103
ATTACHMENT OF TENDER ENQUIRY Letter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page No. 1 to 54 Guidelines/Performa for Factory inspection - Page No. 1 to 6 UTTARAKHAND JAL SANSTHAN ORIGINAL Tender Document With General Guidelines and Instructions OFFICE OF THE EXECUTIVE ENGINEER, CENTRAL STORE, UTTARAKHAND JAL SANSTHAN, JAL BHAWAN, 'B' BLOCK, NEHRU COLONY, DEHRADUN-248001 Tender document for: Annual Rate Contract for Supply, Laying, Jointing, Testing and Commissioning of ISI marked PP-R Pipes Pressure rating 10 & 16 Kg/cm 2 conforming to IS specification: 15801:2008 and fittings of various sizes, Fusion welding tools and machines including related civil works on turnkey basis (SITC Work) for pumping/surface water supply scheme in any part of Uttarakhand State. Purpose of Tender:- Uttarakhand Jal Sansthan is maintaining various pumping/surface water supply schemes in Uttarakhand State. For best drinking water transmission PP-R Pipes are used due to corrosion/chemical resistant properties, flexibility, ease for installation, light weight, relatively easy to handle, maintain and transport, economical, long lasting & environmentally safe than G.I. Pipe, have good impact strength, do not brittle/crack even at below minus 10 0 C, plus 40 0 C. PP-R Pipe have smooth inner wall, hence minimum friction losses in comparison of G.I. Pipe. It does not create dermatic hazard and toxicity, when in contact with water. So the tender for Supply, Laying, Jointing, Testing and Commissioning on turnkey basis (SITC Work) of ISI marked PP-R Pipes Pressure rating 10 & 16 Kg/cm 2 conforming to IS specification: 15801:2008 and fittings of various sizes is invited on the basis of annual rate contract. Cost of tender document : Rs. 300.00 + 41.00 Earnest money to be deposited with the tender : Rs. 50,000.00 in the shape of (FDR/CDR/NSC/BG) Last Date of Sale/Downloading of tender document : 23.04.12 Date of opening tender : 24.04.12 at 4:00 p.m. Tender document issued to : M/s ................................................. ................................................. Dated: Executive Engineer

UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

Embed Size (px)

Citation preview

Page 1: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

ATTACHMENT OF TENDER ENQUIRY

Letter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3

Details of Contents - Page No. 1 to 54Guidelines/Performa for Factory inspection - Page No. 1 to 6

UTTARAKHAND JAL SANSTHANORIGINAL

Tender Document With

General Guidelines and Instructions OFFICE OF THE EXECUTIVE ENGINEER, CENTRAL STORE,UTTARAKHAND JAL SANSTHAN, JAL BHAWAN, 'B' BLOCK,

NEHRU COLONY, DEHRADUN-248001Tender document for: Annual Rate Contract for Supply, Laying, Jointing, Testing and

Commissioning of ISI marked PP-R Pipes Pressure rating 10 & 16 Kg/cm2 conforming to IS specification: 15801:2008 and fittings of various sizes, Fusion welding tools and machines

including related civil works on turnkey basis (SITC Work) for pumping/surface water supply scheme in any part of Uttarakhand State.

Purpose of Tender:- Uttarakhand Jal Sansthan is maintaining various pumping/surface water supply schemes in Uttarakhand State. For best drinking water transmission PP-R Pipes are used due to corrosion/chemical resistant properties, flexibility, ease for installation, light weight, relatively easy to handle, maintain and transport, economical, long lasting & environmentally safe than G.I. Pipe, have good impact strength, do not brittle/crack even at below minus 100C, plus 400C. PP-R Pipe have smooth inner wall, hence minimum friction losses in comparison of G.I. Pipe. It does not create dermatic hazard and toxicity, when in contact with water. So the tender for Supply, Laying, Jointing, Testing and Commissioning on turnkey basis (SITC Work) of ISI marked PP-R Pipes Pressure rating 10 & 16 Kg/cm2 conforming to IS specification: 15801:2008 and fittings of various sizes is invited on the basis of annual rate contract.Cost of tender document : Rs. 300.00 + 41.00Earnest money to be deposited with the tender : Rs. 50,000.00in the shape of (FDR/CDR/NSC/BG)Last Date of Sale/Downloading of tender document : 23.04.12Date of opening tender : 24.04.12 at 4:00 p.m.Tender document issued to :

M/s ..................................................................................................

Dated:Executive Engineer

Note: - 1. Tender document can be purchased on cash payment mentioned above, from office of the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun.

2. If, the tender document is required by post in India, cost of tender document mentioned above and additional sum of `100/- (` One Hundred Only), postal charges, in the shape of demand draft issued by Nationalized Bank in the name of Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun, payable at Dehradun shall be enclosed with the request. Uttarakhand Jal Sansthan will not be responsible for postal delay.3. This tender document (in original) issued by the Executive Engineer, Central Store, Dehradun duly filled in and signed by tenderer should be submitted with earnest money in due date and time positively, in the office of the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun with the technical bid otherwise opening of the commercial bid shall not be considered.4. Downloaded tender document from website http://ujs.uk.gov.in, duly filled in and signed by tenderer should be submitted along with cost of tender document mentioned above has to be enclosed with the tender document at the time of submission, in the form of demand draft issued by nationalized bank in the name of Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun, payable at Dehradun and with earnest money in due date and time positively, in the office of the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun with the technical bid otherwise opening of the commercial bid shall not be considered.

Page 2: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

5. Cost of tender document is not refundable and tender is not transferrable.

Page 3: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

CONTENTS

S.No.

Description Page No.

Tender Notice. 1-2

Terms and Conditions for Tenderers, Special Terms and Conditions, Technical Bid and Commercial Bid.

3-11

Declaration Part – I 12

Declaration Part – II 13

Memorandum 14

Form Of Experience 15

GENERAL GUIDE LINES, INSTRUCTIONS, SPECIFICATIONS, TERMS AND CONDITIONS FOR TENDERERS 16-26

1. Definitions 16

2. Deposit 17

3. Security Clause 17

4. Encash of a Bank Guarantee 17

5. Mode of Submitting Tender 17-18

6. Submission of Documents 18

7. Signing of Tender 18-19

8. Important Notes 19

9. Vague Offer 19

10. Import License 19

11. Period for which Offer shall be Valid 19

12. Expiry of Validity of Documents 19

13. Validity 20

14. PAN 20

15. Papers Relating to Sales/Trade Tax/VAT/Service Tax 20

Page 4: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

16. Cancellation of Tender 20

17. Withdraw of Tender 20

18. Penalty: For Rejection of Defective Material and Defective Works 20-21

19. Supply 21-22

20. Date of Completion of work 22

21. Rates 22-23

22. Price Variation 23

23. Mode of Transportation 23

24. Transit Insurance 23

25. Octroi Charges 23

26. Bank Charges 23

27. Force Majeure 23

28. Orders 24

29. Cancellation of Supply/work 24

30. Transfer of Agreement 24

31. Payment 24

32. Liquidated Damages 24-25

33. Parallel Contract 25

34. Arbitration Clause 25

35. Applicable Law 25

36. Marking 26

37. Third Party Inspection 26

38. Departmental Inspection and Test Certificates 26

39. Test Certificate to be submitted by the Firm 26

40. Address of the Tenderer firm 26

Page 5: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

Schedule ‘A & A-1’: Rates 27-40

Annexure-1: Undertaking 41

Performa for B.G. Bond 42-43

General Specifications for Civil Works 44-54

Guidelines/Performa for Factory inspection 1-6

Page 6: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-1-Office of the Executive Engineer, Central Store, Uttarakhand Jal Sansthan,

Jal Bhawan, 'B' Block, Nehru Colony, Dehradun.

Letter No. 1694 / Tender Notice /2011-12 Date: 26.03.12

Tender NoticeFor and on behalf of Uttarakhand Jal Sansthan, invites sealed tenders in two bid system i.e.

Technical Bid & Commercial Bid for procurement of materials and execution of work detailed below.Tender

No.EMD in Rs. Cost of tender + VAT

@ 13.50% in Rs. Last date of

Sale/Downloading of tender

Tender receiving upto 3:00 pm and opening at 4:00 pm on same date

(1) (2) (3) (4) (5)Annual Rate Contract for Supply, Laying, Jointing, Testing and Commissioning of following pipes including related civil works on turnkey basis (SITC Work):-

8

ISI marked PP-R Pipes Pressure rating 10 & 16 Kg/cm2 conforming to IS specification: 15801:2008 and fittings of various sizes, Fusion welding tools and machines for pumping/surface water supply scheme in any part of Uttarakhand State.

50,000.00 300.00 + 41.00 23.04.2012 24.04.2012Basic Eligibility:- Only those manufacturers having BIS license for ISI mark are allowed to take part in the above tenders no. 8. Without ISI certification, the tender will not be issued/considered by the department in any case.Annual Rate Contract for execution of following work:-

28

Cartage of material i.e. Pipes and Fittings, Chemicals, Pumpsets, T&P etc. from Central Store, Dehradun and Haldwani to various divisional stores of the Department including loading, unloading and stacking properly.

50,000.00 300.00 + 41.00 23.04.2012 24.04.2012Basic Eligibility:- Only those transporters who are having minimum four trucks of 9 Metric Ton capacity are allowed to take part in the above tender no. 28.Annual Rate Contract for the procurement of following material:-

32ISI marked H.D.P.E. Pipe material grade P.E. 63, Pressure rating 6 & 10 Kg/cm2, conforming to IS specification: 4984-1995 and fittings of various sizes for pumping/surface water supply scheme.

50,000.00 300.00 + 41.00 24.04.2012 25.04.2012Basic Eligibility:- Only those manufacturers having BIS license for ISI mark are allowed to take part in the above tenders no. 32. Without ISI certification, the tender will not be issued/considered by the department in any case.Annual Rate Contract for execution of following works:-

33Drilling and Installation of India Mark II hand pumps in various hill districts of Uttarakhand by ODEX-115/DTH Method.

5,00,000.00 300.00 + 41.00 24.04.2012 25.04.2012

34Drilling and Development of Mini Tubewells in various hill districts of Uttarakhand by ODEX-200/150/125/DTH or Percussion Method-200.

5,00,000.00 300.00 + 41.00 25.04.2012 26.04.2012Basic Eligibility:- Only those contractors/firms who are registered in Uttarakhand Jal Sansthan are allowed to take part in the above tenders no. 33 and 34.Annual Rate Contract for procurement and execution of following work:-

35Iron Removal Unit rating 5-15 LPM for Hand Pumps and installation at various site(s) of Uttarakhand State.

50,000.00 300.00 + 41.00 26.04.2012 27.04.2012Basic Eligibility:- Only manufacturers or agency authorised by manufacturers are allowed to take part in the above tender no. 35. Without authorization of principal manufacturer (in case of agency), the tender will not be issued/considered by the department in any case.

Terms and Conditions: 1. For full & further details kindly visit our website http://ujs.uk.gov.in. Tender document can be downloaded from our website. Cost of downloaded tender document mentioned in column (3) has to be enclosed with the tender document at the time of submission, in the form of demand draft issued by nationalized bank in the name of Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun, payable at Dehradun. 2. Tender document can also be purchased on cash payment mentioned in column (3) above, from office of the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun. 3. If, the tender document is required by post in India, cost of tender document mentioned in column (3) and additional sum of `100/- (` One Hundred Only), postal charges, in the shape of demand draft issued by Nationalized Bank in the name of Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun, payable at Dehradun shall be enclosed with the request. Uttarakhand Jal Sansthan will not be responsible for postal delay. 4. The undersigned shall have authority to accept or reject any or all the tenders without giving any reasons thereof. 5. Other terms and conditions shall be according to the tender document.6. Conditional/Telegraphic/ Telephonic/Fax/E-mail offer shall not be entertained. Sd/-

Executive Engineer

Page 7: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-2-

Not for Publication.

Letter No. 1694 / Tender Notice /2011-12 Date: 26.03.12Copy to the following for information and necessary action:

1. Chief General Manager, Uttarakhand Jal Sansthan, Dehradun.2. General Manager, Uttarakhand Jal Sansthan, Dehradun/Pauri/Nainital.3. All Superintending Engineer, Uttarakhand Jal Sansthan, ................4. All Executive Engineer, Uttarakhand Jal Sansthan, ...............5. Notice Board.

Copy to the following with this request to publish this tender notice at the Govt. Rates on dated 27th or 28th

March, 2012. The payment shall not be made for misprinting or indistinctly printed or published after due date. The approved copy of DAVP/Govt. rates, R.O. and original copy of News Paper(s) published shall be submitted with the bill at the time of payment.

6. M/s Pamm Advertising & Marketing, 10A, MDDA Colony, Dalanwala, Chander Road, Dehradun (Telefax: 0135-2711235, Mobile: 9837359605, 9897385951-Mr. Ashutosh) to publish this tender notice in Dainik Jagran (Hindi), Delhi Edition once in 230 sq.cm space.

7. M/s Censer Advertising Pvt. Ltd., B-34, 2nd Floor, Meedo Plaza, Rajpur Road, Dehradun (Tel: 0135-2100656, Mobile: 9411572666-Mr. Sunil Semwal) to publish this tender notice in The Indian Express (English), Delhi Edition once in 230 sq.cm space.

Sd/- Executive Engineer

Page 8: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-3-

TERMS & CONDITIONS FOR TENDERERS

For and on behalf of Uttarakhand Jal Sansthan, invites sealed tenders in two bid system i.e. Technical Bid & Commercial Bid for procurement of materials and execution of work detailed below.

Tender No.

EMD in Rs. Cost of tender + VAT @ 13.50% in

Rs.

Last date of Sale/Downloading

of tender

Tender receiving upto 3:00 pm and opening at 4:00 pm on same

date(1) (2) (3) (4) (5)

Annual Rate Contract for Supply, Laying, Jointing, Testing and Commissioning of following pipes including related civil works on turnkey basis (SITC Work):-

8

ISI marked PP-R Pipes Pressure rating 10 & 16 Kg/cm2 conforming to IS specification: 15801:2008 and fittings of various sizes, Fusion welding tools and machines for pumping/surface water supply scheme in any part of Uttarakhand State.

50,000.00 300.00 + 41.00 23.04.2012 24.04.2012

Submission of Tender:1. Only those manufacturers having BIS license for ISI marking are allowed to take part

in the tender. Without ISI certification, the tender will not be issued/considered by the department in any case.

2. The tender should be submitted on the basis of two bid system, subscribed envelope 'A' "Technical Bid" and envelope 'B' "Commercial Bid" and envelope ‘C’ “Earnest Money”, all these three envelopes shall be put in a single envelope subscribed "Tender Notice No., Date of Opening and Name of Article.

