+ All Categories
Home > Documents > OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender...

OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender...

Date post: 06-Sep-2018
Category:
Upload: doandieu
View: 213 times
Download: 0 times
Share this document with a friend
73
ATTACHMENT OF TENDER ENQUIRY Letter No. 876 / TENDER NOTICE /08-09 Date: 04.11.09 Index - Page No. 2 to 4 Details of Contents - Page No. 5 to 47 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 the: Supply, Installation, Testing and commissioning on turnkey basis for Fully Automatic SCADA compatible Pump-Motor-Starter control panels under Srinagar-Pauri 1.5 MLD & 2 MLD Pumping Water Supply Scheme. Cost of tender document : Rs. 300.00 + 12.5%VAT Earnest money to be deposited with the tender : Rs. 40,000.00. Date of opening tender : 24-11-09 at 4:00 p.m Tender document issued to : M/s ................................................. ................................................. .................................................
Transcript
Page 1: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

ATTACHMENT OF TENDER ENQUIRY

Letter No. 876 / TENDER NOTICE /08-09 Date: 04.11.09

Index - Page No. 2 to 4 Details of Contents - Page No. 5 to 47

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 the: Supply, Installation, Testing and commissioning on turnkey basis for Fully Automatic SCADA compatible Pump-Motor-Starter control panels under

Srinagar-Pauri 1.5 MLD & 2 MLD Pumping Water Supply Scheme.

Cost of tender document : Rs. 300.00 + 12.5%VAT

Earnest money to be deposited with the tender : Rs. 40,000.00.

Date of opening tender : 24-11-09 at 4:00 p.m

Tender document issued to :M/s .................................................

.................................................

.................................................

Dated:Executive Engineer

Note: - 1. Rs. 100.00 will be charged extra towards postal charges if tender document is desired by post. 2. This tender document (in original) issued by the Executive Engineer, Central Store, Dehradun duly filled in and signed by tenderer should be submitted with the technical bid otherwise opening of the commercial bid shall not be considered.3. Downloaded tender document through website duly filled in and signed by tenderer should be submitted along with tender document fee and earnest money in due date and time positively, in the office of the Executive Engineer, Central Store, Uttarakhand Jal

Page 2: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

Sansthan, Dehradun with the technical bid otherwise opening of the commercial bid shall not be considered.

2

Page 3: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

CONTENTSS.

No.Description Page No.

Corrigendum 5

Corrigendum 6

Tender Notice. 7-8

Terms & Conditions. 9-14

Brief History 15-17

General Information 18

Proposed Works 19-20

Technical Specifications 21-24

General Specifications 25-26

Schedule ‘G-I & G-II’ 27-28

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

29-39

1. Definitions 29

2. Deposit 30

3. Security Clause 30

4. Encash of a Bank Guarantee 30

5. Mode of Submitting Tender 30-31

6. Submission of Documents 31

7. Signing of Tender 31-32

8. Important Notes 32

9. Vague Offer 32

10. Import License 32

3

Page 4: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

11. Period for which Offer shall be Valid 32

12. Expiry of Validity of Documents 32

13. Validity 33

14. PAN 33

15. Papers Relating to Sales Tax/VAT 33

16. Cancellation of Tender 33

17. Withdraw of Tender 33

18. Rejection of Defective Material 33-34

19. Materials 34-35

20. Date of Completion on Work 35

21. Rates 35

22. Price Variation 35

23. Price Fall Clause 35

24. Mode of Transportation 36

25. Insurance 36

26. Octroi Charges 36

27. Bank Charges 36

28. Completion Period 36

29. Force Majeure 36

30. Orders 36

31. Cancellation of Order 36

32. Transfer of Agreement 37

33. Payment 37

34. Liquidated Damages etc. 37

4

Page 5: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

35. Parallel Contract 37

36. Arbitration Clause 38

37. Applicable Law 38

38. Specification General 38

39. Marking 39

40. Third Party Inspection 39

41. Departmental Inspection & Test Certificates 39

42. Warranty/Guarantee 39

43. Address of the firm 39

Declaration Part-I 40

Declaration Part-II 41

Memorandum 42

Form of Experience 43

Annexure-1 : Check List 44-45

Performa for B.G. Bond 46-47

5

Page 6: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

Office of the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Jal Bhwan, 'B' Block, Nehru Colony, Dehradun.

Letter No. 876 /TENDER NOTICE/2009-10 Date: 04.11.09CORRIGENDUM

The tender no. 46 published earlier vide letter no. 447/Tender Notice/09-10 dated 08.09.09 was due on 30.09.09 and tender no. 47, 48 and 53 vide letter no. 476/Tender Notice/09-10 dated 26.09.09 was due on 27.10.09 and 28.10.09 respectively. Due to unavoidable reasons these tenders are now hereby extended upto dated shown against them as details given below.

Tender No.

EMD in Rs. Cost of tender + VAT @ 12.50%

in Rs.

Last date of Sale of tender & Uploading

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

on same date

46

Supply, Installation, Testing and Commissioning on turnkey basis fully automatic Supervisory Control & Data Acquisition System (SCADA) compatible starter cum control panel with 01 No. incoming, 800 Amp. & 02 Nos. outgoing, 630 Amp. Complete in all respect under Srinagar-Pauri Pumping 1.5 MLD & 2 MLD water supply scheme.(a) Pumping Station at SRINAGAR, Distt. Pauri Garhwal – 02 Unit(b) Pumping Station at CHATKHOT, Distt. Pauri Garhwal – 02 Unit(c) Pumping Station at MASSO, Distt. Pauri Garhwal – 02 Unit

40,000.00 300.00 23.11.09 24.11.09

47Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible Motor Pumps ISI marked conforming to IS: 694:1990 (Reaffirmed 1995).

50,000.00 300.00 23.11.09 24.11.09

48 Annual Rate Contract for the supply of Submersible Pumpsets of various duty parameters.1,00,000.00 300.00 23.11.09 24.11.09

53Annual Rate Contract for the supply of Tools (Pipe Wrenches, Ratchet Pipe Threader and Hexa Frame etc).

50,000.00 300.00 23.11.09 24.11.09Other terms and conditions will remain same.

For further details please visit website: - http://gov.ua.nic.in/ujs

Sd/-Executive Engineer Central Store

Not for Publication.

Letter No. 876 /TENDER NOTICE/2009-10 Date: 04.11.09

Copy to the following for information: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. Advertising Manager, M/s Sai Media Solutions, E-Block, Meedo Plaza, 26 Rajpur Road,

Dehradun to publish this corrigendum in national daily once in The Times of India, Delhi Edition, in minimum space at the Govt. rates on dated 06 th or 07th November 2009. The payment shall not be made for misprinting or indistinctly printed or published after due date. The copy of R.O. and original copy of News Paper(s) published shall be submitted with the bill at the time of payment.

6. Advertising Manager, M/s Eashita Advertisers, First Floor, 18-A, E.C. Road, Dehradun to publish this corrigendum in national daily once in Hindustan Times, Delhi Edition, in minimum space at the Govt. rates on dated 06th or 07th November 2009. The payment shall not be made for misprinting or indistinctly printed or published after due date. The copy of R.O. and original copy of News Paper(s) published shall be submitted with the bill at the time of payment.

7. M/s ………………………………….8. Notice Board. Sd/-

Executive Engineer Central Store

6

Page 7: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

Office of the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Jal Bhwan, 'B' Block, Nehru Colony, Dehradun.

Letter No. 474 /TENDER NOTICE/2009-10 Date: 25.09.09

CORRIGENDUM

Due to unavoidable reasons the tender published earlier for supply, installation, testing and commissioning of multistage centrifugal pump sets and fully automatic SCADA compatible starter cum control panel and related accessories on turnkey basis vide NIT No. 447/Tender Notice/2009-10 dated: 08.09.09 is hereby extended up to dated: 08.10.09. The last date of sale/downloading of tender document will be 07.10.09 & shall be submitted in the undersigned office on 08.10.09 up to 3:00 p.m. The tender will be opened on the same date at 4:00 p.m. Other terms and conditions will remain same.

For further details please visit website: -1. http://gov.ua.nic.in/ujs 2. http://www.uttara.in

Sd/-Executive Engineer Central Store

Not for Publication.Letter No. 474 /TENDER NOTICE/2009-10 Date: 25.09.09 Copy to the following for information and necessary action:

1. Chief General Manager, Uttarakhand Jal Sansthan, Dehradun.2. Advertising Manager, M/s Sharad Advertising Agency, Shanti Vihar, Near Telephone

Exchange, Govindgarh to publish this corrigendum in national daily once in The Hindustan Times, Delhi Edition & The Times of India, Delhi Edition in minimum space at the Govt. rates on dated 27th September 2009. The payment shall not be made for misprinting or indistinctly printed or published after due date. The copy of R.O. and original copy of News Paper(s) published shall be submitted with the bill at the time of payment.

