closing motor starts against position
11. Total open/closed operations
12. Maximum recorded opening and closing torque values
13. Event recorder logging operational conditions (valve, control and actuator).
The data logger shall record relevant time and date information for stored
data.
Data logger data is to be accessed via non-intrusive IRDA communication.
Sufficient standard intrinsically safe tools shall be provided for downloading
data logger and actuator configuration files from the actuators and
subsequent uploading to a PC. The actuator manufacturer shall supply
PC software to enable data logger files to be viewed and analyzed.
Wiring and terminals
Internal wiring shall be tropical grade PVC insulated stranded cable of
appropriate size for the control and 3- phase power. Each wire shall be clearly
identified at each end.

113 | P a g e
The terminals shall be embedded in a terminal block of high tracking
resistance compound. The terminal compartment shall be separated from
the inner electrical components of the actuator by means of a watertight seal
and shall be provided with a minimum of 2 threaded cable entries with
provision for a maximum of 4.
All wiring supplied as part of the actuator to be contained within the main
enclosure for physical and environmental protection. External conduit
connections between components are not acceptable.
A durable terminal identification card showing plan of terminals shall be
provided attached to the inside of the terminal box cover indicating:
1. Serial number
2. External voltage values
3. Wiring diagram number
4. Terminal layout
The code card shall be suitable for the contractor to inscribe cable core
identification alongside terminal numbers.
Specification for erection, testing and commissioning of electrical
equipment and accessories
This specification is intended to cover complete installed testing and
commissioning of electrical equipment i.e. motor control centers, power
control center, control panel, switch-gears, motor starters, actuators and
pushbutton starter etc.
Codes & Standards
1) The installation, testing and commissioning of all electrical equipment shall
comply with all currently applicable statues, regulation, fire insurance and
safety codes in the locality where the works will be carried out. Nothing in this
specification shall be construed to relieve vendor of his responsibility.
2) Unless otherwise specified, the work, materials and accessories shall conform
to the latest applicable Indian, British or IEC standards, some of which are
listed below:

IS 3072: installation and maintenance of switch gear.

. IS 990: installation and maintenance of induction motors.

. IS 3106: selection, installation and maintenance of fuses.

IS 4029: guide for testing three phase inducting motors

114 | P a g e
Civil Engineering Specifications
The following Specifications, codes and standards, as well as their addenda,
updating and reference standards shall be followed.

1. Relevant IRC & BIS Codes and Standard Practices


2. UP-PWD Specifications.
3. CPWD Specifications.
4. Technical Specifications mentioned in any part of
this document.
The provisions of general / special conditions of contract, those specified in
any portion of this bid document, as well as execution drawings and notes, or
other specifications issued in writing by the Employer shall form part of the
technical specifications of this work.

115 | P a g e
BILL OF QUANTITIES

116 | P a g e
1 - Raw Water Sump near WTPs at Ganga Barrage (Instrument works)
Sl. Qty.
Description
No. (Nos.)
Open Channel Level Transmitter - CE/UL Non-Contact RADAR (30
1 1
Meter), at Raw Water Inlet Channel
pH Analyzer
0-14 pH Single Channel
2 Trans: 24 VDC, 2 wire, loop powered type 1
Trans: 2”pipe/ wall mount type with 5mtr cable
PP FTC with ½” sample inlet & drain connection
Turbidity Analyzer, NTU
In Built Cleaning wiper for sensor
3 Range : 0-500 NTU ; 100 to 230 VAC 1
Trans: 2 “pipe / wall mount type
PP FTC with ½” NPTF sample inlet & drain connection
Free Residual Chlorine, mg/l
Range: 0-5 ppm; 100 to 240 VAC
Membrane-free sensor / No electrolyte required.
4 With manual pH compensation. 1
No reagents or chemicals for measurement.
Complete integrated system mounted on single metal plate with necessary
flow thru chambers.
Upgradation of existing PLC panels to Collect the data of all existing
5 instruments ( and 4 New analyzers) to Control the process & and send to / 3
integrate with LCSs at respective WTP-1, WTP-2, WTP-3

6 Online UPS with battery bank ( 2kva, 1 hour backup) 3

GPRS Modem based wireless communication modem for RTU/PLC


7 3
capable to gather and transmit data from remote site to control stations
8 Control Cabling for 4 New analyzers 3

2 - Raw Water Sump near WTPs at Ganga Barrage (E/M works)


Sl. Qty.
Description
No. (Nos.)

