Narmada, Water Resources, Water Supply and Kalpsar Department Name of Work : Selection and appointment of project management consultant (Quality & cost based) for engineering, procurement & construction contract (EPC) for Bhadbhut barrage, flood protection embankments & associated works across river Narmada near village Bhadbhut of in the state of .

Corrigendum No. 1

Tender Notice No. 1 of 2020-21

Following Corrigendum is issued to the Notice Inviting Tender and Tender documents as uploaded on e-tender website.

Sr. Volume Page Clause No. Provision in Uploaded Tender/ Earlier Corrigendum Now to be read as (amended provision) No. Name No. 1 Tender 39 Pre-bid conference, A Pre-bid conference is scheduled on date and time "No Change" Document Clause 1.13 mentioned in tender schedule. If Lock down remains under enforcement during the scheduled date of Pre-bid conference, the Pre-bid conference shall be conducted "To be taken in to notice again" through video conferencing. Necessary link shall be sent to the prospective bidders who have informed the NWRWS &KD to attend the Pre-bid conference. 2 Tender 54 Section 4: Bid data A pre-bid conference: "No Change" Document sheet, A. General, A pre-bid conference shall be held at the date and time Clause 6 indicated in the notice Inviting Tender. If Lock down remains under enforcement during the scheduled date of "To be taken in to notice again" Pre-bid conference, the Pre-bid conference shall be conducted through video conferencing. Necessary link shall be sent to the prospective bidders who have informed the NWRWS & K D to attend the Pre-bid conference.

Page 1 of 2 Narmada, Water Resources, Water Supply and Kalpsar Department Name of Work : Selection and appointment of project management consultant (Quality & cost based) for engineering, procurement & construction contract (EPC) for Bhadbhut barrage, flood protection embankments & associated works across river Narmada near village Bhadbhut of Bharuch district in the state of Gujarat – India.

Corrigendum No. 1

Tender Notice No. 1 of 2020-21

Following Corrigendum is issued to the Notice Inviting Tender and Tender documents as uploaded on e-tender website.

Sr. Volume Page Clause No. Provision in Uploaded Tender/ Earlier Corrigendum Now to be read as (amended provision) No. Name No. 3 Tender 10 Point no 2, Prebid Venue: state data center, sector 10, Gandhinagar, Gujarat Considering the lockdown situation due to coronavirus outbreak, the Pre- Document Meeting bid meeting for the work scheduled on 16th May 2020, 12:00 will be conducted online only. Only two representatives per bidding firm will be allowed to participate from remote places. It is requested to submit details of your firm in the following table on or before 14th May to [email protected], [email protected]. Sr. Name of Name of Designation Mobile No. Email-ID No. representative organization (WhatsApp) 1 2 In case of no reply, it will be understood that bidder is not interested to attend the meeting. (Note: Bidders are requested to submit their written queries on or before 14th May 2020, 18.00 hrs by E-mail only. E-mail addresses are provided in above paragraph.) 4 Tender 39 Site Visit & …...... Applicant Consultants who wish to attend and …...... Applicant Consultants who wish to attend and participate in the Document Verification of participate in the pre-bid conference may kindly confirm pre-bid conference may kindly confirm their participation to the contact Information, Clause their participation to the contact officer nominated officer nominated hereinabove as well as through an E-Mail to 2.1 hereinabove. [email protected], [email protected].

Page 2 of 2 Narmada Water Resources Water Supply & Kalpasar Department CORRIGENDUM No. – 2 of TENDER NOTICE NO. 1 of 2020-21 Online Tenders(E-tendering) as a request for proposal for following work of Narmada Water Resources Water Supply & Kalpasar Department are publicly invited by the Superintending Engineer, Development Project (WR), Project Implementation Unit-2, Vadodara (Phone No. 0265-2323871, 2323872) from the eligible applicant consultant providing consultancy services in India and having its office in India. Name of work 1.Tender Fee 1. Time for Consultancy Service 2. EMD Rs. Selection and appointment of 1) Rs 18000 1) 60 Months project management consultant 2) Rs 32 Lakh (Quality & cost based) for engineering, procurement & construction contract (EPC) for Bhadbhut barrage, flood protection embankments & associated works across river Narmada near village Bhadbhut of Bharuch district in the state of Gujarat – India SCHEDULE OF E- TENDERING Sr. Description Schedule Date Revised Date No. 1. Date of uploading 4 may 2020 - 2. Pre-Bid Meeting 16 May 2020 at 12.00 hrs. - 3. Last date of 08 June 2020 up to 18.00 18 June 2020 up to 18.00 downloading and Hrs. Hrs. Online submission of tender Document. 4. Last date of receipt of 15 June 2020 up to 18.00 25 June 2020 up to 18.00 Physical submission of hrs. in the office of the hrs. in the office of the tender fee, EMD, other Superintending Engineer, Superintending Engineer, document and Project Implementation Project Implementation Technical Bid by Unit-2, GERI Compound, Unit-2, GERI Compound, RPAD/ Speed Post Race Course, Vadodara - Race Course, Vadodara - 390007 390007 5. Online/Physical 16 June 2020 12.00 Hrs. 26 June 2020 12.00 Hrs. verification of Tender onwards in the office of onwards in the office of Fee, EMD & other the Superintending the Superintending documents. Engineer, Project Engineer, Project Implementation Unit-2, Implementation Unit-2, Vadodara. Vadodara. 6. Online Opening of Pre- 16 June 2020 13.00 Hrs. 26 June 2020 13.00 Hrs. Qualification Bid / onwards in the office of onwards in the office of Technical bids. the Superintending the Superintending Engineer, Project Engineer, Project Implementation Unit-2, Implementation Unit-2, Vadodara. Vadodara. 7. Online opening of Price Bid opening Price Bid opening Financial Bid of schedule will be intimated schedule will be intimated qualified bidders only to qualified bidders after to qualified bidders after approval of Pre- approval of Pre- qualification Bid/ qualification Bid/ Technical Bid. Technical Bid. The details of above notice will be available on web site www.nprocure.com and GOG website www.statetenders.com and tender documents are available

-Sd Executive Engineer Gulf of Khambhat Development Project (WR) Project Implementation Unit-2 Vadodara

NARMADA AND WATER RESOURCES, WATER SUPPLY AND KALPASAR DEPARTMENT

Selection and Appointment of Project Management Consultant (Quality & Cost Based) For Engineering, Procurement & Construction Contract (EPC) for Bhadbhut Barrage, Flood Protection Embankments & Associated Works across River Narmada near Village Bhadbhut of Bharuch District in the State of Gujarat – India Tender Notice No. 1 of 2020-21

CORRIGENDUM-3 Following Corrigendum is issued to the Notice Inviting Tender and Online Tenders (E-tendering) as a request for proposal uploaded on e-tender website. (Tender ID - 406806) Sr. Page Clause No. Provision in Uploaded Tender/ Earlier Corrigendum Now to be read as (amended provision) No. No. 1 2 3 4 5 1 34 Section- 3 The Consultant shall not deploy professionals who are The Consultant shall not deploy professionals who are -1.6.1(d)(i) retired employees / persons of NWRWS & K retired employees / persons of NWRWS & K The DEPARTMENT including its public sector undertakings DEPARTMENT for providing professional services as PMC Consultant / companies for providing professional services as PMC for the Bhadbhut Barrage Project under this Contract. In case shall have to for the Bhadbhut Barrage Project under this Contract. In if the Consultant intends to deploy professional who are comply with case if the Consultant intends to deploy professional who retired employee / persons of NWRWS & K following are retired employee / persons of NWRWS & K DEPARTMENT for this assignment, he shall have to obtain contractual DEPARTMENT for this assignment, he shall have to specific written approval from the NWRWS & K obligations obtain specific written approval from the NWRWS & K DEPARTMENT. Such persons proposed for deployment DEPARTMENT. Such persons proposed for deployment should meet with the qualification and experience criteria as should meet with the qualification and experience criteria contained in the Terms of the Reference. as contained in the Terms of the Reference. 2 38 Section- 3 Consultancy companies / firms from India are permitted Consultancy companies / firms from onlyIndia are permitted -1.10 to participate in this selection process. Subsidiary to participate in this selection process.Indian Subsidiary Origin of companies of Foreign Companies having their Indian Company of Foreign parent company, registered in India, Consulting Arm in the form of a Company / Firm registered in India minimum five years before 31st march 2020 and having its Services minimum five years before 31st march 2020 and having office in India can only participate in their name and style(i.e its office in India can only participate in their name and as a Subsidiary company).Such subsidiary company can use style. The Indian Consultant intending to appoint Foreign only technical credential of its parent company for eligibility Personnel / Experts shall comply with the Government of and marking criteria. The Indian Consultant intending to India Rules and Procedures for Foreign Personnel appoint Foreign Personnel / Experts shall comply with the interested in providing services in India. Government of India Rules and Procedures for Foreign Personnel interested in providing services in India.