3. General Manager, Uttarakhand Jal Sansthan, Dehradun/Pauri/Nainital.4. All Superintending Engineer, Uttarakhand Jal Sansthan, ................5. All Executive Engineer, Uttarakhand Jal Sansthan, ...............6. Portal Administrator, Uttara Portal, Department of Electrical Engineering, IIT Roorkee,

Roorkee for publication in website: - http://www.uttara.in.7. Notice Board.

Sd/-Executive Engineer Central Store

7

Page 8: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

Office Of Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Jal Bhwan, 'B' Block, Nehru Colony, Dehradun.

Letter No. 447 /TENDER NOTICE /2009-10 Date: 08.09.09

TENDER NOTICE

For and on behalf of Uttarakhand Jal Sansthan, the office of Executive Engineer, Central Store, Dehradun, invites sealed tenders in two bid system i.e. Technical Bid & Commercial Bid for procurement of materials and as well as their related works on turnkey basis as per details given below.

Tender No.

Qty EMD in Rs. Cost of tender + VAT @ 12.50%

in Rs.

Last date of Sale of tender & Uploading

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

45

1. Supply, Installation, Testing and Commissioning on turnkey basis Multistage Centrifugal Pumping Plant complete with suitable capacity TEFC squirrel cage induction motor, base plate, coupling and coupling guard, piping, valves, power cable and other accessories including civil work as per the following:(1) Clear Water Pumpset of 1500 LPM discharge at 510 mtr. Head, 2900 RPM under Srinagar-Pauri Pumping 1.5 MLD water supply scheme.

01 Set (a) Pumping Station at SRINAGAR, Distt. Pauri Garhwal.01 Set (b) Pumping Station at CHATKHOT, Distt. Pauri Garhwal.01 Set (c) Pumping Station at MASSO, Distt. Pauri Garhwal.

1,50,000.00 300.00 29.09.2009 30.09.2009(2) Clear Water Pumpset of 2100 LPM discharge at 510 mtr. Head, 2900 RPM under Srinagar-Pauri Pumping 2 MLD water supply scheme.

01 Set (a) Pumping Station at SRINAGAR, Distt. Pauri Garhwal.01 Set (b) Pumping Station at CHATKHOT, Distt. Pauri Garhwal.01 Set (c) Pumping Station at MASSO, Distt. Pauri Garhwal.

1,54,000.00 300.00 29.09.2009 30.09.2009

46

2. Supply, Installation, Testing and Commissioning on turnkey basis fully automatic Supervisory Control & Data Acquisition System (SCADA) compatible starter cum control panel with 01 No. incoming, 800 Amp. & 02 Nos. outgoing, 630 Amp. Complete in all respect under Srinagar-Pauri Pumping 1.5 MLD & 2 MLD water supply scheme.

02 Unit (a) Pumping Station at SRINAGAR, Distt. Pauri Garhwal.02 Unit (b) Pumping Station at CHATKHOT, Distt. Pauri Garhwal.02 Unit (c) Pumping Station at MASSO, Distt. Pauri Garhwal.

40,000.00 300.00 29.09.2009 30.09.2009

Terms and Conditions: 1. For full & further details kindly visit our website http://gov.ua.nic.in/ujs or http://www.uttara.in. Tender document can be downloaded from our website or can be purchased from department. Cost of downloaded tender document has to be paid at the time of submission in the form of demand draft. If the tender is required by post in India, an additional sum of Rs. 100/- (Rupees One Hundred Only) shall be charged extra. Uttarakhand Jal Sansthan will not be responsible for postal delay. 2. The undersigned shall have authority to accept or reject any or all the tenders without giving any reasons thereof. 3. Only manufacturer or agency authorized by the manufacturer are allowed to take part in this particular tender. The tenderer or their authorized representative will have to produce relevant certificate at the time of purchase of tender document. 4. Other terms and conditions shall be according to the tender document. 5. Conditional/Telegraphic/ Telephonic/Fax/E-mail offer shall not be entertained.

Sd/- Executive Engineer Central Store

8

Page 9: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

Not for Publication.

Letter No. 447 / TENDER NOTICE /2009-10 Date: 08.09.09Copy to the following for information and necessary action:

1. Chief General Manager, Uttarakhand Jal Sansthan, Dehradun.2. Advertising Manager, M/s Sharad Advertising Agency, Shanti Vihar, Near Telephone Exchange,

Govindgarh to publish this tender notice in national daily once in The Hindustan Times, Delhi Edition & The Times of India, Delhi Edition in minimum space at the Govt. rates on dated 18 or 19 September 2009. The payment shall not be made for misprinting or indistinctly printed or published after due date. The copy of R.O. and original copy of News Paper(s) published shall be submitted with the bill at the time of payment.

3. General Manager, Uttarakhand Jal Sansthan, Dehradun/Pauri/Nainital.4. All Superintending Engineer, Uttarakhand Jal Sansthan, ................5. All Executive Engineer, Uttarakhand Jal Sansthan, ...............6. Portal Administrator, Uttara Portal, Department of Electrical Engineering, IIT Roorkee, Roorkee

for publication in website: - http://www.uttara.in.7. Notice Board.8. M/s …….

Sd/- Executive Engineer Central Store

9

Page 10: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

OFFICE OF THE EXECUTIVE ENGINEER, CENTRAL STORE, UTTARAKHAND JAL SANSTHAN, JAL BHAWAN, 'B' BLOCK,

NEHRU COLONY, DEHRADUN

TURNKEY TENDER DOCUMENT

1. NAME OF WORK: Tender for Supply, Installation, Testing and Commissioning on turnkey basis for Fully Automatic SCADA compatible Pump- Motor-Starter control panels under Srinagar-

Pauri 1.5 MLD & 2 MLD Pumping Water Supply Scheme.

2. Name & Address of Tenderer :

3. Cost of Tender Documents : Rs. 300.00 + 12.5% VAT

4. Last Date of Sale of Tender : 23.11.2009

5. Date of Opening of Technical Bid : 24.11.2009, 4:00 p.m.

6. Earnest Money : Rs. 40,000.00

7. CDR/FDR/NSC No. & Date :Rs. :

Valid up to :Name of Bank/Post Office :

Sl. No.

TenderNo.

Description of Item Qty. Earnest Money

Time of Completion

1. 46 Supply, Installation, Testing and Commissioning on turnkey basis for Fully Automatic SCADA compatible Pump-Motor- Starter control panels under Srinagar-Pauri 1.5 MLD & 2 MLD Pumping Water Supply Scheme

01 set. Rs.40, 000.00 03 months

Terms & Conditions : -

1. Only ISO 9000 certified manufacturers are allowed to take part in the bid and no joint ventures or dealers are allowed.

2. The tender should be submitted on the basis of two bid system, subscribed envelope 'A' "Technical Bid" and envelope 'B' "Commercial Bid". Both the envelopes shall be put in a single cover subscribed "Name of the work", Tender Notice No. and Date with all relevant documents, certificates duly certified and attached firmly with the tender document, duly sealed.

3. The last date for the submission of the “Tender" in the official Tender document (in original) issued by the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun or downloaded through website shall be duly filled in and signed by a duly authorized person 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.

10

Page 11: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

4. The entire work shall be carried out on turnkey basis, which included supply, carting, installation, testing & commissioning of all equipments incorporated in the scope of work.

5. Tender without earnest money shall not be accepted.

6. Payment will be made as per Clause-33 of the tender document.

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

8. Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun reserves the right to reject all or any offer without assigning any reasons.

9. No price variation clause shall be accepted.

10. The firm whose offer is accepted shall have to deposit security of 10% of the total cost, in shape of CDR/FDR/NSC/Bank Guarantee Bond from any Nationalized/Scheduled Bank in India. The Bank Guarantee Bond should be on non-judicial stamp paper of Rs. 100.00 and it should be valid for 24 months within 15 days of receipt of rate acceptance, failing which earnest money will be forfeited.

11. Manufacturers of Uttarakhand State unit, minor and SSI (Domestic & Khadi) shall be given preference according to State Industrial Policy G.O. No. 3396/VII-II(08)/143-Udhyog/2003 dated 30.06.09 subject to quality assurance of materials.

12. Stamp Duty as per Govt. rules shall be deposited by the successful tenderer.

13. Test Certificate/Warranty Certificate of each and every material shall be submitted along with the bill at the time of payment.

14. The tenderer should visit the site of work before submitting the tender in order to familiarize with this scope of work & site conditions.

15. Make of each and every item of supply should be classified in the tender.

16. The work shall be evaluated on the basis of the total tendered cost and not on the basis of individual items of the tender.

17. The complete responsibility of safe cartage of material up-to the pumping station shall rest with the firm executing the work.

