+ All Categories
Home > Documents > DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018 - Tripura

DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018 - Tripura

Date post: 01-Oct-2021
Category:
Upload: others
View: 1 times
Download: 0 times
Share this document with a friend
23
DNIT FOR WATER SUPPLY & SANITATION Sign of bidder Page 1 of 23 Executive Engineer DNIT No. : DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018 GOVERNMENT OF TRIPURA RURAL DEVELOPMENT DEPARTMENT OFFICE OF THE EXECUTIVE ENGINEER R. D. TELIAMURA DIVISION TELIAMURA, KHOWAI DISTRICT (PH CUM FAX NO- 03825-262095) 1. PNIT NO. : PT-5/EE/RD/TLM-DIV/2018-19, DATED 26.07.2018 2. Name of Item : Various water supply & sanitation items to be supplied in any worksite under the jurisdiction of R. D. Teliamura Division (2 municipal areas & 6 Blocks areas.). 3. Eligibility of bidder : Bonafied Indian Firm/Gross/Retail seller/Authorized local dealer of tendered store having experience of executing such work. 4. Earnest Money : Rs 30,000.00 (Rupees Thirty Thousand ) only. 5. Cost of tender Form : Rs 500.00 (Non refundable) in the form of DD. 6. Inspection : Departamental inspection. 7. Tender form : Tender form is to be downloaded from the website http://.tenders.gov.in and http://rural.tripura.gov.in/ by eligible bidders. 8. Last date of dropping of tender : 3.00 PM of 10-08-2018. 9. Probable date of opening of Tender : 4.00 PM of 10-08-2018 (if possible). Interested bidders or their representatives may remain present during opening of the tender. 10. Tender dropping place : In the specified tender box, kept in the office of the Executive Engineer, R.D. Teliamura Division/District Magistrate & Collector’s Office, Khowai District. 11. Sample : To be submitted as and when asked by the tendering authority. 12. Declaration of Informal and formal bid : During opening Formal or informal will not be declared. After detailed scrutiny it will be declared. 13. Total no. of written pages including this page : 23 (Twenty Three) nos. including this page. Executive Engineer
Transcript
Page 1: DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018 - Tripura

DNIT FOR WATER SUPPLY & SANITATION

Sign of bidder Page 1 of 23 Executive Engineer

DNIT No. : DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018

GOVERNMENT OF TRIPURA

RURAL DEVELOPMENT DEPARTMENT

OFFICE OF THE EXECUTIVE ENGINEER

R. D. TELIAMURA DIVISION

TELIAMURA, KHOWAI DISTRICT

(PH CUM FAX NO- 03825-262095)

1. PNIT NO. : PT-5/EE/RD/TLM-DIV/2018-19, DATED 26.07.2018

2. Name of Item : Various water supply & sanitation items to be supplied in

any worksite under the jurisdiction of R. D. Teliamura

Division (2 municipal areas & 6 Blocks areas.).

3. Eligibility of bidder : Bonafied Indian Firm/Gross/Retail seller/Authorized local dealer of tendered store having experience of executing such work.

4. Earnest Money : Rs 30,000.00 (Rupees Thirty Thousand ) only.

5. Cost of tender Form : Rs 500.00 (Non refundable) in the form of DD.

6. Inspection : Departamental inspection.

7. Tender form : Tender form is to be downloaded from the website http://.tenders.gov.in and

http://rural.tripura.gov.in/ by eligible bidders.

8. Last date of dropping of tender : 3.00 PM of 10-08-2018.

9. Probable date of opening of Tender : 4.00 PM of 10-08-2018 (if possible). Interested bidders or

their representatives may remain present during opening

of the tender.

10. Tender dropping place : In the specified tender box, kept in the office of the

Executive Engineer, R.D. Teliamura Division/District

Magistrate & Collector’s Office, Khowai District.

11. Sample : To be submitted as and when asked by the tendering

authority.

12. Declaration of Informal and formal bid : During opening Formal or informal will not be declared.

After detailed scrutiny it will be declared.

13. Total no. of written pages including this

page

: 23 (Twenty Three) nos. including this page.

Executive Engineer

Page 2: DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018 - Tripura

DNIT FOR WATER SUPPLY & SANITATION

Sign of bidder Page 2 of 23 Executive Engineer

PT-5/EE/RD/TLM-DIV/2018-19, DATED 26 .07.2018

INDEX

Sl. No. ITEM Page No.

1 SALIENT POINTS OF TENDER /

INSTRUCTION TO BIDDER

3 – 4

2 DECLARATION 5

3 PNIT 6

4 BIDDER’S SHEET 8

5 SPECIAL TERMS AND CONDITION 9

6 GENERAL TERMS AND CONDITION 10-14

7 ANNEXURE (RATE QUOTING SHEET) 15 – 23

Sl no Particulars

1 EMD (D-Call)

2 Cost of tender form

3 GST Registration

4 PTCC

5 PAN card

6 Registration of Firm

7

Page 3: DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018 - Tripura

DNIT FOR WATER SUPPLY & SANITATION

Sign of bidder Page 3 of 23 Executive Engineer

PT-5/EE/RD/TLM-DIV/2018-19, DATED 26 .07.2018

SALIENT POINTS OF TENDER / INSTRUCTION TO BIDDER

1) Eligibility of bidder :- Gross/Retail seller/ Authorized local dealer of tendered store having

showroom or go down of tendered stores with valid license and authorization certificate.

2) Enclosures /complete tender :-

(i) Tender form (without tender form, bid will be rejected).

(ii) Attested copy of valid trade license, dealership license.

(iii) Attested copy of related papers regarding go down/showroom.

(iv) Attested copy of Valid PTCC.

(v) Attested copy of PAN card & Aadhaar card.

(vi) EMD.

(vii) Cost of Tender form as DD.

3) Tender form:- To download tender form from the website http//tripuras,gov.in and

http://rural.tripura.gov.in/ by eligible bidders. No tender form will be sold. Any subsequent

corrigendum will be available in the website.

4) To go through specification, terms and conditions of DNIT.

5) To sign each and every page of tender form.

6) EMD and cost of tender form are to be deposited separately.

7) Earnest money :- To deposit EMD ( Rs 30,000.00 ) in favour of the Executive Engineer, R. D.

Teliamura Division on any nationalized/scheduled bank in the shape of D-Call along with tender.

Without EMD in appropriate shape the tender will summarily be rejected.

8) Cost of tender form :- To deposit cost of tender form ( Rs 500.00) in favour of the Executive

Engineer, R. D. Teliamura Division on any nationalized/scheduled bank in the shape of bank

draft along with tender.

9) To get ready attested copy of all required documents.

10) To fill up each and every point of bidder’s sheet.

11) To fill the rate quoting sheet.

12) To write DNIT number and date, name of item, bidder’s name and address in the envelope

containing complete tender and to seal the envelope by wax or self adhesive tape (cello tape). The

Page 4: DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018 - Tripura

DNIT FOR WATER SUPPLY & SANITATION

Sign of bidder Page 4 of 23 Executive Engineer

sealed envelope must be addressed to the Executive Engineer, R.D. Teliamura Division,

Teliamura, Khowai District, PIN-799205.

13) The full fledged and sealed tender may be dropped in the tender box kept in the office of the

Executive Engineer, R. D. Teliamura Division, Teliamura/ District Magistrate & Collector’s

Office, Khowai District within 3.00 PM of 10-08-2018 or may be sent to the tendering

authority by post (registered with A/D only) to reach within 3.00 PM of 10-08-2018 .

14) The copy of the DNIT may be inspected from the office of undersigned up to 08 -08-2018

(office date and hour only) by interested bidders.