3 57 Section- 4 F- Bid Security (Earnest Money Deposit)-Rs 32.00 F- Bid Security (Earnest Money Deposit)-Rs 32.00 Lakh - Clause 12, Lakh (Rs. thirty two Lakh ) with validity of 240 days as (Rs. thirty two Lakh) with validity of 180 days as required Point F, required under Para 20.0 of this section. under Para 20.0 of this section. 4 65-75 Section- 5- 5.2. Organizational, Technical and Financial capacity Section 5: Eligibility & Qualification Criteria is revised. requirement Please refer revised Section-5 enclosed with Corrigendum-3 5.3. Certificates in support of Consultant’s capabilities: 5.6. Criteria, sub-criteria, and marking system for the evaluation ofFull Technical Proposals 5 77-78 Section- 6- To examine, evaluate and vet the engineering designs, To examine, evaluate and vet the engineering designs, 2 (2.6) drawings, calculations that are submitted by the EPC drawings, calculations that are submitted by the EPC Overall contractor and make recommendations to NWRWS & contractor and make recommendations to NWRWS & Scope of K DEPARTMENT for its approval. The PMC shall K DEPARTMENT for its approval. The PMC shall Services to make such recommendations to Superintending make such recommendations to Superintending Be Provided Engineer, Project Implementation Unit No. 2, Engineer, Project Implementation Unit No. 2, Vadodara By the Vadodarafor approval of the designs, drawings and or officer as decided by department for approval of the Consultant: other related documents submitted by the EPC designs, drawings and other related documents Contractor for Project Construction and submitted by the EPC Contractor for Project implementation. Construction and implementation. NWRWS &K DEPARTMENT has appointed WAPCOS as its Engineering Consultant for the Project andWAPCOS shall act as a Proof Consultant. 6 81 Section- 6- The PMC shall undertake random representative sample As per clause 3.11, PMC shall witness 100% tests of 3.12 checks minimum 10% frequency of tender specification materials and works as per QAP and specifications in (in addition to the mentioned above), independently for presence of representative of EPC contractor and quality control in presence of representative of EPC representative of the department or engineer in charge. Contractor and EIC. The PMC consultant shall also Moreover, as directed by engineer in charge the PMC shall establish his own full fledged laboratory at site or at also witness some of the test (not exceeding 10 % of total appropriate nearby place for various tests (An illustrative test) tested in NWR WS & K Department’s laboratories i.e list of the Field Tests is attached as ANNEXURE-IV). The GERI or any other NABL approved laboratory place, in lab shall have NABL calibrated instruments and presence of contractor’s staff. The sampling transportation equipment and should be capable of carry out all kind of and cost of testing shall be managed by and paid by the EPC testing as per latest relevant is codes and required for the contractor. EPC project (not limited to listed as ANNEXURE-IV), The PMC has to remain present at the place and time except some special type of testing. For other special tests suggested by engineer in charge for inspection of material/ the PMC may use laboratories of GERI / Government equipments/parts for its approval purpose. Only the cost of Polytechnic/ Government Engineering colleges/ travelling, lodging and boarding during such testing and Government approved Laboratories for performing inspection programme, shall not be borne by PMC. Conformity Tests which is better suited for timely quality control of work. The cost of establishing such laboratory and cost of testing and O&M of laboratory shall be borne by the PMC. No separate payment shall be made for these. The lump sum quoted price shall include all such expenditure

7 81 Section- 6- PMC will witness calibration of testing equipment of EPC PMC shall witness and approve calibration of testing 3.13 Contractor as per standard frequency specified in relevant equipment of EPC Contractor as per standard frequency BIS / specification. The PMC shall also witness and specified in relevant BIS / specification. The PMC shall also inspect the Calibration of the Computerized Batching and witness and inspect the Calibration of the Computerized Mixing Plants regularly and report any discrepancy to the Batching and Mixing Plants and other plants machineries EIC. regularly and report any discrepancy to the EIC. 8 84 Section- 6- PMC shall check the test reports provided by the EPC PMC shall check the test reports provided by the EPC 3 (3.20) Contractor for the cement / steel / equipment / gates that Contractor for the cement / steel / equipment / gates etc that are provided by the EPC Contractor and shall also collect are provided by the EPC Contractor and shall also collect representative samples for second level testing in a representative samples for second level testing through a laboratory set up by the PMC at the site or through a laboratory as may be approved by the EIC of NWRWS & K laboratory as may be approved by the EIC of NWRWS & DEPARTMENT. K DEPARTMENT. The Resident Engineer available at site shall receive The Resident Engineer available at site shall receive instructions on behalf of the consultants which may be instructions on behalf of the consultants which may be given from time to time either by the Deptt. or the given from time to time either by the Deptt. or the Inspecting Officers. Inspecting Officers. 9 85 Section- 6- -- 4.1 c) The Consultant shall develop a simplified web base 4. Project software application for Progress Monitoring along with Control, Maintaining data in consultation with NWRWS&K. The Review & PMC shall host and manage the website till the agreement Coordination tenure or till the date decided by NWRWS&K department Meeting- 4.1 whichever is earlier. The web site shall be user friendly in nature. The Consultant shall impart training to NWRWS&K staff/ officials/ representatives regarding the application at the earliest.

10 96 Section- 6- PMC will provide the details of the support staff to be -PMC will provide the details of the support staff to be 10. deployed for the assignment. deployed for the assignment. Last sentence -Looking to the nature and scope of the EPC project the required supporting staff shall be deployed by the consultant over and above key personnel.

11 Section 10 Sr. Posit Qualification Experience Sr. Posi Qualificatio Experience - 6- Consultant’s No ion No tion n 91 Key 1 Team B.E. / B. Tech in Project 1 Team B.E. / B. Project Professional Lead Civil management, Leader Tech in management, and Support er Engineering with planning, design (Techni Civil planning, Staff: (Tech 20 years of and execution of cal)-1 Engineering design and nical) experience with water resources No with 20 execution of -1 No specialization in projects, should years of water handling water have proven experience resources resource projects managerial with projects, majorly. capability as a specializatio should have or M.E./M. Tech Team Leader for n in proven with any at least five handling managerial specialization assignments water capability as a with 15 years of leading multi- resource Team Leader experience in disciplinary projects for at least handling water teams in majorly. five resource projects complex tasks or M.E./M. assignments of project Tech with leading multi- management. any disciplinary Working specializatio teams in experience of at n with 15 complex tasks least 3 years years of of project with the current experience management. firm and At least in handling Working 2 years of water experience of International resource at least 2 Experience projects years with the

majorly. bidding firm.

12 97 Section- 6- PMC shall establish a Project Office at a suitable location PMC shall establish a Project Office at a suitable location at 11 at or very near to the Project Site for efficient and or very near to the Project Site for efficient and coordinated coordinated performance of its Services. All the Key performance of its Services. All the Key Personnel shall be Personnel shall be deployed at this office during the deployed at this office during the Contract Period and as Contract Period and as specified in the Staffing Schedule specified in the Staffing Schedule forming part of the forming part of the Agreement. The authorized officials Agreement. The authorized officials of the NWRWS & K of the NWRWS & K DEPARTMENT may visit PMC’s DEPARTMENT may visit PMC’s Project Office any time Project Office any time during office hours for inspection during office hours for inspection and interaction with and interaction with PMC’s Personnel. PMC’s Personnel.

PMC shall mobilize and demobilize its Professional PMC shall mobilize and demobilize its Professional Personnel and Support Personnel with the concurrence of Personnel and Support Personnel with the concurrence of the the NWRWS & K DEPARTMENT and shall maintain NWRWS & K DEPARTMENT and shall maintain the time the time sheet/ attendance sheet of the working of all sheet/ attendance sheet of the working of all Personnel in the Personnel in the Project Office. These time sheets/ Project Office. These time sheets/ attendance sheets shall be attendance sheets shall be made available to the NWRWS made available to the NWRWS & K DEPARTMENT as and & K DEPARTMENT as and when asked for and a copy when asked for and a copy of such record shall be submitted of such record shall be submitted to the NWRWS & K to the NWRWS & K DEPARTMENT at the end of each DEPARTMENT at the end of each calendar month. calendar month. The PMC consultant shall also establish his own full fledged laboratory at site or at appropriate nearby place as per instruction of EIC. The lab shall have NABL calibrated instruments and equipments and should be capable of carry out all kind of testing required for the EPC project, except some special type of testing.

