+ All Categories
Home > Documents > OFFICE OF THE SUPERITENDING ENGINEER …ujs.uk.gov.in/upload/tenders/Tender-63.doc · Web...

OFFICE OF THE SUPERITENDING ENGINEER …ujs.uk.gov.in/upload/tenders/Tender-63.doc · Web...

Date post: 22-May-2018
Category:
Upload: vuongque
View: 214 times
Download: 0 times
Share this document with a friend
53
ATTACHMENT OF TENDER ENQUIRY Letter No. 743/ TENDER NOTICE /12-13 Date: 31.08.12 Index - Page No. 2 to 4 Details of Contents - Page No. 5 to 34 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 TURNKEY TENDER DOCUMENT 1. Description: Tender Document for SITC of Horizontal Centrifugal clear water pump, Mather & Platt make, Model – RN 50 x 14 CHR having discharge 660 LPM, head 330 Meters, speed 2900 RPM, with suitable rating TEFC induction motor, coupling, coupling guard, gauges, valves, cable (excluding base frame) including related works on turnkey basis 01 Set at Main Pumping Station Jwalpa Devi and 01 Set at Intermediate Pumping Station-1 Naugaon under Patti Kaffolsuin pumping water supply scheme, Block Kaljikhal, District Pauri Garhwal (Uttarakhand). 2. Qty/Unit : 02 Set. 3. Estimated cost : Rs, 24.60 Lacs. 4. Earnest Money : Rs. 49,200.00 (in the shape of FDR/CDR//NSC/BG) 5. Cost of Tender Document : Rs. 300.00 + 41.00 6. Last Date of Sale/Downloading of Tender : 03.10.2012 7. Date of Opening of Technical Bid : 04.10.2012, 4:00 p.m. 8. Completion Period : 04 Months Tender document issued to : M/s ................................................. ................................................. Dated: Executive Engineer Note: - 1. Tender document can be purchased on cash payment mentioned above, from office of the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun.
Transcript

ATTACHMENT OF TENDER ENQUIRY

Letter No. 743/ TENDER NOTICE /12-13 Date: 31.08.12

Index - Page No. 2 to 4 Details of Contents - Page No. 5 to 34

UTTARAKHAND JAL SANSTHANORIGINAL

Tender Document With

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

NEHRU COLONY, DEHRADUN-248001TURNKEY TENDER DOCUMENT

1. Description: Tender Document for SITC of Horizontal Centrifugal clear water pump, Mather & Platt make, Model – RN 50 x 14 CHR having discharge 660 LPM, head 330 Meters, speed 2900 RPM, with suitable rating TEFC induction motor, coupling, coupling guard, gauges, valves, cable (excluding base frame) including related works on turnkey basis 01 Set at Main Pumping Station Jwalpa Devi and 01 Set at Intermediate Pumping Station-1 Naugaon under Patti Kaffolsuin pumping water supply scheme, Block Kaljikhal, District Pauri Garhwal (Uttarakhand).

2. Qty/Unit : 02 Set.3. Estimated cost : Rs, 24.60 Lacs.4. Earnest Money : Rs. 49,200.00

(in the shape of FDR/CDR//NSC/BG)5. Cost of Tender Document : Rs. 300.00 + 41.00 6. Last Date of Sale/Downloading of Tender : 03.10.20127. Date of Opening of Technical Bid : 04.10.2012, 4:00 p.m.8. Completion Period : 04 Months

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

.................................................Dated:

Executive EngineerNote: - 1. Tender document can be purchased on cash payment mentioned above, from office of

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

in due date and time positively, in the office of the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun with the technical bid otherwise opening of the commercial bid shall not be considered.5. Cost of tender document is not refundable and tender is not transferrable.

2

CONTENTS

S.No.

Description Page No.

Tender Notice. 5-6

Terms & Conditions for Tenderers, Technical Bid, Technical Specifications and Commercial Bid.