3. The last date for the submission of the “Tender" 24.04.12, in the official Tender document (in original) issued by the Executive Engineer, Central Store, Dehradun or downloaded through website http://ujs.uk.gov.in shall be duly filled in and signed by a duly authorized person and to be submitted to the office of the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun. The cost of downloaded tender document to be paid in the form of demand draft issued from nationalized bank payable at Dehradun in the name of Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun at the time of submission shall be attached with the tender document.

4. The tenders without earnest money and concurrence to deposit security amount in the event of acceptance will not be entertained.

5. Earnest money in the following forms should invariably be put in a separate envelope along with separate envelopes of technical bid and commercial bid. All these three envelopes shall be put in a single envelope subscribed "Tender Notice No., Date of opening and Name of Article. It should be valid for 06 months from the date of opening of the tender. A photocopy of EMD can be retained by the tenderer for claiming the refund of the EMD after the entire procedure is completed. EMD of Rs. 50,000.00 in the form of F.D.R/ C.D.R/ N.S.C/B.G., issued from any Nationalised/ Scheduled Bank/ Post Office in India, duly pledged in the name of Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun shall be attached.

6. The tenderer shall ensure that the tender is positively received in the office of the Executive Engineer, Central Store before or on the date and upto the time of receipt or tenders as per schedule given in the tender notice. However, if any tender is received by post upto the scheduled date and time of opening of tender, the same shall also be considered. Uttarakhand Jal Sansthan will not be responsible for late receipt of tender in the office of Executive Engineer, Central Store on account of postal delay etc. and such tender(s) shall not be entertained. Document what-so-ever submitted after the schedule time of receipt of tender on the date of opening of the tender shall not be considered. All papers must invariably be submitted with the tender.

Page 9: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-4-

7. Tenderers must note it carefully that the such forms, Declaration Part-I, Declaration Part-II, Memorandums, Form of experience, Schedule 'A & A-1', Annexure-1, Annexure-2 etc. attached with this tender document must invariably be filled up completely and duly signed by a person(s) authorized to do so. Other blank spaces, meant to be filled by tenderers, must also be filled up otherwise the offer will be treated incomplete and will be liable for rejection.

8. The tender document should be signed only by a person to whom the power is delegated by the competent authority and who is authorized in the name and on behalf of company/ firm to do so and become a party.

9. In case, the date of opening of tender is declared a public holiday, the tenders shall be opened on the next working day. If the last date for the sale of tenders is declared a public holiday, the tenders would be sold up to the next working day and the tenders would then be opened on the next working day thereto.

10. The tender document should be clear and without over-writing or corrections but in case if corrections are necessary they must be made by drawing a line over the wrong entry and writing the correct rate and the correction must be initialed by the tenderer. Rates shall be given clearly in figure as well as in words.

11. Rates shall be quoted in prescribed tender documents purchased from the department or downloaded from the website by the manufacturer or their authorized representative. If rate quoted in any other paper or a letter pad shall be in the format of schedule 'A & A-1' as per tender document.

12. Stamp duty will be borne by the tenderer according to Govt. rules and regulations.

13. Preference will be given to state units of Uttarakhand according to Uttarakhand Government Order No. 3396@VII-II(08)@143&m|ksx@2003 dated 30-06-09.

14. Trade tax shall be payable as per Govt. rules and Form-‘16’ shall be issued by the department on written request of the manufacturer or their authorized representative. Income tax will be deducted as and where applicable.

15. For confirmation of product according to BIS norms, the member(s) of Departmental Technical Committee or officer authorised by the department may visit the factory of the tenderer/manufacturer, before finalizing the technical bid submitted by the tenderer/manufacturer.

16. The quantity of materials can vary upto any extent on either side.

17. Third party inspection charges by DGS&D/RITES or any other agency nominated by the department from time to time will be borne by the supplier for PP-R Pipe.

18. Supply of PP-R Pipes shall strictly be I.S.I marked and conforming to IS: 15801:2008.

19. Laying, jointing and related civil works shall be executed of supplied PP-R Pipes against order(s) will be sole responsibility of the same supplier, otherwise the supplier shall be liable to pay full cost of the material as penalty and same shall be deducted from the dues/security money laying with the department from supplier and supplier shall be blacklisted for next three years.

20. Conditional/ Telegraphic/ Telephonic/ Fax/E-mail offer shall not be entertained.

Page 10: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

Signature and Seal of the Tenderer

-5-Special Terms and Conditions

1. The works defined in the tender are on the turnkey basis and work shall be awarded in any part of Uttarakhand.

2. Department is using this pipe because of good quality assurance.3. The pipe line and other civil works will be executed as per departmental

specifications.4. The works are related for drinking water supply schemes.5. Tenderers are advised to quote the rates according to geographic condition of the

state.6. As the tender is based upon the turnkey basis, so, firm shall be responsible to

execute the complete work, ordered including supply of pipe and their accessories as well as their related civil works. It means, if firm supply the pipe and their accessories, that will not serve the purpose without completing the related civil works, and whatever so, payment will not be made only for the supplies without completing the civil works. Firm will not put the bill for part of work i.e. supplies.

7. The completion of work will be treated only after testing of the pipe line according to the engineering norms or specification required as per direction of Engineer incharge.

8. It will be the sole responsibility of firm to inform concerning Engineer incharge for quality assurance of material before supply of pipe and their accessories.

9. The Engineer incharge will issue a certificate to the firm that supplied material is conforming to IS specification: 15801:2008 with latest amendments or upto the satisfaction of Engineer incharge.

10. The materials shall be dispatched to the consignee(s) at the place(s) stated in the order or as desired by the consignee(s) duly insured against all risks during the transit.

11. The materials ordered are to be dispatched by the firm only after it has been checked that the materials fulfill all the tests and specifications referred to in this contract. The firm will also furnish the following undertaking in writing along with each consignment to the consignee.

‘The materials have been manufactured as per relevant standard specifications as offered in this tender and dispatches have been made after checking that the materials supplied have successfully withstood all the tests and it is accordance with the terms and conditions of the contract. We also undertake to replace or rectify part or full materials and remit cost thereof at the discretion of Engineer incharge. If the materials or civil works are found defective before guarantee period, the cost of the defective materials or civil works, along with all liabilities, expenditure will be payable by us on receipt of necessary intimation from the consignee.”

12. The firm will be responsible for any leakage/breakage and any type of the defect of materials due to manufacturing defect or bad workmanship and defective civil works for the repair and maintenance after guarantee period of one year from the date of completion of SITC work for a period of five years.

13. It is assumed by the department that there will be no leakage/breakage in the pipe line. So, any charges, whatsoever, shall have to be borne by the firm shall not be paid by the department in any case on account of repair and maintenance during the maintenance period.

14. The contract shall ordinarily remain in force upto 12 months or completion of work or guarantee/ warrantee period from the date of entering into the agreement but it can be terminated at any time and any stage during the validity of the

Page 11: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

contract without assigning any reason. No claim or damage on account of such termination of the contract shall be entertained.

-6-

15. In case of non-compliance of work order, firm shall be taken to blacklist for next three years in addition to penalty imposed as per rule and earnest/security money laying with the department shall be forfeited.

16. The date of actual execution of ordered work shall be taken as the date of completion of work.

17. After technical evaluation, price bid of those tenderers who qualify technically will be opened. The order will be placed with the tenderer who successfully qualify technically and commercially. It should be noted that department is under no obligation or binding to place an order on the firm quoting the lowest rate.

18. The tenderer will assure that the execution of allotted work and all other related activities are carried out without a break for the entire period of the contract.

19. Supply & transportation of material from works upto destination ordered by department through Central Store, Dehradun/ Haldwani.

20. A certificate shall be furnished by tenderer for maintenance after guarantee period of one year from the date of completion of SITC work for the next five years including replacement of defective materials, removal of leakage and defective civil works.

21. The tenderer shall provide for manpower and any other inputs at site to facilitate to run water supply scheme regular basis during execution of work or maintenance period.

Signature and Seal of the Tenderer

Page 12: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-7-TECHNICAL BID

22. The tenderer / manufacturer/ company is required to submit complete information about ISI marked PP-R Pipe conforming to IS specification: 15801:2008 and fittings with the following documents/certificates shall be enclosed along with his offer for which the rates are quoted in the part of Schedule 'A & A-1'. It shall be firmly attached in separate sheet in same order as given below with the Technical Bid.

22(a) The complete following information must be filled in the following format by the tenderer in technical bid, otherwise the tender will be treated incomplete and will be liable for rejection.

S.No. Particulars Information to be filled by the tenderer1. Cost of Tender document deposited vide:

(Rs. 300.00 + 41.00 = Rs. 341.00)Receipt No. or Bank Draft No.:

Date:

Rs.

2. Earnest Money (FDR/CDR/NSC/BG) Reference Dated:

Rs. 50,000.00 Rs.

EMD Valid upto

Name of Bank/Post Office

3. Name of the Tendering Firm:

Correspondence address of tendering firm:

Phone No. (Landline/Mobile):

Name and Phone No. of Contact Person regarding any enquiry about this tender

E-Mail Address

Website

Page 13: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-8-

4. Location and address of the factories where PP-R Pipe, are manufactured:

Category of Industry: Small Scale: Industry Registration No.:

Date of Issue:

Valid upto:

Name and address of industry registration authority

Medium Scale:

Industry Registration No.:

Date of Issue:

Valid upto:

Name and address of industry registration authority

Large Scale: Industry Registration No.:

Date of Issue:

Valid upto:

Name and address of industry registration authority

Licensed Annual Production Capacity of PP-R Pipe mentioned in Industry Registration Certificate:Brand Name of Production:

5. ISI Certificate No. for PP-R Pipe:

Valid upto:

6. Central Sales Tax Registration No.:(if applicable)

7. Value Added Tax (VAT) Registration No.:(if applicable)

8. Service Tax Registration No.:(if applicable)

9. Permanent Account Number (PAN):

Page 14: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-9-

10. Minimum Turnover shall be Rs. 2.00 Crores in each year, atleast in the last three financial years in Indian Market: Year 2008-09 Rs.

Year 2009-10 Rs.

Year 2010-11 Rs.

Year 2011-12 Rs.

11. Detail about No. of Orders with their value for PP-R Pipe/similar nature of turnkey projects executed in following financial years:Year 2009-10 No. of Orders: Value Rs.

Year 2010-11 No. of Orders: Value Rs.

Year 2011-12 No. of Orders: Value Rs.

22(b) The following documents must be attached by the tenderer with the technical bid, otherwise the tender will be treated incomplete and will be rejected, submission of these certificate is mandatory. It is requested that the all following certificates shall be firmly attached with the technical bid in the following order.

S.No. Documents to be attached by the tenderer Remark – Attached/ Not Attached

1. Earnest Money (FDR/CDR/NSC/BG)2. Industry Registration Certificate

(Factory/ Industry Registration Certificate issued by registration authority for manufacturing PP-R Pipes)

3. ISI Certificate (B.I.S. License Certificate)

4. Central Sales Tax Registration Certificate (C.S.T. Registration Certificate) if applicable

5. Value Added Tax (VAT) Registration Certificate (VAT Registration Certificate) if applicable

6. Service Tax Registration Certificate (Service Tax Registration Certificate) if applicable

7. Permanent Account Number (PAN) Certificate(PAN Registration Certificate)

8. Turnover certificates.(Minimum Turnover shall be Rs. 2.00 Crores in each year, atleast in the last three financial years in Indian Market. An Audited Balance sheet (only Turnover sheet) of last financial years to be attached. Turnover sheet means- Profit & Loss A/c which reflects Sale of product)Year 2008-09Year 2009-10Year 2010-11Year 2011-12

Page 15: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-10-

9. Order copies of PP-R Pipes of similar nature of turnkey projects executed.(Order copies of PP-R Pipes of similar nature of turnkey projects executed for the Govt. departments/ Govt. Undertakings in the last three following financial years)Year 2009-10Year 2010-11Year 2011-12

10. Performance Certificates. (Performance certificate from those organization where the material has been supplied or similar nature of turnkey project executed, a certificate shall be issued from Govt./Semi Govt./PSU, not less than the Executive Engineer/CEO rank)

11. Guarantee certificate for PP-R Pipes. (Guarantee Certificate atleast for two years for PP-R Pipes. An undertaking should be attached)

12. Guarantee certificate for maintenance. (Guarantee Certificate for maintenance of scheme after guarantee period of one year from the date of completion of SITC work for the next five years including replacement of defective materials, removed of leakage and defective civil works. An undertaking should be attached)

13. Non-judicial Stamp paper of Rs. 100.00 only. (Rs. 100.00 Non-judicial stamp paper affixed of Rs. 1.00 Revenue ticket with signature should be attached)

22(c) It is requested that following documents shall also be submitted with the technical bid of tender.

1. List of equipments & machineries existing in the factory. (A List of equipments and machineries existing in the factory should be attached)

2. Brief description about quality control system followed in the factory. (Brief description about quality control system followed in the factory should be attached)

3. Certificate about Blacklist.(A certificate shall be furnished that firm is not blacklisted by any govt. or semi govt. department/organization. An Undertaking should be attached)

Signature and Seal of the Tenderer

Page 16: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-11-

COMMERCIAL BID

1. The tenderer are requested to quote firm and fix rates in Indian Rupees for the Supply, excavation, laying and jointing including related civil works of PP-R Pipes and fittings, as per details given in Schedule 'A & A-1'.

2. The rates should be clearly mentioned in figures as well as in words.3. The rates will not be subject to any escalation at a later stage. 4. The rates shall be quoted in Schedule-'A’ for supply of PP-R Pipes and fittings are

F.O.R specified destination any part of Uttarakhand State ordered by department including cost of materials, basic excise duty, insurance charges, third party inspection charges, packing & forwarding charges, freight including loading, unloading and octroi etc. but are exclusive of statutory duties such as sales/trade tax/VAT without Form ‘C’ and any other Central, State Govt. levies which are to be shown separately and shall be payable as applicable. The rates should be quoted after taking into account the benefits accruing under MODVAT SCHEME. Any increase or decrease on the rate of basic excise duty or Sales/Trade tax/VAT on the finished product shall be payable or recovered as the case may be.

5. The rates shall be quoted in Schedule-'A-1’ for Excavation of trenches for laying of pipe line upto required depth to avoid breakage of pipes due to vehicular load and rolling stones and landslides. Covering of pipes by excavated earth, including providing bedding and cover with screened earth to prevent pipes from punching by sharp edge stone. Refilling of remaining trenches by the excavated soil as per the conditions of this tender or as per direction of Executive Engineer, division concerned are F.O.R specified destination any part of Uttarakhand State including all labour, T&P etc. excluding service tax. Service tax as applicable shall be mentioned in %. Income tax as applicable will be deducted.

6. The rates shall be quoted in Schedule-'A-1’ for laying, jointing of PP-R Pipes and their accessories by fusion welding in pre-excavated trench of 1 meter depth including maintenance of scheme for five years after guarantee period of one year from the date of completion of SITC work, including replacement of defective materials, removing of leakage and defective civil works etc. free of cost or as per direction of Executive Engineer, division concerned are F.O.R specified destination any part of Uttarakhand State including all labour, T&P etc. excluding service tax. Service tax as applicable shall be mentioned in %. Income tax as applicable will be deducted.