1 Repairing & Overhauling of existing PLC panels. 3

Panel for 6.6KV HT Motors along with RS – 485 port for SCADA
2 2
communication. For WTP-1 & WTP-2 only

Auto-phase Reversal unit with in-built time delay & Enclosure conforming
3 3
to IEC 60947-1 & IEC 60947-6(1) of rating 500 amp.

117 | P a g e
3 – 200MLD WTP-1 (Filter Beds) maintained by M/s Ramky (Instrument Works)
Sl.
Qty.
No Description
(Nos.)
.
1 Automization of existing Coagulant Dosing System + 1 Turbidity Analyzer 1
Automization of existing Chlorine Dosing System + 1 Free-Residual Chlorine
2 1
Analyzer
Upgradation of existing PLC panels to Collect the data of all existing
instruments (and new pumps for Alum Dosing and Chlorine Dosing Pumps
3 1
and 2 analyzers) to Control the process & and send to / integrate with LCS at
WTP-1.
4 Online UPS with battery bank ( 2kva, 1 hour backup) 1
GPRS Modem based wireless communication modem for RTU/PLC capable to
5 1
gather and transmit data from remote site to control stations
Control Cabling for (for Alum Dosing and Chlorine Dosing Pumps and 2
6 1
analyzers)

4 – 200MLD WTP-1 (Filter Beds) maintained by M/s Ramky (E/M & Civil Works)
Sl. Qty.
Description
No. (Nos.)
1 Repairing & Overhauling of existing PLC panels. 1
Auto-phase Reversal unit with in-built time delay & Enclosure conforming
2 1
to IEC 60947-1 & IEC 60947-6(1) of rating 250 amp.
Repair of Existing Coagulant Dosing System including E/M & Civil Works
3 1
as required
Repair of Existing Chlorine Dosing System including E/M & Civil Works as
4 1
required

5 – 200MLD WTP-2 (Filter Beds) maintained by M/s Geo Miller (Instrument Works)
Sl.
Qty.
No Description
(Nos.)
.
1 Automization of existing Coagulant Dosing System + 1 Turbidity Analyzer 1
Automization of existing Chlorine Dosing System + 1 Free-Residual Chlorine
2 1
Analyzer
Upgradation of existing PLC panels to Collect the data of all existing
instruments (and new pumps for Alum Dosing and Chlorine Dosing Pumps
3 1
and 2 analyzers) to Control the process & and send to / integrate with LCS at
WTP-1.
4 Online UPS with battery bank ( 2kva, 1 hour backup) 1
GPRS Modem based wireless communication modem for RTU/PLC capable to
5 1
gather and transmit data from remote site to control stations
Control Cabling for (for Alum Dosing and Chlorine Dosing Pumps and 2
6 1
analyzers)

118 | P a g e
5 – 200MLD WTP-2 (Filter Beds) maintained by M/s Geo Miller (E/M & Civil Works)
Sl. Qty.
Description
No. (Nos.)
1 Repairing & Overhauling of existing PLC panels. 1
Auto-phase Reversal unit with in-built time delay & Enclosure conforming to IEC
2 1
60947-1 & IEC 60947-6(1) of rating 250 amp.
Repair of Existing Coagulant Dosing System including E/M & Civil Works as
3 1
required
Repair of Existing Chlorine Dosing System including E/M & Civil Works as
4 1
required

6 – 200MLD WTP-3 (Filter Beds) RM Lohia maintained by M/s Geo-Miller (Instrument Works)
Sl.
Qty.
No Description
(Nos.)
.
1 Automization of existing Coagulant Dosing System + 1 Turbidity Analyzer 1
Automization of existing Chlorine Dosing System + 1 Free-Residual Chlorine
2 1
Analyzer
Upgradation of existing PLC panels to Collect the data of all existing
instruments (and new pumps for Alum Dosing and Chlorine Dosing Pumps
3 1
and 2 analyzers and 12 Outlet Valves of Settling tank) to Control the process &
and send to / integrate with LCS at WTP-3
4 Online UPS with battery bank ( 2kva, 1 hour backup) 1
GPRS Modem based wireless communication modem for RTU/PLC capable to
5 1
gather and transmit data from remote site to control stations
Control Cabling for (for Alum Dosing and Chlorine Dosing Pumps and 2
6 1
analyzers and 12 outlet valves of Settling Tank)