7-15

Schedule ‘G’ 16-17

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

18-28

1. Definitions 18

2. Deposit 19

3. Security Clause 19

4. Encash of a Bank Guarantee 19

5. Mode of Submitting Tender 19-20

6. Submission of Documents 20

7. Signing of Tender 20-21

8. Important Notes 21

9. Vague Offer 21

10. Import License 21

11. Period for which Offer shall be Valid 21

12. Expiry of Validity of Documents 22

13. Validity 22

14. PAN 22

15. Papers Relating to Sales/Trade Tax 22

16. Cancellation of Tender 22

17. Withdraw of Tender 23

3

18. Rejection of Defective Material 23

19. Materials 23-24

20. Date of Completion of Work 24

21. Rates 24

22. Price Variation 25

23. Mode of Transportation 25

24. Insurance 25

25. Octroi Charges 25

26. Bank Charges 25

27. Completion Period 25

28. Force Majeure 25

29. Orders 25

30. Cancellation of Order 26

31. Transfer of Agreement 26

32. Payment 26

33. Arbitration Clause 26

34. Applicable Law 27

35. Specification General 27

36. Marking 27

37. Third Party Inspection 27

38. Warranty/Guarantee 28

39. Address of the Tenderer firm 28

4

Declaration Part-I 29

Declaration Part-II 30

Memorandum 31

Form of Experience 32

Performa for B.G. Bond 33-34

5

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

Letter No. 743 / Tender Notice /2012-13 Date: 31.08.12

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

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

Tender No.

Description Qty/ Unit

Estimated cost Rs. in

lacs

EMD in Rs.

Cost of tender + VAT @

13.50% in Rs.

Last date of Sale/

Downloading of tender

Tender receiving upto 3:00 pm and

opening at 4:00 pm on same

date

Completion period

(1) (2) (3) (4) (5) (6) (7) (8) (9)

43

SITC of Horizontal Centrifugal clear water pump, KSB make, Model - WKH 50/10 having discharge 400 LPM, head 300 Meters, speed 2900 RPM, with suitable rating TEFC induction motor, coupling, coupling guard, gauges, valves (excluding base frame) including related works on turnkey basis at Main Pumping Station Agrauda under Agrauda pumping water supply scheme, Block Kaljikhal, District Pauri Garhwal:-

01 Set 8.60 17200.00 300.00 + 41.00 29.09.12 01.10.12 04 Months

44

SITC of Horizontal Centrifugal clear water pump, Kirloskar make, Model – RKB 40/12L having discharge 300 LPM, head 253 Meters, speed 2900 RPM, with suitable rating TEFC induction motor, coupling, coupling guard, gauges, valves (excluding base frame) including related works on turnkey basis at Intermediate Pumping Station-1 Koladi under Agrauda pumping water supply scheme, Block Kaljikhal, District Pauri Garhwal:-

01 Set 7.35 15000.00 300.00 + 41.00 29.09.12 01.10.12 04 Months

45

SITC of Horizontal Centrifugal clear water pump, Beacon Weir make, Model – FNB 10 STG having discharge 310 LPM, head 265 Meters, speed 2900 RPM, with suitable rating TEFC induction motor, coupling, coupling guard, gauges (excluding base frame) including related works on turnkey basis at Main Pumping Station Sainj Gadhera under Salda pumping water supply scheme, Block Kot, District Pauri Garhwal:-

01 Set 5.95 11900.00 300.00 + 41.00 01.10.12 03.10.12 04 Months

46

SITC of Horizontal Centrifugal clear water pump, Kirloskar make, Model – RKBF 50/15L12 having discharge 560 LPM, head 360 Meters, speed 2900 RPM, with suitable rating TEFC induction motor, coupling, coupling guard, gauges, valves (excluding base frame) including related works on turnkey basis at Main Pumping Station Bagolidhar under Kot pumping water supply scheme, Block Kot, District Pauri Garhwal:-

01 Set 10.55 21100.00 300.00 + 41.00 01.10.12 03.10.12 04 Months

47

SITC of Horizontal Centrifugal clear water pump, Mather & Platt make, Model – RN 50 x 14 CHR having discharge 660 LPM, head 330 Meters, speed 2900 RPM, with suitable rating TEFC induction motor, coupling, coupling guard, gauges, valves, cable (excluding base frame) including related works on turnkey basis 01 Set at Main Pumping Station Jwalpa Devi and 01 Set at Intermediate Pumping Station-1 Naugaon under Patti Kaffolsuin pumping water supply scheme, Block Kaljikhal, District Pauri Garhwal:-