Page 5: DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018 - Tripura

DNIT FOR WATER SUPPLY & SANITATION

Sign of bidder Page 5 of 23 Executive Engineer

DECLARATION

I do hereby declare that I have personally gone through the relevant Draft

Notice Inviting Tender and understood all the clauses, specifications of tendered items,

instruction of the DNIT and having been fully satisfied , I have quoted the rate of item.

This is further to certify that I have suppressed no facts in the tender which could debar me

to participate into the tender. If it is revealed after opening of the tender that any

fact is suppressed by me, tendering authority shall have the right to reject my tender

along with other stern action against me as per term condition of the tender. I do affirm

that all the term conditions of DNIT are unconditionally accepted by me. I have no objection

if any extra term condition , mutually accepted by me and purchaser is incorporated

into the agreement.

AND

I do hereby also declare that I am not blacklisted by any department / agency of central

or state regarding quality compromise or any other reason in connection with similar work and

there is no ongoing litigation with any department / agency of Central/State Government as

on closing date of tender. If subsequently it is revealed after opening of the tender that

my declaration is false, my tender /concerned agreement will be cancelled, deposited

earnest / security money will be forfeited and other penalty to be decided by the tendering

authority will be imposed.

Signature of bidder

(Full name & Seal)

Page 6: DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018 - Tripura

DNIT FOR WATER SUPPLY & SANITATION

Sign of bidder Page 6 of 23 Executive Engineer

FORMAT – A

PRESS NOTICE INVITING TENDER NO: PT-05/EE/RD/TLM-DIV/2018-19 DT- 26 .07.2018

On behalf of the Governor of Tripura, The Executive Engineer, R D Teliamura Division, R D Department,

Teliamura, Khowai Tripura invites item rate sealed quotation from the eligible Contractors /Firms/Agencies/

owners of factory/ of appropriate class up to 3.00 P.M. of 10 /08/2018 for the following works:-

DNIT

No Name of Work

Ear

nes

t M

on

ey

Co

st o

f T

end

er F

orm

Tim

e fo

r C

om

ple

tio

n

of

wo

rk

Las

t d

ate

of

Dro

pp

ing

ten

der

&

Tim

e

Tim

e an

d d

ate

of

op

enin

g o

f te

nd

er

Pla

ce o

f d

rop

ing

of

ten

der

do

cum

ents

Eli

gib

ilit

y o

f B

idd

er

DT-

1/ALU/E

E/RD/TL

M-

DIV/2018

-19

Supply of Aluminum door, window, partition, ceiling etc. complete set incl. fitting fixing in any worksite under the jurisdiction of R.D Teliamura Division (2 municipal areas & 6 blocks areas.). R

s. 3

0,0

00

.00

Rs

500

.00

07

(Sev

en)D

ays

on

rece

ivin

g o

f o

rder

Up

to

3.0

0 P

M o

f

10

-08

-201

8

At

4.0

0 P

M o

n

.10

-

08

-201

8

Ch

amb

er o

f th

e

un

der

sign

ed

&

Off

ice

of

the

DM

&

Co

llect

or

Kh

ow

ai

Bo

naf

ied

In

dia

n

Fir

m/M

anu

fact

ure

r/G

r

oss

/Ret

ail

sell

er/A

uth

ori

zed l

oca

l

dea

ler

of

tend

ered

sto

re

hav

ing

exp

erie

nce

of

exec

uti

ng s

uch

wo

rk.

DT-

2/HARD/

EE/RD/TL

M-

DIV/2018

-19,

Procurement of various

Hardware items, petty

materials/glass in any

worksite under the jurisdiction

of R. D. Teliamura Division

Rs.

30

,00

0.0

0

Rs

50

0.0

0

07

day

s o

n r

ecei

vin

g

of

ord

er

Up

to

3.0

0 P

M o

f

10

-08

-201

8

At

4.0

0 P

M o

n

10

-08

-20

18

Ch

amb

er o

f th

e

un

der

sign

ed &

Off

ice

of

the

DM

& C

olle

cto

r

Kh

ow

ai

Bo

naf

ied

Ind

ian

Fir

m/M

anu

fact

ure

r/G

ross

/Ret

ail

sell

er/A

uth

ori

zed

loca

l d

eale

r o

f

ten

der

ed s

tore

hav

ing

exp

erie

nce

of

exec

uti

ng

su

ch w

ork

DT-3/

PLY &

PVC

/EE/RD/

TLM-

DIV/201

8-19

Procurement and supply of

various size Shaped Plywood,

Door, Paneled door, Glazed

window steel door frame etc

in any worksite under the

jurisdiction of R. D. Teliamura

Division

Rs.

30

,00

0.0

0

Rs

50

0.0

0

07

(Sev

en)D

ays

on

rece

ivin

g o

f o

rder

Up

to

3.0

0 P

M o

f

10

-08

-

20

18

At

4.0

0 P

M o

n

10

-08

-

20

18

Ch

amb

er o

f th

e

un

der

sign

ed &

Off

ice

of

the

DM

& C

olle

cto

r

Kh

ow

ai

Bo

naf

ied

Ind

ian

Fir

m/G

ross

/Reta

il

sell

er/A

uth

ori

zed

lo

cal

dea

ler

of

ten

der

ed s

tore

hav

ing

ex

per

ien

ce o

f

exec

uti

ng

su

ch w

ork

.

DT-4/

WS&S /EE/RD/T

LM-

DIV/2018

-19

Procurement and supply of

various sanitary items , in any

worksite under the jurisdiction

of R. D. Teliamura Division

Rs.

30

,00

0.0

0

Rs

50

0.0

0

07

(Sev

en)D

ays

on

rece

ivin

g o

f o

rder

Up

to

3.0

0 P

M o

f

10

-08

-201

8

At

4.0

0 P

M o

n

10

-

08

-20

18

Ch

amb

er o

f th

e

un

der

sig

ned

&

Off

ice

of

the

DM

&

Co

llec

tor

Kh

ow

ai

Bo

naf

ied

Ind

ian

Fir

m/G

ross

/Reta

il

sell

er/A

uth

ori

zed

lo

cal

dea

ler

of

ten

der

ed s

tore

hav

ing

ex

per

ien

ce o

f

exec

uti

ng

su

ch w

ork

.

The tender forms and other details can be seen in the O/o The Executive Engineer, R D Teliamura Division up to

08/08/2018 /- on any working days during office hours and the Tender Form can also be downloaded from the websites

http//tripuras,gov.in & http://rural.tripura.gov.in/ and in that case the cost of the Tender Form as specified above should be

deposited separately along with tender through ‘Demand Draft’ (Non-Refundable) from any schedule bank guaranteed by

Reserve Bank of India drawn in favour of the Executive Engineer, R.D Teliamura Division, Teliamura,Khowai. For details

along with alteration/modification if any, please visit: http//tripuras,gov.in & http://rural.tripura.gov.in/

(Er. S.Bhattacharjee)

Executive Engineer

RD TeliamuraDivision

Teliamura, Khowai

Page 7: DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018 - Tripura

DNIT FOR WATER SUPPLY & SANITATION

Sign of bidder Page 7 of 23 Executive Engineer

Copy to the:

1) District Magistrate and collector, Khowai Tripura District.

2) Superintending Engineer RD Circle 1 Gurkhabasti, Agartala.

3) Director ICA Agartala requesting to publish in 5 local daily news paper.