18. The tenders of those firms, who have executed at-least 03 works of similar nature during the last 03 years, will be considered.

19. The Department will not be responsible for late receipt of tenders on account of postal delay.

20. The said turnkey basis tender document will be issued/ sold only to the ISO9000 certified manufacturer of control panels.

21. Any Agency in general, can not obtain this particular turnkey basis tender without the written permission of manufacturer.

22. For purchasing of tender document, the tenderers or their authorized representatives will have to produce relevant certificate at the time of purchase of tender document.

23. The Commercial bids of only those parties, who will qualify in Technical bid, shall be opened.

11

Page 12: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

24. Any Disputes are subjected to Dehradun Jurisdiction.

25. All the supplies shall be strictly as per IS specification.

26. The pump-motor-starter control panel shall be tested for their performance at the specified duty parameters, at the works of the manufacturer prior to their dispatch, by the accredited representative of Uttarakhand Jal Sansthan.

27. Penalty Clause :(i) If the tenderer fails to complete the work within stipulated time 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 installation, testing and commissioning will be imposed @ 0.25% per day (of the total value of work) subjected to a maximum of 10% of the total value of work.

(ii) If the tenderer fails to complete the entire work including installation, testing and commissioning of all the equipments/materials, the department reserves the right to impose a penalty up to a maximum limit of 10% of the value of work and also to get the balance work completed at the cost of tenderer.

28. Defect Liabilities: All equipments such as pump-motor-starter control panel and other accessories etc. shall be warranted against any manufacturing defect, bad workmanship or faulty design, for a period of one year from the date of commencing and testing. In case of any manufacturing defect during this period, equipment shall be replaced by the manufacturer/tenderer free of cost. In case of defects arising out of normal wear and tear the same shall be rectified/repaired by the manufacturer/tenderer free of cost.

Signature of Tenderer

12

Page 13: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

TECHNICAL BID

1. Technical Data with metallurgy of each item such as pump-motor-starter control panel and other accessories etc. must be submitted along with the offer with relevant IS code for which the rates are quoted in the part of schedule 'G'.

2. The tenderer/ manufacturer/ authorized representative/company is required to submit the following documents/certificates along with his offer, it shall be attached in separate sheet in same order as given below..

(a) Name of tenderer firm(b) Correspondence address(c) Location and addresses of the factories where Pump-motor-starter control panel are

manufactured.(d) CST/VAT/TT registration certificate(e) PAN (f) Brand name of production (g) EMD(h) Registration in Director of Industries, Small /Medium /Large Scale Industries

Corporation for manufacturing of Pump-motor-starter control panel.(i) ISI Certification.(j) ISO Certification.(k) Annual production capacity of the firm.(l) Audited Balance sheet of last three financial years (only turnover sheet to be

attached).(m) Rs. One Hundred Non-Judicial Stamp with Rs. 1.00 Revenue Ticket.(n) List of Equipments in the factory/manufacturing unit.(o) Purchase order copies for the items from Govt. departments/ Govt. Undertakings in

last two years.(p) Copies of performance certificate.(q) The preference shall be given to those parties who are having service network in

Uttarakhand and who are authorized service franchisee/centre for switch gear, relays and control gear manufacturers. Kindly mention the name and addresses of service support centre in Uttarakhand.

3. The tenderer is required to fulfill following technical/financial criteria to qualify the technical bid and necessary copies of work orders/completion certificates will be furnished by the tenderer in support of fulfilling the following eligibility criteria:-(a) The tenderer should have executed one single work of atleast Rs. 30 lacs of similar nature on turnkey basis in the State of Uttarakhand, during last five years.

Or(b) The tenderer should have executed two works of atleast Rs. 20 lacs each of similar nature on turnkey basis in the State of Uttarakhand, during last five years.

Or(c) The tenderer should have executed four works of atleast Rs. 15 lacs each of similar nature on turnkey basis in the State of Uttarakhand, during last five years.

4. The tenderer will furnish details of the metallurgy/ manufacturing processes and design along with the quality control system followed in the factory.

13

Page 14: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

5. The tenderers shall submit details of their turnover during last 03 years with copies of audited balance sheet in support.

6. List of plant and machineries in the premises of the manufacturers along with organizational structure must be submitted with the Technical Bid.

7. The tenderer should have to submit guarantee certificate for the pump-motor-starter control panels continue to conform to the description and quality aforesaid for a period of 24 months from the date of installation and also hereby declare that pump-motor-starter control panels shall be warranted against any manufacturing defect, bad workmanship or faulty design, for a period mentioned above from the date of installation and testing. In case of any manufacturing defect during this period, equipment shall be replaced by the manufacturer/tenderer free of cost. In case of defects arising out of normal wear and tear the same shall be rectified/repaired by the manufacturer/tenderer free of cost.

8. The bidder has to submit the bank solvency certificates issued by their bankers for an amount not less than Rs. 10.00 Lacs.

9. The tenderer shall ensure that all the material to be incorporated in the work shall conform to IS specifications, wherever it is not possible to offer material conforming to IS specifications, the material shall conform to International standards such as API etc.

Eligibility Criteria1. The tenderer should be an ISO9000 approved company.2. The tenderer should have manufactured, supplied & commissioned at least 10 nos.

SCADA compatible Pump Motor control panels for minimum 200HP rating for a High head water pumping scheme in Uttarakhand state, & have successful operation for the last three years. Documentary proof shall be furnished along with tender offer.

3. The SCADA compatible panels should be in working hooked with a SCADA system.4. The tenderer should have production facility and experience of manufacturing

SCADA pump automation control panels.5. The tenderer should be in existence in Indian market for the past 10 years minimum

and should have after sales service facility in Uttarakhand. 6. The tenderer should have at least 200 successful running installations of Pump control

panels in high head areas such as Uttarakhand, Himachel Pradesh, J&K etc. The detail of these installations shall be furnished along with tender offer.

7. The tenderer of SCADA compatible pump control panels should be an authorised sales & service associate of switchgear & control gear manufacturers.

Signature of Tenderer

14

Page 15: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

COMMERCIAL BID

1. The tenderers are requested to quote firm and fix rates in Indian Rupees for each article as mentioned in the tender document schedule 'G'.

2. The Rate of each item should be quoted separately 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 F.O.R destination (a) Pumping Station at Srinagar Distt. Pauri Garhwal (b) Pumping Station at Chatkhot Distt. Pauri Garhwal and (c) Pumping Station at Masso Distt. Pauri Garhwal including cost of materials, basic excise duty (if applicable), third party agency inspection charges, insurance charges and freight etc. but are exclusive of statutory duties such as sales/trade tax/VAT (if applicable), octroi and any other Central, State Govt. levies which are to be shown separately and shall be payable as applicable. Department will issue Form ‘C’ & ‘16’ on written request of contractor.

5. No other document 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

Signature of Tenderer

15

Page 16: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

Tender document for the: Supply, Installation, Testing and Commissioning on turnkey basisfor Fully Automatic SCADA compatible Pump-Motor-Starter control panels under

Srinagar-Pauri 1.5 MLD Pumping Water Supply Scheme.

INTRODUCTION:(1) Main Pumping Station, Srinagar:-

Srinagar-Pauri Pumping Water Supply Scheme is three stage pumping scheme. Main Pumping Station, Srinagar is situated on right bank of River Alaknanda, at a distance of 1 Km. from Srinagar town bus stand on Srinagar-Badrinath motor road. There are 02 Nos pump-sets installed in the pump house. Details of installed pump-sets are tabulated.Pump-set No.

HP Discharge (LPM)

Head(M)

RPM Pump Make Motor Make

1 240 1500 480 2900 Beacon Weir Kirloskar

2 240 1500 480 2900 Beacon Weir Crompton Greaves

3 240 1500 510 2900 Recently it is proposed to install 01 no. new pump-set.

It is proposed to install 01 No. Fully Automatic SCADA compatible pump-motor-starter control

panel to run the recently proposed pumping plant shown as above table at S.No. 3.

(2) Intermediate Pumping Station Ist, Chatkot:-Intermediate Pumping Station Ist, Chatkot is situated at a distance of 3 Km. from road head

Khanda, through a bridle path. Road Head Khanda, in turn is situated at a distance of 10 Km. from Srinagar town bus stand on Srinagar-Pauri motor road. There are 02 Nos pump-sets installed in the pump house. Details of installed pump-sets are tabulated.

Pump-set No.

HP Discharge (LPM)

Head(M)

RPM Pump Make Motor Make

1 240 1500 480 2900 Beacon Weir Crompton Greaves

2 240 1500 480 2900 Beacon Weir Kirloskar

3 240 1500 510 2900 Recently it is proposed to install 01 no. new pump-set.

It is proposed to install 01 No. Fully Automatic SCADA compatible pump-motor-starter control

panel to run the recently proposed pumping plant shown as above table at S.No. 3.