02 Set 24.60 49200.00 300.00 + 41.00 03.10.12 04.10.12 04 Months

48

SITC of VT raw water pump, Chandra make, Model – C-185-0 having discharge 660 LPM, head 25 Meters, speed 1400 RPM, with suitable rating VT motor, including related works on turnkey basis at Intake well Jwalpa Devi under Patti Kaffolsuin pumping water supply scheme, Block Kaljikhal, District Pauri Garhwal:-

01 Set 2.30 4600.00 300.00 + 41.00 03.10.12 04.10.12 04 Months

49

SITC of LT Power Distribution panel incoming air circuit breaker 1600 Ampere having two out going branch air circuit breaker of 800 Ampere (01 Unit, estimated cost Rs. 6.95 lacs) and LT Power Distribution panel incoming air circuit breaker 1250 Ampere having two out going branch air circuit breaker of 630 Ampere (01 Unit, estimated cost Rs. 5.80 lacs) including related works on turnkey basis at Main Pump House, Srinagar under Srinagar pumping water supply scheme, District Pauri Garhwal.

02 Unit 12.75 25500.00 300.00 + 41.00 04.10.12 05.10.12 02 MonthsBasic Eligibility:- Only manufacturer or agency authorised by manufacturer are allowed to take part in the above tender no. 43 to 49. Without authorization of principal manufacturer (in case of agency), the tender will not be issued/considered by the department in any case. The above pumpsets and LT power distribution panels are required for replacement.Annual Rate Contract for procurement of following materials:

50Supply of Sewer jetting cum suction machine 4000 Ltrs capacity (sludge water 2000 Ltrs and 2000 Ltrs fresh water) tank to be mounted on truck chassis, truck chassis with PTO & Cabin will be provided by the department.

- - 50000.00 300.00 + 41.00 05.10.12 06.10.12 -

51Supply of Chemicals & Reagents for chemical and bacteriological testing of water quality (parameters as per IS: 10500) at destination in any part of Uttarakhand State.

- - 50000.00 300.00 + 41.00 05.10.12 06.10.12 -Only manufacturers are allowed to take part in the above tender no. 50 and 51.

6

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

Executive Engineer

Not for Publication.

Letter No. 743 / Tender Notice /2012-13 Date: 31.08.12Copy to the following for information and necessary action:

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

Copy to the following with this request to publish this tender notice at the Govt. Rates on dated 01.09.2012 or 02.09. 2012. The payment shall not be made for misprinting or indistinctly printed or published after due date. The approved copy of DAVP/Govt. rates, R.O. and original copy of News Paper(s) published shall be submitted with the bill at the time of payment.

6. M/s Aryan Advertising Pvt. Ltd., 67, Teg Bahadur Road, Lane Number-4, Dehradun (Tel: 0135-2679863, Mobile: 9458900597-Mr. Arun Vijay Sati) to publish tender notice in Hindustan (Hindi), Delhi Edition once in 300 sq.cm space.

7. M/s XS Communications Pvt. Ltd., 1st Floor, Windlass Shopping Complex, 11-A, Rajpur Road, Dehradun (Tel: 0135-2659913, Mobile: 9760102798-Mr. Subhash Ramola) to publish this tender notice in Indian Express (English), Delhi Edition once in 300 sq.cm space.

Sd/-

Executive Engineer

7

TERMS & CONDITIONS FOR TENDERERS

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

Tender No.

Description Qty/ Unit

Estimated cost Rs. in

lacs

EMD in Rs.

Cost of tender + VAT @

13.50% in Rs.

Last date of Sale/

Downloading of tender

Tender receiving upto 3:00 pm and

opening at 4:00 pm on same

date

Completion period

(1) (2) (3) (4) (5) (6) (7) (8) (9)

47

SITC of Horizontal Centrifugal clear water pump, Mather & Platt make, Model – RN 50 x 14 CHR having discharge 660 LPM, head 330 Meters, speed 2900 RPM, with suitable rating TEFC induction motor, coupling, coupling guard, gauges, valves, cable (excluding base frame) including related works on turnkey basis 01 Set at Main Pumping Station Jwalpa Devi and 01 Set at Intermediate Pumping Station-1 Naugaon under Patti Kaffolsuin pumping water supply scheme, Block Kaljikhal, District Pauri Garhwal:-

02 Set 24.60 49200.00 300.00 + 41.00 03.10.12 04.10.12 04 Months

1. Only pump manufacturer or agency authorised by pump manufacturer are allowed to take part in the tender. No joint ventures or dealers are allowed. In case tender submitted by authorised agency, an authorization letter, not older than one month, shall be submitted along with tender. Without authorization letter, the tender will not be issued/considered by the department in any case. Preference will be given to the pump manufacturers.