4) Executive Engineer, Ambassa Division (RD), Manu Division (RD), Teliamura Division

(RD), Bisramganj Division (RD), Udaipur division (RD), Satchand division (RD),

Amarpur division (RD), Santirbazar division (RD), Kumarghat Division (RD),

Kanchanpur division (RD), Division-I (PWD), Division-II (PWD), Division-III (PWD),

Division-IV (PWD), Store Division (AD Nagar, PWD), WR Division-I (Battala), WR

Division-II (Battala), Division –I (DWS), Division-IV (DWS) with a request to display in

the notice board.

5) All Block Development Officers under Khowai Tripura District with a request to display

the notice in the notice board.

6) All Assistant Engineers, Junior Engineers, Technical Assistant, Head Clerk, Accountant,

Cashier, Store keeper, Work assistant, Mechanic, Tender Section of this division. They

are requested to take necessary action for wide publication of the same.

7) Contractor Association, Teliamura,

8) Contractor Association, Khowai

9) M/S / Sri__________________________________

10) Tender File - NO.1(86)/PNIT/EE/RD/TLM-DIV/2018-19.

11) Office notice board.

Copy also to the:

1. Officer-in-charge, Teliamura Police Station with request to arrange frequent police patrolling around

this office up to the period of last date of dropping of the tender to avoid any untoward incidents

regarding the tender.

Executive Engineer

Page 8: DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018 - Tripura

DNIT FOR WATER SUPPLY & SANITATION

Sign of bidder Page 8 of 23 Executive Engineer

BIDDERS SHEET

Bidders are requested to provide wanted information in this sheet. All the points are not required for all

bidders. They should select their relevant points and fill up accordingly. Other points, not related may please be

marked as Not Applicable.

1. Name and detailed mailing address of the Bidder (Firm/agency) who has participated in the tender, along

with phone, mobile number & email etc.

2. PAN number of bidder :-

3. Name of person (proprietor) who have signed the tender paper :-

Mobile, Phone,:-

E-mail address :-

4. Details of Earnest money deposit (amount, bank name, branch name, form of deposit, no and date) :-

5. Details of cost of tender form (amount, bank name, branch name, form of deposit, no and date) :-

6. Experience of bidder (if any) :-

7. List of enclosures :-

9) Any other information if any:-

Signature of Bidder

Page 9: DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018 - Tripura

DNIT FOR WATER SUPPLY & SANITATION

Sign of bidder Page 9 of 23 Executive Engineer

SPECIAL TERMS AND CONDITIONS OF WATER SUPPLY & SANITATION

1. All materials should be ISI marked.

2. If criteria permit, necessary warranty/guaranty period should be provided by the bidder.

3. Carrying cost of materials up to worksite will be borne by the supplier. Rate should include Vat /

ST, IT, carrying, loading, weighting, counting, stacking etc.

4. If any supplied item is rejected by the engineer-in-charge, this should be replaced by the supplier

at his/her own and cost within 48 hours from rejected.

5. If any bidder suppress any fact in the tender and subsequently it is unearthed, their tender will be

rejected and necessary positive action including total forfeiture of EMD/ Security money/ Rescind

of agreement/ Cancellation of supply order/Barring from participation of future tender will be

taken against them.

6. Supply order will be issued by the tendering authority / Block Development Officer under

Khowai District. The supply should be materialized in consolation with the concerned

implementing officer of the work and the bill should be raised through the concerned I.O

only. Supply order will be issued in phase manner against requirement of specific work.

7. Bidder should submit a sample as & when it is asked by the authority which is non refundable. If

any supplied items quantity differs from the submitted sample lesser payment or rejected will be

made.

8. Any incomplete bid should summarily being rejected.

9. If required rate may approved brand wise.

10. Any clause not mentioned but subsequently mutually accepted will be a part & parcel of the

agreement, Further any specification not inconformity of our requirement but subsequently

mutually accepted may also be a part & parcel of the agreement.

Page 10: DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018 - Tripura

DNIT FOR WATER SUPPLY & SANITATION

Sign of bidder Page 10 of 23 Executive Engineer

GENERAL TERMS AND CONDITIONS

GENERAL TERMS CONDITIONS OF TENDER

1) Eligibility of bidder :- As per Clause no 3(three) of DNIT.

2) Enclosures with tender :- Bidder shall have to submit valid attested photo copies (whichever

is/are applicable to the bidder) as stated under instruction of bidder. If any of the above

applicable paper is not enclosed with any tender, tendering authority reserves the right to declare

the incomplete tender as informal or may ask the bidder to submit wanted documents after

opening of tender. Besides this, the department reserves the right to seek any additional

information/document in any stage from the bidder after opening of the tender. Tender without

earnest money and cost of tender form will be rejected on the opening table.

3) Tender form :- As stated in 1st page of DNIT.

4) Mode of tender submission :- Tender may be dropped in the tender box, kept in the office

chamber of tendering authority or sent by post (Registered with A/D). In both the case tender has

to reach the tendering authority positively within the last date and time of dropping (as mentioned

in 1st page of DNIT). Tender received by post within permitted period will be dropped in the

tender box by tendering authority. Tender box will be sealed at fixed time (As per clock of

tendering authority). In no way tender, after closing of tender box will be entertained. Tendering

authority will not be liable for any postal delay (if sent through post).

5) Tender preparation: - Each and every page (including blank pages if any) of tender form should

be signed by the bidder. All documents as mentioned under instruction to bidder will be inserted

into an envelope and sealed properly. No unwanted paper should be enclosed along with tender.

Sealed envelope shall invariably have following inscriptions - Name of item, DNIT number and

date, name and address of the bidder. The sealed envelope must be addressed to the Executive

Engineer, R. D. Teliamura Division, Teliamura, Khowai District, PIN-799205. Bidder may

consult with the office of the tendering authority if necessary.

6) EMD and cost of tender form :- Bidder must deposit the same as stated under instruction to

bidder. No transfer of earnest money (earnest money or security deposit in connection with other

work) will be allowed.

7) No of Bids:- Only one bid per owner/firm will be acceptable.

8) Sample :- As stated in 1st page of DNIT. Sample is non refundable. If any supplied item’s quality

differs from the approved sample then entire lot may be rejected or bidder may be asked to

replace the lot or penalty may be imposed on the supplied lot at the percentage by which deviation

will occur with respect to the submitted sample.

9) Currency:- Currency will be in INR(Rupees).

10) Validity of rate :- Rate should remain valid for one year from the date of accepting of tender by

the HPC,without any price variation of clause for placement of supply order.

11) Price variation clause :- Price should be fixed and firm in all respect. No price variation will be

allowed in case of variation in raw materials cost, transportation cost and revision in excise duty ,

GST and all other taxes / charges. The deduction of IT at source shall be at the rate as notified by

the Government from time to time.

12) Any clarification/explanation if any regarding the tender should be sought from the undersigned

before dropping of tender.

13) Clarification, Negotiation :- After opening of the tender lowest bidder will be asked to appear

before a team of officers headed by the tendering authority for clarification, justification, analysis

of the quoted rates along with all original documents as wanted in the tender and additional

Page 11: DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018 - Tripura

DNIT FOR WATER SUPPLY & SANITATION

Sign of bidder Page 11 of 23 Executive Engineer

documents wanted subsequently if any. If they fail to attend the meeting as per program or fail to

produce any original document their bid will be rejected forfeiting entire EMD and will be

blacklisted for two years.

After opening of tender if the rate of any item(s) found same as quoted by two or more bidders

in that case all the eligible lowest bidders will be called for negotiation and in the negotiation

table separate sealed rate will be collected from all the 1st lowest bidders and lowest rate to be

processed for finalization of rates. However the purchaser has full power to split the quantity

among the initially lowest bidders if necessary subject to the condition that they agreed to

supply as per the approved rate of department.