7. No other documents will be attached with the commercial bid.

NOTE:Any enquiry regarding this tender can be obtained from the following officers.

Shri P.C. Kimothi, Superintending Engineer (Material) - Phone (O) 0135-2676260 (Extn-32)

(M) +91-9412058625

Smt Neelima Garg, Executive Engineer - Phone (O) 0135-2676260 (Extn-13)

(M) +91-9411110575

Page 17: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-12-

DECLARATION PART-I

It is hereby declared that I/ We the undersigned have read and examined all the terms and conditions etc. of the tender document for which I/We have signed and submitted the tender under proper lawful power of attorney.

It is also certified that all the terms and conditions etc. of the tender document are fully acceptable to me/us except the following clauses/ sub-clause(s).

S.No.

Clause/ Sub-Clause No. Remarks

(i)(ii)(iii)

Date: SIGNATURE & SEAL OF TENDERER

Address: NAME

DESIGNATION

ON BEHALF OF

Page 18: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-13-

DECLARATION PART-II

I/We deposit herewith as earnest money Rs. ................ (Rs..............................) in following form as specified in terms and conditions of this tender.

The details of deposit of earnest money are given below.

S.No.

Description Amount Name of Issuing Bank/Post Office

1. FDR/CDR/NSC No. & Date of any Nationalized /Scheduled Bank/Post Office in India.

2. Bank Guarantee No. And date of any Nationalized/Scheduled Bank in India.

I/We also agree to deposit required security money as per terms and conditions of this tender.

Date: SIGNATURE & SEAL OF TENDERER

Address: NAME

DESIGNATION

ON BEHALF OF

Page 19: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-14-

MEMORANDUM

Supply, Laying, Jointing, Testing and Commissioning of ISI marked PP-R Pipe, Pressure rating 10 & 16 Kg/cm2, conforming to IS specification: 15801:2008 and

fittings of various sizes including related civil works on turnkey basis (SITC Work) for pumping/surface water supply scheme in any part of

Uttarakhand State.

Should my/our offer is accepted, I/We hereby agree to abide and fulfill the terms and conditions annexed, hereto and within 15 days of the date of receipt of an information of acceptance of my/our offer from the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun we shall communicate in writing my/our acceptance of such offer and shall also execute an agreement embodying the conditions hereto attached. I/We also agree that the specifications, terms and conditions set forth in the offer from the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun together with its acceptance thereof in writing by me/us shall be the agreement.

I/We further agree that in the event of my/our failure to convey my/our acceptance of the offer from the said Executive Engineer, Central Store within 15 days (Fifteen days) of its receipt as above, it will be open to the said Executive Engineer, Central Store to withdraw the offer and forfeit the earnest money deposited by me/us.

Date: The .................... day of ......................20

TENDERER: SIGNATURE & SEAL :

NAME :

ADDRESS :

WITNESS: SIGNATURE :

NAME :

ADDRESS : :

Page 20: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-15-

FORM OF EXPERIENCE

(TO BE FILLED BY THE TENDERER)

I/We .................................................................................................................................. have executed the work noted below to various organizations to their entire satisfaction. We also enclose true copies of certificates of our experience.

Details about Supply, Laying, Jointing, Testing and Commissioning of ISI marked PP-R Pipe conforming to IS specification: 15801:2008 and fittings including related civil works on turnkey basis (SITC Work) executed by the firm with their value till date.

S.No.

Order No and Date.

Address by whom order placed Details of Work Order

Value in Rs.

DATED: SIGNATURE AND SEALADDRESS OF THE TENDERER

Page 21: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-16-UTTARAKHAND JAL SANSTHAN

JAL BHAWAN, 'B' BLOCK, NEHRU COLONY, DEHRADUN

GENERAL GUIDE LINES, INSTRUCTIONS, SPECIFICATIONS, TERMS AND CONDITIONS FOR TENDERERS

Please carefully go through these papers and ensure compliance as non-compliance of any of these conditions may make your offer invalid.

1. DEFINITIONSa. UTTARAKHAND JAL SANSTHAN

Uttarakhand Water Supply and Sewage Department (herein called the "Jal Sansthan").

b. CHIEF GENERAL MANAGERChief General Manager of Uttarakhand Jal Sansthan, Incharge of Centralised purchase for Uttarakhand. (herein called the "C.G.M.").

c. GENERAL MANAGERGeneral Manager of Uttarakhand Jal Sansthan, Head Quarter/ Garhwal/Kumoun, Incharge of Centralised purchase for Region.

d. SUPERINTENDING ENGINEER (MATERIAL)Superintending Engineer (Material), Uttarakhand Jal Sansthan, Dehradun who will operate the contract (herein called S.E(M)).

e. CONSIGNEE/EXECUTOR & PAYMENT AUTHORITYExecutive Engineer, Uttarakhand Jal Sansthan of concerned division where supply/work to be executed.Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun for Garhwal Region.Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Haldwani for Kumoun Region.

f. WORK EXECUTORExecutive Engineer, Uttarakhand Jal Sansthan for the time being in charge of the Division, where work will be executed.

g. SUPPLIER/CONTRACTORThe party(ies) with whom the contract may be entered and order(s) for the supply/work be placed under this contract by the S.E(M).Note: 1. Jal Sansthan reserves the right to reject any or all the tenders without

assigning any reason thereof. 2. Jal Sansthan also reserves the right to split the tender among one or more

supplier/contractors and any supplier/contractor can be asked to supply/work any item, full or part requirement as given in schedule-'A & A-1'

h. STORE Central Store, Dehradun for Garhwal Region and Central Store, Haldwani for Kumoun Region.Addresses of Central Stores:(1) Mothrowala Road, Near Bengali Kothi, Dehradun.(2) Khandelwal Park, Nainital Road, Near Sourabh Hotel, Haldwani.

i. SITE OF WORK The site of the work will be allotted by the department for supply, excavation, laying, jointing of PP-R Pipe and fittings on turnkey basis anywhere in Uttarakhand.

Page 22: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-17-

2. DEPOSITa. The tenderers shall deposit the amount as Earnest Money in the forms as specified

in terms and conditions of this tender. General Manager shall have the right to enhance the amount of Earnest Money as and when required for Supply, Laying, Jointing, Testing and Commissioning of ISI marked PP-R Pipe conforming to IS specification: 15801:2008 and fittings including related civil works on turnkey basis (SITC Work).

b. After the acceptance of the offer, earnest money deposited in the form of F.D.R/C.D.R/N.S.C/B.G will be refunded to the unsuccessful tenderers after completion of the entire tender procedure. No interest will be payable by the Jal Sansthan on the earnest money.

3. SECURITY CLAUSEThe required security money as and when required by the department shall be deposited successful tenderer in the form of FDR/CDR/N.S.C/B.G in the name of E.E (C.S) which would be released after 12 months from the successful completion of the contract period. The security money will be FDR/CDR/N.S.C/B.G of the aforesaid amount from any Scheduled/ Nationalised Bank/ Post Office in India on the prescribed performa of the department. Such security in the form of FDR/CDR/NSC/B.G shall be valid for 12 months from the date of expiry of the contract bond in the first instance but may have to be extended by the supplier which required and ordered by the SE(M) to cover the 12 months period from the date of last supply under the contract. However, if the SE(M) so desires, the value of security to be deposited may be increased at his discretion at any stage and at any time. No interest will be payable by the Jal Sansthan on the security deposit.

4. ENCASH OF A BANK GUARANTEEa. If the period of contract or supply is for any reason extended, the supplier shall

have the Bank Guarantee extended upto the period of 12 months after the date upto which the contract or the supply period is extended or he shall furnish a fresh Bank Guarantee for the same amount or as directed by S.E(M) to cover a period of 12 months beyond the extended period and if the supplier fails to do so, it will amount to a breach of the contract thereby entitling the S.E(M) to encash the Bank Guarantee.

b. The security money shall be released after 12 months from the date of satisfactory completion of all the supplies against the orders placed under this contract and after deductions of any liability against supplier.

5. MODE OF SUBMITTING TENDERa. The tender should be submitted on the basis of two bid system, subscribed

envelope 'A' "Technical Bid" and envelope 'B' "Commercial Bid" and envelope ‘C’ “Earnest Money”, all these three envelopes shall be put in a single envelope subscribed "Tender Notice No., Date of Opening and Name of Article and last date for the submission of the Tender" in the official Tender document (in original) issued by the Executive Engineer, Central Store, Dehradun or downloaded from website http://ujs.uk.gov.in duly filled in and signed by a duly authorized person.

Page 23: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-18-

b. In the event of space being insufficient for the required purpose, additional pages of the size: 22.5cm x 28.5cm may be added. Each such additional page must be numbered consecutively, bearing tender number and date and should be duly signed by the authority that has signed the tender document. In such cases reference of the additional pages must be made in the tender document.

c. All other pages, certificates or documents required to be submitted with the tender should also be certified duly and attached firmly with tender document. It should be properly sealed. The envelope should be addressed to the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun.

d. The quantities, if any, in the tender notice shall be deemed to be only approximate and will not in any manner what-so-ever be binding on the department.

e. The tender must reach to the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun, not later than 15:00 hours on the date of the opening of the tender. Tenders sent by hand delivery should be dropped in the Tender Box before the above time. The Tender Box will be kept in the room of the Executive Engineer, Central Store, Dehradun or any place indicated by Executive Engineer, Central Store, Derhadun on the date of the opening of the tender.

f. No document/ Correspondence will be entertained after the closing time of the tender.

g. Tenders shall be opened at the scheduled time on the date of opening (Date and time mentioned in the tender notice) in the presence of such tenderers or their any authorized representatives who choose to be present. In case the opening of tenders is to be attended by any representative of a firm, his name should be mentioned in the tender itself and the tenderer should also furnish to his representative a letter of authority bearing representative's attested signatures.

h. Rates, discount, rebates, sales tax, excise duty or any other duties & taxes should be written both in figure as well as in the words and there should be no cutting or overwriting. In case any difference in rates written in word and figures, the rates written in words will be taken as correct.

i. Discount/ rebate offered should be valid for the full validity period of the contract.

6. SUBMISSION OF DOCUMENTSUntil & unless asked by the Executive Engineer, Central Store specifically, document whatsoever, submitted after the scheduled time of receipt of tenders on the date of opening of the tender shall not be considered. Please submit all papers with tender.

7. SIGNING OF TENDERa. The tender is liable to be ignored if complete information is not given therein.

Please note that conditions given in the tender documents shall govern the contract. It may please be noted carefully that till such time that a fresh agreement is drawn up embodying the agreed conditions, the conditions given in the tender document shall govern the contract. The tendering firms should note this carefully.

b. The individual signing the tender and/or other documents connected with the contract must write his name in BLOCK LETTERS under his signatures.

c. The individual signing the tenders and/or other documents should specify whether:(i) He is the sole proprietor of the firm or constituted attorney of such sole

proprietor.(ii) A partner of the firm, if it is a partnership firm, in such case he must have

authority to refer to arbitration dispute concerning the business of the membership by virtue of partnership agreement or a Power of Attorney.

Page 24: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-19-(iii) Constituted attorney of the firm, if it is a company under the meaning of

Company Law, a certified authorize copy of the power of attorney should be attached.

(a) Managing Director/President/Chairman/Company Secretary in case of Limited Co. having authorization for committing the company from its Board of Directors or as is required under Co. Law and

(b) President or Secretary in case of registered co-operative society having such powers through Laws/Bylaws or by special resolution.

8. IMPORTANT NOTES(i) In case of partnership firms, where no authority to refer disputes concerning the business of the partnership to arbitration has been conferred on any partner, the tender and all documents attached there-to must be signed by each and every partner of the firm.(ii) A Person signing the tender form or any documents forming part of the contract on behalf of another shall be deemed to warranty that he has authority to bind each other and if on inquiry it appears that the person so signing has no authority to do so, the General Manager may, without prejudice to other civil and criminal remedies, cancel the contract and hold the signatory liable for all costs and damages.(iii) In other cases, the resolution/ authorization/ attorney duly attested by NOTARY PUBLIC should be submitted with the tender if not already done.

9. VAGUE OFFERSOffers indicating a number of manufacturers shall not be considered and as such the tenderer must make SPECIFIC MENTION of the particulars of the manufacture on whose behalf the tenderer has quoted the rates. In case the tender is submitted by supplier/contractor and the Annexure-1 regarding undertaking from manufacturer is not enclosed duly filled up on prescribed performa, the offer will be treated as vague and will not be considered.

10. IMPORT LICENSENo assistance for the procurement of import license or raw materials will be given unless otherwise specified in the tender notice.

11. PERIOD FOR WHICH THE OFFER SHALL BE VALIDa. The tenders should remain open for acceptance for a period of 150 days from the

date of opening unless otherwise specified. Any tenderer is not allowed to offer the acceptance period less than 150 days. The validity period can be extended if the Superintending Engineer (Material) and the supplier/contractor are both agreed mutually. In case, however, the day up to which, the offer is to remain opened, happens to be a public holiday/is declared a public holiday for Govt. offices, the offer shall remain open for acceptance till the next working day.

b. The offer/tender of the firm shall be, for all purposes, deemed to have been accepted and contract made the moment the acceptance latter is signed by the General Manager or Superintending Engineer (Material).

12. EXPIRY OF VALIDITY OF DOCUMENTSWhen the validity of certain documents called for has expired and renewal has been applied for, but issuing authority has not issued the revalidated document/license, an affidavit on general stamp paper of Rs. 10.00 should accompany the tender. Please do not forget this as tender otherwise shall be liable to be ignored.

Page 25: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-20-13. VALIDITYa. The contract shall ordinarily remain in force upto 12 months or completion of work

or guarantee/ warrantee period from the date of entering into the agreement but it can be terminated at any time and any stage by the Superintending Engineer (Material) during the validity of the contract without assigning any reason. No claim or damage on account of such termination of the contract shall be entertained.

b. The validity period can, however, be extended if the Superintending Engineer (Material) and the supplier/contractor both agree mutually.

c. Orders received during the closing days shall be completed in due course in accordance with the conditions and terms of this contract even though, in some cases, supplies/work can not be arranged within the stipulated date of the currency of the contract.

14. PANAll tendering firms must write their PAN in the tender document.

15. PAPERS RELATING TO SALES/TRADE TAX/VAT/Service Taxa. Please mention sale/trade tax/VAT/Service Tax registration number of Uttarakhand

or Central (Sales Tax)/Service Tax in the tender.b. Firms registered with Sales/ Trade Tax/ VAT/Service Tax department should

enclose sales/ trade tax/ VAT/Service Tax clearance certificate (not older than 12 months) on the date of opening of tender in the form prescribed by sales/ trade/ VAT/Service Tax department without which the tender shall be liable to be ignored.

c. Outside Uttarakhand firms who do not come within the purview of Uttarakhand Sale/ Trade Tax/ VAT/Service Tax department should submit valid sales tax registration certificate issued by the competent authority failing which tenders shall be liable to be ignored.