13 64 Section- 4- In case of termination of contract by NWRWS & KD as In case of termination of contract by NWRWS & KD as per 21 Last Para per GC Clause 2.9.1, the security deposit of the GC Clause 2.8.1, the security deposit of the Contractor shall Contractor shall stand forfeited and be absolutely at the stand forfeited and be absolutely at the disposal of the disposal of the Narmada Water Resources Water Supply Narmada Water Resources Water Supply & Kalpasar & Kalpasar Department. Department. 14 102- Section- 7- 2.3. Expiration of Contract 2.3. Expiration of Contract 109 2. Unless terminated earlier pursuant to Clause GC 2.6 Unless terminated earlier pursuant to Clause GC 2.5 hereof, Commencem hereof, this Contract shall expire at the end of such time this Contract shall expire at the end of such time period after ent, period after the Effective Date as specified in Clause GC the Effective Date as specified in Clause GC 2.1 hereof. Completion, 2.1 hereof. 2.8. Termination Modification 2.8. Termination 2.8.1 by the NWRWS&K DEPARTMENT & 2.8.1 by the NWRWS&K DEPARTMENT The NWRWS&K DEPARTMENT may terminate this Termination The NWRWS&K DEPARTMENT may terminate this Contract in case of the occurrence of any of the events of Contract in case of the occurrence of any of the events specified in paragraphs (a) through (g) of this Clause GC Contract specified in paragraphs (a) through (g) of this Clause GC 2.8.1…… (Para 2.3 and 2.9.1…… (a) If PMC fails to remedy a failure in the performance of its Para 2.8) (a) If PMC fails to remedy a failure in the performance of obligations hereunder, as specified in a notice of suspension its obligations hereunder, as specified in a notice of pursuant to Clause GC 2.7 here in above,…. suspension pursuant to Clause GC 2.8 here in above,… 2.8.2 Cessation of Rights and Obligations 2.8.2 Cessation of Rights and Obligations Upon termination of this Contract pursuant to Clauses GC 2.8 Upon termination of this Contract pursuant to Clauses GC hereof or upon expiration of this Contract pursuant to Clause 2.2 or GC 2.9 hereof or upon expiration of this Contract GC 2.3 here of,….. pursuant to Clause GC 2.4 here of,…. 2.8.3 Cessation of Services 2.8.3 Cessation of Services Upon termination of this Contract by notice of either Upon termination of this Contract by notice of either Consultant to the other pursuant to Clauses GC 28.1 or GC Consultant to the other pursuant to Clauses GC 2.9.1 or 2.8.2 hereof…. GC 2.9.2 hereof… 2.8.4 Payment upon Termination 2.8.4 Payment upon Termination Upon termination of this Contract pursuant to Clauses GC Upon termination of this Contract pursuant to Clauses GC 2.8.1 or GC 2.8.2 hereof, the NWRWS&K DEPARTMENT 2.9.1 or GC 2.9.2 hereof, the NWRWS&K shall make the following payments to PMC: DEPARTMENT shall make the following payments to (a) remuneration pursuant to Clause GC 6 hereof for PMC: Services satisfactorily performed prior to the effective date of (a) remuneration pursuant to Clause GC 6 hereof for termination, and reimbursable expenditures pursuant to Clause Services satisfactorily performed prior to the effective date GC 6 hereof for expenditures actually incurred prior to the of termination, and reimbursable expenditures pursuant to effective date of termination; and Clause GC 6 hereof for expenditures actually incurred (b) except in the case of termination pursuant to prior to the effective date of termination; and paragraphs through (e) of Clause GC 2.8.1 hereof, (b) except in the case of termination pursuant to reimbursement reasonable cost incidental to the prompt and paragraphs through (e) of Clause GC 2.9.1 hereof, termination of this Contract including the cost of the travel of reimbursement reasonable cost incidental to the prompt the Personnel and their eligible dependents. and termination of this Contract including the cost of the travel of the Personnel and their eligible dependents. 2.8.5 Disputes about Events of Termination If either Consultant disputes whether an event specified in 2.8.5 Disputes about Events of Termination paragraphs (a) through (f) of Clause GC 2.8.1 or in Clause If either Consultant disputes whether an event specified in GC 2.8.2 hereof has occurred, such Consultant may, within paragraphs (a) through (f) of Clause GC 2.9.1 or in Clause forty-five (45) days after receipt of notice of termination from GC 2.9.2 hereof has occurred, such Consultant may, the other Consultant, refer the matter to Clause GC 8 hereof, within forty-five (45) days after receipt of notice of and this Contract shall not be terminated on account of such termination from the other Consultant, refer the matter to event except in accordance with the terms of any resulting Clause GC 8 hereof, and this Contract shall not be arbitral award. terminated on account of such event except in accordance with the terms of any resulting arbitral award.

15 114 Section- 7- The PMC shall not replace the key professionals listed The PMC shall not replace the key professionals listed in 3.7 (A) in its Technical Proposal as approved by the its Technical Proposal as approved by the NWRWS&K Consultant’s NWRWS&K DEPARTMENT for a period of 12 DEPARTMENT for a period of 12 months from the date of Actions months from the date of Award of Consultancy Award of Consultancy Contract. Any change replacement Requiring Contract. Any change replacement or addition to the or addition to the Personnel listed as key professionals NWRWS&K Personnel listed as key professionals under the Terms under the Terms of Reference shall be subject to prior DEPARTME of Reference shall be subject to prior approval of the approval of the NWRWS&K DEPARTMENT on NT’s Prior NWRWS&K DEPARTMENT on justifiable grounds justifiable grounds supported by evidences. In case of Approval supported by evidences. In case of every change / every change / replacement of a key professional identified replacement of a key professional identified and stated and stated in the Technical Proposal as a part of the in the Technical Proposal as a part of the “Manpower “Manpower Deployment Schedule”, the accepted lump Deployment Schedule”, the accepted lump sum sum consultancy fee to be paid by NWRWS&K consultancy fee shall be reduced by 5% of the total fee DEPARTMENT shall be reduced by amount equal to 5% to be paid by NWRWS&K DEPARTMENT of man month rate quoted by the bidder in FORM FIN-4, page no. 154 of respective category of candidate for the period specified in table of clause no. 10, Section-6: Terms of Reference (TOR). The recovery shall be done in equated monthly instalments (EMI) for remaining months, effective from next immediate month of change/ replacement of the key personnel or from the due payment to PMC, as decided by the EIC. 16 121- Section- 7- Para below Clause No. 6.1(b)- 122 Clause Notwithstanding Clause GC 6.1(b) hereof, if pursuant to 6.1(c) Notwithstanding Clause GC 6.1(b) hereof, if pursuant 6.1Cost any of the Clauses GC 5.3, 5.4 or 5.6 hereof, the Parties to any of the Clauses GC 5.3, 5.4 or 5.6 hereof, the Parties Estimates; shall agree that additional payments in Indian Rupees, as shall agree that additional payments in Indian Rupees, as the Ceiling the case may be, shall be made to PMC in order to cover case may be, shall be made to PMC in order to cover an Amount an necessary additional expenditures not envisaged as per necessary additional expenditures not envisaged as per the the Terms of Reference and the Data Sheet and the lump Terms of Reference and the Data Sheet and the lump sum sum price referred to in Clause GC 6.1(a) above, the price referred to in Clause GC 6.1(a) above, the ceiling or ceiling or ceilings, as the case may be, set forth in Clause ceilings, as the case may be, set forth in Clause GC 6.1(b) GC 6.1(b) above shall be increased by the amount or above shall be increased by the amount or amounts, as the amounts, as the case may be, of any such additional case may be, of any such additional payments. Such increase payments. Such increase shall be agreed mutually. No shall be agreed mutually. No exchange rate variation towards exchange rate variation towards the costs of foreign the costs of foreign professionals deployed for the services professionals deployed for the services shall be payable shall be payable extra whatsoever. extra whatsoever. 17 126 Section- 7- (1) An advance payment equivalent to 5% of the total (1) An advance payment equivalent to 5% of the total 9.1 lump sum fee accepted by the NWRWS & K lump sum fee accepted by the NWRWS & K Advance DEPARTMENT in Indian Rupees shall be made DEPARTMENT in Indian Rupees shall be made on Payment on receipt of request from PMC, within 90days receipt of request from PMC, within 90days after LOI after LOI and on completion of following activities and on completion of following activities as per per as per per terms and conditions. terms and conditions. a- Mobilisation of Personnel/ staff a- Mobilisation of Personnel/ staff b- Setting up of Consultant’s office and b- Setting up of Consultant’s office Establishment of laboratory Note: The time limit of 90 days shall be extended for Note: The time limit of 90 days shall be extended for another 15 days under exceptional circumstances by EIC another 15 days under exceptional circumstances by on written request by PMC with reasons thereof. EIC on written request by PMC with reasons thereof. (2) A Bank guarantee (unconditional) equal to the amount (2) A Bank guarantee (unconditional) equal to the of advance payment from branch of banks as amount of advance payment from branch of banks mentioned in clause-21 Section-4 only, with validity as mentioned in clause-21 Section-4 only shall be of One year from the date of issue shall be furnished furnished by the PMC, in the form of Annexure-III by the PMC, in the form of Annexure-III before before receipt of payment of the advance. receipt of payment of the advance. The bank (3) The advance payment shall be interest free. Guarantee shall be released after successful completion of one year of PMC services from the date of release of such advance payment. (3) The advance payment shall be interest free. 18 128 Section:8 The PMC will be responsible for providing all other The PMC will be responsible for providing all other 1.0 necessary facilities and logistical support for the necessary facilities and logistical support for the Personnel Special Personnel and supporting staff, including and supporting staff, including accommodation, Condition accommodation, transportation, office equipment, transportation, office equipment, communications, utilities, communications, utilities, office supplies, office supplies, necessary office furniture and other support necessary office furniture and other support requirements at the office. The PMC shall make his own requirements at the office and laboratory. The arrangements for Water, Electricity, Telephone and Internet PMC shall make his own arrangements for Water, connectivity etc. For the entire work PMC shall have to Electricity, Telephone and Internet connectivity provide office facilities, Computers, printers, scanners, etc. For the entire work PMC shall have to provide software as per requirement. The PMC shall provide and office facilities, Computers, printers, scanners, maintain vehicles at their own cost, required for use in software as per requirement. The PMC shall connection with their assignment provide and maintain vehicles at their own cost, required for use in connection with their assignment. 19 128- Section 8 -- 6.0 Due to spread of COVID-19 in India, Lockdown-4 is in 129 Special force with certain relaxations. In case, the agency is unable to condition follow procedure for tender fee and EMD as per tender documents, bidder may follow mentioned procedure hereunder,