7–200MLD WTP-3 (Filter Beds) RM Lohia maintained by M/s Geo-Miller (E/M & Civil Works)
Sl. Qty.
Description
No. (Nos.)
1 Repairing & Overhauling of existing PLC panels. 1
Auto-phase Reversal unit with in-built time delay & Enclosure conforming to IEC
2 1
60947-1 & IEC 60947-6(1) of rating 250 amp.
Repair of Existing Coagulant Dosing System including E/M & Civil Works as
3 1
required
Repair of Existing Chlorine Dosing System including E/M & Civil Works as
4 1
required
5 Electrical Actuators including Valves DN 600 at outlet of Settling Tank 12

119 | P a g e
8 – Clear Water Sump at 3-Nos. WTPs near Ganga Barrage (Instrument Works)
Sl. Qty.
Description
No. (Nos.)
Open Channel Level Transmitter - CE/UL Non-Contact RADAR (10 Meter), at
1 3
CWR
pH Analyzer
0-14 pH Single Channel
2 Trans: 24 VDC, 2 wire, loop powered type 3
Trans: 2”pipe/ wall mount type with 5 Mtr cable
PP FTC with ½” sample inlet & drain connection
Turbidity Analyzer, NTU
In Built Cleaning wiper for sensor
3 Range : 0-500 NTU ; 100 to 230 VAC 3
Trans: 2 “pipe / wall mount type
PP FTC with ½” NPTF sample inlet & drain connection
Free Residual Chlorine, mg/l
Range: 0-5 ppm; 100 to 240 VAC
Membrane-free sensor / No electrolyte required.
4 With manual pH compensation. 3
No reagents or chemicals for measurement.
Complete integrated system mounted on single metal plate with necessary
flow thru chambers.
ORP analyzer (with Complete Specification)
Single Channel
5 Trans: 24 VDC, 2 wire, loop powered type 3
Trans: 2”pipe/ wall mount type with 5 Mtr cable
PP FTC with ½” sample inlet & drain connection
Upgradation of existing PLC panels to Collect the data of all existing
6 instruments ( and 5 New analyzers) to Control the process & and send to / 3
integrate with LCSs at respective WTP-1, WTP-2, WTP-3
7 Online UPS with battery bank ( 2kva, 1 hour backup) 3
GPRS Modem based wireless communication modem for RTU/PLC capable to
8 3
gather and transmit data from remote site to control stations
9 Control Cabling for (for 5 analyzers) 6

9 – Clear Water Sump at 3-Nos. WTPs near Ganga Barrage (E/M Works)
Sl. Qty.
Description
No. (Nos.)
1 Repairing & Overhauling of existing PLC panels including actuators 3
Auto-phase Reversal unit with in-built time delay & Enclosure conforming to
2 3
IEC 60947-1 & IEC 60947-6(1) of rating 250 amp.

120 | P a g e
10 – Raw Water Sump at 280 MLD WTP near Benajhabar Water Works (Instrument Works)
Sl. Qty.
Description
No. (Nos.)
1 Open Channel Flow Meter - CE/UL Non-Contact ultrasonic (10 Meter), at CWR 1

pH Analyzer
0-14 pH Single Channel
2 Trans: 24 VDC, 2 wire, loop powered type 1
Trans: 2”pipe/ wall mount type with 5 Mtr cable
PP FTC with ½” sample inlet & drain connection
Turbidity Analyzer, NTU
In Built Cleaning wiper for sensor
3 Range : 0-500 NTU ; 100 to 230 VAC 1
Trans: 2 “pipe / wall mount type
PP FTC with ½” NPTF sample inlet & drain connection
Free Residual Chlorine, mg/l
Range: 0-5 ppm; 100 to 240 VAC
Membrane-free sensor / No electrolyte required.
4 With manual pH compensation. 1
No reagents or chemicals for measurement.
Complete integrated system mounted on single metal plate with necessary flow
thru chambers.
PLC+HMI Panel including Software and Hardware to Control the process &
5 collect the data of all instrument (4 analyzers) and send to / integrate with new 1
LCS at Laboratory Building.
6 Online UPS with battery bank ( 2kva, 1 hour backup) 1
GPRS Modem based wireless communication modem for RTU/PLC capable to
7 1
gather and transmit data from remote site to control stations
8 Control Cabling for 4 analyzers 2

11 – Raw Water Sump at 280 MLD WTP near Benajhabar Water Works (E/M Works)
Sl. Qty.
Description
No. (Nos.)
1 Repairing & Overhauling of existing Electrical Wiring and Electricals panels. 1
Auto-phase Reversal unit with in-built time delay & Enclosure conforming to
2 1
IEC 60947-1 & IEC 60947-6(1) of rating 250 amp.