16. CANCELLATION OF TENDERa. Successful tenderer may be asked to deposit security by the date specified in the

acceptance letter. In case they fail to deposit the security by the specified date, the General Manager/ Superintending Engineer (Material) reserves the right to withdraw the acceptance letter without any prior notice to the party concerned and the earnest money will be forfeited.

b. The General Manager/ Superintending Engineer (Material) reserves the right to Quash/Reject all or any of the tenders, or to split up the contract without assigning any reason and in suppression of any of the conditions given herein or after.

17. WITHDRAW OF TENDER If a tenderer withdraws his tender before the expiry of the validity period, the General Manager/ Superintending Engineer (Material) may agree to allow such withdrawal but in such a case the earnest money may be forfeited. If the General Manager/ Superintending Engineer (Material) does not allow such withdrawal and accepts the tender and the tenderer fails to perform his part of the contract, the earnest money deposited shall be forfeited besides other consequences for breach of the contract.

18. PENALTY: A. FOR REJECTION OF DEFECTIVE MATERIALSa. Supplies out of any one lot not acceptable and rejected by any or more of the

consignee because of being of inferior quality shall be replaced with the materials of proper and acceptable quality as per laid down specification by the supplier at his own cost and risk within 30 days of receipt of notice to that effect. In addition to the replacement of the sub standard materials as aforesaid, the supplier shall be liable to pay to the department @ 2% of the cost of the materials so rejected and same shall be deducted from the bill of the supplier by the consignee.

Page 26: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-21-

b. In case of the supplies made in any subsequent lot by the same supplier is also found to be sub standard & is rejected by any one or more of the consignee, the supplier shall be required to replace the sub standard materials as aforesaid in para 18-a. above but for such rejections out of the IInd lot, the liability of the supplier shall be to pay @ 5% of the value of the rejected materials.

c. In case if the supplies are found to be sub standard & of inferior quality given in the IIIrd consecutive lot & the same be established after joint sampling in the presence of S.E.(M) or consignee & authorised representative of the supplier, not withstanding action being taken as per paras 18-a. & 18-b. above, supplier shall be taken to black list for next 3 years & his security money lying with the department shall be forfeited.

d. Subject to provision of this agreement, the supplier will have right to appeal before the General Manager of Uttarakhand Jal Sansthan, in case of action against him as per paras 18-a. & 18-b. provided that the appeal is filed within 10 days of the receipt of the notice & that the decision of General Manager shall be final in this respect. In case of rejection as per para 18-c. the appeal shall be filed before the Chief General Manger, Uttarakhand Jal Sansthan within 15 days of the receipt of the notice & the decision of Chief General Manager shall be final in the respect.

e. In the event of non-removal by the supplier as aforesaid within the said period of 30 days, it shall be lawful for the General Manager/S.E.(M) to authorise the Indenting Officer to sell by public auction any rejected materials in such case the supplier shall be credited with the sale proceeds thereof after deducting all cost incurred but will not be entitled to any loss or damage that may be occasioned by such sale.

B. FOR REJECTION OF DEFECTIVE WORKIf the tenderer fails to complete the supply, excavation of trenches for laying of pipe line upto required depth, laying, jointing of PP-R Pipes and their accessories by fusion welding in pre-excavated trench of 1 meter depth within stipulated period for reasons beyond his control or unforeseen reasons considered just by the department then extension of time can be allowed by the department. However if extension of time is not allowed by the department, penalty for delay in supply, excavation, laying, jointing, testing and commissioning of work, department reserves the right to impose a penalty @ 0.5% per week, on total cost of work, subjected to a maximum of 10% of the total cost of work and also to get the balance work completed at the cost of tenderer.

19. SUPPLYa. The materials shall be dispatched to the consignee(s) at the place(s) stated in the

order or as desired by the consignee(s) duly insured against all risks during the transit.

b. For every dispatch of materials under this agreement dispatch advice and invoice (in duplicate) will be sent by the supplier/contractor to the consignee(s) directly under intimation to the S.E(M).

c. The materials ordered are to be dispatched by the supplier/contractor only after it has been checked that the materials fulfill all the tests and specifications referred to in this contract. The supplier/contractor will also furnish the following undertaking in writing along with each consignment to the consignee.

Page 27: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-22-‘The materials have been manufactured as per relevant standard

specifications as offered in this tender and dispatches have been made after checking that the materials supplied have successfully withstood all the tests and it is accordance with the terms and conditions of the contract. We also undertake to replace or rectify part or to take back the materials and remit cost thereof at the discretion of the Superintending Engineer (Material). If the materials are found defective before guarantee period, the cost of the defective materials, along with all liabilities, expenditure will be payable by us on receipt of necessary intimation from the consignee.’

d. Materials rejected or refused by the consignee(s) on account of inferior quality or any other reason even after pre-delivery inspection, if any, shall have to be removed by the supplier/contractor at his own risk and expenses within 30 days from the date of issue on notice of such rejection or refusal. In the event of default/incompliance of the notice by the supplier/contractor it shall be lawful for the consignee to sell by auction any rejected materials and in such case the supplier/contractor shall be credited with the sale proceeds after the deduction of all the costs and expenses incurred on such sale and the materials rejected and auctioned.

e. In the event of any dispute between the supplier/contractor and consignee, the matter narrated in clause 19-d above would be referred to the Superintending Engineer (Material) and the decision taken by him is to be followed.

f. In case of any dispute not settled, the matter would be referred to General Manager who will act as an arbitrator and his decision would be final and binding on supplier/contractor and as well as on the Superintending Engineer (Material).

g. In case of non-compliance of supply/work order firm shall be taken to blacklist for next three years in addition to penalty imposed under clause 32 and earnest/security money laying with the department shall be forfeited.

20. DATE OF COMPLETION OF WORKThe date of final measurement recorded in measurement book shall be taken as the date of completion of work for a particular consignment.

21. RATES(a) The rates shall be quoted in Schedule-'A’ for supply of PP-R Pipes and fittings are

F.O.R specified destination any part of Uttarakhand State ordered by department including cost of materials, basic excise duty, insurance charges, third party inspection charges, packing & forwarding charges, freight including loading, unloading and octroi etc. but are exclusive of statutory duties such as sales/trade tax/VAT without Form ‘C’ and any other Central, State Govt. levies which are to be shown separately and shall be payable as applicable. The rates should be quoted after taking into account the benefits accruing under MODVAT SCHEME. Any increase or decrease on the rate of basic excise duty or Sales/Trade tax/VAT on the finished product shall be payable or recovered as the case may be.

(b) The rates shall be quoted in Schedule-'A-1’ for Excavation of trenches for laying of pipe line upto required depth to avoid breakage of pipes due to vehicular load and rolling stones and landslides. Covering of pipes by excavated earth, including providing bedding and cover with screened earth to prevent pipes from punching by sharp edge stone. Refilling of remaining trenches by the excavated soil as per the conditions of this tender or as per direction of Executive Engineer, division concerned are F.O.R specified destination any part of Uttarakhand State including all labour, T&P etc. excluding service tax. Service tax as applicable shall be mentioned in %. Income tax as applicable will be deducted.

Page 28: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-23-

(c) The rates shall be quoted in Schedule-'A-1’ for laying, jointing of PP-R Pipes and their accessories by fusion welding in pre-excavated trench of 1 meter depth including maintenance of scheme for five years after guarantee period of one year from the date of completion of SITC work, including replacement of defective materials, removing of leakage and defective civil works etc. free of cost or as per direction of Executive Engineer, division concerned are F.O.R specified destination any part of Uttarakhand State including all labour, T&P etc. excluding service tax. Service tax as applicable shall be mentioned in %. Income tax as applicable will be deducted.

22. PRICE VARIATION(i) The prices as given in Schedule-'A & A-1' annexed hereto are firm and fixed.(ii) The price will continue to operate even after the validity period of the Rate

Contract till the date of delivery/ completion of work as mentioned in the tender document or as agreed between the S.E(M) and the supplier/contractor.The nominal period for the supplier/contractors to complete the supply/work is 45 days, after receipt of dispatch instructions (D.I.) from S.E.(M) or respective consignee(s). If any supplier/contractor does not complete the work under any circumstances, within stipulated period, but if the price of materials/labour charges decreases, decreased rates will be given.

23. MODE OF TRANSPORTATIONThe materials are to be transported by road transport. However, unloading at the destination site, will be arranged by the supplier/contractor.

24. TRANSIT INSURANCEThe supplier/contractor will deliver materials at specified destination, at his own risk, in full and good condition.

25. OCTROI CHARGESIt will be the sole responsibility of the supplier/contractor to pay octroi charges if applicable.

26. BANK CHARGESBank charges, whatsoever, shall have to be borne by the supplier/contractor and shall not be paid by the Jal Sansthan in any case.

27. FORCE MAJEUREThe contract shall be governed by the force majeure clause as specified below:If at any time during the acceptance of this contract the performance in whole or in part by either party of any obligations under this contract shall be prevented or delayed by reasons of any war, hostility, acts of the public enemy, civil commotion, sabotage, fires, floods, strikes, lockouts, explosions, epidemics, quarantine restriction or other acts of God, King, Government Ruler (here-in-after reference to as eventualities) then provided notice of the happening of any such within 15 days from the date of occurrence thereof, neither party shall by reason of such eventuality be entitled to terminate this contract nor shall either party have any claim for damages against the other in respect of such non-performance or delay in performance and deliveries under this contract shall be resumed as soon as possible after such eventuality has come to an end or ceased to exist, and the decision of the General Manager as to whether the deliveries have to be resumed or not shall be final and conclusive.

Page 29: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-24-28. ORDERS

a) After the rates quoted by the supplier/contractor are accepted and the contract is executed, order/orders shall be placed under this contract by the S.E(M) or his authorized representative.The order will be placed with the tenderer who successfully qualify technically and commercially. It should be noted that department is under no obligation or binding to place an order on the firm quoting the lowest rate.b) The tenderer will assure that the supply/execution of the work and all other related activities are carried out without a break for the entire period of the contract.

29. CANCELLATION OF SUPPLY/WORK

The S.E(M) shall have the right to cancel, modify, reduce or suspend the quantity of the materials/works ordered to any extent, at any time before the supply/work is completely effected without assigning any reason. The supplier/contractor will not have objection to this and will also not be entitled the any claim compensation for any cancellation, modifications, reduction or suspension of any order in part or full at any time and at any stage on the ground that such materials were manufactured.

30. TRANSFER OF AGREEMENTThe supplier/ tenderer shall not transfer or assign this agreement to any other person or firm without permission of the S.E(M). In the event of the supplier/contractors transferring or assigning the order whole or part to anyone without permission, he shall be considered as having thereby committed a breach of agreement in question and shall make the supply/work order liable to be cancelled and the earnest money and security money shall be liable to be forfeited.

31. PAYMENTAs the work is based upon the turnkey basis, so, the supplier/contractor shall be responsible to execute the complete work, ordered including supply of pipe and their accessories as well as their related civil works. It means, if supplier/contractor supply the pipe and their accessories, that will not serve the purpose without completing the related civil works, and whatever so, payment will not be made only for the supplies without completing the civil works. Supplier/Contractor will not put the bill for part of work i.e. supplies.

(a) 90% payment will be made after completion of awarded SITC work in full and good condition by consignee(s) and after receipt of certificate issued by third party inspection agency for PP-R Pipe.

(b) Balance 10% will be released after successful running of the scheme for a period of five years from the date of completion of entire work. However, for release of balance 10%, a certificate in respect of successful completion of performance period of five years, will be issued by Executive Engineer, division concerned to the payment authority. Alternatively this balance 10% shall be released on submission of an FDR/Bank Guarantee Bond of an equivalent amount valid for performance period of five years.

32. LIQUIDATED DAMAGESa. In the event of the work not having been started in accordance with the order and as

per terms and conditions of the agreement after issuing of dispatch instructions (D.I.) by the S.E.(M).or consignees and started within 30 days beyond this stipulated period of 45 days, but if the work not having been started within this extended period of 30 days. The S.E(M)/consignee shall recover from the supplier/contractor the amount of liquidated damages from any money due to the supplier/contractor or from the sum held as earnest/security money or dues pending

Page 30: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

in Jal Sansthan. This recovery shall be @ 1% per day of the value of work remaining to be completed at the end of due date for completion of supply/work.

-25-

b. The General Manager may allow additional time for completion of supply/work on consideration of circumstances beyond the control of the supplier/contractor to the extent considered justifiable and may decide to forego the whole or part of the aforesaid liquidated damage.

c. In case of non-performance in any form or shape of the terms and conditions of the contract, the General Manager shall have the power to annul, rescind or cancel this contract and upto his notice in writing that he has done so given by registered letter, the contract shall absolutely determine on the date of issue of such notice.

d. General Manager may for go the whole or part of the liquidated damage on the circumstances beyond the control of the supplier/contractor due to which supplied/work can not be completed.

33. PARALLEL CONTRACTThe General Manager's right to place parallel contract(s) at a later date is reserved. Parallel contract(s) for these materials/work with other firms will be arranged as and which needed. It will be the discretion of the General Manager to place supply/work order with such holders of contract as will be considered more convenient and suitable to meet the requirements during the currency of the contract.

34. ARBITRATION CLAUSEa. In case of any dispute between the supplier/contractor and the consignee the matter

shall be referred to the S.E.(M) for his decision and in case, where the supplier/contractor is not satisfied with the decision of the S.E.(M), the matter shall be referred to the General Manager/Finance Director. Every dispute, difference or question which may at any time arises between the parties hereto or any person claiming under them, touching or arising out of or in respect of this deed or the subject matter thereof shall be referred to the arbitration of General Manager/Finance Director or any person nominated by him. In the event of the arbitrator to whom the matter is originally referred being transferred or vacation his office or being unable to act for any reason, he shall either enter upon the reference himself or appoint another person to act as arbitrator. Such person shall be entitled to proceed with the reference from the state it was left by his predecessor.

b. In all cases where the amount of the claim in dispute is Rs. 50,000.00 (Rs. Fifty thousand only) and above, the arbitrator shall give reasons for the award. The party invoking the arbitration shall specify dispute to be referred to arbitration together with this amount or amounts claimed in respect of each such dispute, subject to the provisions of the Arbitration Act 1940 or any rules made there under and for the time being in force shall apply to the arbitration proceeding.

c. The arbitrator may from time to time with the consent of the parties enlarge the time for marking and publishing the award. The decision taken by the arbitrator will be final and binding on both the parties in question and matters relating to this contract.