For Tender Fee, EMD and Physical submission of bid- G – 1) The agency can deposit the tender fee by online transaction through NEFT/ RTGS/ IMPS and the agency shall have to upload transaction slip showing UTR No./ Transaction ID as proof. While uploading the tender, UTR No./ Transaction ID shall be shown in place of DD No. for online transaction. 2) Procedure laid under para G-1 may be followed for submission of EMD. 3) For online deposit, separate transactions shall be done for tender fee and EMD and transaction slips and details shall be uploaded separately. 4) If it is not possible to submit the physical documents to the address provided in tender document within the specified date by RPAD/ Speed Post, the agency has to upload all documents and the L-1 agency has to submit the documents at the time of agreement. 5) The bank details are as under- • Name of Bank : State Bank Of India • Branch : Government Business Branch, Pani Gate Road, Mandavi, Vadodara, Pin 390017 • Bank A/c No. 31233799052 • Branch IFSC: SBIN0013037 20 131 Section 9 6. I/We certify that in the last three years, we or any of 6. I/We certify that in the last three years, we or any of our Technical our Associates have neither failed to perform on Associates have neither failed to perform on any contract, as Proposal, any contract, as evidenced by imposition of a evidenced by imposition of a penalty by an arbitral or form Tech 1 penalty by an arbitral or judicial NWRWS & K judicial NWRWS & K DEPARTMENT or a judicial Point 6 DEPARTMENT or a judicial pronouncement or pronouncement or arbitration award against the Applicant arbitration award against the Applicant consultant consultant nor been expelled from any project or contract by nor been expelled from any project or contract by any public authority / NWRWS & K DEPARTMENT nor any public NWRWS & K DEPARTMENT nor have had any contract terminated by any public authority / have had any contract terminated by any public NWRWS & K DEPARTMENT” for breach on our part. NWRWS & K DEPARTMENT for breach on our part. 21 140 Form TECH- Form TECH- 2B – Financial Capacity of the Applicant Form TECH- 2 B – Financial Capacity of the Applicant is 2B – revised. Please refer revised Form TECH- 2 Benclosed with Financial Corrigendum-3. Capacity of the Applicant: 22 140 Form TECH- Form TECH- 2D – Consultant’s Experience in Similar Form TECH- 2 D – Consultant’s Experience in Similar PMC 2D – PMC Assignments Assignments is revised. Please refer revised Form TECH- 2 Consultant’s D enclosed with Corrigendum-3. Experience in Similar PMC Assignments : 23 57 Section- 4- (3) Tech-3: Comments and Suggestions on The Terms (3) Tech-3: Comments and Suggestions on The Terms of 13 of Reference and On Counterpart Staff and Reference Facilities to Be Provided by The NWRWS & K Department 24 142 Form Tech 3 B - On Counterpart Staff and Facilities Deleted B [Comment here on counterpart staff and facilities to be provided by the NWRWS & K DEPARTMENT according to Paragraph Reference 1.4 of the Data Sheet including: administrative support, office space, local transportation, equipment, data, etc.] 25 153 Form Fin-3: Form Fin-3: Breakdown of Lump Sum Cost Components Form Fin-3: Breakdown of Lump Sum Cost Components is Breakdown of revised. Lump Sum Please refer revised Form Fin-3enclosed with Corrigendum- Cost 3. Components 26 159 SCHEDULE The PMC shall witness all tests carried out for quality The PMC shall witness all tests carried out for quality – 2: assurance of the materials to be used for the construction assurance of the materials to be used for the construction of AGREEME of the Bhadbhut Barrage Project along with all its the Bhadbhut Barrage Project along with all its components NT components including the construction work and certify including the construction work and certify that the test Terms and that the test reports and other related documents are in reports and other related documents are in compliance to and Conditions. compliance to and acceptable as per the approved Quality acceptable as per the approved Quality Assurance Plan. 6.0 Assurance Plan. PMC shall establish testing laboratory and carry out testing 27 163 ANNEXUR (Certificate of main work for which PMC is carried out (Certificate of main work for which PMC is carried out shall E-II shall be submitted in following Form-G) be submitted in following revised Form-G or in any appropriate format issued by the client showing required information.) 28 167 ANNEXUR Tests to be conducted in PMC lab Tests to be conducted in PMC lab – Deleted. E-IV However please read the replaced ANNEXURE – IV for

bifurcation for marking of qualification and experience of key personnel.

29 90 Section- 6 8.1 PMC shall, on completion of the works prepare a 8.1 PMC shall, on completion of the works prepare a detailed 8. detailed Project Completion Report (PCR) along with a Project Completion Report (PCR) along with as built Project Project Completion Certificate of work under EPC drawings and Project Completion Certificate of work under Completion contract. . The PCR will also highlight the critical EPC contract. . The PCR will also highlight the critical Report situations faced in the project implementation, project situations faced in the project implementation, project outputs outputs and lessons learned leading to Post Project and lessons learned leading to Post Project Appraisal. Appraisal. 30 163 ANNEXUR ANNEXURE-II (Certificate of main work for which PMC ANNEXURE-II (Certificate of main work for which PMC is E-II is carried out shall be submitted in following Form-G) carried out shall be submitted in following Form-G) is revised

Please refer revised ANNEXURE-II enclosed with Corrigendum-3.

CORRIGENDUM-3_ATTACHMENTS OF UPDATED DOCUMENTS OF INITIAL RFP DOCUMENT Section 5: Eligibility & Qualification Criteria

5.1. Conditions of Eligibility:

Applicant Consultants must read carefully the minimum conditions of eligibility

(the “Conditions of Eligibility”) provided herein. Proposals of only those Applicant Consultants who satisfy the Conditions of Eligibility will be considered for evaluation. 5.2. Organizational, Technical and Financial capacity requirement:

To be eligible for evaluation of its Proposal, the Applicant Consultant shall fulfill the following minimum requirements:

(A) Organization: The Consultant’s Organization should have a minimum experience of 10 years as on 31stMarch 2020 in the field of Engineering and Project Management Consultancy. In case of Indian subsidiary company of foreign parent company, the minimum organizational experience of subsidiary company shall be of five years in India as on 31st march 2020.The technical experience of subsidiary of parent company shall be counted for the works executed for PMC from the date of registration in India. No technical experience of parent company shall be considered before the date of registration in India.

(B) Technical Capacity: The Applicant Consultant shall have, over the past 10(Ten) years preceding 31st march 2020 completed/substantially completed minimum one (1) Project Management Assignment for similar assignment as defined here under: “Project Management including checking and vetting of designs, construction supervision, overall project management, certification of Contractor’s bill, quality assurance etc. for the work of a dam(with or without hydropower) or barrage or weir or bridge as a part of sea link project, of at least Rs. 1000 crores (completed/ substantially completed, Single Project) in last ten financial years. or

1 Infrastructure Projects of National/Express Highway or bridge on river or Airport or Metro Railway or Tunnel or Harbor of at least Rs. 1400 Crores (completed/ substantially completed, Single Project) in last ten financial years shall be considered as “Similar Project”.

The completed project means it shall be completed in any one year of last ten years preceding from 31st March 2020. Substantially completed project means the project which is in progress as on 31st March 2020, but financially completed 80 % or more (against contract price) as on 31st March 2020. The amount of such project as stated above shall be the amount of work done

and paid (updated), of the project, on or before 31st March 2020.

The applicant Consultant shall have to submit client certificate in support of such completed assignment, (if possible with yearly breakup of completion cost) of completed work of main project for which PMC had carried out. The above information shall be submitted by the bidder in TECH-2-D.

(C) Financial Capacity: The Consultant should have a minimum Annual turnover in the form of consultancy fees of Rs.50 Crore (Fifty Crore) in any of the last five financial years i.e. 2015-16 to 2019-20 updated to financial year 2019-20. Following enhancement factor will be applied to annual turnover to bring them to the base year

Year Enhancement Factor 2015-2016 1.46 2016-2017 1.33 2017-2018 1.21 2018-2019 1.10 2019-2020 (Base year) 1.00 Only Indian subsidiary company’s turnover shall be considered for qualification. Parent company’s turnover shall not be considered for qualification.

2 The above information shall be submitted by the bidder in TECH-2-B.

(D) Availability of Key Personnel: The Applicant shall offer and make available all Key Personnel meeting the requirements as shown in Terms of Reference. 5.3. Certificates in support of Consultant’s capabilities:

The Applicant Consultant shall enclose with its Proposal, certificate(s) from its Statutory Auditors stating its financial turn over during each of the past five financial years proceeding 31st March, 2020. (Only for the last year i.e 2019-20 unaudited /internally audited balance sheet without supporting filed IT return will be allowed.) In case of non-availability of audited balance sheet for the year i.e. 2019 – 20, Applicant Consultant may submit Unaudited balance sheet (1) signed by a Chartered Accountant or (2) prepared by a Chartered Accountant and self attested by the client A duly notarized undertaking shall be submitted by the Consultant stating that Audited balance sheet is not available till online submission of bid and the Consultant will submit immediately on its availability. The Consultant has to submit the audited balance sheet for the year i.e. 2019 – 20 immediately when it is available.) • In the event that the Applicant Consultant does not have a statutory auditor, it shall provide the requisite certificate(s) from the firm of Chartered Accountants that ordinarily audits the annual accounts of the Applicant Consultant. • The Applicant Consultant shall also produce authentic and valid certificates from the clients, establishing their experience in similar projects. The NWRWS & K DEPARTMENT may, at its own discretion, verify

the veracity and validity of the certificates produced by the Applicant Consultant. • If it is established that the Consultant has produced certificates which are

3 not correct and valid and the Consultant has misled the NWRWS & K DEPARTMENT, NWRWS & K DEPARTMENT at its discretion reject the proposal submitted by the Consultant and also debar the consultant from participating in the bidding processes taken up by the NWRWS & K DEPARTMENT for appointing a consultant, for a period of three (3) years. 5.4. Power of Attorney:

The Applicant Consultant should submit a Power of Attorney, duly granted by the Competent Authority of the Consultants’ Organization. In case of a limited company registered under the Company’s Act, the Power of Attorney should be from the Managing Director of the Company under authority of the Board of Directors. In case of a Partnership firm, the Power of Attorney shall be from the firm or its duly appointed Competent Authority.