12 – 200 MLD WTP (Filter Beds) at Benajhabar Water Works (Instrument works)
Sl. Qty.
Description
No. (Nos.)
1. Automatic Coagulant Dosing System (New) + 1 Turbidity Analyzer 1
2. Automatic Chlorine Dosing System (New) + 1 Free-Residual Chlorine Analyzer 1
3. 40 nos. NON Contact (0-10 Meter) Level Transmitters. 40
4. Outlet Flow Meters 700 mm Dia Pipes 4

121 | P a g e
Sl. Qty.
Description
No. (Nos.)
PLC+HMI Panels including Software and Hardware to Control the process &
collect the data of all instrument (2 New Pumps and 2 New Dosing Automatons,
5. and flow meters, all other Instruments, analyzers, Filter Bed Pumps / Valves, 13
Back Wash Pumps, Blowers) and send to / integrate with new LCS at Laboratory
Building.
6. Online UPS with battery bank ( 2kva, 1 hour backup) 2
7. Online UPS with battery bank ( 5kva, 1 hour backup) 1
GPRS Modem based wireless communication modem for RTU/PLC capable to
8. 1
gather and transmit data from remote site to control stations
Control Cabling for (2 New Pumps and 2 New Dosing Automatons, and flow
9. meters, all other Instruments, analyzers, Filter Bed Pumps / Valves, Back Wash 1
Pumps, Blowers)

13 – 200 MLD WTP (Filter Beds) at Benajhabar Water Works (E/M, Civil works)
Sl. Qty.
Description
No. (Nos.)
1. Repairing & Overhauling of existing Electrical Wiring and Electrical panels. 1
Auto-phase Reversal unit with in-built time delay & Enclosure conforming to
2. 1
IEC 60947-1 & IEC 60947-6(1) of rating 500 amp.
Complete Revamping of 7-Nos. / 20-Nos. Filter Beds in respect of Civil, E/M
3. 7
and other Misc. Works.
4. Electrical Actuators including Valves DN 500 20
5. Electrical Actuators including Valves DN 350 20
6. Electrical Actuators including Air Valves DN 150 20
7. Electrical Actuator including Valves DN 600 at Inlet 20
8. Electrical Actuator Including Valves DN 600 at Outlet 20
Automatic Coagulant Dosing System (New) including E/M & Civil Works as
9. 1
reqd.
Automatic Chlorine Dosing System (New) including E/M & Civil Works as
10. 1
reqd.

14 – 80 MLD WTP (Filter Beds) at Benajhabar Water Works (Instrument Works)


Sl. Qty.
Description
No. (Nos.)
1 20 nos. NON Contact (0-10 Meter) Level Transmitters 20
PLC+HMI Software and Hardware to Control the process & collect the data of all
instrument (2 New Pumps and 2 New Dosing Automatons, and flow meters, all
2 7
other Instruments, analyzers, Filter Bed Pumps / Valves, Back Wash Pumps,
Blowers) and send to / integrate with new LCS at Laboratory Building.
3 Online UPS with battery bank ( 3kva, 1 hour backup) 2
GPRS Modem based wireless communication modem for RTU/PLC capable to
4 1
gather and transmit data from remote site to control stations
Control Cabling for (2 New Pumps and 2 New Dosing Automatons, and flow
5 meters, all other Instruments, analyzers, Filter Bed Pumps / Valves, Back Wash 1
Pumps, Blowers)

122 | P a g e
14 – 80 MLD WTP (Filter Beds) at Benajhabar Water Works (E/M, Civil Works)
Sl. Qty.
Description
No. (Nos.)
1 Repairing & Overhauling of existing Electrical Wiring and Electrical panels. 1
Auto-phase Reversal unit with in-built time delay & Enclosure conforming to
2 1
IEC 60947-1 & IEC 60947-6(1) of rating 500 amp.
Complete Revamping of 8-Nos. / 10-Nos. Filter Beds in respect of Civil, E/M
3 8
and other Misc. Works.
4 Electrical Actuators including Wash Valves DN 300 10
5 Electrical Actuators including Outlet Valves DN 300 10
6 Electrical Actuators including Air Valves DN 150 10
7 Electrical Actuators including Gate Valves DN 450 at inlet 10
8 Electrical Actuators including Gate Valves DN 450 at outlet 10
Automatic Coagulant Dosing System (New) including E/M & Civil Works as
9 1
reqd.
Automatic Chlorine Dosing System (New) including E/M & Civil Works as
10 1
reqd.