35. APPLICABLE LAW The parties to this agreement agree to Dehradun Courts alone shall the jurisdiction over all matters including arbitration matters arising out of this agreement.

Page 31: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-26-36. MARKING

PP-R Fittings shall bear all the information i.e. (i) Name of manufacturer, (ii) Brand name of production, (iii) NB x OD.PP-R Pipes shall bear all the information, marked indelibly at 1 meters intervals as following: - (i) Name of manufacturer, (ii) Trade Mark, (iii) Brand name of production, (iv) Material designation, (v) ISI Mark Certification, (vi) SDR Value, (vii) Last two digits of year of manufacture, (viii) NB x OD x Wall Thickness and (ix) Application class combined with operating pressure (PN/MOP). COLOUR:- The colour of the three layered pipes shall be, inner layer white, middle layer black and outer layer green.LENGTH OF STRAIGHT PIPE:- The length of straight pipe shall be 6 meter tolerance of 10 mm is allowed on total length of pipe.

Department may purchase 6 meter to 50 meter length of pipes sizes 20 mm to 75 mm OD. It shall be supplied in coils.

37. THIRD PARTY INSPECTIONPP-R Pipes shall be dispatched only after proper inspection, testing, certification and marking as per relevant specifications by DGS&D/ RITES or any other third party inspection agency nominated by the department. The charges of third party inspection agency shall be borne by the supplier. Inspection certificate issued by inspecting officer from time to time shall invariably be attached with dispatched documents of each consignment.

38. DEPARTMENTAL INSPECTION & TEST CERTIFICATESPP-R Pipes shall be duly tested at the site of work by the accredited representative of department. A test report bearing signature of Authorized Representative of manufacturer and departmental authority shall be submitted to the division concerned time to time of each consignment.

The sample of supplied PP-R Pipes can be tested randomly from any lot by the department conforming to testing procedures of IS: 15801:2008 at any laboratory by the department regularly. The cost of testing will be borne by the department, if the sample testing report found satisfactory. If the sample is found unsatisfactory then the expenditure on testing shall be recoverable from the supplier, as the Department may deem fit.

39. TEST CERTIFICATE TO BE SUBMITTED BY THE FIRMA test certificate of PP-R Pipes shall be submitted bearing signature of authorised employee of the firm with the dispatched documents of each consignment.

40. ADDRESS OF THE TENDERER FIRMThe address of the tenderer mentioned as under will be deemed to be relevant for all correspondence that the S.E(M)/Consignee may enter into with supplier/contractor. All letters sent on the aforesaid address will be deemed to have been delivered to the tenderer.

ADDRESS FOR1. CORRESPONDENCE------------------------------------------------------------------------------------------------------------

PHONE /FAX NO./E-MAIL------------------------------------------------------

Page 32: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

2. WORKS ADDRESSES AND THEIR PHONE NO.

------------------------------------------------------

Page 33: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-27-(SCHEDULE-'A' RATES )

Rates for Supply, of ISI marked PP-R Pipe, Pressure rating 10 & 16 Kg/cm2, conforming to IS specification: 15801:2008 and fittings of various sizes for pumping/surface water supply

scheme in any part of Uttarakhand State.IMPORTANT NOTES

1. The rates shall be quoted for F.O.R specified destination any part of Uttarakhand State ordered by department including cost of materials, basic excise duty, insurance charges, third party inspection charges, packing & forwarding charges, freight including loading, unloading and octroi etc. but are exclusive of statutory duties such as sales/trade tax/VAT without Form ‘C’ and any other Central, State Govt. levies which are to be shown separately and shall be payable as applicable.

2. The quantity of materials can vary upto any extent on either side.3. The PP-R Pipe shall strictly be I.S.I marked and conforming to IS: 15801:2008.4. Third party inspection charges by D.G.S.&D. /R.I.T.E.S or Any other agency nominated

by the department from time to time shall be borne by the supplier.5. Detail of Material shall be as per given below.Material1. PP-R Pipes shall conforming to IS specification: 15801:2008.2. Pipe and their accessories should work efficiently in temperature ranging from

minus 100 C, plus 400 C.S.

No.Description of Item Unit Rate in Rs.

Figures Words(1) (2) (3) (4) (5)A Supply of Polypropylene

Random Copolymer (PP-R) Pipes conforming to IS: 15801:2008 at any part of Uttarakhand State.

For Allowable Working Pressure: 10kg/cm2

1 20mm OD Per Mtr.

2 25mm OD Per Mtr.

3 32mm OD Per Mtr.

4 40mm OD Per Mtr.

5 50mm OD Per Mtr.

6 63mm OD Per Mtr.

7 75mm OD Per Mtr.

8 90mm OD Per Mtr.

9 110mm OD Per Mtr.

10 125mm OD Per Mtr.

11 140mm OD Per Mtr.

12 160mm OD Per Mtr.

For Allowable Working Pressure: 16kg/cm2

1 20mm OD Per Mtr.

2 25mm OD Per Mtr.

3 32mm OD Per Mtr.

Signature and Seal of the Tenderer

Page 34: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-28-

(1) (2) (3) (4) (5)4 40mm OD Per Mtr.

5 50mm OD Per Mtr.

6 63mm OD Per Mtr.

7 75mm OD Per Mtr.

8 90mm OD Per Mtr.

9 110mm OD Per Mtr.

10 125mm OD Per Mtr.

11 140mm OD Per Mtr.

12 160mm OD Per Mtr.

B Supply of Polypropylene Random Copolymer (PP-R) Fittings suitable for above pipes at any part of Uttarakhand State.

Socket1 20mm Each

2 25mm Each

3 32mm Each

4 40mm Each

5 50mm Each

6 63mm Each

7 75mm Each

8 90mm Each

9 110mm Each

10 125mm Each

11 140mm Each

12 160mm Each

Elbow 900

1 20mm Each

2 25mm Each

Signature and Seal of the Tenderer

Page 35: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-29-

(1) (2) (3) (4) (5)3 32mm Each

4 40mm Each

5 50mm Each

6 63mm Each

7 75mm Each

8 90mm Each

9 110mm Each

10 125mm Each

11 140mm Each

12 160mm Each

Flange1 20mm Each

2 25mm Each

3 32mm Each

4 40mm Each

5 50mm Each

6 63mm Each

7 75mm Each

8 90mm Each

9 110mm Each

10 125mm Each

11 140mm Each

12 160mm Each

End Cap1 20mm Each

2 25mm Each

3 32mm Each

Page 36: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-30-(1) (2) (3) (4) (5)4 40mm Each

5 50mm Each

6 63mm Each

7 75mm Each

8 90mm Each

9 110mm Each

10 125mm Each

11 140mm Each

12 160mm Each

Reducer Socket1 25 x 20mm Each

2 32 x 25mm Each

3 40 x 32mm Each

4 50 x 40mm Each

5 63 x 50mm Each

6 75 x 63mm Each

7 75 x 50mm Each

8 90 x 75mm Each

9 90 x 63mm Each

10 90 x 50mm Each

11 110 x 90mm Each

12 110 x 75mm Each

13 110 x 63mm Each

14 110 x 50mm Each

15 125 x 110mm Each

16 125 x 90mm Each

17 125 x 75mm

Each

Signature and Seal of the Tenderer

Page 37: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-31-

(1) (2) (3) (4) (5)18 125 x 63mm Each

19 125 x 50mm Each

20 140x125mm Each

21 140x110mm Each

22 140x90mm Each

23 140x75mm Each

24 140x63mm Each

25 140x50mm Each

26 160 x 140mm Each

27 160 x 125mm Each

28 160 x 110mm Each

29 160 x 90mm Each

30 160 x 75mm Each

31 160 x 63mm Each

32 160 x 50mm Each

Equal Tee1 20mm Each

2 25mm Each

3 32mm Each

4 40mm Each

5 50mm Each

6 63mm Each

7 75mm Each

8 90mm Each

9 110mm Each

10 125mm Each

Signature and Seal of the Tenderer

Page 38: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-32-(1) (2) (3) (4) (5)11 140mm Each

12 160mm Each

Reducer Tee1 25 x 20x25mm Each

2 32 x 25x32mm Each

3 40 x 32x40mm Each

4 50 x 40x50mm Each

5 63 x 50 x 63mm Each

6 75 x 63 x 75mm Each

7 75 x 50 x 75mm Each

8 90 x 75 x 90mm Each

9 90 x 63 x 90mm Each

10 90 x 50 x 90mm Each

11 110 x 90 x 110mm Each

12 110 x 75 x 110mm Each

13 110 x 63 x 110mm Each

14 110 x 50 x 110mm Each

15 125 x 110x125mm Each

16 125 x 90x125mm Each

17 125 x 75x125mm

Each

18 125 x 63x125mm Each

19 125 x 50 x125mm Each

20 140x125 x140mm Each

21 140x110 x140mm Each

22 140x90 x140mm Each

23 140x75 x140mm Each

24 140x63 x140mm Each

25 140x50 x140mm Each

Signature and Seal of the Tenderer

Page 39: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-33-

(1) (2) (3) (4) (5)26 160 x 140 x 160mm Each

27 160 x 125 x 160mm Each

28 160 x 110 x 160mm Each

29 160 x 90 x 160mm Each

30 160 x 75 x 160mm Each

31 160 x 63 x 160mm Each

32 160 x 50 x 160mm Each

Gate Valve1 20mm Each

2 25mm Each

3 32mm Each

4 40mm Each

5 50mm Each

6 63mm Each

7 90mm Each

RATES ARE TO BE QUOTED BOTH IN FIGURES AND WORDS - F.O.R specified destination any part of Uttarakhand State ordered by department including cost of materials, basic excise duty, insurance charges, third party inspection charges, packing & forwarding charges, freight including loading, unloading and octroi etc. but are exclusive of statutory duties such as sales/trade tax/VAT without Form ‘C’ and any other Central, State Govt. levies which are to be shown separately and shall be payable as applicable.

If, Taxes/ Levies to be charged extra on the above quoted rates, shall be clearly mentioned in percentage.

1. Central Sales Tax without Form ‘C’ @ ……….%

2. VAT without Form ‘C’ @ ……….%

3. Any other Central/ State Govt. levies charged @

4. Period for Validity of offer 150 days:

Signature and Seal of the Tenderer

Page 40: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-34-

(SCHEDULE-'A-1' RATES )

Rates for Excavation, laying, jointing including civil works of PP-R Pipe, Pressure rating 10 & 16 Kg/cm2, ISI marked conforming to IS specification: IS: 15801:2008 and fittings for

pumping/surface water supply scheme in any part of Uttarakhand State.IMPORTANT NOTES

1. Rates for following works shall be quoted F.O.R specified destination any part of Uttarakhand State including all labour, T&P etc. excluding service tax. Service tax as applicable shall be mentioned in %. Income tax as applicable will be deducted.

2. Excavation of trenches for laying of pipe line upto required depth to avoid breakage of pipes due to vehicular load and rolling stones and landslides. Covering of pipes by excavated earth, including providing bedding and cover with screened earth to prevent pipes from punching by sharp edge stone. Refilling of remaining trenches by the excavated soil as per the conditions of this tender or as per direction of Executive Engineer, division concerned.

3. Laying, jointing of PP-R Pipes and their accessories by fusion welding in pre-excavated trench of 1 meter depth including maintenance of scheme after guarantee period of one year from the date of completion of SITC work for a period of five years including replacement of defective materials, removing of leakage and defective civil works etc. free of cost or as per direction of Executive Engineer, division concerned.

4. The quantity of work can vary upto any extent on either side.5. Work shall be executed as per engineering norms.

S.No.

Description of Item Unit Rate in Rs.Figures Words

(1) (2) (3) (4) (5)A (a) Excavation of earth, boulder

mixed soil for pipe line trenches upto required depth to avoid breakage of pipes due to vehicular load and rolling stones and landslides. Covering of pipes by excavated earth, including providing bedding and cover with screened earth to prevent pipes from punching by sharp edge stone. Refilling of remaining trenches by the excavated soil, disposal of surplus earth upto a distance of 60 meters from centre of trench including supply of all labour, T&P etc. required for completion of work at any part of Uttarakhand State. Per Cum.(b) Same as item no. A(a) but in medium rock. Per Cum.

Signature and Seal of the Tenderer

Page 41: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-35-(1) (2) (3) (4) (5)B Laying, jointing and testing of Fusion

Welded Polypropylene Random Copolymer (PP-R) Pipes in pre-excavated trench of 1 meter depth including maintenance of scheme after guarantee period of one year from the date of completion of SITC work for a period of five years including replacement of defective materials, removing of leakage and defective civil works etc. free of cost at any part of Uttarakhand State.

For Allowable Working Pressure: 10kg/cm2

1 20mm OD Per Mtr.

2 25mm OD Per Mtr.

3 32mm OD Per Mtr.

4 40mm OD Per Mtr.

5 50mm OD Per Mtr.

6 63mm OD Per Mtr.

7 75mm OD Per Mtr.

8 90mm OD Per Mtr.

9 110mm OD Per Mtr.

10 125mm OD Per Mtr.

11 140mm OD Per Mtr.

12 160mm OD Per Mtr.

For Allowable Working Pressure: 16kg/cm2

1 20mm OD Per Mtr.

2 25mm OD Per Mtr.

3 32mm OD Per Mtr.

4 40mm OD Per Mtr.

5 50mm OD Per Mtr.

6 63mm OD Per Mtr.

7 75mm OD Per Mtr.

8 90mm OD Per Mtr.

9 110mm OD Per Mtr.

10 125mm OD Per Mtr.

11 140mm OD Per Mtr.

12 160mm OD Per Mtr.

Signature and Seal of the Tenderer

Page 42: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-36-

(1) (2) (3) (4) (5)C Inter Connection of newly laid

following PP-R pipe 20 mm to 160 mm with existing G.I. pipe including supply of all fitting and jointing materials, labour, T&P, digging of pit etc. required for proper completion of work at site in any part of Uttarakhand State.

1 Interconnection of newly laid PP-R Pipe with existing 20 mm G.I. Pipe line

Each interconnection

2 Interconnection of newly laid PP-R Pipe with existing 25 mm G.I. Pipe line

Each interconnection

3 Interconnection of newly laid PP-R Pipe with existing 32 mm G.I. Pipe line

Each interconnection

4 Interconnection of newly laid PP-R Pipe with existing 40 mm G.I. Pipe line

Each interconnection

5 Interconnection of newly laid PP-R Pipe with existing 50 mm G.I. Pipe line

Each interconnection

6 Interconnection of newly laid PP-R Pipe with existing 65 mm G.I. Pipe line

Each interconnection

7 Interconnection of newly laid PP-R Pipe with existing 80 mm G.I. Pipe line

Each interconnection

8 Interconnection of newly laid PP-R Pipe with existing 100 mm G.I. Pipe line

Each interconnection

9 Interconnection of newly laid PP-R Pipe with existing 125 mm G.I. Pipe line

Each interconnection

10 Interconnection of newly laid PP-R Pipe with existing 150 mm G.I. Pipe line

Each interconnection

E Inter Connection of newly laid following PP-R pipe 20 mm to 160 mm with existing PVC pipe including supply of all fitting and jointing materials, labour, T&P, digging of pit etc. required for proper completion of work at site in any part of Uttarakhand State.