(3) Intermediate Pumping Station IInd, Masso:-Intermediate Pumping Station IInd, Masso is situated at a distance of 8 ½ Km. from Pauri town

bus stand, through 8 Km. light vehicle kutcha road and ½ Km. bridle path. Pauri town bus stand, in turn is situated at a distance of 29 Km. from Srinagar. There are 02 Nos pump-sets installed in the pump house. Details of installed pump-sets are tabulated.

Pump-set No.

HP Discharge (LPM)

Head(M)

RPM Pump Make Motor Make

1 240 1500 480 2900 Beacon Weir Kirloskar

2 240 1500 480 2900 Mather & Platt Crompton Greaves

3 240 1500 510 2900 Recently it is proposed to install 01 no. new pump-set.

It is proposed to install 01 No. Fully Automatic SCADA compatible pump-motor-starter control

panel to run the recently proposed pumping plant shown as above table at S.No. 3.

16

Page 17: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

Signature of Tenderer 17

Page 18: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

Tender document for the: Supply, Installation, Testing and Commissioning on turnkey basis for Fully Automatic SCADA compatible Pump-Motor-Starter control panels under

Srinagar-Pauri 2 MLD Pumping Water Supply Scheme.

INTRODUCTION:(1) Main Pumping Station, Srinagar:-

Srinagar-Pauri Pumping Water Supply Scheme is four stage pumping scheme. Main Pumping Station, Srinagar is situated on right bank of River Alaknanda, at a distance of 1 Km. from Srinagar town bus stand on Srinagar-Badrinath motor road. There are 02 Nos pump-sets installed in the pump house. Details of installed pump-sets are tabulated.

Pump-set No.

HP Discharge (LPM)

Head(M)

RPM Pump Make Motor Make

1 375 2100 510 2980 Kirloskar Crompton Greaves

2 375 2100 510 2980 Kirloskar Crompton Greaves

3 375 2100 510 2900 Recently it is proposed to install 01 no. new pump-set.

It is proposed to install 01 No. Fully Automatic SCADA compatible pump-motor-starter control

panel to run the recently proposed pumping plant shown as above table at S.No. 3.

(2) Intermediate Pumping Station Ist, Chatkot:-Intermediate Pumping Station Ist, Chatkot is situated at a distance of 3 Km. from road head

Khanda, through a bridle path. Road Head Khanda, in turn is situated at a distance of 10 Km. from Srinagar town bus stand on Srinagar-Pauri motor road. There are 02 Nos pump-sets installed in the pump house. Details of installed pump-sets are tabulated.

Pump-set No.

HP Discharge (LPM)

Head(M)

RPM Pump Make Motor Make

1 375 2100 510 2980 Kirloskar Crompton Greaves

2 375 2100 510 2980 Kirloskar Crompton Greaves

3 375 2100 510 2900 Recently it is proposed to install 01 no. new pump-set.

It is proposed to install 01 No. Fully Automatic SCADA compatible pump-motor-starter control

panel to run the recently proposed pumping plant shown as above table at S.No. 3.

(3) Intermediate Pumping Station IInd, Masso:-Intermediate Pumping Station IInd, Masso is situated at a distance of 8 ½ Km. from Pauri town

bus stand, through 8 Km. light vehicle kutcha road and ½ Km. bridle path. Pauri town bus stand, in turn is situated at a distance of 29 Km. from Srinagar. There are 02 Nos pump-sets installed in the pump house. Details of installed pump-sets are tabulated.

Pump-set No.

HP Discharge (LPM)

Head(M)

RPM Pump Make Motor Make

1 375 2100 510 2980 Kirloskar Crompton Greaves

2 375 2100 510 2980 Kirloskar Crompton Greaves

3 375 2100 510 2900 Recently it is proposed to install 01 no. new pump-set.

It is proposed to install 01 No. Fully Automatic SCADA compatible pump-motor-starter control panel to run the recently proposed pumping plant shown as above table at S.No. 3.

18

Page 19: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

(4) Intermediate Pumping Station IIIrd, Kandolia:-Intermediate Pumping Station IIIrd, Kandolia is situated at a distance of 6 Km. from Pauri town

bus stand, through 6 Km. motor road or 3 Km. through bridle path. Pauri town bus stand, in turn is situated at a distance of 29 Km. from Srinagar. There are 02 Nos pump-sets installed in the pump house. Details of installed pump-sets are tabulated.

Pump-set No.

HP Discharge (LPM)

Head(M)

RPM Pump Make Motor Make

1 75 750 250 2900 KSB Jyoti

2 75 750 250 2900 KSB Kirloskar

Power connection for pump set is available from transformer situated near pump house.

Signature of Tenderer

19

Page 20: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

General Information about Srinagar-Pauri 1.5 MLD & 2 MLDPumping Water Supply Scheme.

LOCATION OF SITE: The nearest rail head of Pauri town is Rishikesh and Kotdwara. Rishikesh and Kotdwara is

situated nearly 250 Km. from Delhi (Capital of India). Altitude of Pauri town is 1600 meters above M.S.L. Pauri town is situated at a distance of 125 Km. from Rishikesh rail head and is connected by Rishikesh-Devpryag-Srinagar-Pauri motor road. It is also connected with Kotdwara rail head by Kotdwara-Satpuli-Pauri motor road at a distance of 106 Km. from Kotdwara. The town is situated on hills of low Himalyan range. The topography is hilly sloping towards Alaknanda River on east side and Nayar River on west side. The pumping stations of Srinagar-Pauri Water Supply Scheme are connected somewhere with motor road and somewhere with bridle path, which has steep/ gradually slopes. The cartage of heavy materials through bridle path is possible only by pulling and pushing method.

OBJECTIVE:

Recently it is therefore proposed to install at each pumping station 01 No. 375 & 1 No. 240 HP new pumping plants. So it is proposed to install 01 No. Fully Automatic SCADA compatible pump-motor-starter control panel to run the recently proposed pumping plant complete in all respect for automation of pumping plant in future.

Signature of Tenderer

20

Page 21: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

Proposed Works for Srinagar-Pauri 1.5 MLD Pumping Water Supply Scheme at MPS, Srinagar, IPS I st , Chatkot & IPS II nd , Masso :

Following works are to be executed.

S.No.

Description Qty

1. Supply of SCADA compatible motor control panel for 240HP motor as per specifications sheet enclosed & suitable for integration in the existing system including cartage from works of manufacturer upto site of work:-1. Main Pumping Station, Srinagar. 1 No.2. Intermediate Pumping Station Ist, Chatkot. 1 No.3. Intermediate Pumping Station IInd, Masso. 1 No.

2 Installation including necessary PCC foundation for control panel, Testing & commissioning of above & maintenance for trial period of two months:-1. Main Pumping Station, Srinagar. 1 Job2. Intermediate Pumping Station Ist, Chatkot. 1 Job3. Intermediate Pumping Station IInd, Masso. 1 Job

3 Supply of PDB extension cubicle of 800Amp. as per specifications sheet including cartage from works of manufacturer upto site of work:-1. Main Pumping Station, Srinagar. 1 No.2. Intermediate Pumping Station Ist, Chatkot. 1 No.3. Intermediate Pumping Station IInd, Masso. 1 No.

4 Integration of above in the existing system by modifying the same & complete Installation, Testing & commissioning of above & maintenance for trial period of two months:-1. Main Pumping Station, Srinagar. 1 Job2. Intermediate Pumping Station Ist, Chatkot. 1 Job3. Intermediate Pumping Station IInd, Masso. 1 Job

All the detailed specification mentioned in the tender documents shall be strictly adhered to while carrying out the work.

Signature of Tenderer

21

Page 22: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

Proposed Works for Srinagar-Pauri 2 MLD Pumping Water Supply Scheme at MPS, Srinagar, IPS I st , Chatkot & IPS II nd , Masso :

Following works are to be executed.

S.No.

Description Qty

1 Supply of SCADA compatible motor control panel for 375HP motor as per specifications sheet enclosed & suitable for integration in the existing system including cartage from works of manufacturer upto site of work:-1. Main Pumping Station, Srinagar. 1 No.2. Intermediate Pumping Station Ist, Chatkot. 1 No.3. Intermediate Pumping Station IInd, Masso. 1 No.

2 Installation including necessary PCC foundation for control panel, Testing & commissioning of above & maintenance for trial period of two months:-1. Main Pumping Station, Srinagar. 1 Job2. Intermediate Pumping Station Ist, Chatkot. 1 Job3. Intermediate Pumping Station IInd, Masso. 1 Job

3 Supply of PDB extension cubicle of 1200Amp. as per specifications sheet including cartage from works of manufacturer upto site of work:-1. Main Pumping Station, Srinagar. 1 No.2. Intermediate Pumping Station Ist, Chatkot. 1 No.3. Intermediate Pumping Station IInd, Masso. 1 No.