The Power of Attorney shall be as per the format at Tech – 9;

5.5. Information relating to barring of business by Governmental Organizations:

Any Consultant who has been debarred by the Central Government, any of the State Governments, a statutory or a public sector undertaking, NWRWS & K DEPARTMENT or any other Gujarat State Undertaking from participating in any project, and such bar subsists as on the date of Proposal, would not be eligible to submit a Proposal either by itself or through its Associate. If any such proposal from debarred Consultant is received, the same shall be out right rejected without further evaluation. 5.5 (a) Past Performance:

An Applicant Consultant or its Associate, who during the last three years, either failed to perform its obligations under any Consultancy Agreement as evidenced by imposition of a penalty by an arbitral, judicial, statutory / public sector

4 organization, Government of India, State Governments, etc., shall be treated as non-responsive and its technical and financial proposals shall be outright rejected by the NWRWS & K DEPARTMENT, at its sole discretion.

The Consultant while making a proposal to NWRWS & K DEPARTMENT shall provide all such information relating to the imposition of penalties, non- performance of contract, debarring by any Government or Statutory Organization along with its technical proposal.

NWRWS & K DEPARTMENT at its own discretion may collect and verify such information of its own. If NWRWS & K DEPARTMENT finds that the Consultant has not provided such information and has tried to mislead NWRWS & K DEPARTMENT, it may reject the Consultant’s proposal as non-responsive. While submitting a Proposal, the Applicant Consultant should attach clearly marked and referenced continuation sheets in the event that the space provided in the specified forms in the Appendices is insufficient. Alternatively, Applicant Consultants may format the specified forms making due provision for incorporation of the requested information.

5 5.6. Criteria, sub-criteria, and marking system for the evaluation of Full Technical Proposals are:

Item Parameters Max. Criteria Code Marks

1 Relevant Experience 140 Marks under this category shall be of the Consultant for assigned major projects a) 140 marks for Consultant’s during last 10 years experience in providing Project as on 31/03/2020 Management Consultancy Services for similar projects dam(with or without hydropower) or barrage or weir or bridge as a part of sea link project of Rs. 1400 crore or more or In case of other infrastructure projects National/Express Highway or bridge on river or Airport or Metro Railway or Tunnel or Harbor of Rs. 1800 Crore or more.

b) 110 marks for Consultant’s experience in providing Project Management Consultancy Services for similar projects dam(with or without hydropower) or barrage or weir or bridge as a part of sea link project of Rs. 1200 crore or more or In case of other infrastructure

6 projects National/Express Highway or bridge on river or Airport or Metro Railway or Tunnel or Harbor of Rs. 1600 Crore or more c) 95 marks for Consultant’s experience in providing Project Management Consultancy Services for similar projects dam(with or without hydropower) or barrage or weir or bridge as a part of sea link project as a part of sea link project of Rs. 1000crore or more or In case of other infrastructure projects National/Express Highway or bridge on river or Airport or Metro Railway or Tunnel or Harbor of Rs. 1400 Crore or more d) 0 marks for Consultant’s experience in providing Project Management Consultancy Services for similar projects dam (with or without hydropower) or barrage or weir or bridge as a part of sea link project having project cost less than Rs. 1000 crore or In case of other infrastructure

7 projects National/Express Highway or bridge on river or Airport or Metro Railway or Tunnel or Harbor having project cost less than Rs. 1400 Crore

2 Satisfactory 90 1) Experience of satisfactory completion of PMC completion up to two PMC projects Works during last 10years as on 31/03/2020 having project cost (for each project) 750 crore or more, (a)For dam(with or without hydropower) or barrage or weir or bridge as a part of sea link project-20 marks per project (b)For National/Express Highway or bridge on river or Airport or Metro Railway or Tunnel or Harbor- 16 marks per project Maximum up to 40 marks

2) Experience of satisfactory completion up to two PMC projects during last 10years as on 31/03/2020 having project cost (for each project) 500 crore or more (a) For projects of dam (with or without hydropower) or barrage or weir or bridge as a part of sea link project

8 (b) For projects of National/Express Highway or bridge on river or Airport or

Metro Railway or Tunnel or Harbor- 11 marks per project Maximum up to 30 marks

(3) Experience of satisfactory completion up to two PMC projects during last 10years as on 31/03/2020 having project cost (for each project)100 crore or more (a)For projects of dam(with or without hydropower) or barrage or weir or bridge as a part of sea link project- 10 marks per project (b)For projects of National/Express Highway or bridge on river or Airport or Metro Railway or Tunnel or Harbor- 6 marks per project Maximum up to 20 marks

Note : a) The details of work submitted by bidder for each category shall only be considered for that category for evaluation. And marks shall be given accordingly.

9 b) The project once considered in any one category shall not be considered for another categories, in full or part. c) Necessary experience certificates duly signed by competent authority shall be required to be submitted. Experience certificate shall include details like name of project, type of project, main

item of project, project cost, start and completion dates, value of work done of project itself and cost of PMC work etc.

SUB TOTAL of Item 1 230 and 2

3 Proposed 28 Evaluation will be based on the quality methodology and of submissions and marks will be work plan allotted from the breakup of the total marks as under: • Consultants approach and methodology for providing the services to this project --- Maximum Marks 22 • Consultants past experience in providing Project Management consultancy Services ---- Maximum Marks 03

10 • Consultants past experience in providing Inspection & Quality Control Services for projects comprising of infrastructure projects ---- Maximum Marks 03

4 Relevant experience 192 40% of the maximum marks for each of the key personnel Key Personnel shall be awarded for their engineering or relevant professional qualification and 60% of the maximum marks shall be awarded for their relevant professional experience. Key professionals not having the minimum qualification and minimum experience as specified in Para herein above will be assigned ‘0’ marks. sub marks for individual personnel At Sr No. 1, 2, 5, 10 & 11 of the table

4.1. Team Leader 30 listed on page no 91-96 of Clause no. 10 (Technical)-1 No. in Section6 (TOR), the marks shall be

awarded as per ANNEXURE – IV. 4.2. Dy. Team Leader 15 (Project & Documentation Control)- 1No. Dy. Team Leader (Civil) -1 No. 4.3. Barrage / Dam 15 Expert-1 No. 4.4. Environmental 8 Expert 4.5. Gate Specialist.-1 8 No. 4.6. Contract 8 Administator-1 No.

11 4.7. Soil investigation / 8 Geotechnical Expert- 1 No 4.8. Automation 8 Specialist-1 No 4.9. Billing Engineer-1 8 No.

4.10. Resident Engineers 20 (Civil)- 4No. 4.11. Senior Quality 10 Assurance Engineer- 2Nos. 4.12. Quality Assurance 8 Engineers – 4Nos. 4.13. Assistant Resident 16 Engineers – 8Nos. 4.14. Survey Engineer -3 6 No 4.15. Electrical Expert -1 8 No. 4.16. Highway Engineer – 8 1 No 4.17. Safety Expert – 1 No. 8

SUB TOTAL 220 METHODOLOGY & STAFF Grand Total 450

Note: The technical experience of subsidiary of parent company shall be counted for the works executed for PMC from the date of registration in India. No technical experience of parent company shall be considered before the date of registration in India. The Consultant shall have to score a minimum of 315 (70%) marks out of 450for qualification and opening of the price bids. However, this shall be read in conjunction with minimum eligibility criteria. Criteria, sub-criteria, and marking system for the evaluation of Full Technical Proposals with respect of Relevant experience of the key personnel (Sr No. 1, 2,

12 5, 10 & 11 of the table listed on page no 91-96 of Clause no. 10)with bifurcation for marking of Qualification & Experience is as per ANNEXURE – IV.

5.6 (A) Following enhancement factor will be applied to derived updated amount of the works as mentioned in para 5.2 (B) and Para 5.6 Item Code -1 and Item Code-2 to bring them to the base year 2019-20. The actual total completed/ substantially completed project value will be multiplied by the enhancement factor of the financial year in which the work is declared, completed as per client’s certificate. Also in case of the parent companies foreign experience certificate, enhancement factor shall be considered as per Indian financial year system i.e. April to march of next year. Sr. No Financial Year Project Enhancement in which the cost for the factor project is consulting completed assignment 1. 2019-2020(Base Year) A 1.00 2. 2018-2019 B 1.10 3. 2017-2018 C 1.21 4. 2016-2017 D 1.33 5. 2015-2016 E 1.46 6. 2014-2015 F 1.61 7. 2013-2014 G 1.77 8. 2012-2013 H 1.95 9. 2011-2012 I 2.14 10. 2010-2011 J 2.36

Note-The applicant has to submit a certificate from the client showing the details of work of similar assignment (Para 5.2 (B) and Para 5.6 of Section 5.0) in Form-G attached as Annexure- (II) or any other appropriate format. Client certificate shall indicate type of project (details of work), project completion cost, project completion month & year and other requirements for easy and clear bid evaluation and it shall be duly signed by competent authority of client not below the rank equivalent to Executive Engineer. If possible yearly break up of financial and physical progress shall be submitted, but it is not mandatory. THE CLIENT CERTIFICATE SHALL BE SUBMITTED DULY NOTORISED.

13 5.7. Short-listing of Applicant Consultants

The Consultants who score 315 out of 450 marks as stated herein above and fulfilling minimum eligibility criteria as per Para 5.2 above shall be post- qualified and included in the shortlist for opening and evaluation of their financial proposal. The Technical Evaluation, Financial Evaluation and combined evaluation as per The scores achieved by the applicant consultant shall be carried out as prescribed under the data sheet.