14) Supply order :- Supply order will be placed by the tendering authority / concerned Block

Development Officer. Supply should be materialized in consultation with the concerned

purchaser. Bill in triplicate accompanied by receipted challan should be raised through the

concerned implementing officer of the work only. Supply order will be placed in phase manner

against requirement of specific work.

15) Security money and agreement :- After issue of supply order, the successful bidder (supplier)

shall have to deposit 5% value of issued supply order subject to a maximum of INR 1.00 lakhs as

security money in the shape of bank draft / fixed deposit/D-call at any nationalized or scheduled

bank within 3 days from the date of issue of the supply order and sign formal agreement with the

purchaser failing which the deposited earnest money of the bidder will be forfeited to the full

extent & bidder will be declared black listed for next two years. Minimum value of security

money is equal to earnest money. Earnest money will automatically be converted to security

money after issuance of supply order. Additional amount if any to be deposited separately.

If supply order is issued by the Block Development Officer then separately security money to be

deposited and agreement to be signed. The security money will be released after the warranty

period. In case of any detected defect of the purchased materials not attended / replaced /

repaired by the supplier within seven day during validity of warranty period, will be treated as

violation of agreement and security money to the full extent will be forfeited along with black

listing of the firm for two years.

16) Delivery period :- Any ordered quantity should be executed positively within 10 days from the

date of issuance of supply order. The supplier should have sufficiently ready stock so that

materials can be supplied as and when required.

17) Penalty clause :-

Sl.

No. Ground Penalty

1

Revision of rate or withdrawal of

bid after closing of tender but

before the opening of tender.

25% EMD will be forfeited and bidder will

be black listed for next two year to

participate in any tender of tendering

authority.

2

Revision of rate or withdrawal of

bid after opening of tender.

50% EMD will be forfeited and bidder will

be black listed for next two year to

participate in any tender of tendering

authority.

3

Revision of rate or withdrawal of

bid after negotiation / approval of

rate but before issuance of supply

order.

100% EMD will be forfeited and bidder

will be black listed for next two year to

participate in any tender of tendering

authority.

Page 12: DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018 - Tripura

DNIT FOR WATER SUPPLY & SANITATION

Sign of bidder Page 12 of 23 Executive Engineer

4

Fails to attend negotiation /

clarification meeting as per call of

tendering authority / fails to justify

their quoted rates on the basis of

analysis.

75% EMD will be forfeited and bidder will

be black listed for next two year to

participate in any tender of tendering

authority.

5

Fails to deposit security money in

time and sign the agreement.

100% EMD will be forfeited and bidder

will be black listed for next two year to

participate in any tender of tendering

authority.

6

Fails / surrender to supply after

issue of supply order or after

approval of rate.

100% security deposit will be forfeited and

bidder will be black listed for next two year

to participate in any tender of tendering

authority.

7

Non maintenance of delivery

schedule as per agreement or

supply order or extended period

allowed to supplier

Liquidated damage @ 1% per day and

subject to maximum 10 days or 10% on the

delayed supply will be imposed. Amount of

penalty will not exceed maximum security

deposit amount. If still the bidder fails to

complete the full quantity, then 100%

security deposit will be forfeited and

bidder will be black listed for next two year

to participate in any tender of tendering

authority.

8

After signing of agreement or issuance

of supply order, failed to supply the

materials as per agreement or supply

orders within stipulated delivery period

including extension on valid reason.

Agreement / supply order will be rescinded

and unsupplied quantities will be procured

by alternative arrangement. Cost

difference or security money whichever is

higher will be recovered from the bidder’s

security money / pending bill and firm will

be black listed for two years.

9

Fails to replace / repair defective

materials by specific one from the

date of receipt of information

during the warranty period.

Security money will be forfeited to the full

extent and bidder will be black listed for

next two year to participate in any tender

of tendering authority.

18) Warranty period :- The supply item should have a warranty period for 1 year from the date of

final acceptance of store by purchaser. During the period if any manufacturing defect of supplied

store is detected by the user of the store, this should be replaced / repaired by the supplier at their

own cost.

19) Cost of certified copy of agreement :- The supplier is entitled to have a certified copy of

relevant agreement at the cost of INR 1.00 per written page of agreement subject to minimum

INR 500.00.

20) Quantity : - The quantity shown in the tender is most tentative and may be increased or decreased

or dropped from purchase schedule at the discretion of tendering authority. Successful bidder

shall have to accept any ordered quantity. Actual volume of quantity will be as per requirement

of work in one year. If 1st lowest approved bidder fails to supply materials, then tendering

authority reserves the right to split the quantity to be procured among more than one bidder as per

rule. Decision of tendering authority with respect to splitting will be final. It is not the right of

bidder who has not been first lowest but discretion of the authority to take decision in this regard

is final.

Page 13: DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018 - Tripura

DNIT FOR WATER SUPPLY & SANITATION

Sign of bidder Page 13 of 23 Executive Engineer

21) Marking of store (if applicable) :- In case of ISI marked product, ISI marking should be as per

norms. Brand name etc of bidder should be embossed/Painted in indelible ink.

22) Inspection :- Materials will be inspected by the departmental inspection committee / Engineer-in-

charge. If required pre delivery inspection may be carried out in the go-down/ show room of the

bidder. For post delivery inspection, the inspection committee / Engineer-in-charge will select

sample by random method from the supplied lot. The cost involved for the test shall have to be

borne by the supplier. Decision of committee or Engineer-in-charge to accept / reject the supplied

stores is final. If any unspecified material is supplied then entire lot may be rejected or supplier

may be asked to replace the lot or penalty may be imposed on the supplied lot at the percentage by

which deviation will occur with respect to the standard requirement . In case of replacement, this

should be replaced by the supplier at his / her own risk and cost within 48 hours from rejection.

23) Time extension :- Supplier should deliver the order item with in stipulated delivery period.

However, if supplier foresee that due to any reason beyond their control, they may not be able to

maintain the delivery schedule, they should apply for time extension period (Not more than 10

days) in time of the basis of documentary evidences and valid ground. The purchaser reserves the

right to consider or reject the time extension prayer of the supplier. If any time extension prayer is

rejected by the tendering authority, and supplier fails to maintain the stipulated delivery schedule,

penalty clause will automatically be invoked.

24) Payment :- No advance payment will be made. Payment will only be made after successful

execution of supply order and supply is received on satisfying quality, standards and all terms and

conditions laid down in the tender and supply order and based on availability of fund in the

respective head of account. Statutory deduction from bill namely income tax, will be deducted as

applicable at source. The deduction of IT at source shall be at the rate as notified by the Government

from time to time.

25) Conditional discount :- Tenders with any condition including conditional discount will not be

entertained and may be rejected.

26) Dispute & litigation :- In case of any dispute arising out of the contract/purchase order, the court

at Agartala in Tripura will have Jurisdiction to deal will the same and decide any legal matter or

dispute whatsoever arising out of the contract/purchase order or tender.

27) Bidders may use extra sheet to explain specification / design and enclose after signature with the

tender.

28) Any clause not included in the DNIT but subsequently mutually accepted will be part and parcel

of the terms and condition. Further any specification not inconformity of our requirement but

subsequently mutually accepted may also be part and parcel of the terms and conditions.

29) If any bidder suppress any fact in the tender and subsequently it is unearthed, their tender will be

rejected and necessary positive action including total forfeiture of EMD/ Security money/ Rescind

of agreement/ Cancellation of supply order/Barring from participation of future tender for next

two years will be taken against them.

30) Item as well as area wise lowest rate will be finalized.