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

3. The tender should be submitted on the basis of two bid system, subscribed envelope 'A' "Technical Bid" and envelope 'B' "Commercial Bid" and envelope ‘C’ “Earnest Money”, all these three envelopes shall be put in a single envelope subscribed "Tender Notice No., Date of Opening and Name of Work” with all relevant documents, certificates duly certified and attached firmly with the tender document, duly sealed.

4. The last date for the submission of the “Tender" 04.10.12, in the official Tender document (in original) issued by the Executive Engineer, Central Store, Dehradun or downloaded through website http://ujs.uk.gov.in shall be duly filled in and signed by a duly authorized person and to be submitted to the office of the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun. The cost of downloaded tender document to be paid in the form of demand draft issued from nationalized bank payable at Dehradun in the name of Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun at the time of submission shall be attached with the tender document.

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

6. Earnest money in the following forms should invariably be put in a separate envelope along with separate envelopes of technical bid and commercial bid. All these three envelopes shall be put in a single envelope subscribed "Tender Notice No., Date of opening and Name of Work”. It should be valid for 06 months from the date of opening of the tender. A photocopy of EMD can be retained by the tenderer for claiming the refund of the EMD after the entire procedure is completed. EMD of Rs. 49,200.00 in the form of F.D.R/ C.D.R/ N.S.C/B.G., issued from any Nationalised/ Scheduled Bank/ Post Office in India, duly pledged in the name of Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun shall be attached.

8

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

8. The firm whose offer is accepted shall have to deposit security of 10% of the total cost of work, in the shape of CDR/FDR/NSC/Bank Guarantee Bond issued 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.

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

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

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

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

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

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

15. Trade/Sales tax shall be payable as per Govt. rules and Form-‘16’ shall be issued by the department on written request of the manufacturer or their authorized representative.

16. The envelope "A" Technical Bid shall be first opened and if it is found in order as per terms and conditions of the tender document, then the envelope 'B' containing the bids shall be opened and rates announced otherwise the bid will be rejected.

17. 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.

9

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

19. Payment will be made as per Clause-32 of the tender document, page no. 2620. Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun reserves the right

to reject all or any offer without assigning any reasons.

21. No price variation clause shall be accepted.

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

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

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

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

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

27. For purchasing of tender document, the tenderers or their authorized representative/agency will have to produce relevant certificate at the time of purchase of tender document.

28. Any Disputes are subjected to Dehradun Jurisdiction.

29. The pumps may be tested for their performance at the specified duty parameters, at the works of the manufacturer prior to their dispatch, by the authorised officer of Uttarakhand Jal Sansthan.

30. Penalty Clause: 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 of all the equipments/materials, the department reserves the right to impose a penalty @ 0.5% per week of the total value of work, subjected to a maximum of 10% of the total value of work and also to get the balance work completed at the cost of tenderer.

31. Defect Liabilities: All equipments such as pumps, motors, coupling, coupling guard, gauges, valves, cables 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 arises during this period, equipment shall be replaced by the manufacturer/tenderer free of cost at the ultimate destination. In case of defects arising out of normal wear and tear the same shall be rectified/repaired by the manufacturer/tenderer free of cost.

32. The tenderer shall ensure that all the items to be incorporated in the work shall write the name of manufacturer in Schedule 'G’ for every item rate quoted by tenderer.

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

Signature and Seal of the Tenderer

10

34. TECHNICAL BID

The tenderer / manufacturer/ company is required to submit complete information about Pumpset and the following documents/certificates shall be enclosed along with his offer for which the rates are quoted in the part of Schedule 'G'. It shall be firmly attached in separate sheet in same order as given below with the Technical Bid.

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

Without cost of tender document and earnest money deposit, tender will be treated incomplete and will be rejected.