1 Interconnection of newly laid PP-R Pipe with existing 20 mm OD, PVC Pipe line

Each interconnection

2 Interconnection of newly laid PP-R Pipe with existing 25 mm OD, PVC Pipe line

Each interconnection

3 Interconnection of newly laid PP-R Pipe with existing 32 mm OD, PVC Pipe line

Each interconnection

4 Interconnection of newly laid PP-R Pipe with existing 40 mm OD, PVC Pipe line

Each interconnection

Signature and Seal of the Tenderer

Page 43: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-37-

(1) (2) (3) (4) (5)5 Interconnection of newly laid PP-R

Pipe with existing 50 mm OD, PVC Pipe line

Each interconnection

6 Interconnection of newly laid PP-R Pipe with existing 63 mm OD, PVC Pipe line

Each interconnection

7 Interconnection of newly laid PP-R Pipe with existing 90 mm OD, PVC Pipe line

Each interconnection

8 Interconnection of newly laid PP-R Pipe with existing 110 mm OD, PVC Pipe line

Each interconnection

9 Interconnection of newly laid PP-R Pipe with existing 125 mm OD, PVC Pipe line

Each interconnection

10 Interconnection of newly laid PP-R Pipe with existing 140 mm OD, PVC Pipe line

Each interconnection

11 Interconnection of newly laid PP-R Pipe with existing 160 mm OD, PVC Pipe line

Each interconnection

F Inter Connection of newly laid following PP-R pipe 20 mm to 160 mm with existing MS ERW pipe including supply of all fitting and jointing materials, electric welding, labour, T&P, digging of pit etc. required for proper completion of work at site in any part of Uttarakhand State.

1 Interconnection of newly laid PP-R Pipe with existing 50 mm, MS ERW Pipe line

Each interconnection

2 Interconnection of newly laid PP-R Pipe with existing 65 mm, MS ERW Pipe line

Each interconnection

3 Interconnection of newly laid PP-R Pipe with existing 80 mm, MS ERW Pipe line

Each interconnection

4 Interconnection of newly laid PP-R Pipe with existing 100 mm, MS ERW Pipe line

Each interconnection

5 Interconnection of newly laid PP-R Pipe with existing 125 mm, MS ERW Pipe line

Each interconnection

6 Interconnection of newly laid PP-R Pipe with existing 150 mm, MS ERW Pipe line

Each interconnection

7 Interconnection of newly laid PP-R Pipe with existing 200 mm, MS ERW Pipe line

Each interconnection

Signature and Seal of the Tenderer

Page 44: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-38-

(1) (2) (3) (4) (5)G Inter Connection of newly laid

following PP-R pipe 20 mm to 160 mm with existing HDPE pipe including supply of all fitting and jointing materials, fusion welding, labour, T&P, digging of pit etc. required for proper completion of work at site in any part of Uttarakhand State.

1 Interconnection of newly laid PP-R Pipe with existing 20 mm OD, HDPE Pipe line

Each interconnection

2 Interconnection of newly laid PP-R Pipe with existing 25 mm OD, HDPE Pipe line

Each interconnection

3 Interconnection of newly laid PP-R Pipe with existing 32 mm OD, HDPE Pipe line

Each interconnection

4 Interconnection of newly laid PP-R Pipe with existing 40 mm OD, HDPE Pipe line

Each interconnection

5 Interconnection of newly laid PP-R Pipe with existing 50 mm OD, HDPE Pipe line

Each interconnection

6 Interconnection of newly laid PP-R Pipe with existing 63 mm OD, HDPE Pipe line

Each interconnection

7 Interconnection of newly laid PP-R Pipe with existing 90 mm OD, HDPE Pipe line

Each interconnection

8 Interconnection of newly laid PP-R Pipe with existing 110 mm OD, HDPE Pipe line

Each interconnection

9 Interconnection of newly laid PP-R Pipe with existing 125 mm OD, HDPE Pipe line

Each interconnection

10 Interconnection of newly laid PP-R Pipe with existing 140 mm OD, HDPE Pipe line

Each interconnection

11 Interconnection of newly laid PP-R Pipe with existing 160 mm OD, HDPE Pipe line

Each interconnection

H Inter Connection of newly laid following PP-R pipe 20 mm to 160 mm with existing PP-R pipe including supply of all fitting and jointing materials, fusion welding, labour, T&P, digging of pit etc. required for proper completion of work at site in any part of Uttarakhand State.

1 Interconnection of newly laid PP-R Pipe with existing 20 mm OD, PP-R Pipe line

Each interconnection

2 Interconnection of newly laid PP-R Pipe with existing 25 mm OD, PP-R Pipe line

Each interconnection

Page 45: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

Signature and Seal of the Tenderer

-39- (1) (2) (3) (4) (5)3 Interconnection of newly laid PP-R

Pipe with existing 32 mm OD, PP-R Pipe line

Each interconnection

4 Interconnection of newly laid PP-R Pipe with existing 40 mm OD, PP-R Pipe line

Each interconnection

5 Interconnection of newly laid PP-R Pipe with existing 50 mm OD, PP-R Pipe line

Each interconnection

6 Interconnection of newly laid PP-R Pipe with existing 63 mm OD, PP-R Pipe line

Each interconnection

7 Interconnection of newly laid PP-R Pipe with existing 90 mm OD, PP-R Pipe line

Each interconnection

8 Interconnection of newly laid PP-R Pipe with existing 110 mm OD, PP-R Pipe line

Each interconnection

9 Interconnection of newly laid PP-R Pipe with existing 125 mm OD, PP-R Pipe line

Each interconnection

10 Interconnection of newly laid PP-R Pipe with existing 140 mm OD, PP-R Pipe line

Each interconnection

11 Interconnection of newly laid PP-R Pipe with existing 160 mm OD, PP-R Pipe line

Each interconnection

I Fixing of C.I. sluice valve including supply of all jointing materials i.e. nut bolt, rubber packing, MS flanges etc. (the only C.I. Sluice valve will be provided by the Department), labour, T&P complete required for proper completion of work at site allotted by the department in any part of Uttarakhand State.

1 50 mm dia Each

2 65 mm dia Each

3 80 mm dia Each

4 100 mm dia Each

5 125 mm dia Each

6 150 mm dia Each

J Construction of sluice valve chamber of following sizes as per departmental specifications including supply of all material, labour, T&P complete required for proper completion of work at site allotted by the department in any part of Uttarakhand State.

1 Size 1.20x1.00x1.00 meter Each2 Size 1.50x1.00x1.00 meter Each

Page 46: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

Signature and Seal of the Tenderer

-40- (1) (2) (3) (4) (5)K Shifting consumer’s connections (15,

20, 25 or any other sizes) from existing pipeline to newly laid PP-R pipeline including excavation of pits, cutting of existing pipeline, fixing of fittings & special, inserting, cutting of road surface, dewatering, taking out of mud, barricading and diversion of traffic, including supply of all material (i.e. clamp, fittings etc.), labour, T&P complete required for proper completion of work at site allotted by the department in any part of Uttarakhand State. Each

RATES ARE TO BE QUOTED BOTH IN FIGURES AND WORDS - F.O.R specified destination any part of Uttarakhand State including all labour, T&P etc. excluding service tax. Service tax as applicable shall be mentioned in %. Income tax as applicable will be deducted. If, Taxes/ Levies to be charged extra on the above quoted rates, shall be clearly mentioned in percentage.

1. Service tax @ ………….%

2. Period for Validity of offer 150 days.

Signature and Seal of the Tenderer

Page 47: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-41-

ON NON-JUDICIAL STAMP PAPER OF Rs. 10/-

ANNEXURE-'1'

UNDERTAKING

  Whereas M/s .................................................................................................... who are our authorized dealer have tendered to supply/work the materials manufactured by us to Jal Sansthan and the Jal Sansthan have required us to guarantee the quality, quantity and delivery schedule of our manufactured materials to be supplied by the above authorized dealer, we hereby guarantee as under:-1. That we shall be responsible for the quality and standard of materials supplied by

the above authorized dealer in the same way as if it was supplied by us.2. That in case any materials is found sub-standard or defective the same will be

immediately replaced by the above authorized dealer failing which we ourselves undertake to replace such materials free of cost.

4. That we guarantee to supply/work the quantity guaranteed by the above authorized dealer so that the Jal Sansthan is able to get the required quantities according to the delivery schedule given by the Jal Sansthan. In case of failure of the authorized dealer we ourselves undertake to supply/work the materials at the prices quoted by the authorized dealer. The necessary adjustment in prices, if any, will be settled by us with the authorized dealer directly.

5. That Jal Sansthan will have the right of pre-delivery testing and inspection in our factory of the materials to be supplied through the authorized dealer in the same way as it was supplied by us.

M/s ..............................................................................................

..............................................................................................(Manufacturer)

* Undertaking to be filled up if applicable.

Page 48: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-42-

PERFORMA FOR BANK GUARANTEE BOND

This guarantee made this .................................................... day of ................................. month of ..................................... 20......... by ........................................... (hereinafter called the bank which expression shall, unless repugnant to the contract include its successors and assignees) of the one part in favour of the Uttarakhand Jal Sansthan, a company within the meanings of the companies act 1956 (herein after called the corporation on which expression shall unless repugnant to the context include its successor and assignees) of the other part.Whereas M/s ............................................................................................. (hereinafter called the supplier/contractors) have agreed to participate in the tender for the supply/work of ....................... Invited by the Jal Sansthan vide their tender notice no. ............................. dated .............And Whereas in accordance with the tender notice the supplier/contractor have to furnish earnest money in the form of Bank Guarantee in the sum of Rs. ................................... and whereas the Bank has accordingly at request of the supplier/contractor agreed to furnish this guarantee.

NOW THIS DEED WITNESSES AS FOLLOWS: -

1. In consideration of the premises the bank hereby undertakes to pay on demand to the Jal Sansthan the sum of Rs. ...............................(Rs. .............................................. only).

2. The bank shall pay to the Jal Sansthan on demand the sum under clause above without demur and without requiring the Jal Sansthan to invoke any legal remedy that may be available to it, it being understood and agreed Firstly that the Jal Sansthan shall be the sole judge of and as together the supplier/contractors have committed breach or breaches, if any, of the terms and conditions of the said tender documents/contract and the extent of losses, damages, cost, charges, expenses caused to or suffered by or that may be caused to or suffered by the Jal Sansthan from time to time shall be final and binding on the bank and Secondly that the right of the Jal Sansthan to recover from the bank any amount under this guarantee shall not be effected or suspended by reason of the fact that any dispute or disputes have been raised by the supplier/contractors with regard to their liability or the proceedings are pending before any tribunal, arbitrator quote with regard there to or in connection there with, and thirdly that the bank shall immediately pay the summoned clause to the Jal Sansthan on demand and it shall not be open to the bank to know the reasons of or to investigate or to go into the merits of the demands or to question or to challenge the demander to know any facts effecting the demand and lastly i.e. shall not be open to the bank to require proof of the liability of the supplier/contractor to pay the amount before paying the sum demanded under clause above.

3. The guarantee is in addition to and not in substitution for any other guarantee executed by the bank in favour of the Jal Sansthan on behalf of the supplier/contractors.

4. The supplier/contractors and the Jal Sansthan will be at liberty to vary and modify the terms and conditions of the tender document/contract without effecting this guarantee, notice of which modifications to the bank hereby waived.

Page 49: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-43-

5. This guarantee shall not be affected by any change in the constitution of the bank or of the supplier/contractors nor shall the guarantee be affected by any amalgamation or absorption with any other body corporated and this guarantee will be available to or enforceable by such body corporate.

6. The neglect or forbearance of the Jal Sansthan in enforcing any payments of money, the payment thereof is intended to be hereby secured or the giving of time by the Jal Sansthan for the payment thereof shall in no way release the bank from its liability under this deed.

7. This guarantee is irrevocable except with the written consent of the Jal Sansthan.8. This guarantee shall come into force from the date hereof and shall remain valid till

............. but if the period of the tender/contract is, for any reason, extended and upon such extension if the supplier/contractors failed to furnish fresh or renewed guarantee for the extended period, the bank shall pay to the Jal Sansthan the said sum of Rs. ........................ or such lesser sum as the Jal Sansthan may demand.

IN WITNESS WHEREOF

For and on Behalf of the Bank have signed this Deed on the day and year above written

WITNEESS: -

1.

2.

Signed by for and on behalf of the Bank

Page 50: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-44-

GENERAL SPECIFICAITON FOR CIVIL WORKS

Limits of contract:- The contract shall be deemed to be finally completed when all the works comprised therein shall have successfully withstood one whole rainy season (but not less then a period of twelve (12) months after date of completion) to the satisfaction of the executive Engineer and final clearance certificate covering the maintenance has been issued.

General arrangement setting out the work:- The Engineer through his authorized representative will establish the necessary bench marks and levels, but the contractor must set out the work and he will be held responsible for setting out at his own expense any work not correctly set out. Before ordering any materials, the contractor shall from his own conclusive as to the actual amount materials required by measurements on sites as payments will be made on “NET” measurement of the work actual completed. The contractor shall provide all pegs, pillars, lines etc. required for setting out the work at his own expense and shall give such assistance as may be required by the Executive Engineer or his authorized representative in this connection, both before and during the execution of the work.

Erection and checking of work:- As materials are collected and the construction of any stage of the work is completed, it will be checked over and passed by the Engineer or his authorized representative, but such approval shall in no way relieve the contractor of any of his responsibilities which will not end until the sole work is actually completed under the clause “LIMIT OF CONTRACT’. During the progress of the work, the contractor shall carry out such tests as in the opinion of the Engineer of his authorized representative are necessary to determine that the materials supplied comply with the conditions to these specification whether under test conditions or in actual or in actual use. The tests to be carried out shall be as described in schedule and as may be required by Engineer.

Approval of Drawings:- As the work proceeds, the contractor shall submit detailed and dimensioned to the scale drawing of the fabricated or manufactured portion of the works and fittings which he shall supply for approval as any be required by the Engineer. Drawing which shall be submitted in the first instance is given in schedule.

Samples:- As the work proceeds, the contractor shall submit samples of the materials for approval as may be required by the Executive Engineer his authorized representative. A list of such samples as are required in the first instance is given in schedule.

Alteration to the tender:- The contractor must tender in general in accordance with the requirement of these specification but he shall be at liberty to put up alterations or modification, through items in these specification or schedule must not be altered to suit the contractor. Any alteration or modification shall be submitted as an addendum and forwarded along with the tender which, if approved in whole or part, will be embodied at the time or acceptance.