14 ANNEXURE-II

(Certificate of main work for which PMC Is carried out shall be submitted in following

Form-G)

FORM – G

Name of Office: Date: CERTIFICATE FOR EXPERIENCE OF WORK This is to Certify that M/s Was awarded the work of (Agreement/contract No. & Year ). As individual/ in a Joint Venture with other details of the work are as under.

1(a) Name of Joint Venture (If applicable)

1(b) -Office address. -Name of state --Telephone number with STD code -Fax number. -E-mail address. 2) Percentage of share of theagency as per Joint Venture agreement(If applicable)

3) Final total consultancy amount of the work (Rs. in Crore)------4) Cost of project for which PMC services provided (excluding price escalation)

For ongoing project. (i)Total project cost for which PMC services provided (ii) Completed project cost as on 31/03/2020. (iii) Percentage completion of work 5) Time Limit in months 6) A. Actual date of starting. B. Stipulated date of completion 7) Actual/ Stipulated date of completion

8) Whether any fine imposed for not carrying the work as per stipulated

time Schedule? (If Yes please give details) 9) Whether the work was abandoned? (If Yes, please give details) 10) Executed cost of work year wise since commencement of work. Note: Cost of work includes price escalation but excludes unsettled claims. 11) Year wise performance For both , (a) project under PMC & (b) PMC work

Sr. Particulars Unit Total Year wise Total Balance work to No updated achievement be carried Cost / out Quantity (i) Financial (i) Project cost for (excluding price escalation) which PMC services provided.

(ii) PMC consultancy amount.

Note: cost of work excludes unsettled claims.

Note: 1. The agency has carried out the work satisfactorily/ unsatisfactorily.

Signature of Accountant Signature of Engineer-In-Charge Name of Accountant Name and Seal of Engineer-In-Charge Date: Date: Place: Place:

ANNEXURE-IV Criteria, sub-criteria, and marking system for the evaluation of Full Technical Proposals with respect of Relevant experience of the key personnel with bifurcation for marking of Qualification & Experience Sub Sub marking marking for for Sr. No. Qualification Qualification Experience Experience Part Part Q(40%) E (60%) 1 Team Leader (Technical)-1 No. 30 Project management, B.E. / B. Tech in Civil planning, design and Engineering with 20 years of execution of water experience with specialization resources projects, should in handling water resource have proven managerial projects majorly. capability as a Team or Leader for at least five M.E./M. Tech with any assignments leading multi- specialization with 15 years of disciplinary teams in experience in handling water complex tasks of project resource projects 12 management. 18 (1) 5 or more nos. of similar projects dam or barrage or weir or bridge as a part of sea link project 18 (2) 4 nos. of similar projects dam or barrage or weir or bridge as a part of sea link project AND 1 no. of other infrastructure projects National or Express Highway or bridge on river or Airport or Metro Railway or Railway or Harbour or Atomic power project 15 (3) 3 nos. of similar projects dam or barrage or weir or bridge as a part of sea link project AND 2 nos. of other infrastructure projects National or Express Highway or bridge on river or Airport or Metro Railway or Railway or Harbour or Atomic power project 12 (4) 1 nos. of similar projects dam or barrage or weir or bridge as a part of sea link project AND 4 nos. of other infrastructure projects National or Express Highway or bridge on river or Airport or Metro Railway or Railway or Harbour or Atomic power project 9 (5) 5 or more nos. of only other infrastructure projects National or Express Highway or bridge on river or Airport or Metro Railway or Railway or Harbour or Atomic power project 6

Dy. Team Leader (Project & Documentation Control)-1No. 2 15 Dy. Team Leader (Civil) -1 No.

NOTE:- Following marking scheme is for one person. For final marking, per person per project marking should be considered Experience in Structural Design, Construction / Construction Supervision B.E./B.Tech (Civil) with 15years of at least 3 assignments experience or of water resources or M.E/M.Tech (Civil) with 12 major infrastructure years of experience. 3 projects. 4.5 7.5 (1) 3 or more nos. of similar projects dam or barrage or weir or bridge as a part of sea link project 4.5 (2) 2 nos. of similar projects dam or barrage or weir orbridge as a part of sea link project AND 1 no. of other infrastructure projects National or Express Highway or bridge on river or Airport or Metro Railway or Railway or Harbour or Atomic power project 3 (3) 1 nos. of similar projects dam or barrage or weir or bridge as a part of sea link project AND 2 nos. of other infrastructure projects National or Express Highway or bridge on river or Airport or Metro Railway or Railway or Harbour or Atomic power project 2 3 Barrage / Dam Expert-1 No 15 B.E. / B. Tech (Civil) 15 years of 6 Specialization in Design/ 9 experience. Supervision in construction of Dams/ Barrages/ weirs/ water resources projects.

(1) 3 or more nos. of projects as described above 9 (2) 2 nos. of projects as described above 6 (3 )1 no. of projects as described above 3 4 Resident Engineers (Civil)- 4No. 20 NOTE:- Following marking scheme is for one person. For final marking, per person per project marking should be considered 7 years plus as a site engineer in water resources, water B.E./ B.Tech (Civil) management, dam or barrage or weir 2 construction. 3 5 (1) 2 or more nos. of water sector related projects as described above 3 (2) 1 no. of water sector related projects as described above AND 1 nos. of other infrastructure projects National or Express Highway or bridge on river or Airport or Metro Railway or Railway or Harbour or Atomic power project 2 (3) 2 nos. of other infrastructure projects National or Express Highway or bridge on river or Airport or Metro Railway or Railway or Harbour or Atomic power project 1 5 Gate Specialist.-1 No. 8 Experience in erection of gates, hoisting arrangement, gantry crane, and other similar structures in preferably in B.E.(Mechanical) with 10 years marine/estuarine strata experience. 3.2 Water resource projects. 4.8 (1) 3 or more nos. of water sector projects as described above 4.8 (2) 2 nos. of water sector projects as described above 3 (3 )1 nos. of water sector projects as described above 2 (4) For no experience in water sector projects as described above 0

Senior Quality Assurance 6 10 Engineer- 2Nos.

NOTE:- Following marking scheme is for one person. For final marking, per person per project marking should be considered (A) B.E./ B.Tech (Civil) 7 years plus as a quality assurance engineer having experience in quality assurance of irrigation, 2 water resources 3 5 (1) 3 or more nos. of water sector projects as described above 3 (2) 2 nos. of water sector projects as described above 2 (3) 1 no. of water sector projects as described above 1 (4) For no experience in water sector projects as described above 0 NOTE:-

At Sr No. 1,2,5, 10 & 11 of the table listed on page no 91-96 of Clause no. 10 in Section6(TOR), the marking shall be awarded as given above for evaluation of experience of key personnel. For evaluation of qualification, the marking shall be as already decided in bid document.

FORM TECH-2: CONSULTANT’S ORGANIZATION AND EXPERIENCE

B – Financial Capacity of the Applicant

S. No. Financial Year Annual turnover (consultancy fees)

1 2 3 1. 2015-2016

2. 2016-2017

3. 2017-2018

4. 2018-2019

5. 2019-2020 (Base year)

Certificate from the Statutory Auditor This is to certify that the information contained in Column 3 above is correct as per the accounts of the Applicant (Name of Applicant).

Name of the audit firm: Seal of the audit firm Date: (Signature, name and designation of the authorized signatory)

Note: The consultant shall give the above turnover details as consultancy fees year wise in parity with the balance sheet duly certified by auditor/ chartered accountant. FORM TECH-2: CONSULTANT’S ORGANIZATION AND EXPERIENCE

D – Consultant’s Experience in Similar PMC Assignments:

S. No Name of Project Name of Date of Date of completed #Cost of Page no

Client Award of comple cost of project of clients enhanced at with assignment tion of Project/ work certificate done under the level of address assign attached PMC year (2019- and ment 2020) contact

numbers (1) (2) (3) (4) (5) (6) (7) (8) 1 Relevant Experience of the Consultant for major projects

2 Satisfactory completion of PMC Works A- Experience of Satisfactory completion of PMC Project having project cost Rs.750 Crore or more

B- Experience of Satisfactory completion of PMC Project having project cost Rs.500 Crore or more

C- Experience of Satisfactory completion of PMC Project having project cost Rs.100 Crore or more

* The Applicant should provide details of only those projects that have been undertaken and completed/substantially completed by it under its own name. # Update value of project under PMC at the level of 2019-2020, column no. (7) = column no. (6) as above x enhancement factor of the respective financial year of completion of the said project.

Bidder’s signature & seal

Note: (1) The Applicant may attach separate sheets to provide brief particulars of other relevant experience of the Applicant

(2) The applicant has to submit a certificate from the client

showing the details of work of similar assignment (Para 5.2

(a) of Section 5.0) in Form-G attached as Annexure- (II)

client certificate shall indicate type of project, project cost,

main items of project, yearly break up of financial and

physical progress, and it shall be duly signed by competent

authority of client not below the rank equivalent to

Executive Engineer.