15–280 MLD Clear Water Sump at Benajhabar Water Works (Instrument Works)
Sl. Qty.
Description
No. (Nos.)
1 Open Channel Level Transmitter - CE/UL Non-Contact (10 Meter), at CWR 1
pH Analyzer
0-14 pH Single Channel
2 Trans: 24 VDC, 2 wire, loop powered type 1
Trans: 2”pipe/ wall mount type with 5 mtr cable
PP FTC with ½” sample inlet & drain connection
Turbidity Analyzer, NTU
In Built Cleaning wiper for sensor
3 Range : 0-500 NTU ; 100 to 230 VAC 1
Trans: 2 “pipe / wall mount type
PP FTC with ½” NPTF sample inlet & drain connection
Free Residual Chlorine, mg/l
Range: 0-5ppm; 100 to 240 VAC
Membrane-free sensor / No electrolyte required.
4 With manual pH compensation. 1
No reagents or chemicals for measurement.
Complete integrated system mounted on single metal plate with necessary flow
thru chambers.
ORP analyzer
Single Channel
5 Trans: 24 VDC, 2 wire, loop powered type 1
Trans: 2”pipe/ wall mount type with 5 Mtr cable
PP FTC with ½” sample inlet & drain connection
6 Outlet Flow Meter 1200 mm Dia Pipe (Revamping of Existing) 1

123 | P a g e
Sl. Qty.
Description
No. (Nos.)
PLC/EMI Panel including Software and Hardware to Control the process &
7 collect the data of all instrument (9 Existing Pumps, outlet flow meter, 7 2
analyzers) and send to new LCS at Lab Building
8 Online UPS with battery bank ( 3kva, 1 hour backup) 1

9 GPRS Modem based wireless communication modem for RTU/PLC capable to


1
gather and transmit data from remote site to control stations
10 Control Cabling for (9 Existing Pumps, outlet flow meter, 5 analyzers) 4

16–280 MLD Clear Water Sump at Benajhabar Water Works & Other Works (E/M Works &
Civil Works)
Sl. Qty.
Description
No. (Nos.)
1 Repairing & Overhauling of existing Electrical Wiring and Electrical panels. 1
Auto-phase Reversal unit with in-built time delay & Enclosure conforming to
2 1
IEC 60947-1 & IEC 60947-6(1) of rating 500 amp.
Laying of Interconnecting Delivery Main 1000mm Dia and misc. Civil works
3 1
within the Benajhabar Water Works in the Campus

17-SCADA System – New LCS Works at Benajhabar Water Works

Sl. Qty.
Description
No. (Nos.)
Set up new Local Control Station at Lab Building. SCADA/ Automation Software
and /or Hardware to Control the process & collect the data of all instruments,
1 1
analyzers, Filter Bed Valves, Back Wash Pumps, Blowers) and send to new MCS
at Jal Kal Vibhag Building including SCADA Client Server
2 RS Linx OEM (PLC SOFTWARE) 1 5
3 Database 1 4
4 Stratix5700, 8Cu, 2OFC --- ETHERNET SWITCH 1
5 Wireless Modem 1
6 Local Server with min core I3 4 GB RAM 1 1
7 Video Wall 1 1
8 A3 size Laser jet Color Printer 1
9 Online UPS with battery bank ( 5kva, 1 hour backup) 1
10 Ethernet Switch 24 Port 1
11 Engineering WS (Laptop) 1
12 Electrical & Civil Works as required for the above 1

124 | P a g e
18 – 210 MLD Raw Water Pumping Station at Bhaironghat (Instrument Works)
Sl. Qty.
Description
No. (Nos.)
Open Channel Level Transmitter-NON Contact (30 Meter), at Ganga Water Inlet
1 1
Well
2 Outlet Flow Meters 750 mm Dia Pipes 3
PLC/EMI Panel including Software and Hardware to Control the process &
3 collect the data of all instrument (6 Pumps / 11 Valves, 3 outlet flow meters, 1- 1
analyser) and send to new LCS at Benajhabar Water Works
4 Online UPS with battery bank ( 5kva, 1 hour backup) 1
GPRS Modem based wireless communication modem for RTU/PLC capable to
5 1
gather and transmit data from remote site to control stations
6 Control Cabling for (6 Pumps / 11 Valves, 3 outlet flow meters, 1-analyser,) 4