Method of tendering:- The contractor must fill in ink schedule item by them in the several columns in words and in figures the rate (in decimal coinage) for 4 unit of measurement of each item. Any rate quoted by the contractor in old coinage shall make his tender liable to rejection. He shall also fill in figures of the total cost of each item in the column provided in Schedule Each page of both Schedules should also be signed by the contractor or a duly accredited agent on his behalf, besides tenders. Its is strictly forbidden to modify or change the arithmetical total of any of the tendered items by a percentage deduction or increase and tender so received will be liable to be rejected.

Page 51: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-45-

Rate for proposed works should be given for each item of work separately, both in word and in figures. In case of differences in rate in words and figure, the lower of the two rates will be taken as tendered rates.

The rate tendered for every item should be independent of each other, as any work can be ordered or deleted and the quantities shown in schedule can be increases or decreased. However the contractor shall be at liberty to refuse execution of extra work more than 33% of the quantities shown in Schedule.

Want of knowledge:- Contractor must read carefully all the conditions, specification and terms of contract and examine the drawing and in case of any obscurity apply to the Executive Engineer for its consideration as no excuse for want of knowledge for non-compliance with any part or portion these specification or terms of contract can be considered.

The several documents forming to ……………………… be taken as mutually explanatory of one another and in case of ambiguities or discrepancies, this shall be explained and adjusted by the Executive who shall there upon issue to the contractor.

Octroi or terminal tax etc.:- Toll, octroi or terminal tax etc, will be levied by the Local bodies or Municipal Boards etc. in accordance with the Schedule of rates in force at the time the articles pass the barrier. The contractor must allow for these charge in his rates.

Firm tenders:- Firm prices in rupees shall be quoted for each item in the schedules and tender shall remain good and open for acceptance for a period of five calendar months from the date of opening of tender, the work shall be awarded on the total of schedule alone but with due consideration of Schedule as well. Any discrepancy vis-à-vis shall render liable to be rejected.

Water supply:- The contractor shall make his own arrangement with regard to water supply required for the execution and test of the works as well as for drinking water for his own workmen and he shall defray all charges in this connection and include in his rates a sufficient amount to allow for this.

Excavation for Item:- The excavation of trenches for pipe line space shall be carried out in accordance with respective Jal Nigam detailed specification. The trenches shall be so dug that the pipes may be laid to the required alignment and its required depth. A minimum cover of 0.6 meters should be provided over the soffit of the pipe in areas where no vehicular traffic expected and as well as where no heavy snowfall expected. In other areas, a minimum cover of 0.9 meters shall be provided. In case due to any local conditions it requires a changes, it shall be got confirmed in writing from the Engineer in Charge. The width of trenches shall 60 cm plus internal diameter of pipe.

In case the contractor has to keep the side sloping the measurement shall only be made and paid for vertical excavation for the width.

The trenches shall be excavated to the gradient specified so that no making of the sluggards by back filling is required and the pipe rests on solid and undisturbed ground when laid. In case such mistake is done, the extra depth so dug shall have to be made up by the contractor in PCC 1:6:12 for which no payment shall be made.

In road or line crossing, it shall be permissible to leave bulk head intervals and connect the open length by tunneling. However no extra payment shall be made for such tunneling and it shall be paid under excavation as if the bulk head has been excavated. Precautions shall be taken that tunneled position has been filled in properly.

Page 52: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-46-The trench bottom shall be properly primed off to present a plain surface and all

the irregularities shall be leveled. Extra payment on this account shall be made, it is deemed to be included under excavation.

Roots of tress appearing in the trenches shall be removed or killed and no extra payment shall be made on account.

In case of trenches for A.C. pipes if the rock bottom is extremely hard or rocky loose stony soil the trenches shall be to excavated to task 15cm below the trenches grade, Rocks stone or substances from the bottom of the trenches shall be removed and trench back to the required grade by filling with selected earth and compacted so as to provide a smooth bedding for the pipe. Payment for this extra excavation shall be duly made but nothing extra shall be paid for filling with selected fine earth.

The excavated soil shall preferable be deposited on one side of the trench so that it leaves a bench of about 0.5 m facilitating that workmen to move along the bench without any difficulty. In places of having and high traffic the site to the earth shall be shifted and the rate included for such shifting upto lead of 30 m. After the pipes are laid and tested the filling of trenches shall be done in 15 m laying well tried and well rammed. The soil shall be taken as soft it for excavation is required the close application up stik and sable or pharma, rake as other or digging implement shall be taken from the trench excavated and shall be paid under item. The soil shall be taken to be mixed with boulders are having maximum dia……….. in any direction is more that thirty mm (30mm) and is capable of being quarried or split with crow bar. Its measurement shall be taken for the trenches measurement and shall be paid.

The rock shall be taken to be hard ……… capable of being split by the implements mentioned above and where maximum dimension in any direction is more than 30mm, the hard rock excavated shall be stacked and then measured in stack and the measurement payable under item shall be 50% of the stack measurement (50% deduction has been made for void) in case the hard rock is blasted it shall be paid under item as and in course it is, it shall be paid for under item. The rock so stacked after measurement shall be contractor form anywhere for which no payment shall be made.

All finds found during excavation such as antiques, relics, doins and fossils etc. shall be property of the Sansthan and shall be immediately made over to the Engineer.

(B) Laying and jointing of Fittings- This item shall include taking delivery of all types of Fittings from Jal Sansthan at ……………… carriage of the same upto the site of work including all loading and unloading, jointing and testing.

(C) Laying and jointing of Pipes- The work includes the delivery of pipes and specials from Jal Sansthan stores at …………… carriage of the same upto site of work including all loading and unloading, lowering the pipes and specials in trenches carefully, true to the alignment and gradient at the required depth it shall be ensured that the rest continuously on the bottom of the trenches and do not rest no bumps of earth or stones placed under earth.

The pipes and special ends shall be cleared of all foreign matters. The joint hole shall be done (the oil) vide lead spun yarn required for the jointing and cutter or threading required is exclusive in the rate for this item. The jointing shall be got done from skilled fitter.

Any thread exposed after jointing shall be thickly quoted with approved anticorrosive paint supply of paint and supplying is included in the rates open and at the enclosure of each day’s work shall be plugged to prevent any foreign matter entering into the pipe.

The contractor shall be required to perform the Hydraulic pressure on the main load by him, so that the joints are water tight, at pressure of 60 meter conducting the pressure he shall have to make his own arrangements for water implements and other requisites.

Page 53: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-47-The measurements under this item shall be made in running per meter by

measuring the length laid including the length of specials and fittings (excluding tapes).

(D) Laying and jointing of air valves- The item of works includes taking delivery from Jal Sansthan store at …………………….. carriage of the same to the site of works including all loading and unloading and lowering the same at the correct position. In case screwed down type air valves are supplied the rate includes cost of having the pipe and them fixing the air valve and incase it is to be fixed as a tee, them then cost includes a flanged joint including supply of all materials required for the flanged joints.

(E) Chambers of fitting- All chambers for wheel valves, air valves shall be constructed strictly according to the type design supplied to the contractor and various items involved shall conform to relevant PWD detailed specifications. The rate is for the complete job and shall include excavation work required for the work and disposal of surplus earth. The site has to be given clean after the work.

(F) Stand- post pillar type- Pillar type stand-post shall be constructed as departmental type design. It shall also include construction of 5m long 150mm dia SCC drain or drains supplied and making all connections with water supply main including MS clamps and other necessary materials, the taps shall be supplied by the department as per conditions specified in Schedule. The rate is for complete job and shall include excavation work required for the work and disposal of surplus earth. The site has to be given clean after the work.

(G) RCC Tank type stand post- The type of stand post shall be constructed in RCC as per departmental type design. It shall include all necessary fittings, float valve, manhole cover (light) and soot etc. and making connection 5m long 150mm dia SSC drain as per type design. The material to be issued and the rate at which to be issued have been specified in schedule. The rate is for complete job and shall include excavation work required for the job and disposal or surplus earth. The site has to be given clean after the work.

(H) Mild steel or iron work- This item shall include supply of iron or steel, is cutting, bending, making holes and threads and welding wherever required and brought and framed to the required size of shape and its fixing in the structures desired, such as anchor block etc. the steel to conform to Indian standards specification.

Surplus earth and cutting charges:- The contractor shall provide at his own expense tip for surplus earth, etc. and shall remove from the work all spill and rubbish and shall include in his rates sufficient sum to cover the cost of this and all earthing charges in this connection. The contractor shall also include in his rates for all other carting and transport charges that may be necessary for the proper carrying out and complication of the work.

Pumping during construction:- The contractor shall provide all appliances, pumps engine, machinery, section and delivery piping fastening, fuel lubricant, cotton waste and labour necessary for dealing with all spring or flood water that may be encountered during the construction of the works and shall make his rate sufficiently comprehensive to cover all costs in this connection.

Water tightness and stability of work:- The contractor shall guarantee and be liable for the water tightness, soundness and stability of all the works executed by him and shall make good all defects from any cause whatever. Any settlement of pipe line or sewer line trenches shall at once made good by the contractor at his own cost and the road surface along such trenches shall be maintained in good condition for the full period of 12 months.

Page 54: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-48-

Date of completion :- The date of completion of the work shall be as stated in Schedule.

Payments of works:- The contract works shall be paid for in the manner set out in the general condition hereto annexed and the rates stated in Schedule. Item not included in this Schedule will be paid for at the rates set out in the supplementary Schedule or if not provided therein, as may be determined in general conditions.

Standard and detailed specifications:- All works executed or materials supplied under this contract, unless otherwise specified in these specification shall comply with the description set out in Jal Nigam detailed specification or P.W.D. detailed specification or British standard specification or the Indian specification for the respective materials and items or work. These specifications in so far as they are applicable, shall be deemed to be incorporated this contract. Al finds found during excavation such as antiques relies and fossils etc. shall be the Sansthan property and shall be immediately made ever to the Executive Engineer incharge on behalf of the Jal Sansthan.

However, stone gravel or sand obtained from bonfire excavation or rock cutting under this contract, shall be contractor property.

Claims:- The intending tendered shall inspect the site and examine the scheme very carefully before submitting the tender. It shall be noted that the items in Schedule are for works complete in every way so as to make a sound job. He shall check the quantities given in the item of the Schedule and satisfy himself about the details. No extra payment shall be made for omission of any details in any of the item of this schedule unless the Engineer accepts the validity of the claim.

The contractor shall submit to the Engineer once in every month an-account giving full and detailed particular of all claims for any additional expense to which the contractor may consider him entitled and extra and additional works ordered and executed during the preceding month. No claim for payment for any such work shall ordinarily be considered which has not been included in such particulars.

Any verbal instruction issued by officers from time to time connection with change in design or specification, which the contractor thinks entitled him for extra payment shall be got confirmed in writing by the contractor. Failure to do so will on no account entitled him for extra payment.

Employment and removing of contractors employees:- The contractor shall employ for the execution of the work such persons as are careful, skilled and experienced in their trades and calls. The Engineer shall have full power to ask the contractor to remove immediately from the site of works any such person employed, by the contractor for the execution of work who, in the opinion of the Engineer, are guilty of misconduct or misbehavior or are incompetent in the proper performance of their duties or are otherwise undesirable.

Employment of maintenance staff:- The contractors attention also drown to the necessity for employing proper maintenance staff during the period of maintenance for immediate repairs if any defect that may be revealed during the period of maintenance. The Engineer shall get any such defects rectified if the contractor fails to attend to the same and any expenditure incurred by him along with 10% supervision charges shall be recoverable from him.

Accommodation for labour:- There may or may not be ample space available at the site of work but the contractor shall have to construct temporary hutments for his labour. The temporary structures will have to be dismantled after the completion work and the site cleared to the satisfaction of the Engineer. The contractor shall make his own arrangement for his materials required for temporary hutments and use of Sansthan materials will not be allowed in any case.

Page 55: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-49-

Use of concrete mixers:- In all work involving mass concrete work, power cement concrete mixer shall invariable used for mixing the aggregate in place of HAND MIXING system. The contractor shall arrange himself in for suitable size concrete mixer for such jobs. If they cannot arrange for the same, portable mechanical concrete mixers of about 7 cft capacity can be sent to them by department (if not booked for elsewhere) on signing an agreement separately and on deposition the necessary security or rent etc. in advance. However, if the contractor can arrange for concrete mixer 10% extra will be used by the contractor without any extra charge.

The procurement of such mixer will be primary responsibility of the contractor and the department shall not be held responsible for any kind of delay in works or extra claims if the department is not able to supply the same.

Time for working:- The contractor will be required to see that the usual hours are adhered to no work should be done in the night without the permission of the Engineer Incharge except when it is absolutely necessary for the saving of life or property or for the safety of the work, in which case the contractor shall immediately advise the engineer incharge and shall as for as practicable obtain his approval prior to its taking up.

Issue of stores:- All materials to be issued form department’s godown or store shall be issued only once in a day between 8:00 A.M. to 12:00 A.M. in accordance with the actual needs of the work. For materials to be issued F.O.R. Rly station the contractor shall be given the credit note Rly. Receipt etc and he shall have to take delivery himself which will include unloading from Rly. Wagons and transportation and carriage to site. In case of emergency the contractor may have to pay even the Rly. Freight etc. himself which will be refundable on production of receipt but without any extra claim.

For this purpose the Railway receipt shall be collected by the contractor from the office of the Executive Engineer or the Assistant Engineer, on being informed to do so, for taking delivery, If the contractor fails to collect the Railway receipt, from the office of the said Engineer within twenty four hours from the time of call and the department is thus forced to take delivery to avoid wharf age the contractor shall pay all the expenses incurred by the department of his behalf along with all demurrage and/or wharfage and 10% surcharge as departmental charge subject to a minimum of Rs. 20 R.R. from his dues of security as the case may be.

Reinstatement of Road Provision of temporary Bridge:- Unless specified to the contrary, contractor shall include in his rate sufficient amount to cover the cost of all work required in reinstating the surface of public or private road and line disturbed by the construction of the work to the satisfaction of Engineer, the Public authorities concerned or the private owner from the home a certificate to the effect would be obtain in writing and submitted to the Engineer. He shall also defray all charges that may be made by the authorities concerned who may themselves reinstate to make good the surface of the road patries or lanes, if the reinstatement carried out by the contractor will be not complete and to there satisfaction. In case any govt. department or the local body. The contractor shall also provide at his own cost all temporary diversions, bridge and channels of suitable size and shape to deal with the expected. Traffic and amount of drainage water across trenches or excavation at the places considered necessary by the Engineer for the passage of traffic and surface drainage. These should also be maintain during the currency of construction work at there cost. The contractor must obtain proper approval in writing from the authority concerned before any road surface for the execution of the work.

Page 56: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-50-

Reinstatement of C.C. road shall be made after making the edges straight with chisel. The slabs shall be laid in 4 to 5 length and all slabs joint filled with tar or bitumen for C.C. works, only new material shall be use and old dismantled material shall not be allowed to be used.