31) Bidder must himself to attend - during negotiation / collection of payment / any meeting /

collection of EMD / collection of security deposit / as and when asked by the tendering

authority along with photo / address proof identity submitted with the tender. No

authorized person will be allowed to act on behalf of the original bidder. If bidder fails to

maintain direct contact with the tendering authority then bidder will be blacklisted and

EMD / SD will be forfeited.

32) Any tender not complying with the requirement / fulfill the terms and conditions may be declared

as informal.

Page 14: DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018 - Tripura

DNIT FOR WATER SUPPLY & SANITATION

Sign of bidder Page 14 of 23 Executive Engineer

33) If last date of dropping of tender happens to be a holiday or office work is affected due to any

unforeseen circumstances, last date of dropping will automatically be extended up to next

working day at respective time and accordingly opening date and time may also be deferred.

Opening date and time will be displayed in the office notice board if changed.

34) Progress report :- Supplier must furnish daily basis report through e-mail, fax etc related with

issued supply order to the purchaser regularly indicating supply order wise status of supply.

35) Right to Accept/ Reject the Bid :- Tendering authority reserves the right to accept or reject

any Bid and to annul the tender process and reject all such bids at any time prior to award

of contract, without thereby incurring any liability to the affected applicant(s) or any

obligation to inform the affected applicant(s) of the grounds for such decision.

Page 15: DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018 - Tripura

DNIT FOR WATER SUPPLY & SANITATION

Sign of bidder Page 15 of 23 Executive Engineer

ANNEXURE-WATER SUPPLY & SANITATION

Rate/unit incl. all taxes & charges (GST//IT, loading, stacking, counting charges etc including carrying charges)

(Rates are to be quoted in word as well as figure.

Sl

No. Name of item & specification Unit

Tent

active

qty.

Quoted Rate per unit incl. all taxes

& charges GST / IT, loading

stacking, counting charges etc) incl.

carrying charges.

In Digit In wards

1 2 3 4 5 6

1. ISI marked white vitreous china European type water

closet (commode) with seat cover, flushing cistern

complete. ( Brand –Paryware/ Hind ware)

No 10

2. ISI marked colour vitreous china European type water

closet (One Plus commode) with seat cover, flushing

cistern complete. ( Brand –Paryware/ Hind ware)

No 10

3. ISI marked white vitreous china water closet (Indian type

pan size-580 mm ) with seat foot rest, siphon complete.

( Brand /Hind ware/ Paryware)

No 10

4. ISI marked white vitreous china water closet (Indian type

pan size-508 mm ) with seat foot rest, siphon complete.

( Brand /Hind ware/ Paryware)

No 10

5. ISI marked white vitreous colour china water closet

(Indian type pan size-508 mm ) with seat foot rest, siphon

complete.

( Brand /Hind ware/ Paryware)

No 10

6. PVC comode cover of 1st

category. ( ISI marked – Brand-

Hindware/Pariware) No 10

7. 550 x 400 mm white vitreous china flat back wash with C.I

bracket, 15 mm brass pillar cock with brass chain. ( ISI marked

– Brand –Hindware / Marc/Jaquor)

No 10

8. 300 x 300 mm white vitreous china corner wash basin with C.I

bracket, 15 mm brass pillar cock with brass chain. ( ISI marked

– Brand –Hindware / Marc/Jaquor)

No 10

9. 550 x 400 mm colour vitreous china flat back wash with

C.I bracket, 15 mm brass pillar cock with brass chain. ( ISI

marked -Hindware / Marc/Jaquor)

No 10

10. Towel rail (C.P brass) 600 x 20 mm together with a pair of

C.P brass brackets of heavy quality.

( ISI marked – Royal / Hindwere / Jaquar)

No 10

11. CP soap dish with bracket of heavy quality. ( ISI marked-

Brand –Royal / Hindwere / Jaquar).

No 10

12. CP moving shower of heavy quality. ( ISI marked- Brand

– Royal / Hindwere / Jaquar).

No 10

13. CP wall mixture of heavy quality. ( 15 mm). . ( ISI

marked- Brand – Royal / Hindwere / Jaquar).

No 10

14. CP wall mixture of heavy quality. ( 20 mm). . ( ISI

marked- Brand – Royal / Hindwere / Jaquar).

No 10

15. CP basin mixture of heavy quality15mm ( ISI marked-

Brand –Jaquar/Royal/ Hindwere).

No 10

16. CPVC union joint ( 50 mm) of heavy quality(Push type).

( ISI marked-Brand – Prince-Raksha/Astral)

No 50

17. CPVC union joint ( 20 mm) of heavy quality..

( ISI marked-Brand – Prince-Raksha/Astral /)

No 20

18. CPVC union joint ( 25 mm) of heavy quality.

( ISI marked-Brand – Prince-TATA)

No 10

19. CPVC union joint ( 15 mm) of heavy quality.

( ISI marked-Brand – Prince-TATA)

No 20

Page 16: DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018 - Tripura

DNIT FOR WATER SUPPLY & SANITATION

Sign of bidder Page 16 of 23 Executive Engineer

20. CPVC union joint ( 40 mm) of heavy quality.

( ISI marked-Brand – BANSAL-TATA)

No 10

21. CPVC Tee ( 50 mm) of heavy quality.

( ISI marked-Brand – PRINCE-TATA)

No 50

22. CPVC tee ( 40 mm) of heavy quantity.

( ISI marked-Brand – PRINCE-TATA)

No 10

23. CPVC tee ( 15 mm) of heavy quality.

( ISI marked-Brand – PRINCE-TATA)

No 50

24. CPVC tee ( 25 mm) of heavy quality.

( ISI marked-Brand – PRINCE-TATA)

No 10

25. CPVC tee ( 20 mm) of heavy quality.

( ISI marked-Brand – PRINCE-TATA)

No 10

26. CPVC reducing Tee ( 20 x 15 mm) of heavy quality.. ( ISI

marked-Brand – PRINCE-TATA)

No 10

27. CPVC reducing Tee ( 32 x 25 mm) of heavy quality. ( ISI

marked-Brand – PRINCE-TATA)

No 10

28. CPVC reducing tee ( 50 X 25 mm) of heavy quality.

( ISI marked-Brand – PRINCE-TATA)

No 10

29. CPVC reducing tee ( 25 X 20 mm) of heavy quality.

( ISI marked-Brand – PRINCE-TATA)

No 10

30. ISI marked medium quantity CPVC pipe ( 20 mm) Tata /

Zindal / Prince)

No 10

31. ISI marked medium quality CPVC pipe ( 20 mm) Prince)

No 10

32. ISI marked medium quality. CPVC pipe ( 25 mm) Prince)

No 10

33. ISI marked medium quality. CPVC pipe ( 32 mm) Prince)

No 10

34. CPVC plug (15 mm) of heavy quality.

( ISI marked-Brand – PRINCE-)

No 10

35. CPVC plug (25 mm) of heavy quality.

( ISI marked-Brand – PRINCE-)

No 10

36. CPVC plug (20 mm) of heavy quality.

( ISI marked-Brand – PRINCE-)

No 10

37. Pipe clip (110 mm) of heavy quantity.

( ISI marked-Brand –- Aluminum Bar)

Mtr 10

38. CPVC Clip ( 75 mm) of heavy quality. ( ISI marked –

Brand-PRINCE).

No 100

39. GI Clip for C.I pipe of heavy quality. ( ISI marked –

Brand-PRINCE / TATA).

No 10

40. PVC Gutkha PKT 10

41. CPVC Elbow ( 20 mm) of heavy quality. ( ISI marked –

Brand-PRINCE / TATA).