FORM FIN-3: BREAKDOWN OF LUMP SUM COST COMPONENTS

This breakdown of costs is the component wise breakdown for the total lump sum price quoted in form FIN 2

Cost in Rupees

Cost component

Remuneration of key professionals

Travel & transportation for the key professionals including lodging & boarding

Cost of office including furniture, computer, software stationary, staff, O&M etc

Contingency expenditure

Remuneration of other support staff required for execution of consultancy work as per terms of reference (scope of work)

Overheads

Subtotal

GST

Total

NARMADA AND WATER RESOURCES, WATER SUPPLY AND KALPASAR DEPARTMENT

Selection and Appointment of Project Management Consultant (Quality & Cost Based) For Engineering, Procurement & Construction Contract (EPC) for Bhadbhut Barrage, Flood Protection Embankments & Associated Works across River Narmada near Village Bhadbhut of Bharuch District in the State of Gujarat – India Tender Notice No. 1 of 2020-21 CORRIGENDUM-4 Following Corrigendum is issued to the Notice Inviting Tender and Online Tenders (E-tendering) as a request for proposal uploaded on e-tender website. (Tender ID - 406806) Sr. Page Clause No. Provision in Uploaded Tender/ Earlier Corrigendum Now to be read as (amended provision) No. No. 1 2 3 4 5 1 33 Section- 3 A Company / firm that have been engaged by the A Company / firm that have been engaged by the NWRWS Conflict of NWRWS & K DEPARTMENT to provide goods, works & K DEPARTMENT to provide goods, works or services Interest or services for a project, and any of its affiliates, shall be (non consultancy services) for a project, and any of its 1.6.1(a) disqualified from providing consulting services related to affiliates, shall be disqualified from providing consulting those goods, works or services. Conversely, a firm hired to services related to those goods, works or services. provide consulting services for the preparation or Conversely, a firm hired to provide consulting services for implementation of a project, and any of its affiliates, shall the preparation or implementation of a project, and any of be disqualified from subsequently providing goods or its affiliates, shall be disqualified from subsequently works or services other than consulting services resulting providing goods or works or services (other than consulting from or directly related to the firm’s consulting services services) resulting from or directly related to the firm’s for such preparation or implementation. The Consultancy consulting services for such preparation or implementation. Firms / Companies who have been / who are appointed by The Consultancy Firms / Companies who have been / who NWRWS & K DEPARTMENT and are providing are appointed by NWRWS & K DEPARTMENT and are services related to the Bhadbhut Barrage Project shall not providing services (as explained above) related to the be permitted to participate in this bidding process. No Bhadbhut Barrage Project shall not be permitted to representations from any intending consultant will be participate in this bidding process. No representations from considered by NWRWS & K DEPARTMENT during the any intending consultant will be considered by NWRWS & bidding process or after receipt of bids whatsoever. K DEPARTMENT during the bidding process or after receipt of bids whatsoever. 2 34 Section- 3 As aforesaid a Consultant who presently has been As aforesaid a Consultant who presently has been providing Conflict of providing any type of services to the NWRWS & K services to the NWRWS & K DEPARTMENT for Interest DEPARTMENT for preparation and formulation of the preparation and formulation of the Bhadbhut Barrage Project 1.6.1(c) Bhadbhut Barrage Project shall not be appointed for the such as DPR preparation, DTP (draft tender papers)/ TOR PMC Services. The bid submitted by such firms shall not (terms of reference) preparation, involved in designing/ be processed and out rightly rejected. vetting of design etc shall not be appointed for the PMC Services. The bid submitted by such firms shall not be processed and out rightly rejected.

3 8 Schedule of 5. Last date of receipt of Physical submission of tender 5. Last date of receipt of Physical submission of tender fee, E-Tendering fee, EMD, other document and Technical Bid by RPAD/ EMD, other document and Technical Bid by RPAD/ Speed Speed Post Post/ Courier/ Hand delivery. (Note: Physical document submission as per tender terms and conditions is mandatory by RPAD/Speed Post/Courier/Hand Delivery if bidder has not submitted tender fee & EMD through online transaction.)

4 57 Details and The Bidder shall have to submit scanned copies of above The Bidder shall have to submit scanned copies of above documents to documents (A to F) electronically on website and documents (A to F) electronically on website and physically be furnished physically also in a separate sealed envelope along with a also in a separate sealed envelope along with a separate along with separate cover of Technical proposal documents, and both cover of Technical proposal documents, and both envelope Technical Bid envelope in another big envelope with name of work on in another big envelope with name of work on the envelope. the envelope. Bidders will have to submit original DD of Bidders will have to submit original DD of tender fee, tender fee, FDR/BG for EMD & other document in one FDR/BG for EMD & other document in one sealed envelope sealed envelope along with its zerox copies. The physical along with its zerox copies. The physical submission shall be submission shall be made by RPAD/ Speed Post to reach made by RPAD/ Speed Post/ Courier/Hand Delivery to reach the office of the Superintending Engineer, Project the office of the Superintending Engineer, Project Implementation Unit-2, GERI Compound, Race Course, Implementation Unit-2, GERI Compound, Race Course, Vadodara, 390007 up to specified date & time. The Vadodara, 390007 up to specified date & time. The Physical Physical submission received after the specified date & submission received after the specified date & time shall not time shall not be accepted. be accepted. (Note: Physical document submission as per tender terms and conditions is mandatory by RPAD/Speed Post/Courier/Hand Delivery if bidder has not submitted tender fee & EMD through online transaction.)

5 60 Bid Security- Earnest Money Deposit (EMD) amounting to Rs 32.00 Earnest Money Deposit (EMD) amounting to Rs 32.00 Lakh EARNEST Lakh as mentioned below must reach by RPAD/ Speed as mentioned below must reach by RPAD/ Speed Post/ MONEY Post in the office the Superintending Engineer, Gulf of Courier/ Hand delivery in the office the Superintending DEPOSIT Khambhat Development Project (WR), Project Engineer, Gulf of Khambhat Development Project (WR), (EMD) Implementation Unit-2, GERI Compound, Race Course, Project Implementation Unit-2, GERI Compound, Race Vadodara on due date specified in the tender notice. Course, Vadodara on due date specified in the tender notice. (Note: Physical document submission as per tender terms and conditions is mandatory by RPAD/Speed Post/Courier/Hand Delivery if bidder has not submitted tender fee & EMD through online transaction.)

NARMADA AND WATER RESOURCES, WATER SUPPLY AND KALPASAR DEPARTMENT

Selection and Appointment of Project Management Consultant (Quality & Cost Based) For Engineering, Procurement & Construction Contract (EPC) for Bhadbhut Barrage, Flood Protection Embankments & Associated Works across River Narmada near Village Bhadbhut of Bharuch District in the State of Gujarat – India Tender Notice No. 1 of 2020-21

CORRIGENDUM-5 Following Corrigendum is issued to the Notice Inviting Tender and Online Tenders (E-tendering) as a request for proposal uploaded on e-tender website. (Tender ID - 406806) Sr. Page Clause No. Provision in Uploaded Tender/ Earlier Now to be read as (amended provision) No. No. Corrigendum 1 2 3 4 5 1 8 Schedule of E- As per schedule of e-tendering on Page No. 8 “Schedule of E-tendering” is updated and uploaded as tendering Annexure-1 of Corrigendum-5. 2 154 FORM FIN-4: As per Table on Page No. 154 “FORM FIN-4” is updated and uploaded as Annexure-2 of BREAKDOWN OF Corrigendum-5. REMUNERATION OF STAFF INCLUDED IN THE LUMP SUM COST

Annexure‐1 of Corrigendum No. 5

Narmada Water Resources Water Supply & Kalpasar Department TENDER NOTICE NO.1 of 2020-21 Online Tenders(E-tendering) as a request for proposal for following work of Narmada Water Resources Water Supply & Kalpasar Department are publicly invited by the Superintending Engineer, Gulf Of Khambhat Development Project (WR),Project Implementation Unit-2, Vadodara (Phone No. 0265-2323871, 2323872)from the eligible applicant consultant providing consultancy services in India and having its office in India. Name of work 1.Tender Fee 1.Time for Consultancy Service 2. EMD Rs. Selection and appointment of 1) Rs 18000 1) 60 Months project management consultant 2) Rs 32 Lakh (Quality &cost based) for engineering, procurement &construction contract (EPC) for Bhadbhut barrage, flood protection embankments &associated works across river Narmada near village Bhadbhut of Bharuch district in the state of Gujarat – India SCHEDULE OF E-TENDERING Sr. Description Schedule Date Revised Date No. 1. Date of uploading 4 may 2020 - 2. Pre-Bid Meeting 16 May 2020 at 12.00 hrs. - 3. Last date of 18 June 2020 up to 18.00 26 June 2020 up to 18.00 downloading of tender Hrs. Hrs. document. 4. Last date of Online 18 June 2020 up to 18.00 26 June 2020 up to 18.00 submission of tender Hrs. Hrs. Document i.e. last date of receipt Tender by NWRWS&KD. 5. Last date of receipt of 25 June 2020 up to 18.00 01 July 2020 up to 18.00 Physical submission of hrs. in the office of the hrs. in the office of the tender fee, EMD, other Superintending Engineer, Superintending Engineer, document and Project Implementation Project Implementation Technical Bid by RPAD Unit-2, GERI Compound, Unit-2, GERI Compound, / Speed Post/ Courier / Race Course, Vadodara - Race Course, Vadodara - Hand Delivery 390007 390007 6. Online/Physical 26 June 2020 12.00 Hrs. 02 July 2020 12.00 Hrs. verification of Tender onwards in the office of onwards in the office of Fee, EMD & other the Superintending the Superintending documents. Engineer, Project Engineer, Project Implementation Unit-2, Implementation Unit-2, Vadodara. Vadodara. 7. Online Opening of Pre- 26 June 2020 13.00 Hrs. 02 July 2020 13.00 Hrs. Qualification Bid / onwards in the office of onwards in the office of Technical bids. the Superintending the Superintending Engineer, Project Engineer, Project Implementation Unit-2, Implementation Unit-2, Vadodara. Vadodara. 8. Online opening of Price Bid opening Price Bid opening Financial Bid of schedule will be intimated schedule will be intimated qualified bidders only to qualified bidders after to qualified bidders after approval of Pre- approval of Pre- qualification Bid/ qualification Bid/ Technical Bid. Technical Bid. The details of above notice will be available on web site www.nprocure.com and GOG website www.statetenders.com and tender documents are available