19 – 210 MLD Raw Water Pumping Station at Bhaironghat (E/M Works)


Sl. Qty.
Description
No. (Nos.)
1 Repairing & Overhauling of existing Electrical Wiring and Electrical panels. 1
Auto-phase Reversal unit with in-built time delay & Enclosure conforming to
2 1
IEC 60947-1 & IEC 60947-6(1) of rating 500 amp.
3 Electrical Actuators with Valves DN 750 11

20 – 100 MLD Raw Water Pumping Station at Panki near Armapur Estate (Instrument Works)
Sl. Qty.
Description
No. (Nos.)
1 Open Channel -NON Contact Level Transmitter (10 Meter), at Raw Water Sump 1
2 Outlet Flow Meter for 1100 mm Dia Pipe 1
PLC/EMI Panel including Software and Hardware to Control the process &
3 collect the data of all instrument (3 Pumps, 1 outlet flow meters, 1-analyser) and 1
send to new LCS at Benajhabar Water Works
4 Online UPS with battery bank ( 2kva, 1 hour backup) 1
GPRS Modem based wireless communication modem for RTU/PLC capable to
5 1
gather and transmit data from remote site to control stations
6 Control Cabling for (3 Pumps / Valves, 1 outlet flow meters, 1-analyser) 2
7 Pressure Transmitters for 3-Pumps 3

20 – 100 MLD Raw Water Pumping Station at Panki near Armapur Estate (E/M, Civil Works)
Sl. Qty.
Description
No. (Nos.)
Repairing & Overhauling of existing Electrical Wiring, Electrical panels,
1 1
Substations, Starters
Auto-phase Reversal unit with in-built time delay & Enclosure conforming to
2 1
IEC 60947-1 & IEC 60947-6(1) of rating 500 amp.
Associated civil works for erection of the Outlet Flow meter (dismantling of pipe
3 and Thrust Block and providing additional length of pipe as required and 1
reinstatement of the pipe)
Civil Works for Desilting including Diversion Works at Intake, Channels,
4 Desilting Settling Tank, with Screw Mud Pumps etc. as per the direction of Jal 1
Nigam, Jal Kal & KSCL Engineer-in-Charge.

125 | P a g e
21–CW-17 Zonal Pumping Station at Mohan Lal Park, Bhaironghat (Instrument Works)
Sl. Qty.
Description
No. (Nos.)
Open Channel Flow Meter-NON Contact RADAR(10 Meter), at Clear Water
1 1
Reservoir
2 Outlet Flow Meter 450 mm Dia Pipe 1
PLC/EMI Panel including Software and Hardware to Control the process &
3 collect the data of all instrument (4 Pumps / 9 Valves, 1 outlet flow meters, 1- 1
analyser) and send to new LCS at Benajhabar Water Works
4 Online UPS with battery bank (3kva, 1 hour backup) 1

GPRS Modem based wireless communication modem for RTU/PLC capable to


5 1
gather and transmit data from remote site to control stations

6 Control Cabling for (4 Pumps, 9 Valves, 1 outlet flow meters, 1-analyser) 2

22–CW-17 Zonal Pumping Station at Mohan Lal Park, Bhaironghat (E/M Works)
Sl. Qty.
Description
No. (Nos.)
1 Repairing & Overhauling of existing Electrical Wiring and Electrical panels. 1
Auto-phase Reversal unit with in-built time delay & Enclosure conforming to
2 1
IEC 60947-1 & IEC 60947-6(1) of rating 500 amp.
3 Electrical Actuators with Valves 8-350dia 8
4 Electrical Actuator with Valve 1-450dia 1

23 – CW-28 Zonal Pumping Station at Tikonia Park, Parvati Bangla Road (Instrument Works)
Sl. Qty.
Description
No. (Nos.)
Open Channel Flow Meter-NON Contact RADAR(10 Meter), at Clear Water
1 1
Reservoir
2 Outlet Flow Meter 300 mm Dia Pipe 1
PLC/EMI Panel including Software and Hardware to Control the process &
3 collect the data of all instrument (3 Pumps / 9 Valves, 1 outlet flow meter, 1- 1
analyser) and send to new LCS at Benajhabar Water Works
4 Online UPS with battery bank ( 2kva, 1 hour backup) 1
GPRS Modem based wireless communication modem for RTU/PLC capable to
5 1
gather and transmit data from remote site to control stations
6 Control Cabling for (3 Pumps, 8 Valves, 1 outlet flow meters, 1-analyser) 2

24 – CW-28 Zonal Pumping Station at Tikonia Park, Parvati Bangla Road (E/M Works)
Sl. Qty.
Description
No. (Nos.)
1 Repairing & Overhauling of existing Electrical Wiring and Electrical panels. 1
Auto-phase Reversal unit with in-built time delay & Enclosure conforming to
2 1
IEC 60947-1 & IEC 60947-6(1) of rating 500 amp.