4 Integration of above in the existing system by modifying the same & complete Installation, Testing & commissioning of above & maintenance for trial period of two months:-1. Main Pumping Station, Srinagar. 1 Job2. Intermediate Pumping Station Ist, Chatkot. 1 Job3. Intermediate Pumping Station IInd, Masso. 1 Job

All the detailed specification mentioned in the tender documents shall be strictly adhered to while carrying out the work.

Signature of Tenderer

22

Page 23: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

TECHNICAL SPECIFICATIONS FOR SRINAGAR-PAURI 1.5 MLD PUMPING WATER SUPPLY SCHEME OF FULLY AUTOMATIC SCADA COMPATIBLE PUMP-MOTOR-STARTER CONTROL

PANEL AND ACCESSORIES FOR MPS, SRINAGAR, IPS IST, CHATKOT & IPS IIND, MASSO

The detailed technical specifications of the material to be incorporated in the work shall be as per details mention below:

SPECIFICATIONS OF SCADA COMPATIBLE 240HP MOTOR STARTER CONTROL PANEL

S.NO. ITEM Qty in Nos.

01 SCADA Compatible Automatic Air Break Contactor Operated Star Delta Starter suitable for 240HP Squirrel cage Induction Motor having following components housed in a powder coated sheet steel enclosure with proper wiring, termination, ferruling, marking etc. The on & off Push Buttons & spare auxiliary contacts of power contactors & over current relay shall be wired up to terminal blocks for remote operation of the panel. The current transformers secondary terminals shall be so wired up to the remote terminal block for connecting the Power Analyser in Series. (make Rittal/L&T/ Siemens/ Simplex) 01 TP MCCB 630AMP. 35KA Ics=100%Icu 415V, WITH

MICROPROCESSOR BASED RELEASE FOR O/C, S/C & E/F. (make L&T/Siemens)

01

02 AIR BREAK POWER CONTATOR TP 325 AMPS. AC3 DUTY 240V COIL OPERATED. (make L&T/Siemens)

03

03 ELECTRONIC STAR TO DELTA CHANGEOVER TIMER. (make L&T/Siemens)

01

04 MICROPROCESSOR BASED OVER LOAD RELAY WITH INBUILT SINGLE PHASING, REVERSE PHASING & U/V, O/V, LOCKED ROTOR & DRY RUN PREVENTION TYPE MM30 WITH RS485 COMMUNICATION PORT & MODBUS ADDRESSABLE. (make L&T/Siemens)

01

05 ON / OFF PUSH BUTTON. (make L&T/Siemens) 0206 ON / OFF / TRIP INDICATING LAMPS. (make L&T/Siemens) 0607 AUTO MANUAL SELECTOR SWITCH. (make L&T/Siemens) 0108 DIGITAL MULTIFUNCTION METER FOR VOLTAGE,

CURRENT FREQUENCY, & POWER PARAMETERS. (make Conzerv)

01

09 AUXILIARY CONTACTORS FOR TIMER OPERATION. (make L&T/Siemens)

02

10 CURRENT TRASNFORMERS 400/5AMP. CLASS-1. (make L&T/AE)

03

11 CONTROL MCB’S 4AMP. (make L&T/Siemens) 1012 AUTO MANUAL SELECTOR SWITCH. (make L&T) 0113 Auxiliary Transformer with AC regulated Power supply of 2KVA

INPUT 415V , 50 HZ REGULATED OUTPUT 230V 50HZ, +/- 1 % (make Simplex/AE)

01

23

Page 24: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

POWER DISTRIBUTION BOARD (MDB) EXTENSION CUBICLE

FOR 240HP MOTOR:

Extension by modification of Bus bars & existing Power distribution boards to make it suitable for integrating the new SCADA Compatible Motor control panel in the system. A PCC Extension cubicle shall be provided having TPN Copper bus bars of 800Amp. Rating & as per in the existing panel shall be provided to terminate the incoming & outgoing cables. All the bus bars shall be supported on non-hygroscopic SMC Insulators. The minimum cross-sectional size of copper bus bars shall be 50*10 mm.

Signature of Tenderer

24

Page 25: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

TECHNICAL SPECIFICATIONS FOR SRINAGAR-PAURI 2 MLD PUMPING WATER SUPPLY SCHEME OF FULLY AUTOMATIC SCADA COMPATIBLE PUMP-MOTOR-STARTER CONTROL

PANEL AND ACCESSORIES FOR MPS, SRINAGAR, IPS IST, CHATKOT & IPS IIND, MASSO

SPECIFICATIONS OF SCADA COMPATIBLE 375HP MOTOR STARTER CONTROL PANEL

S.NO. ITEM Qty in Nos.01 SCADA Compatible Automatic Air Break Contactor Operated Star Delta

Starter suitable for 375HP Squirrel cage Induction Motor having following components housed in a powder coated sheet steel enclosure with proper wiring, termination, ferruling, marking etc. The on & off Push Buttons & spare auxiliary contacts of power contactors & over current relay shall be wired up to terminal blocks for remote operation of the panel. The current transformers secondary terminals shall be so wired up to the remote terminal block for connecting the Power Analyser in Series. (make Rittal/L&T/ Siemens/Simplex)01 TP ACB 1200AMP. 55KA 415V, WITH MICROPROCESSOR

BASED RELEASE FOR O/C, S/C & E/F. (make L&T/Siemens)01

02 AIR BREAK POWER CONTATOR TP 500 AMPS. AC3 DUTY 240V COIL OPERATED. (make L&T/Siemens)

03

03 ELECTRONIC STAR TO DELTA CHANGEOVER TIMER. (make L&T/Siemens)

01

04 MICROPROCESSOR BASED OVER LOAD RELAY WITH INBUILT SINGLE PHASING, REVERSE PHASING & U/V, O/V, LOCKED ROTOR & DRY RUN PREVENTION TYPE MM30 WITH RS485 COMMUNICATION PORT & MODBUS ADDRESSABLE. (make L&T/Siemens)

01

05 ON / OFF PUSH BUTTON. (make L&T/Siemens) 0206 ON / OFF / TRIP INDICATING LAMPS. (make L&T/Siemens) 0607 AUTO MANUAL SELECTOR SWITCH. (make L&T/Siemens) 0108 DIGITAL MULTIFUNCTION METER FOR VOLTAGE,

CURRENT FREQUENCY, & POWER PARAMETERS. (make Conzerv)

01

09 AUXILIARY CONTACTORS FOR TIMER OPERATION. (make L&T/Siemens)

02

10 CURRENT TRASNFORMERS 800/5AMP. CLASS-1. (make L&T/AE)

03

11 CONTROL MCB’S 4AMP. (make L&T/Siemens) 1012 AUTO MANUAL SELECTOR SWITCH. (make L&T) 0113 Auxiliary Transformer with AC regulated Power supply of 2KVA

INPUT 415V , 50 HZ REGULATED OUTPUT 230V 50HZ, +/- 1 % (make Simplex/AE)

01

25

Page 26: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

POWER DISTRIBUTION BOARD (MDB) EXTENSION CUBICLE

FOR 375HP MOTOR:

Extension by modification of Bus bars & existing Power distribution boards to make it suitable for integrating the new SCADA Compatible Motor control panel in the system. A PCC Extension cubicle shall be provided having TPN Copper bus bars of 800Amp. Rating & as per in the existing panel shall be provided to terminate the incoming & outgoing cables. All the bus bars shall be supported on non-hygroscopic SMC Insulators. The minimum cross-sectional size of copper bus bars shall be 60*10 mm.

Signature of Tenderer

26

Page 27: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

GENERAL SPECIFICATIONS FOR SRINAGAR-PAURI 1.5 MLD & 2 MLD PUMPING WATER SUPPLY SCHEME

1. CARTINGCartage of supplied heavy material like pump-motor-starter control panel and other accessories etc. by truck will be from works of manufacturer including loading, unloading, transit insurance, packing and forwarding charges upto MPS, Srinagar, IPS Ist, Chatkot & IPS IInd, Masso.

Note:- (1) The distance for carting of above material by truck for MPS, Srinagar shall be 97 Km. from rail head Rishikesh.

(2) The distance for carting of above material by truck for IPS Ist, Chatkot shall be 106 Km. from rail head Rishikesh and by pulling and pushing method 3Km. from road head Khanda to pumping station by head load.

(3) The distance for carting of above material by truck for IPS IInd, Masso shall be 133 Km. from rail head Rishikesh and by pulling and pushing method ½ Km. from road head Masso to pumping station by head load.

2. P.C.C. FOUNDATIONP.C.C. foundation of suitable size will be constructed using Cement Concrete Mixture of ratio 1:1.5:3 and iron core dust in ratio of 2 kg/bag of cement.