Executive Engineer Gulf of Khambhat Development Project(WR) Project Implementation Unit-2 Vadodara Annexure-2 of Corrigendum No. 5

FORM FIN-4: DETAILS OF REMUNERATION OF STAFF AS TOTALLED IN FORM FIN 3 AND INCLUDED IN THE LUMP SUM COST IN FORM FIN 2

REMUNERATION OF KEY PERSONNEL IN INR (MAN MONTH RATE)

SR. NAME DESIGNATION OF THE KEY NOS. MONTHLY DEPLOYMENT AMOUNT IN RS. PERSONNEL REMUNERATI PERIOD IN NO ON IN RS. MONTHS (MANMONTH RATE) 1 Team Leader (Technical) 1 60 2 Dy. Team Leader (Project 1 60 & Documentation Control) Dy. Team Leader (Civil) 1 60 3 Barrage / Dam Expert- 1 60 4 Environmental Expert 1 60 5 Gate Specialist- 1 36 6 Contract Administator 1 60 7 Soil investigation / 1 42 Geotechnical Expert- 8 Automation Specialist 1 30 9 Billing Engineer 1 60 10 Resident Engineers(Civil) 1 60 1 60 1 60 1 60 11 Senior Quality Assurance 1 60 Engineer Senior Quality Assurance 1 48 Engineer 12 Quality Assurance 1 60 Engineers 1 60 1 60 1 60 13 Assistant Resident 1 60 Engineer 1 60

1 1 60

1 60

1 60

1 60

1 60

1 60

14 Survey Engineer 1 60 1 48 1 48 15 Electrical Expert -1 No. 1 48 16 Highway Engineer1 no 1 32 17 Safety Expert – 1 No. 1 60 Total in Figure Total in Words

Authorized Signature [In full and initials]: Name and Title of Signatory:

Name of Firm:

2 NARMADA AND WATER RESOURCES, WATER SUPPLY AND KALPASAR DEPARTMENT

Selection and Appointment of Project Management Consultant (Quality & Cost Based) For Engineering, Procurement & Construction Contract (EPC) for Bhadbhut Barrage, Flood Protection Embankments & Associated Works across River Narmada near Village Bhadbhut of Bharuch District in the State of Gujarat – India Tender Notice No. 1 of 2020-21 CORRIGENDUM-6 Following Corrigendum is issued to the Notice Inviting Tender and Online Tenders (E-tendering) as a request for proposal uploaded on e-tender website. (Tender ID - 406806) Sr. Page Clause No. Provision in Uploaded Tender/ Earlier Corrigendum Now to be read as (amended provision) No. No. 1 2 3 4 5 1 96 Section- 6- - Add Note below Table- 10. Note- The age of key professionals listed in above table shall not Consultant’s be more than 58 years as on 1st May 2020. Similarly, during the Key tenure of PMC work, in case of replacement of the Key Professional Professionals, if any, the age of proposed personnel shall not be and Support more than 58 years on the date of such proposal. Staff 2 117 Section 7: (b) If the NWRWS&K DEPARTMENT finds that any of (b) If the NWRWS&K DEPARTMENT finds that any of the General the Personnel have (i) committed serious misconduct or Personnel have (i) committed serious misconduct or have Conditions of have been charged with having committed a criminal been charged with having committed a criminal action, or (ii) Contract action, or (ii) have reasonable cause to be dissatisfied with have reasonable cause to be dissatisfied with the performance Para- 4.5 the performance of any of the Personnel, then PMC shall, of any of the Personnel, then PMC shall, at the NWRWS&K Removal at the NWRWS&K DEPARTMENT’s written request DEPARTMENT’s written request specifying the grounds and/or specifying the grounds thereof, provide as a replacement a thereof, provide as a replacement a person with qualifications Replacement person with qualifications and experience acceptable to and experience acceptable to the NWRWS&K and reduction the NWRWS&K DEPARTMENT. In the event, the DEPARTMENT. In the event, the service of any personnel at of Personnel service of any personnel at particular position is not found particular position is not found satisfactory as per terms and satisfactory as per terms and conditions even after two conditions even after two replacements of the personnel replacements of the personnel requested by NWRWS&K requested by NWRWS&K DEPARTMENT in that category, DEPARTMENT, a notice shall be issued to PMC by a notice shall be issued to PMC by NWRWS&K NWRWS&K DEPARTMENT to take the necessary DEPARTMENT to take the necessary measures to address measures to address the situation. Non fulfillment of the the situation. Non fulfilment of the same within 30 days will same within 30 days will result in replacement of result into termination of contract. In such case the PMC personnel/ arrangement of service by NWRWS&K agency shall be debarred from participation in the tenders of DEPARTMENT at the risk and cost of PMC. The works for a period as decided by the remuneration and other charges charged by such personnel Kalpasar Department. if not paid by the PMC, the same shall be paid by department and shall be recovered from running bills or from the security deposits.

3 Corrige Section 6 para Notes below table: Notes below table: ndum- 10 - The professionals given in above table are exclusively 3 Sr. Consultant’s -PMC will provide the details of the support staff to be for field work. They have to remain on site. No.- 10 Key deployed for the assignment. Professional -Looking to the nature and scope of the EPC project the - PMC will provide the details of the support staff to be and Support required supporting staff shall be deployed by the consultant deployed for the assignment. Staff: over and above key personnel. - Looking to the nature and scope of the EPC project the required supporting staff shall be deployed by the consultant over and above key personnel. - The bidder shall provide the details of in house design team/ sub consultants to be engaged for examining, vetting, calculations and approval of design submitted by the EPC contractor under the category of support staff over and above required for field activities in FORM TECH-4: DESCRIPTION OF APPROACH, METHODOLOGY AND WORK PLAN FOR PERFORMING THE ASSIGNMENT, c) Organization and Staffing. The Consultant shall demonstrate following requirement for such support staff (in house team) / sub consultant engaged for vetting of detailed design submitted by EPC contractor.

(The following experience criteria for design support staff (in house team) / sub consultant is not for prequalification of the PMC bidder at bidding stage)

1- Support staff (in house team) / sub consultant shall have minimum seven years of experience in designing of civil structures. 2- Support staff ( in house team) / sub consultant shall have experience of designing of Gated Concrete Dams/ Barrages/ weirs of minimum 8 m height 3- Support staff (in house team) / sub consultant shall have experience of designing Earthen Embankment/ Dam of minimum 10 m height 4- Support staff (in house team) / sub consultant shall have experience of designing of Pre-stressed Concrete bridge of minimum 15 m span. 5- PMC Consultant can hire maximum upto 3 sub consultants for vetting and approval of design work.

Narmada Water Resources Water Supply & Kalpasar Department CORRIGENDUM No. – 7 of TENDER NOTICE NO.1 of 2020-21 Online Tenders(E-tendering) as a request for proposal for following work of Narmada Water Resources Water Supply & Kalpasar Department are publicly invited by the Superintending Engineer, Gulf Of Khambhat Development Project (WR),Project Implementation Unit-2, Vadodara (Phone No. 0265-2323871, 2323872)from the eligible applicant consultant providing consultancy services in India and having its office in India. Name of work 1.Tender Fee 1.Time for Consultancy Service 2. EMD Rs. Selection and appointment of 1) Rs 18000 1) 60 Months project management consultant 2) Rs 32 Lakh (Quality &cost based) for engineering, procurement &construction contract (EPC) for Bhadbhut barrage, flood protection embankments &associated works across river Narmada near village Bhadbhut of Bharuch district in the state of Gujarat – India SCHEDULE OF E-TENDERING Sr. Description Schedule Date Revised Date No. 1. Date of uploading 4 may 2020 - 2. Pre-Bid Meeting 16 May 2020 at 12.00 hrs. - 3. Last date of 26 June 2020 up to 18.00 02 July 2020 up to 18.00 downloading and Hrs. Hrs. Online submission of tender Document. 4. Last date of receipt of 01 July 2020 up to 18.00 09 July 2020 up to 18.00 Physical submission of hrs. in the office of the hrs. in the office of the tender fee, EMD, other Superintending Engineer, Superintending Engineer, document and Project Implementation Project Implementation Technical Bid by Unit-2, GERI Compound, Unit-2, GERI Compound, RPAD/ Speed Post/ Race Course, Vadodara - Race Course, Vadodara - Courier/ Hand Delivery 390007 390007 5. Online/Physical 02 July 2020 12.00 Hrs. 10 July 2020 12.00 Hrs. verification of Tender onwards in the office of onwards in the office of Fee, EMD & other the Superintending the Superintending documents. Engineer, Project Engineer, Project Implementation Unit-2, Implementation Unit-2, Vadodara. Vadodara. 6. Online Opening of Pre- 02 July 2020 13.00 Hrs. 10 July 2020 13.00 Hrs. Qualification Bid / onwards in the office of onwards in the office of Technical bids. the Superintending the Superintending Engineer, Project Engineer, Project Implementation Unit-2, Implementation Unit-2, Vadodara. Vadodara. 7. Online opening of Price Bid opening Price Bid opening Financial Bid of schedule will be intimated schedule will be intimated qualified bidders only to qualified bidders after to qualified bidders after approval of Pre- approval of Pre- qualification Bid/ qualification Bid/ Technical Bid. Technical Bid. The details of above notice will be available on web site www.nprocure.com and GOG website www.statetenders.com and tender documents are available

-Sd Executive Engineer Gulf of Khambhat Development Project(WR) Project Implementation Unit-2 Vadodara