No 10

42. CPVC Elbow ( 25 mm) of heavy quality. ( ISI marked –

Brand-PRINCE / TATA).

No 10

43. CPVC Elbow ( 15 mm) of heavy quality. ( ISI marked –

Brand-PRINCE / TATA).

No 10

44. CPVC Elbow ( 50 mm) of heavy quality. ( ISI marked –

Brand-PRINCE / TATA).

No 10

45. CPVC Elbow ( 20 X 15 mm) of heavy quality. ( ISI

marked – Brand-PRINCE / TATA).

No 10

46. CPVC reducing Elbow ( 40 X 25 mm) of heavy quality.

( ISI marked – Brand-PRINCE / TATA).

No 10

47. CPVC reducing Elbow ( 40 mm) of heavy quality. ( ISI

marked – Brand-PRINCE / TATA).

No 10

48. CPVC Reducing Elbow ( 25 x 15 mm) of heavy

quality. ( ISI marked – Brand-PRINCE / TATA).

No 10

49. Gazal ( 50 mm) of heavy quality. KG 10

Page 17: DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018 - Tripura

DNIT FOR WATER SUPPLY & SANITATION

Sign of bidder Page 17 of 23 Executive Engineer

( ISI marked-Brand – PRINCE-BANSAL-TATA)

50. Screw ( 50 mm)of heavy quality.

( ISI marked-Brand – PRINCE-BANSAL-TATA)

Pkt 10

51. Screw ( 25 mm)of heavy quality.

( ISI marked-Brand – PRINCE-BANSAL-TATA)

Pkt 10

52. Screw ( 75 mm)of heavy quality..

( ISI marked-)

Pkt 10

53. MS Hook for pipes ( 20 mm)of heavy quality.

( ISI marked-)

Doz 10

54. MS Hook for pipes ( 15 mm)of heavy quality.

( ISI marked-Brand )

Doz 10

55. MS Hook for pipes ( 32 mm)of heavy quantity.

( ISI marked-Brand )

Doz 10

56. MS Hook for pipes ( 40 mm)of heavy quality.

( ISI marked-Brand)

Doz 10

57. GI Top Screw ( 50 mm)of heavy quality.

( ISI marked-Brand)

No 10

58. Joint bolt ( 20 mm)of heavy quality.

( ISI marked-Brand)

Doz 10

59. Nuts& bolt ( 20 mm)of heavy quality.Long 450mm

( ISI marked-Brand )

kg 10

60. MS plate washer ( 15 mm)of heavy quality.

( ISI marked-Brand)

Doz 10

61. CP long bend ( 32 mm)of heavy quality.

( ISI marked-Brand – PRINCE-BANSAL-TATA)

No 10

62. CP ANGLE VALVE ( 15 mm)of heavy quality.

( ISI marked-Brand – PRINCE-BANSAL-TATA)

No 10

63. Concealed stop cock ( 15 mm) of heavy quality. ( ISI

marked- Brand –TATA /Royal/Eagle).

No 10

64. CP stop cock ( 25 mm) of heavy quality. ( ISI marked-

Brand –TATA/ JAQUAR /).

No 10

65. CP stop cock ( 32 mm) of heavy quality. ( ISI marked-

Brand –Hindwere/ JAQUAR /).

No 10

66. CP stop cock ( 50 mm) of heavy quality.. ( ISI marked-

Brand –TATA/ JAQUAR /).

No 10

67. CP bib cock ( 15 mm) of heavy quality. ( ISI marked-

Brand –TATA/JAQUAR ).

No 10

68. CP bib cock(25 mm) of heavy quality. ( ISI marked-

Brandprince/BANSAL/TATA/ROYAL/EAGLE/JAQUAR ).

No 50

69. CP angular cock of heavy quality. 15mm ( ISI marked-

Brand –TATA/ROYAL/EAGLE/Jakuar ).

No 50

70. CP PILLAR cock of heavy quality 15mm. ( ISI marked-

Brand –TATA/ROYAL/EAGLE ).

No 50

71. Brass make water tape ( 15 mm) ( weight 400 gm) of

heavy quality. ( ISI marked- Brand –TATA).

No 50

72. Gents urinal of standard size ( ISI marked white vitreous

china- Brand –Cera / Hindware ).

No 10

73. Gents urinal of standard size ( ISI marked colour vitreous

china- Brand –Cera / Hindware ).

No 10

74. Ladies urinal of standard size ( ISI marked white vitreous

china- Brand – Pariwere / Hindware).

No 10

75. Ladies urinal of standard size ( ISI marked colour vitreous

china- Brand – Pariwere / Hindware)

No 10

76. CP waste (40 mm) of heavy quality ( ISI marked- Brand-

PRINCE/BANSAL/TATA/ROYAL/EAGLE/ ).

No 50

77. CP waste (32 mm) of heavy quality. ( ISI marked- Brand-

PRINCE/BANSAL/TATA/ROYAL/EAGLE/ ).

No 50

78. PVC waste pipe (32 mm) of heavy quality. ( ISI marked- No 50

Page 18: DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018 - Tripura

DNIT FOR WATER SUPPLY & SANITATION

Sign of bidder Page 18 of 23 Executive Engineer

Brand-PRINCE/BANSAL/TATA).

79. PVC waste pipe (40 mm) of heavy quality.. ( ISI marked-

Brand-PRINCE/BANSAL/TATA).

No 50

80. Tank Nipple CPVC (40 mm) of heavy quality.. ( ISI

marked- Brand-PRINCE/).

No 10

81. Tank Nipple (25 mm) of heavy quality. ( ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 10

82. 110 x75 mm PVC floor tap (Prince)

No 10

83. 110x 110mm PVC floor tap (Prince)

No 10

84. Tank Nipple GI (40 mm) of heavy quality. ( ISI marked-

Brand- /BANSAL/TATA/).

No 10

85. CP Flange of heavy quality.. ( ISI marked- Brand-

PRINCE/BANSAL/TATA/Royal).

No 10

86. PVC connection pipe (15 x 600 mm) of heavy quality. (

ISI marked- Brand-PRINCE/BANSAL/TATA/).

No 10

87. PVC connection pipe (20 x 500 mm) of heavy quality.. (

ISI marked- Brand-PRINCE/BANSAL/TATA/).

No 20

88. HDPE pipe ( 40 mm) in coil shape ( ISI marked PRINCE /

CALCUTTA Plasto).

Mtr 500

89. HDPE pipe ( 50 mm) in coil shape ( ISI marked PRINCE /

CALCUTTA Plasto).

Mtr 500

90. Coupler ( 75 mm) of heavy quantity. ISI marked- Brand-

PRINCE/BANSAL/TATA/).

No 50

91. Coupler ( 110 mm) of heavy quantity. ISI marked- Brand-

PRINCE/BANSAL/TATA/).

No 50

92. Coupler ( 90 mm) of heavy quantity. ISI marked- Brand-

PRINCE/BANSAL/TATA/).

No 50

93. Cowel ( 110 mm) of heavy quantity. ISI marked- Brand-

PRINCE/BANSAL/TATA/).

No 50

94. Cowel ( 75 mm) of heavy quantity. ISI marked- Brand-

PRINCE/BANSAL/TATA/).

No 50

95. Teflon tape

No 50

96. Geyser 25ltr capacity (2000 W) Bajaj/Usha/Havels

No 5

97. Geyser 20ltr capacity (2000 W) Bajaj/Usha/Havels

kg 5

98. Solvent cement of 1st category quality. (100 gm pkt)

No 20

99. CPVC socket (20 mm) of heavy quality.ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 50

100. CPVC socket (40 mm) of heavy quality.ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 50

101. CPVC socket (25 mm) of heavy quality.ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 50

102. CPVC reducing socket (25 x 20 mm) of heavy quality.ISI

marked- Brand-PRINCE/BANSAL/TATA/).