S.No. Particulars Information to be filled by the tenderer1. Name of the Tendering Firm:

Correspondence address of tendering firm:

Phone No. (Landline/Mobile):

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

E-Mail Address(if applicable)

Website(if applicable)

2. Cost of Tender document deposited vide:(Rs. 300.00 + 41.00 = Rs. 341.00)

Receipt No. or Bank Draft No.:

Date:

Rs.

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

Rs. 49,200.00 Rs.

EMD Valid upto

Name of Bank/Post Office

11

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

S.No. Particulars Information to be filled by the tenderer

Proof to be enclosed by the

tenderer andRemark to be

written as Attached or

Not Attached1. Authorisation Letter from Pump Manufacturer:

In case tender submitted by agency authorized by pump manufacturer, an authorization letter, not older than one month shall be enclosed by tenderer with the technical bid.

2. Location and address of the factories where Centrifugal Pumpsets, are manufactured:

3. Tenderer’s Central Sales Tax (CST) Registration No.: Proof to be enclosed by the tenderer with the technical bid.(if applicable)

4. Tenderer’s Value Added Tax (VAT) Registration No.: Proof to be enclosed by the tenderer with the technical bid. (if applicable)

5. Tenderer’s Permanent Account Number (PAN): Proof to be enclosed by the tenderer with the technical bid.

6. Tenderer’s Turnover certificates.Tenderer’s Turnover in each year, in any following three financial years in Indian Market. An Audited Balance sheet (only Turnover sheet) to be enclosed by the tenderer with the technical bid. Turnover sheet means- Profit & Loss A/c which reflects Sale of product. Year 2008-09 Rs.

Year 2009-10 Rs.

Year 2010-11 Rs.

Year 2011-12 Rs.

7. Tenderer’s Performance Certificates. Performance certificate from those organization where the similar nature of turnkey project executed by tenderer, a certificate shall be issued from Govt./Semi Govt./PSU, not less than the Executive Engineer/CEO rank to be enclosed by the tenderer with the technical bid.

12

S.No. Particulars Information to be filled by the tenderer

Proof to be enclosed by the

tenderer andRemark to be

written as Attached or

Not Attached8. Tenderer’s Guarantee certificate for Centrifugal Pump.

An undertaking for warranty of Centrifugal pump against any manufacturing defect, bad workmanship or faulty design, for a period of 24 months from the date of installation, commissioning and testing, to be enclosed by the tenderer with the technical bid.

9. Tenderer’s Non-judicial Stamp paper. Rs. 100.00 Non-judicial stamp paper affixed of Rs. 1.00 Revenue ticket with signature to be enclosed by the tenderer with the technical bid.

(c) It is requested that following documents shall also be submitted with the technical bid by the tenderer.

S.No. Particulars Information to be filled by the tenderer

Proof to be enclosed by the

tenderer andRemark to be

written as Attached or

Not Attached1. Tenderer’s Order copies about similar nature of turnkey project.

Order copies of similar nature of turnkey project executed by tenderer for Govt. departments/ Govt. Undertakings in any following three financial years to be enclosed by the tenderer with the technical bid.Year 2009-10 No. of Orders: Year 2010-11 No. of Orders:Year 2011-12 No. of Orders:Year 2012-13 No. of Orders:

2. An Undertaking about Blacklist.An undertaking that tendering firm is not blacklisted by any govt. or semi govt. department/organization, to be enclosed by the tenderer with the technical bid.

[

Signature and Seal of the Tenderer

13

35. TECHNICAL SPECIFICATIONS FORSITC of Horizontal Centrifugal Pumpset etc. 01 Set at Main Pumping Station Jwalpa Devi and 01 Set at Intermediate Pumping Station-1 Naugaon under Patti Kaffolsuin pumping water supply scheme, Block Kaljikhal, District Pauri Garhwal.

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

1. PUMP - 02 No. Horizontal Centrifugal foot mounted high pressure multistage pump for clear water with bronze impellers, stainless steel shaft, CI Stage casing and C.I. end covers having following duty parameters. Make : Mather & PlattModel : RN 50 x 14 CHRDischarge : 660 LPMHead : 330 mtrs.Speed : 2900 RPM (Nominal)

The pump will be tested before dispatch, by third party inspection agency RITES/C.E.I.L or any other agency nominated by the department. Third party inspection agency charges will be borne by the department as actual on production of documentary evidence.