126 | P a g e
25 – CW-29 Zonal Pumping Station at Kaushik Park, Civil Lines (Instrument Works)
Sl. Qty.
Description
No. (Nos.)
Open Channel Flow Meter-NON Contact RADAR(10 Meter), at Clear Water
1 1
Reservoir
2 Outlet Flow Meter 450 mm Dia Pipe 1
PLC/EMI Panel including Software and Hardware to Control the process &
3 collect the data of all instrument (3 Pumps / 4 Valves, 1 outlet flow meters, 1- 1
analyser) and send to new LCS at Benajhabar Water Works
4 Online UPS with battery bank ( 2kva, 1 hour backup) 1
GPRS Modem based wireless communication modem for RTU/PLC capable to
5 1
gather and transmit data from remote site to control stations
6 Control Cabling for (3 Pumps / 4 Valves, 1 outlet flow meters, 1-analyser) 2

25 – CW-29 Zonal Pumping Station at Kaushik Park, Civil Lines (E/M Works)
Sl. Qty.
Description
No. (Nos.)
1 Repairing & Overhauling of existing Electrical Wiring and Electrical panels. 1
Auto-phase Reversal unit with in-built time delay & Enclosure conforming to
2 1
IEC 60947-1 & IEC 60947-6(1) of rating 500 amp.
3 Electrical Actuators with Valves 3-250dia 3
4 Electrical Actuator with Valve 1-300dia 1

26 - Pressure Transmitters for Leak Detection on Feeder Mains (Instrument Works)


Qty.
Sl. No. Description
(Nos.)
Provision for Pressure Transmitters on Feeder Mains at key locations and
1 Junctions. At 50 Locations with Integration with Central Control Rooms using 50
RTU / SCADA.

27 - Central SCADA System at Jal Kal Vibhag Office Building at Benajhabar


Description Qty.
Central SCADA System
Scada Software Server 1
Scada Software Client 1
RSLinx OEM (PLC SOFTWARE) 1
Database 1
Stratix5700, 8Cu, 2OFC --- ETHERNET SWITCH 1
Wireless Modem 1
IT Hardware
Main Server with min core I3 4 GB RAM 4
Video Wall 1
A3 size Laser jet Color Printer 2
Online UPS with battery bank ( 5kva, 1 hour backup) 1
Ethernet Switch 24 Port 1
Engineering WS (Laptop) 1

127 | P a g e
SECTION 6: FORMS OF BID AND SECURITIES

128 | P a g e
Form of Bid
Notes on Form of Bid: The Bidder shall fill in and submit this Bid form with the Bid.

--------------------- (Date)
To
The Chief Executive Officer , KSCL, Kanpur.

Description of the work: --------------------------------------------------------------------------------

(a) I/We offer to execute the works described above and remedy any defects
there in conformity with the conditions of contract, specifications, drawings,
bill of quantities and addenda for
(b) For percentage rate as quoted online in BOQ percentage below/
percentage above/at par with the rate entered in the Schedule of rate, as
referred to in clause 13 of ITB.
1. We undertake to commence the works on receiving the notice to
proceed with work in accordance with the contract documents.
2. This Bid your written acceptance of if shall constitute a binding contract
between us. We understand that you are bound to accept the lowest or
any Bid you receive.
We hereby confirm that this bid complies with the Bid validity and earnest money
required by the bidding documents and specified in the Appendix to ITB.

Authorized Signature: -____________________________________________________


Name and title of Signatory:-______________________________________________
Name of bidder: - ________________________________________________________
Authorized Address
of Communication:- ______________________________________________________
______________________________________________________
______________________________________________________
Telephone No(s): (Office):- ________________________________________________
Mobile No: - ______________________________________________________________
Facsimile (FAX) No: - ______________________________________________________
Electronic Mail Identification (E-mail ID):- ___________________________________

129 | P a g e
Forms of Securities

Acceptable forms of securities are annexed. Bidders should not


complete the Performance and Advance Payment Security forms at this time.
Only the successful Bidder will be required to provide Performance and
Advance Payment Securities in accordance with one of the forms, or in a
similar form acceptable to the Employer.