No 50

103. CPVC reducing socket (15 x 20 mm) of heavy quality.ISI

marked- Brand-PRINCE/BANSAL/TATA/).

No 50

104. CPVC plain bend (110 mm) of heavy quality.. ISI

marked- Brand-PRINCE/BANSAL/TATA/).

No 50

105. CPVC plain bend (90 mm) of heavy quality.ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 50

106. CPVC plain bend (75 mm) of heavy quality.ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 50

Page 19: DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018 - Tripura

DNIT FOR WATER SUPPLY & SANITATION

Sign of bidder Page 19 of 23 Executive Engineer

107. CPVC plain bend (90 mm) of heavy quality.ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 50

108. CPVC plain bend (50 mm) of heavy quality.ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 50

109. CPVC plain bend (32 mm) of heavy quality.ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 50

110. CPVC plain bend (150 mm) of heavy quality.ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 50

111. CPVC long bend (32 mm) of heavy quality.ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 50

112. I” X ¾” Bush CPVC

No 50

113. I” X1” Bush CPVC

No 50

114. PVC 110 mm door bend of heavy quality.ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 50

115. PVC 100 mm door bend of heavy quality.. ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 50

116. PVC 90 mm door bend of heavy quality.ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 50

117. PVC 75 mm door bend of heavy quality.ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 50

118. PVC 50 mm door bend of heavy quality.ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 50

119. 110 mm PVC collar of heavy quality.ISI marked- Brand-

PRINCE/BANSAL/TATA/).

No 50

120. 100 mm PVC collar of heavy quality.ISI marked- Brand-

PRINCE/BANSAL/TATA/).

No 50

121. 75 mm PVC collar of heavy quality.ISI marked- Brand-

PRINCE/BANSAL/TATA/).

No 50

122. 50 mm PVC collar of heavy quality.ISI marked- Brand-

PRINCE/BANSAL/TATA/).

No 50

123. 32 mm PVC collar of heavy quality.ISI marked- Brand-

PRINCE/BANSAL/TATA/).

No 50

124. Plain PVC Tee (110 mm) of heavy quality. ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 50

125. Plain PVC Tee (100 mm) of heavy quality.ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 50

126. Plain PVC Tee (90 mm) of heavy quality. ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 50

127. Plain PVC Tee (75 mm) of heavy quality. ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 50

128. PVC door Tee (75 mm) of heavy quality. ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 50

129. PVC door Tee (110 mm) of heavy quality.ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 50

130. PVC single equal plain junction (110 x 110 x 110 mm) of

heavy quality.ISI marked- Brand-

PRINCE/BANSAL/TATA/).

No 50

131. PVC single equal plain junction (100 x 100 x 100 mm) of

heavy quality. ISI marked- Brand-

PRINCE/BANSAL/TATA/).

No 50

132. PVC single equal plain junction (75 x 75 x 75 mm) of

heavy quality. ISI marked- Brand-

PRINCE/BANSAL/TATA/).

No 50

133. PVC single equal plain junction (50 x 50 x 50 mm) of

heavy quality.ISI marked- Brand-

PRINCE/BANSAL/TATA/).

No 50

Page 20: DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018 - Tripura

DNIT FOR WATER SUPPLY & SANITATION

Sign of bidder Page 20 of 23 Executive Engineer

134. PVC single equal plain junction (32 x 32 x 32 mm) of

heavy quality.ISI marked- Brand-

PRINCE/BANSAL/TATA/).

No 50

135. Jali PVC (90 mm) of heavy quality.ISI marked- Brand-

PRINCE/BANSAL/TATA/).

No 50

136. Jali PVC round (110 mm) of heavy quality.ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 50

137. Jali PVC square (110 mm) of heavy quality.ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 50

138. CPVC Ball valve ( 20 mm) of heavy quality.ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 50

139. Full way valve Brass ( 50 mm) of heavy quality.ISI

marked- Brand-PRINCE/BANSAL/TATA/).

No 50

140. Full way valve Brass ( 25 mm) of heavy quality.ISI

marked- Brand-PRINCE/BANSAL/TATA/).

No 50

141. Full way valve Brass ( 40 mm) of heavy quality.ISI

marked- Brand-PRINCE/BANSAL/TATA/).

No 50

142. Ball valve Brass ( 40 mm) of heavy quality.. ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 50

143. Ball valve Brass ( 25 mm) of heavy quality.ISI marked-

Brand-PRINCE/BANSAL/TATA/).

No 50

144. SS Sink ( 600 X 450 X 250) mm

No 10

145. SS Sink ( 450 X 450 X 250) mm

No 10

146. White vitreous china kitchen sink ( 600 X 450 X 250 ) of heavy

quantity. ( ISI marked - Brand –Paryware/ Hindware). No 10

147. White vitreous china kitchen sink ( 450 X 450 X 250 ) of heavy

quantity. ( ISI marked - Brand –Paryware or equivalent

soplhistcated brand).

No 10

148. Bracket for wash basin of heavy quality.. ISI marked-

Brand-PRINCE/BANSAL/TATA/).

Pair 10

149. Bracket for sink basin of heavy quality.. ISI marked-

Brand-.

pair 10

150. Glass shelves with guard rail & brackets ( 600 x 120 x 6

mm) of heavy quality.ISI marked- Brand-

PRINCE/BANSAL/TATA/).

No 10

150. Plastic bib cock ( 15 mm) of heavy quality./ 1st category

No 10

151. CP wall mixture 3 in 1 ISI marked- Brand-

PRINCE//TATA/ROYAL/EAGLE).

No 10

152. CP wall mixture 3 in 1 ISI marked- Brand-JAQUARE).

No 10

153. CP 2 in 1 BIB COCK ISI marked- Brand-

TATA/ROYAL/EAGLE).

No 10

154. CP 2 in 1 angular COCK ISI marked- Brand-JAQUAR).

No 10

155. CP connection pipe (24 “) ISI marked- Brand-

PRINCE//TATA/ROYAL/EAGLE).

No 10

156. CP connection pipe (18 “) ISI marked- Brand-

JAQUARE).

No 10

157. Wash basin with pedestal for wash basin ( ISI marked -

Brand –Cera/Hindware) 24 x 18 & 22 X 16.

No 10

158. Tall pedestal for wash basin ( ISI marked - Brand –

paryware or equivalent sophisticated Cera/Hindware).

No 10

159. PVC self ISI marked- Brand-/TATA/ROYAL/EAGLE).

No 10

160 Bevelled edged mirror of superior make ( 4 mm thick ) glass (

24” x 18”) of heavy quality, ( ISI marked 1st category brand).

No 10

Page 21: DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018 - Tripura

DNIT FOR WATER SUPPLY & SANITATION

Sign of bidder Page 21 of 23 Executive Engineer

161. Rectangular edged mirror of superior make ( 4 mm thick ) glass

( 24” x 36”) of heavy quality, ( ISI marked 1st category brand).

No 10

162. Ordinary mirror of renowned brand ( Approx size – 12” x 12”)

No 10

163. Nylon connection pipe (18”)

No 10

164. CP Health feticide of 1st category.( SUN or equivalent quality)

No 10

165. CP Health feticide of 1st category. ( JAQUARE)

Jet Spray (1 mt tube) of 1st category.