Note:- (1) The distance for carting of foundation materials for MPS, Srinagar shall be as below:-By Truck-Cement – Average distance 2 Km. from Srinagar market.Steel – Average distance 2 Km. from Srinagar market.Sand – Average distance 12 Km. from quarry.Stone/Grit – Average distance 12 Km. from quarry.

(2) The distance for carting of foundation materials for IPS Ist, Chatkot shall be as below:- By Truck-Cement – Average distance 11 Km. from Srinagar market.Steel – Average distance 11 Km. from Srinagar market.Sand – Average distance 22 Km. from quarry.Stone/Grit – Average distance 22 Km. from quarry.

By Head Load-Cement, Steel, Sand & Stone/Grit – Average distance 3 Km.

(3) The distance for carting of foundation materials for IPS IInd, Masso shall be as below:- By Truck-Cement – Average distance 41 Km. from Srinagar market.Steel – Average distance 41 Km. from Srinagar market.Sand – Average distance 41 Km. from quarry.Stone/Grit – Average distance 41 Km. from quarry.

By Head Load-Cement, Steel, Sand & Stone/Grit – Average distance 500 meter.

27

Page 28: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

3. INSTALLATION OF PUMP-MOTOR-STARTER CONTROL PANELS & ACCESSORIESThe complete installation of Pump-Motor-Starter Control Panels & accessories shall be done by the firm as per approved layout. Power Wiring as per IE rules shall be carried out by the firm. Civil work, i.e. construction of foundation shall also be done by the firm. During installation one qualified representation of firm will remain at site along with the erection team.

4. COMMISSIONING The Commissioning of all the equipments installed at pumping station shall be carried out by the firm. As and when the power is available the contractor shall be informed in writing to commission the pump-motor-starter control panels and accessories at a notice of 15 days to attend for commissioning and there after the pump-motor-starter control panels and accessories shall be run for normal maintenance 30 days, 20 hours per day. During the maintenance, electric power shall be provided by the department. No accommodation to the representative of the firm shall be provided by the department. They shall only be allowed to stay in the pump house.

5. MAINTENANCE MANUAL AND DRAWING: -Under this item Contractor will supply two sets of drawings and design of maintenance manual of the pump-motor-starter control panels and accessories supplied by Contractor free of cost.

6. TESTING AT SITEThe Motor Control Panels shall be tested for their performance at specified duty parameters, at the site of work.

7. Pump-motor-starter control panels and accessories removed by the contractor (if required) will be handed over to the department and these items will be stored as per direction of engineer in-charge.

8. The water supply shall not be interrupted during execution of work(s). It will be managed by the contractor as per direction of Engineer in charge.

Signature of Tenderer

28

Page 29: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

SCHEDULE 'G-I'

SRINAGAR-PAURI 1.5 MLD PUMPING WATER SUPPLY SCHEMES FOR FULLY AUTOMATIC SCADA COMPATIBLE UPUMP-MOTOR-STARTER CONTROL PANEL AND

ACCESSORIES AT MPS, SRINAGAR, IPS Ist, CHATKOT & IPS IInd, MASSO

BILL OF QUANTITY

Sl. No

Description of Item Make Qty Unit Rate per unit in Rs. AmountIn Figs In Words

1 2 3 4 5 6 7 81. Supply of SCADA compatible motor control

panel for 240HP motor as per specifications sheet enclosed & suitable for integration in the existing system including cartage from works of manufacturer upto site of work:-1. Main Pumping Station, Srinagar. 1 No.2. Intermediate Pumping Station Ist, Chatkot.

1 No.3. Intermediate Pumping Station IInd, Masso.

1 No.2 Installation including necessary PCC foundation

for control panel, Testing & commissioning of above & maintenance for trial period of two months:-1. Main Pumping Station, Srinagar. 1 Job2. Intermediate Pumping Station Ist, Chatkot. 1 Job3. Intermediate Pumping Station IInd, Masso. 1 Job

3 Supply of PDB extension cubicle of 800Amp. as per specifications sheet including cartage from works of manufacturer upto site of work:-1. Main Pumping Station, Srinagar. 1 No.2. Intermediate Pumping Station Ist, Chatkot.

1 No.3. Intermediate Pumping Station IInd, Masso.

1 No.4 Integration of above in the existing system by

modifying the same & complete Installation, Testing & commissioning of above & maintenance for trial period of two months:-

1. Main Pumping Station, Srinagar. 1 Job2. Intermediate Pumping Station Ist, Chatkot. 1 Job

3. Intermediate Pumping Station IInd, Masso. 1 Job

RATES ARE TO BE QUOTED BOTH IN FIGURES AND WORDS.If, Taxes to be charged extra on the above quoted rates, shall be clearly mentioned in percentage.

1. Central Sales Tax/ Trade Tax/ VAT @ …………….. on item no. ………………….2. Service Tax @ …………….. on item no. ………………….. 3. Period for Validity of offer:

Signature of Tenderer

29

Page 30: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

SCHEDULE 'G-II'SRINAGAR-PAURI 2 MLD PUMPING WATER SUPPLY SCHEMES FOR FULLY

AUTOMATIC SCADA COMPATIBLE UPUMP-MOTOR-STARTER CONTROL PANEL AND ACCESSORIES AT MPS, SRINAGAR, IPS Ist, CHATKOT & IPS IInd, MASSO

BILL OF QUANTITY

Sl. No

Description of Item Make Qty Unit Rate per unit in Rs. AmountIn Figs In Words

1 2 3 4 5 6 7 81 Supply of SCADA compatible motor control

panel for 375HP motor as per specifications sheet enclosed & suitable for integration in the existing system including cartage from works of manufacturer upto site of work:-1. Main Pumping Station, Srinagar. 1 No.

2. Intermediate Pumping Station Ist, Chatkot. 1 No.

3. Intermediate Pumping Station IInd, Masso. 1 No.

2 Installation including necessary PCC foundation for control panel, Testing & commissioning of above & maintenance for trial period of two months:-1. Main Pumping Station, Srinagar. 1 Job2. Intermediate Pumping Station Ist, Chatkot. 1 Job3. Intermediate Pumping Station IInd, Masso. 1 Job

3 Supply of PDB extension cubicle of 1200Amp. as per specifications sheet including cartage from works of manufacturer upto site of work:-

1. Main Pumping Station, Srinagar. 1 No.2. Intermediate Pumping Station Ist, Chatkot. 1 No.3. Intermediate Pumping Station IInd, Masso.

1 No.

4 Integration of above in the existing system by modifying the same & complete Installation, Testing & commissioning of above & maintenance for trial period of two months:-1. Main Pumping Station, Srinagar. 1 Job2. Intermediate Pumping Station Ist, Chatkot. 1 Job3. Intermediate Pumping Station IInd, Masso. 1 Job

RATES ARE TO BE QUOTED BOTH IN FIGURES AND WORDS.If, Taxes to be charged extra on the above quoted rates, shall be clearly mentioned in percentage.

1. Central Sales Tax/ Trade Tax/ VAT @ …………….. on item no. ………………….2. Service Tax @ …………….. on item no. ………………….. 3. Period for Validity of offer:

Signature of Tenderer

30

Page 31: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

UTTARAKHAND JAL SANSTHANJAL 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. DEFINITIONS

a. UTTARAKHAND JAL SANSTHANUttarakhand Water Supply and Sewage Department (here in after called "Jal Sansthan").

b. CHIEF GENERAL MANAGERChief General Manager of Uttarakhand Jal Sansthan, Incharge of Centralised purchase for Uttarakhand (here in after called "CGM").

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

d. SUPERINTENDING ENGINEER (MATERIAL)Superintending Engineer (Material), Uttarakhand Jal Sansthan, Dehradun who will operate the contract (here-in-after called SE(M)).

e. CONSIGNEE/EXECUTOR & PAYMENT AUTHORITYExecutive Engineer, Uttarakhand Jal Sansthan of concerned division where turnkey 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. CONTRACTORThe party(ies) with whom the contract may be entered and order(s) for the Supply, Installation, Commissioning and Testing of Fully Automatic SCADA compatible Pump motor Starter control panels at specific destination allotted by the Jal Sansthan be placed under this contract by the Consignee.

g. WORKSupply, Installation, Commissioning and Testing of of Fully Automatic SCADA compatible Pump motor Starter control panels at specific destination allotted by the Jal Sansthan.

31

Page 32: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

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 the 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 retained as a part of the security money for the satisfactory completion of the agreement and will be refunded after 24 months of completion of all orders placed upto twelve calendar months from the date of entering into an agreement under this contract and for this purpose the date upto which the deposit should be valid shall be extended to the extent considered necessary by the S.E(M).

c. The contractor shall also have to deposit security as per terms and conditions of this document for the performance of all the conditions and stipulation of the agreement in addition to earnest money deposited with the tender (Para-2a). No interest will be payable by Jal Sansthan on the Earnest Money/ Security Deposit.

d. The Earnest money will be refunded to the unsuccessful tenderers after completion of the entire tender procedure.