Measurements:- All the measurement connected with the work shall be taken geometrically of N.E.T. except where specified otherwise either in this specification or in P.W.D. detailed specification the measurement given in the Schedule shall be held to mean the finished size of the respective items of the works after all dressing, shaping and cutting has been executed.

The quantities given in schedule are approximate only and payment will be made as stated above on actual measurements taken during construction or after completion of construction. It is therefore, important that the contractor satisfies himself as to the materials required and orders the exact quantities, as he will not be paid for any materials ordered and not used.

Generally special such as tees, bends, junctions, collar, as well as fitting etc. standard as well extra over the actual measurement length of pipe laid whether straight or covered i.e. the total length and fitting shall not be deducted for the over all length of pipe line laid, but for pipe lines the above is applicable to fitting only i.e. Only fittings shall be paid for extra.

The rate for items of Link and jointing of hume pipes, cast iron or galvanized iron pipes and special and fitting shall include for all carting of pipes special and other materials issued by the department as per schedule to the actual site of the works, laying and jointing of pipes and all other works described in P.W.D. and Nigam specification or mentioned here in after and also all cutting of pipes and special and making up length. That may be necessary and this shall not be considered as extra. In case of the delivery at Rly. Station the contractor shall be given the credit note and terminal tax pass etc.

Manhole shall be measured for depth from the top manhole covered to the invert of the sewer and shall not be measure and paid for extra over the total length of these sewer i.e. the length of manhole shall be deducted while measuring the sewer line.

Photographs and records:- The contractor must allow sufficient margin in his tender to cover the cost of taking photograph of buildings which so cracks or defect before the operations, commence the fixing of “tell-tales” registration and other legal expenses in connection with precaution necessary to bar possible claim for damage to property which is defective before trench work and excavation is started and also during the excavation and progress of work required to carry out work in small quantities for repair or minor alteration to existing drains, pipe lines, pavements, locating to existing drains, and other miscellaneous proposes in connection with work. He shall be paid separately for work to carried out at rates tendered in schedule for such item i.e. for boulder, masonry, concrete, excavation, plaster and painting etc. and no claim of any extra any payments on grounds of small works or due its being scattered nature shall be entertained.

Surface Boxes M.H. covers:- These shall be unless otherwise specified of hinged type with locking arrangement. These shall be obtained from an approval manufacturer Indian Iron & Steel Co. Unless otherwise specified these shall be off following specifications:-

Page 57: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-51-Surface Boxes & MH coversSize (Clear Opening) Top weight of each in KgHeavy, Medium, Light Where used normally60x60cm 170 90 40 Sewer MH Inspection chambers sluice valveChamber Fire Hydrant60x45cm 125 63 25 Chamber and air valve chamber45x45cm 100 50 1745x30cm 76 38 1330x30cm 50 25 8 Over S.W. Gully pipes10x10cm 6 6 6 Over stops cocks, wheel and sluice valve15x15cm 10 8 825x15cm 10 8 8

On all roads, road patries and other places where ordinary vehicular traffic can go, heavy pattern manhole cover (with cross ribs and internal length) and surface boxes shall be used while over all other places a GI medium pattern manhole cover used and surface boxes or manhole covers must be used only on roof such as for cistern, MH cover opening and the like or where specifically specified.

Grating:- These shall be of 40 x 50 cm clear opening and hinged type for use with masonry gully pits, with fibs about 4 x 0.2O cm cross section these with frame will weigh about 2Kg.

For use with SW Gully pits, these shall be 6.15 x 15 cm clear opening with ribs of 0.2 x 0.25 cross section weighing about 625 grams. For use on draining spouts and other miscellaneous places, the gratings shall be off GL of appropriate size and robust construction.

Fitting:- All fitting like stop cocks ferrules and float valves jointing material etc. shall be of heavy and will be supplied by dept. will only be allowed no other material will be used.

Coarse aggregate:- The coarse aggregate used in RCC 1:3:6 and richer concretes and RCC works shall be screened graded aggregate which shall be obtained from an approved source. The screening shall be such that no flaky, laminated and splinters remain in it. The contractor shall have to do double screening so that the materials obtained are properly graded and free from the above defects. If the contractor fails to provide graded aggregate of that description, he shall have to use broken stone ballast without any extra charges. The coarse aggregate used in cement concrete 1:4:8 and 1:6:12 or other work concrete should be gravel aggregate (if available within 5 miles of site of work) or as specified.

Sand:- The sand used for ordinary masonry, pointing PCC 1:5:8, 1:16:12 etc. shall be the best available local sand from approved sources.

For RCC 1:3:6 PCC 1:2:4 etc. the sand used shall be coarse and clean. Sand shall be obtained from and approved quarry. It shall also comply with specification of sand given in PWD specification. It shall also comply with the test specified in Schedule.

Foot Steps:- Foot steps of manhole etc. shall be RCC pre-cast or C.I. and shall be built in as the construction proceeds.

Sundry Materials:- Other materials though not specified here or in schedule or in drawings but required for due and successful completion of work shall conform with the detailed Jal Sansthan or PWD or Indian specification.

Page 58: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-52-

SPECIFICATIONS

All the works executed under this contract shall be carried out strictly in accordance with detailed Jal Sansthan Specification.

These are available in the office of the Executive Engineer and can be seen on any working day if so desired. The items for which no Jal Sansthan specification are laid down the same be carried out in accordance with Public Work Department detailed specification on Indian standard specification which ever may be applicable.

Uttrakhand Jal Sansthan

…………………………………..

Page 59: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-53-

“SCHEDULE”

Contractor is advised to inspect the site of work himself and form his own ideas to the nature of sites where he has to work, satisfy himself regarding nature of work, material, labour etc. and other difficulties which are likely to be encountered during the time of construction.The availability of water, labour and building material such as stone boulders, gravel aggregates and sand and the charges he will have to pay for carrying them to seat of work. He should consider all probable difficulties likely to be encountered in the excavation of work and make his rate comprehensive sufficiently to cover all such incidents.He should also bear in mind that entire work is to be completed within specified time as no extension of time shall be granted except if the work is delayed due to cause beyond the control of the contractor.The department shall not be responsible in any way for any delay or interruption in the execution of the work or due to any reason whatsoever beyond the control of the department and the contractor shall not be entitled to any compensation for any additional expenditure that he may have to incur. He will however get reasonable extension of time provided delay of instruction call for it.However, in case work is delayed due to causes beyond control of the department and the contractor shall not be entitled to leave the work incomplete on the ground he is not bound to complete it as his time for completion of work has expired. In such cases he shall apply for necessary extension to time to complete the work.

“CONDITION IN SCHEDULE”Rates will be open for acceptance upto five months and after that by mutual agreement of both the parties. If the work is held up or the delayed due to non-availability of site or any other reason beyond the control of department, the contractor will not be entitled to any compensation on his this account. The rates are inclusive of making site clearance in items.

“SCHEDULE”List of drawing accompanying the tender:-1) …………………. 2) …………….. 3. ……………………. 4) …………………… 5)…..……………. 6) ………………………. 7) …………………………..Note:- Other drawing can be seen in the office on every working day.

“SCHEDULE”List of drawing to be supplied by the contractor in the first instance within one month of the date of start of same work for approval of the Executive Engineer

“SCHEDULE”List of samples to be submitted by the contractor in the first instance with in one month of the date of order to start the work.1. Stone aggregate of various gauges 0.1 cum each2. Coarse sand ,, ,, 0.1 ,, ,,3. Local sand ,, ,, 0.1 ,, ,,4. Binding wire ,, ,, 1.0m ,,5. White lead ,, ,, 1kg each6. Spun Yarn ,, ,, 1kg. each7. Any other material that may be required by the Engineer from time to time as the work progress shall be submitted by the contractor.The above samples shall have to be delivered by the contractor at the office of the Engineer, Jal Sansthan without any extra claim.

Page 60: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-54-

“SCHEDULE”

CERTIFICATE AND TESTS1. All the works shall comply to the specification as laid down in the P.W.D., U.A. Jal Nigam detailed specifications.2. The contractor shall give guarantee for the perfect water tightness of pipes, specials, fitting and joints under the respective total head of water to which the class of pipe etc. pertain.

In the case of failure of the joints etc. at the above tests he shall be held responsible and rectify the defects to the satisfaction of the Engineer. Cutting of roads, exposing the pipes rectifying the defects to the satisfaction of engineer and reinstatement of all cut or dismantled works required for testing or rectifying the defects as ordered by the Engineer shall have to be done by the contractor at his own cost without claiming any extra payment for the same.

“SCHEDULE”

The complete works as specified shall be completed in all respects, tested and passed to the satisfaction of engineer and handed over to Sansthan or the person intimated by the Sansthan to take over within a period …………………. Gregorian months from the date of the contactor receives the order in writing to commence the work.

Note:- The contractor’s responsibility shall however not end until the maintenance period of one complete year including one rainy season from the date of handing over has been completed Individual portion of work may be brought into use as each section is finally completed and taken over, the defects shall have to be removed by the contractor during the maintenance period and he shall have no extra claim for it.

Page 61: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-1-Annexure-2

Please remove this format and fill-up to put-up before Officer during the factory inspection.

UTTARAKHAND JAL SANSTHAN

FACTORY INSPECTION PERFORMA/GUIDELINES

Executive Engineer, Uttarakhand Jal Sansthan,

Dehradun

Page 62: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-2-

INFORMATION FILLED-UP BY THE MANUFACTURER

1. Name of the tenderer firm. _____________________

2. Addresses of the offices/ branch offices, if any. __________________________________________________________

Tel. No…………………………

Fax. No…………………………

Email …………………………

Website…………………………

Place of business……………………..………………………

3. Location and addresses of manufacturing works/factory/factories __________________________________________________________

Tel. No…………………………

Fax. No…………………………

4. In case you do not own, the factory but utilize the factory of some other firm for the manufacture/fabrication of the stores, indicate the name of the firm whose factory is being put at your disposal.

___________________________________________________________

Tel. No…………………………

Fax. No…………………………

5. Brief description of the factory (e.g. area, covered accommodation,

departments into which it is divided, laboratory etc.)

Area _____________________________________

Covered Accommodation_________________________

Departments into which it is divided _________________________

Laboratory _________________________

Others _________________________

6. Name of Bankers and full address.__________________________________________________________

Page 63: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-3-

7. Description of items manufactured during the past one year.__________________________________________________________

8. Details items under manufacture (specifying each item separately).__________________________________________________________

9. Detail of plant and machinery erected and functioning in each Department.__________________________________________________________

10. Whether the proces of manufacture in the factory is carried out with the aid of power or without it ?

__________________________________________________________

11. Details and stocks of raw material held, state whether imported or indigenous against each item. Also mention source(s) of supply and quantity procured during last one year.

__________________________________________________________

12. Details of stores or class of stores, which the factory is equipped, is capable of production.

__________________________________________________________

13. Production capacity of each item with existing plant and machinery.__________________________________________________________

14. Details of arrangement for quality control of products at laboratory etc.__________________________________________________________

15. (a) Details of technical supervisory, staff incharge of production and quality control.(b) Skilled labour employed.

__________________________________________________________

(c) Unskilled labour employed.__________________________________________________________

(d) Maximum and minimum number of workers (skilled and unskilled) employed on any day during the 12 months.

__________________________________________________________

Page 64: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-4-

16. Whether there is scope for expansion and to what extent?__________________________________________________________

17. Details of supplies of similar materials made to Govt., Organizations during the past three years.

__________________________________________________________

18. Whether the manufacturer or any of his partners or shareholders member(s) are member of state legislature?

Name _____________________________Portfolio_____________________________

19. Has the manufacturer or any of his partners or shareholders been blacklisted, or demoted to a lower class or orders passed banning/suspending business etc. by the any department in the past.

__________________________________________________________

20. Whether the firm is private or public limited concern or undivided Hindu family, individual or a register partnership firm ? __________________________________________________________

21. Whether the firm comes under the scope of Industries (Development and Regulation) Act 1951 and if so, the no. and date of registration of license held under the Act. __________________________________________________________

22. Name of person holding the power of Attorney.__________________________________________________________

23. Name of partners with their liabilities.__________________________________________________________

24. Whether stores were tested to any standard specification, if so, mention detail.__________________________________________________________

Date: SIGNATURE & SEAL OF MANUFACTURER

Address: NAME

DESIGNATION

Page 65: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-5-

ORIGINAL DOCUMENTS TO BE SHOWN TO THE MEMBER OR MEMBERS OF THE DEPARMENTAL TECHNICAL COMMITTEE OR PERSON AUTHORISED BY THE DEPARTMENT TO INSPECT

THE FACTORY

1. Name of person holding the power of Attorney Power of Attorney or certified copy thereof.

2. Ownership documents or certified copies thereof.

(i) Original or photocopies of rent receipts of the premises.

(ii) Cash vouchers for plant and machinery.

(iii) Proof regarding ownership of stocks.

3. Income Tax Clearance certificate/ PAN Card.

(i) Applicant firm.

(ii) Proprietor.

(iii) Individual partners.

4. Central Sales Tax Registration certificate.

5. Value Added Tax Registration certificate.

6. Registration with Excise Department

7. A copy each of.

(i) Memorandum.

(ii) Articles of association.

(iii) Certificates of incorporation

(iv) Entry in form ‘A’ from the Registrar of firms

8. List of sitting Directors.

9. Certified copy of the partnership deed.

10. Declaration authorizing Branch Manager or any other person to enter into

contractual obligations.

11. The copy each of the following.

(i) The last annual report.

(ii) Profit and Loss account and balance sheet for last three years.

(iii) Statement indicating results of operation and financial position of the

firm.

12. Certificate of registration with DGS&D, if any.

13. Certificate of Director of Industries.

14. IS : licenses.

Page 66: UTTARAKHAND JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-15.doc · Web viewLetter No. 1694 / TENDER NOTICE /11-12 Date: 26.03.12 Index - Page No. 1 to 3 Details of Contents - Page

-6-

15. Evidence regarding purchase of raw material.

16. Details supplies of similar materials made to Government Organizations during

the past 3 years, certified copies of supply orders or other documentary evidence.

17. Performance certificates.

18. Whether the firm is private or public limited concern or undivided Hindu family,

individual or a register partnership firm?

Deeds or articles of association.

19. Whether the firm comes under the scope of Industries (Development and

Regulation) Act 1951 and if so, the no. and date of registration of license held

under the Act.

20. Partnership deed.

21. Whether stores were tested to any standard specification, if so,

Original test certificates.

22. Any other document.

(i)

(ii)

(iii)

Photocopies of above documents self attested shall be handed over to the Member(s) or officer of the Departmental technical committee at the time of factory inspection

Date: SIGNATURE & SEAL OF MANUFACTURER

Address: NAME

DESIGNATION