No 10

166. PVC seat with lid CP brass hings and rubber buffers of 1st category.(ISI

marked-Brand-PRINCE / BANSAL //TATA/EAGLE/HINDWARE) No 10

167. PVC corner self of 1st category. .(ISI marked-Brand-PRINCE /

BANSAL //TATA/)

No 10

168. PVC corner self of 1st category. .(ISI marked-Brand-

JAQUARE/)

No 10

169. White cement ( J.K.white / Birala white)

No 10

170. 1” dia PVC Connector.

No 10

171. CP Flush Bend pipe-36” .(ISI marked-Brand-Cera / Hindware /

Paryware).

No 10

172. PVC Cistern 10 ltr ( White) ( ISI marked-Brand-Paryware or

equivalent sophisticated brand).

No 10

173. PVC Cistern (colour (ISI marked-Brand-Paryware or equivalent

sophisticated brand).

No 10

175. Ciramic Syphon .(ISI marked-Brand-Cera / Hindware

No 10

176. Syphon. (ISI marked-Brand- Paryware or equivalent

sophisticated brand).

No 10

177. 1” dia Nylon pip1” dia PVC Tail piece

No 10

178. Non return Valve (25 mm) .(ISI marked-Brand-PRINCE /

BANSAL //TATA/) other 1st category brand)

No 10

179. Non return Valve (32 mm) .(ISI marked-Brand-PRINCE /

BANSAL //TATA/) other 1st category brand)

No 10

180. Non return Valve (40 mm) .(ISI marked-Brand-PRINCE /

BANSAL //TATA/) other 1st category brand)

No 10

181. Plumber Gm 1000

182. GI union joint ( 50 mm) of heavy quality(Push type).

( ISI marked-Brand – Prince-Raksha/Astral)

183. GI union joint ( 20 mm) of heavy quality..

( ISI marked-Brand – Prince-Raksha/Astral /)

184. GI union joint ( 25 mm) of heavy quality.

( ISI marked-Brand – Prince-TATA)

185. GI union joint ( 15 mm) of heavy quality.

( ISI marked-Brand – Prince-TATA)

186. GI union joint ( 40 mm) of heavy quality.

( ISI marked-Brand – BANSAL-TATA)

187. GI Tee ( 50 mm) of heavy quality.

( ISI marked-Brand – PRINCE-TATA)

188. GI tee ( 40 mm) of heavy quantity.

( ISI marked-Brand – PRINCE-TATA)

189. GI tee ( 15 mm) of heavy quality.

( ISI marked-Brand – PRINCE-TATA)

190. GI tee ( 25 mm) of heavy quality.

( ISI marked-Brand – PRINCE-TATA)

191. CPVC tee ( 20 mm) of heavy quality.

( ISI marked-Brand – PRINCE-TATA)

192. GI tee ( 40 X 25 mm) of heavy quality.

( ISI marked-Brand – PRINCE-TATA)

Page 22: DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018 - Tripura

DNIT FOR WATER SUPPLY & SANITATION

Sign of bidder Page 22 of 23 Executive Engineer

193. CPVC tee ( 20 X 15 mm) of heavy quality.

( ISI marked-Brand – PRINCE-TATA)

194. GI tee ( 15 X 150 mm) of heavy quality.

( ISI marked-Brand – PRINCE-TATA)

195. GI reducing Tee ( 20 x 12 mm) of heavy quality.. ( ISI

marked-Brand – PRINCE-TATA)

196. GI reducing Tee ( 15 x 25 mm) of heavy quality. ( ISI

marked-Brand – PRINCE-TATA)

197. GI reducing Tee ( 32 x 25 mm) of heavy quality. ( ISI

marked-Brand – PRINCE-TATA)

198. GI tee ( 50 X 25 mm) of heavy quality.

( ISI marked-Brand – PRINCE-TATA)

199. GI tee ( 25 X 20 mm) of heavy quality.

( ISI marked-Brand – PRINCE-TATA)

200. ISI marked medium quantity GI pipe ( 20 mm) Tata /

Zindal / Prince)

201. ISI marked medium quality. GI pipe ( 25 mm) Tata /

Zindal / Prince)

202. ISI marked medium quality. GI pipe ( 32 mm) Tata /

Zindal / Prince)

203. GI plug (15 mm) of heavy quality.

( ISI marked-Brand – PRINCE-TATA)

204. GI plug (25 mm) of heavy quality.

( ISI marked-Brand – PRINCE-TATA)

205. GI plug (20 mm) of heavy quality.

( ISI marked-Brand – PRINCE-TATA)

206 PVC Gutkha

207. GI Elbow ( 20 mm) of heavy quality. ( ISI marked –

Brand-PRINCE / TATA).

208. GI Elbow ( 25 mm) of heavy quality. ( ISI marked –

Brand-PRINCE / TATA).

209. GI Elbow ( 15 mm) of heavy quality. ( ISI marked –

Brand-PRINCE / TATA).

210. GI Elbow ( 50 mm) of heavy quality. ( ISI marked –

Brand-PRINCE / TATA).

211. GI Elbow ( 20 X 15 mm) of heavy quality. ( ISI marked

– Brand-PRINCE / TATA).

212. GI Elbow ( 40 X 25 mm) of heavy quality. ( ISI marked

– Brand-PRINCE / TATA).

213. GI Elbow ( 40 mm) of heavy quality. ( ISI marked –

Brand-PRINCE / TATA).

214. GI Reducing Elbow ( 20 x 12 mm) of heavy quality.. (

ISI marked – Brand-PRINCE / TATA).

215. GI Reducing Elbow ( 25 x 15 mm) of heavy quality. (

ISI marked – Brand-PRINCE / TATA).

216. GI socket (20 mm) of heavy quality.ISI marked- Brand-

PRINCE/BANSAL/TATA/).

218. GI socket (40 mm) of heavy quality.ISI marked- Brand-

PRINCE/BANSAL/TATA/).

219. GI socket (25 mm) of heavy quality.ISI marked- Brand-

PRINCE/BANSAL/TATA/).

220. GI reducing socket (25 x 20 mm) of heavy quality.ISI

marked- Brand-PRINCE/BANSAL/TATA/).

221. GI reducing socket (15 x 20 mm) of heavy quality.ISI

marked- Brand-PRINCE/BANSAL/TATA/).

222. CPVC plain bend (110 mm) of heavy quality.. ISI

marked- Brand-PRINCE/BANSAL/TATA/).

223. GI plain bend (90 mm) of heavy quality.ISI marked-

Page 23: DT-4/ WS&S /EE/RD/TLM-DIV/2018-19, DATED 26/07/2018 - Tripura

DNIT FOR WATER SUPPLY & SANITATION

Sign of bidder Page 23 of 23 Executive Engineer

Brand-PRINCE/BANSAL/TATA/). 224. GI plain bend (75 mm) of heavy quality.ISI marked-

Brand-PRINCE/BANSAL/TATA/).

225. GI plain bend (90 mm) of heavy quality.ISI marked-

Brand-PRINCE/BANSAL/TATA/).

226. GI plain bend (50 mm) of heavy quality.ISI marked-

Brand-PRINCE/BANSAL/TATA/).

227. GI plain bend (32 mm) of heavy quality.ISI marked-

Brand-PRINCE/BANSAL/TATA/).

228 Brass Ball valve ( 20 mm) of heavy quality.ISI marked-

Brand-PRINCE/BANSAL/TATA/).

228 CI pipes 110 mm dia Heavy duty

230 CI plain Band 110 mm dia Heavy duty

231 CI door Band 110 mm dia Heavy duty

232 CI pipes 75 mm dia Heavy duty

233 CI plain Band 75 mm dia Heavy duty

234 CI door Band 75 mm dia Heavy duty

(Signature of bidder in full & seal)


Recommended