3. SECURITY CLAUSEa. The required general security money along with earnest money in the form of

FDR/CDR/N.S.C/B.G would be kept deposited by the E.E (C.S) which would be released after 24 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/ Nationalized 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 24 months from the date of expiry of the contract bond in the first instance but may have to be extended by the contractor which required and ordered by the SE(M) to cover the 24 months period from the date of last work order 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.

b. The required security money against any work order shall be deposited with the consignee for the period of guarantee for work.

4. ENCASHMENT OF A BANK GUARANTEEa. If the period of contract for supply and installation is for any reason extended, the

contractor shall have the Bank Guarantee extended upto the period of 24 months after the date upto which the contract period for the supply and installation 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 24 months beyond the extended period and if the contractor 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 24 months from the date of satisfactory completion of all the supplies and installation against the orders placed under this contract and after deductions of any liability against contractor.

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" both the envelopes shall be put in a single cover subscribed "Tender Notice No. and Date, 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 duly filled in and signed by a duly authorized person.

32

Page 33: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

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, Uttarakhand Jal Sansthan, Dehradun or any place indicated by Executive Engineer, Central Store 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 S.E(M) 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.

33

Page 34: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

(iii) Constituted attorney of the firm, if it is a company under the meaning of Company Law, a certified photostat 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 document 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 contractor and undertaking from manufacturer is not enclosed. 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 90 days from the date of

opening unless otherwise specified. Any tenderer is not allowed to offer the acceptance period less than 90 days. The validity period can be extended if the S.E(M) and the 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 S.E(M).

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.

34

Page 35: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

13. VALIDITYa. The contract shall ordinarily remain in force upto twelve calendar months from the date of

entering into contract but it can be terminated at any time and any stage by the S.E(M) during the validity of the contract without assigning 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 S.E(M) and the 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 TAX/VATa. Please mention sale/trade tax/VAT registration number of Uttarakhand or Central Sales

Tax in the tender.b. Firms registered with Sales/ Trade Tax/ VAT department should enclose sales/ trade tax/

VAT clearance certificate (not older than 12 months) on the date of opening of tender in the form prescribed by sales/ trade/ VAT 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 trade 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 tenderers 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/SE(M) 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/SE(M) 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/SE(M) may agree to allow such withdrawal but in such a case the earnest money may be forfeited. If the General Manager/S.E.(M) 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. REJECTION OF DEFECTIVE MATERIALSa. Pump-Motor-Starter control panels and accessories not acceptable and rejected by any or

more of the consignee because of being of inferior quality shall be replaced with the Pump-Motor-Starter control panels and accessories of proper and acceptable quality as per laid down specification by the contractor 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 Pump-Motor-Starter control panels and accessories as aforesaid, the contractor shall be liable to pay to the department @ 2% of the cost of the Pump-Motor-Starter control panels and accessories so rejected and same shall be deducted from the bill of the contractor by the consignee.

35

Page 36: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

b. In case if the Pump-Motor-Starter control panels and accessories is also found to be sub standard & is rejected by any one or more of the consignee in IInd consecutive work, the contractor shall be required to replace the sub standard Pump-Motor-Starter control panels and accessories as aforesaid in para 18-a. above but for such rejections, the liability of the contractor shall be to pay @ 5% of the value of the rejected Motor control panels.

c. In case if the Pump-Motor-Starter control panels and accessories is found to be sub standard & of inferior quality given in the IIIrd consecutive work & the same be established after joint testing in the presence of Consignee & authorised representative of the contractor, not withstanding action being taken as per paras 18-a. & 18-b. above, contractor 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 contractor 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 contractor 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 Motor control panels in such case the contractor 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.

19. MATERIALSa. The Pump-Motor-Starter control panels and accessories shall be dispatched to specific

destination stated in the order by the consignee(s) duly insured against all risks during the transit.

b. The Pump-Motor-Starter control panels and accessories against work order are to be installed by the contractor only after it has been checked that the Pump-Motor-Starter control panels and accessories fulfill all the tests and specifications referred to in this contract. The contractor will also furnish the following undertaking in writing along with each consignment to the consignee.“The Pump-Motor-Starter control panels and accessories dispatched have been manufactured as per relevant standard specifications and dispatches have been made after checking that the Pump-Motor-Starter control panels and accessories have successfully withstood all the tests required in the relevant IS standards and also in accordance with the terms and conditions of the contract. We also undertake to replace or rectify part or to take back the Pump-Motor-Starter control panels and accessories and remit cost thereof at the discretion of the consignee. If the Pump-Motor-Starter control panels and accessories are found defective before guarantee period, the cost of the defective Pump-Motor-Starter control panels and accessories, along with all liabilities, expenditure will be payable by us on receipt of necessary intimation from the consignee.”

c. Pump-Motor-Starter control panels and accessories 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 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/ non compliance of the notice by the contractor it shall be lawful for the consignee to sell by auction any rejected Pump-Motor-Starter control panels and accessories and in such case the contractor shall be credited with the sale proceeds after the deduction of all the costs and expenses incurred on such sale and the Pump-Motor-Starter control panels and accessories rejected and auctioned.

36

Page 37: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

d. In the event of any dispute between the contractor and consignee, the matter narrated in clause 19-c. above would be referred to the SE(M) and the decision taken by him is to be followed.

e. 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 contractor and as well as on the Consignee.

20. DATE OF COMPLETION OF WORKThe date, on which the work is passed by engineer in charge, shall be taken as the date of completion of work for a particular consignment.

21. RATESThe rates for the work as per attached specification and quoted in Schedule-’G’ for each item are on the basis for F.O.R specified destination of Uttarakhand Jal Sansthan including cost of Motor control panels, third party agency inspection charges, insurance charges and freight etc. but are exclusive of statutory duties such as sales/trade tax/VAT, basic excise duty, octroi 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 Sale Tax/VAT on the finished product shall be payable or recovered as the case may be. The Form-'C' for concessional central sales tax if necessary shall be furnished to the contractor by the consignee on written demand of the contractor.

22. PRICE VARIATIONThe prices as given in Schedule-’G’ annexed hereto are firm and fixed. No price variation will be paid by the department in any circumstances.

23. PRICE FALL CLAUSEThe basic price charged for the Pump-Motor-Starter control panels and accessories under this contract shall in no case exceed the price at which the contractor sells the Pump-Motor-Starter control panels and accessories of identical description to any other person or party or Government department during the period of contract except for the quantity exported to earn foreign exchange and also to honour the contractual commitments entered into with other parties prior to the execution of this contract, but in case during the period of currency of this contract if any order for identical Pump-Motor-Starter control panels and accessories ordered herein is accepted by the contractor from any other person, party, government department at the rate lower than the rate quoted or applicable in this contract, the rate of Pump-Motor-Starter control panels and accessories in all the orders placed before or after these rates have been reduced and shall be deemed to have been reduced to the extent under this contract also. It will also be responsibility of the contractor to intimate to Superintending Engineer (Material), Uttarakhand Jal Sansthan, Dehradun within 30 days, regarding acceptance of rates lower than the rates in this contract. For this purpose the contractor shall furnish the following certificate to consignee."I/We certify that no order for the fully automatic SCADA compatible Pump-Motor-Starter control panels and accessories of description identical supplied to Uttarakhand Jal Sansthan under this contract have been accepted for supply to any other person party or Government department at a rate lower than that mentioned in the contract except for the quantity exported to earn foreign exchange or to honour the contractual commitment entered into with the parties prior to execution of this contract".

37

Page 38: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

24. MODE OF TRANSPORTATIONThe rates given in Schedule-’G’ are for F.O.R. specified destinations as stated in order and the Pump-Motor-Starter control panels and accessories are to be transported by road transport.

25. INSURANCEThe contractor will deliver and install the Pump-Motor-Starter control panels and accessories at specified destination, at his own risk, in good condition.

26. OCTROI CHARGESIt will be the sole responsibility of the contractor to pay octroi charges if applicable, which will be reimbursed on producing the relevant proof.

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

28. COMPLETION PERIODAfter placing of order, the work should be completed within 03 months.

29. 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, 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 work 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 SE (Material) as to whether the contract have to be resumed or not shall be final and conclusive.

30. ORDERSAfter the rates quoted by the contractor are accepted and the contract is executed, order/orders shall be placed under this contract by the S.E(M)/concerning executive engineer of Jal Sansthan. 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.

31. CANCELLATION OF ORDERThe S.E(M)/Consignee shall have the right to cancel, modify, reduce or suspend the quantity ordered to any extent, at any time before the work is completely affected without assigning any reason. The 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 Pump-Motor-Starter control panel and accessories were manufactured.