Annex I: Bid Security (Bank Guarantee)


Annex II: Performance Bank Guarantee

130 | P a g e
BID SECURITY (BANK GUARANTEE) Annex I

WHEREAS, [name of Bidder] (hereinafter called "the Bidder")


has submitted his Bid dated [date] for the

“ “
Package No. - (Hereinafter called "the Bid").
KNOW ALL PEOPLE by these presents that We
[name of bank] of____________________[name of country] having our registered
office at (Hereinafter called "the Bank") are bound unto
Chief Executive Officer, Kanpur Smart City Limited, Motijheel, Kanpur – 208002,
Uttar Pradesh (hereinafter called "the Employer") in the sum
of___________________________________________ for which payment well and truly
to be made to the said Employer the Bank binds itself, his successors and assigns
by these presents.
SEALED with the Common Seal of the said Bank this day of. THE CONDITIONS
of this obligation are:
1) If after Bid opening the Bidder withdraws his bid during the period of Bid
validity specified in the Form of Bid; or
2) If the Bidder having been notified of the acceptance of his bid by the
Employer during the period of Bid validity:
(a) Fails or refuses to execute the Form of Agreement in accordance with the
Instructions to Bidders, if required; or
(b) Fails or refuses to furnish the Performance Security, in accordance
with the Instruction to Bidders; or
(c) does not accept the correction of the Bid Price pursuant to Clause 27; we
undertake to pay to the Employer up to the above amount upon receipt of
his first written demand, without the Employer having to substantiate his
demand, provided that in his demand the Employer will note that the amount
claimed by him is due to him owing to the occurrence of one or any of the
three conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including²days after the deadline

131 | P a g e
for submission of Bids as such deadline is stated in the Instructions to Bidders or
as it may be extended by the Employer, notice of which extension(s) to the
Bank is hereby waived. Any demand in respect of this guarantee should reach
the Bank not later than the above date.

DATE SIGNATURE OF THE BANK


WITNESS SEAL

[Signature, name, and address]


¹ The Bidder should insert the amount of the guarantee in words and figures
denominated in Indian Rupees. This figure should be the same as shown in
Clause 16.1 of the Instructions to Bidders.
² 45 days after the end of the validity period of
the Bid.

132 | P a g e
Annex II
PERFORMANCE BANK GUARANTEE

To: [Name of Employer]


[Address of Employer]

WHEREAS _________________________________________________________________
[Name and Address of Contractor]
(Hereinafter called "the Contractor") has undertaken, in pursuance of
Contract No. Dated_____________ to execute
____________________________________________________________________________
[Name of Contract and brief description of Works]
(Hereinafter called "the Contract");

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

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;
NOW THEREFORE we hereby affirm that w e are Guarantor and respons ibl e
to you, on behalf of the Contractor, upto a total of _________________________
[Amount of Guarantee]1___________________________________________[in words]
such sums being payable in the types and proportions of currencies in which the
Contract Price is payable, and we undertake to pay you, upon your first written
demand and without cavil or argument, any sums or sums within the limit of
____________________________________[Amount of Guarantee]1 as aforesaid
without your needing to prove or to show grounds or reasons for your demand
for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the
Contractor before presenting us with the demand.

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


133 | P a g e
terms of the Contract or of the Works to be performed there under or of any of
the Contract documents which may be made between you and the
Contractor shall in any way release us from any liability under this guarantee,
and we hereby waive notice of any such change, addition or modification.

This guarantee shall be valid until …………………….. (i.e.) 28 days from the
date of expiry of the Defects Liability Period.

Signature and seal of the guarantor

Name of Bank

Address

Date

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


of the Contract Price specified in the Contract and denominated in Indian
Rupees.

134 | P a g e
SECTION-7: Operation & Maintenance

135 | P a g e
O & M Costs of SCADA – Software, Hardware,
Instruments, Analyzers, Services (Excluding Electricity Charges)
(Considered at 4% of CV for SCADA – Software, Hardware,
Instruments, Analyzers, Services and 8% Inflation per Year)

At the End of Amount in Rs.


First Year 5707238

Second Year 6163817

Third Year 6656923

Fourth Year 7189477

Fifth Year 7764635

Total in Rs. 3,34,82,090

136 | P a g e

You might also like