38

Page 39: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

32. TRANSFER OF AGREEMENTThe contractor shall not transfer or assign this agreement to any other person or firm without permission of the SE(M). In the event of the contractor’s 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 order liable to be cancelled and the earnest money and security money shall be liable to be forfeited.

33. PAYMENT(a) 80% payment will be made against delivery of material in satisfactory condition at

destination site.(b) 10% payment of the material and 90% payment of related works will be made within 30

days after the successful completion of work.(c) Balnce10% payment will be released after 12 months of successful performance of work(d) No payment what ever will be advanced against in invoice or goods received.

34. LIQUIDATED DAMAGES ETC.a. In the event of work not completed in accordance with the order and as per terms and

conditions of the agreement within stipulated period of 03 months after issuing of dispatch instructions (D.I.) by SE(M}.or consignees and completed the work within 15 days beyond this stipulated period of 03 months, but if the work not having been completed within this extended period of 15 days, SE(M)/consignee shall recover from the contractor the amount of liquidated damages from any money due to the contractor or from the sum held as earnest/security money or dues pending in Jal Sansthan. This recovery shall be @ 1% per day of the value of work remaining to be executed at the end of due date for completion of work upto a maximum of 25 days during which the work is not completely affected.

b. Further on the expiry of 25 days after the due date for completion of work it shall also the lawful for the S.E(M)/Consignee to get the work executed from the open market at the risk and cost of the contractor, who, in addition to the aforesaid liquidated damage shall be liable to pay loss or damage caused by the said execution of work.

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

d. 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.

35. PARALLEL CONTRACTThe General Manager's right to place parallel contract(s) at a later date is reserved. Parallel contract(s) for the work with other firms will be arranged as and which needed. It will be the discretion of General Manager to place 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.

39

Page 40: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

36. ARBITRATION CLAUSEa. In case of any dispute between the contractor and the consignee the matter shall be referred

to the SE(M) for his decision and in case, where the contractor is not satisfied with the decision of the SE(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.

37. 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.

38. SPECIFICATIONS GENERALa. All the Pump-Motor-Starter control panels and accessories installed shall be strictly as per

relevant Specifications with its/their latest amendment(s) upto the date of opening of tenders or as laid down in tender document, wherever applicable.

b. The contractor should have adequate testing facilities in their factories to carry out tests as laid down in the relevant Specifications.

c. The factories of the contractors are likely to be inspected by the S.E(M) or his authorized representative to verify that the contractor manufactures quality Pump-Motor-Starter control panels and accessories conforming to the relevant Specifications and they have necessary testing facilities as specified in Clause 38-a. & 38-b. above. The contractor will have to give the following undertaking with this tender:I/We ....................................................................................... hereby certify that I/We manufacture Pump-Motor-Starter control panels and accessories for which we have offered rates in this tender/contract as per latest Specifications. I/We further certify that I/We have all necessary equipment's/facilities for producing quality materials as per relevant Specifications and have all necessary facilities to carry out various tests as specified in the relevant specifications.

d. In the event of the contractors not being found to qualify as per requirements laid down in Clause 38-a. & 38-b. above, the earnest money or security money deposited by him/them shall be liable to be forfeited.

e. If the SE(M) or consignee desires that the Pump-Motor-Starter control panels and accessories shall be installed after due test and inspection at works before his or his authorized representative the contractor will have to make compliance of these instructions and will extend all necessary information at his own cost.

39. MARKING

40

Page 41: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

Pump-Motor-Starter control panels and accessories, conforming to the relevant standards, shall have an identification plate clearly mentioning the duty parameters and other technical details of the Pump-Motor-Starter control panels and accessories.

40. THIRD PARTY INSPECTIONPump-Motor-Starter control panels and accessories shall be installed at specific destination as stated in order 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 contractor. Inspection certificate issued by inspecting officer from time to time shall invariably be attached with dispatched documents of each consignment.

41. DEPARTMENTAL INSPECTION & TEST CERTIFICATESPump-Motor-Starter control panels and accessories shall be duly tested for their performance at the specified duty parameters, at the works of the manufacturer, prior to its dispatch by the accredited representative of department. A test report bearing signature of Authorized Representative of manufacturer and Inspecting Officer of Department shall be attached by firm with the dispatched documents of each consignment.

42. WARRANTEE/GUARANTEEThe tenderer should have to submit guarantee certificate for the Pump-Motor-Starter control panels and accessories would continue to conform to the description and quality aforesaid for a period of 24 months from the date of installation and also hereby declare that pump-motor control panels shall be warranted against any manufacturing defect, bad workmanship or faulty design, for a period mentioned above from the date of installation and testing. In case of any manufacturing defect during this period, equipment shall be replaced by the manufacturer/tenderer free of cost. In case of defects arising out of normal wear and tear the same shall be rectified/repaired by the manufacturer/tenderer free of cost.

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

ADDRESS FOR

1. CORRESPONDENCE------------------------------------------------------

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

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

2. WORKS ADDRESSES AND THEIR PHONE NO.

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

41

Page 42: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

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

42

Page 43: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

DECLARATION PART-II

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

I/We also agree to deposit required security money as per terms and conditions of this tender. The details of deposit of earnest money are given below.

S.No.

Description Amount Name of Issuing Bank

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.

Date: SIGNATURE & SEAL OF TENDERER

Address: NAME

DESIGNATION

ON BEHALF OF

43

Page 44: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

MEMORANDUM

Supply, Installation, Commissioning and Testing of on turnkey basis for Fully Automatic SCADA compatible Pump-Motor-Starter control panels and accessories.

If 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 drawings, 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 :

44

Page 45: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

FORM OF EXPERIENCE

(TO BE FILLED BY THE TENDERER)

I ............................................................................................................................... have supplied and installed the Pump-Motor-Starter control panels and accessories as noted below to various organizations to their entire satisfaction. We also enclose true copies of certificates of our experience.

S.No.

Order No and Date.

Address by whom order placed Details of materials

ordered and supplied

Value of materials ordered

and supplied

DATED: SIGNATURE AND SEALADDRESS OF THE TENDERER

45

Page 46: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

ANNEXURE-'1'CHECK LISTNOTE: - Fill up the following questionnaire and enclose their certified photocopies with their

serial No. & high light their important points by Marker.1. Name of the Tenderer Firm

2. Correspondence address

3. Location and address of the factories

4. Licensed Production Capacity

5. C.S.T. No.

6. VAT

7. PAN

8. Brand Name of Production

9. EMD Reference

Rs.

Valid upto

Name of Bank

10. Small/Medium/Large Scale Industry

Registration No.

Valid upto

11. ISI Certificate No.

Valid upto

12. ISO Certificate No. (if available)

Valid upto

13. DGS&D Rate Contract Certification (if available)Registration No.

Valid upto

46

Page 47: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

14. Annual Production Capacity of the firm

15. Enclosed Balance Sheet of last three financial

years (Only turnover sheet to be attached)

16. Non-judicial Stamp paper of Rs. 100.00 only

17. List of equipments in the factory/ manufacturing unit

18. Name and addresses of service support centre in Uttarakhand or nearest of Uttarakhand

19. Bank Solvency Rs. 10.00 lacs

20. Technical/Financial Criteria: Copies of work order/completion certificates to be attached of similar nature on turnkey basis in the state of Uttarakhand during last five years:-

21. (1) Name of single work of atleast Rs. 30 lacs.Or

(2) Name of two works of atleast Rs.20 lacs each.

Or(3) Name of four works of atleast Rs. 15 lacs each.Name, designation & address of the authorized dealer/ agent/ representative including local agent if any

SIGNATURE AND SEAL OF THE TENDERER (S)

47

Page 48: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

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 contractors) have agreed to participate in the tender for the supply of ....................... invited by the Jal Sansthan vide their tender notice no. ............................. dated .............

And Whereas in accordance with the tender notice the 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 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 Sansthan the sum of Rs. ...............................(Rs. .............................................. only).

2. The bank shall pay to Jal Sansthan on demand the sum under clause above without demur and without requiring Jal Sansthan to invoke any legal remedy that may be available to it, it being understood and agreed Firstly that Jal Sansthan shall be the sole judge of and as together the 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 Jal Sansthan from time to time shall be final and binding on the bank and Secondly that the right of 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 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 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 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 Jal Sansthan on behalf of the contractors.

4. The contractors and 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.

48

Page 49: OFFICE OF THE SUPERITENDING ENGINEER …ujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Do…  · Web view47 Annual Rate Contract for the supply of 3 Core Flat Cable for Submersible

5. This guarantee shall not be affected by any change in the constitution of the bank or of the 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 Jal Sansthan in enforcing any payments of money, the payment thereof is intended to be hereby secured or the giving of time by 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 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 contractors failed to furnish fresh or renewed guarantee for the extended period, the bank shall pay to Jal Sansthan the said sum of Rs. ........................ or such lesser sum as 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

49


Recommended