2. ELECTRIC MOTOR - 02 No. for pumps as per S.No. 1 above. Horizontal, foot mounted, TEFC Squirrel cage induction motor of suitable rating for pumps at S.No. 1, continuously rated suitable for operation on 415± 10% volts, 50Hz ± 5%, 3 phase AC supply, class ‘F’ insulation and conforming to IS: 325–1996.

The motor shall cover full working range of pumping plant and shall have a minimum margin of 10% of power at duty head. Altitude margins must also be considered while designing the moor capacity.The tenderer will furnish the following details of motor along with the tender offer1. Motor Make

2. Motor Frame Size

3. COUPLING & COUPLING GUARD - 02 No. for above pump and motor.

NOTE: Coupling, coupling guard shall be supplied from pump manufacturer only.

4. VALVES:-Supply of valves as per the following.

Sl. No. Item Qty.

(a) 80 mm size, cast steel D/F sluice valve, Class 150 for suction side. 02 No.

(b) 80 mm size, cast steel D/F sluice valve, Class 300 for delivery side. 02 No.(c) 80 mm size, cast steel D/F non-return valve, Class 300 for delivery side. 02 No.(d) Nut Bolts, Washers, Pressure Packing, for suction and delivery side both

as per requirement of site condition. 02 Set

14

5. GAUGES as below – 02 Set.The following gauges and fittings shall be supplied for pumping plant.

Sl.No.

Item Qty.

1. Pressure gauge 100 mm dial size of 0-50 kg/cm2 (H, Gure/Feibing) 2No.2. Compound gauge 100 mm dial size of 0-1 kg/cm2 (H, Gure/Feibing) 2No.3. Heavy duty control Cock 2 No.4. M.S. Nipple, Pipes Elbows etc. required for fixing the above gauges on

pump. 2 Set

6. POWER CABLE – Copper conductor submersible cable, 3 core 16 sq.mm – 80 M.

Note:- LT jointing material such as Lugs, tape, glands etc as per requirement to be supplied by the tenderer and the balance cable after installation shall be returned to the department by the contractor which is supplied by the tenderer.

7. DISMANTLING OF EXISTING PUMPSET AND ACCESSORIES – Dismantling and removing of existing pumpset and valves etc. and it will be handed over to the department. These items will be stored and work will be executed as per the direction of Engineer incharge – 02 Job.

8. INSTALLATION, COMMISSIONING & TESTING OF NEW PUMPSET & ACCESSORIES – The complete installation, commissioning & testing of new pumpset and valves etc. shall be done by the firm as per direction of Engineer incharge – 02 Job.

Note: During installation, one qualified representative of firm will remain at site along with the erection team. 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.

9. TESTING AT SITE – 02 Job.The pumpset shall be tested for their performance at specified duty parameters, at the site of work.

Note: The water supply shall not be interrupted during execution of work(s). It will be managed by the contractor and Engineer in-charge of site both.

10. CARTING – 02 Job.Cartage of pumps, motors, valves, cables etc. by truck or by head load (pulling and pushing method) from works of manufacturer to site of work including loading, unloading, transit insurance, packing and forwarding charges.

11. MARKINGPumpsets shall have an identification plate clearly mentioning the duty parameters and other technical details.

Signature and Seal of the Tenderer

15

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 in Schedule ‘G’ F.O.R destination 01 Set at Main Pumping Station Jwalpa Devi and 01 Set at Intermediate Pumping Station-1 Naugaon under Patti Kaffolsuin pumping water supply scheme, Block Kaljikhal, District Pauri Garhwal including cost of materials, basic excise duty & Edu. cess, freight i.e. packing & forwarding, transit insurance, loading, unloading charges, octroi etc., but are exclusive of statutory duties such as sales/trade tax and any other Central, State Govt. levies etc. Third party agency inspection charges for pump shall be payable by department as actual on production of documentary evidence.

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

Date: SIGNATURE & SEAL OF TENDERER

Address: NAME

DESIGNATION

ON BEHALF OF

16

SCHEDULE 'G'

SITC of Horizontal Centrifugal Pumpset etc. 01 Set at Main Pumping Station Jwalpa Devi and 01 Set at Intermediate Pumping Station-1 Naugaon under Patti Kaffolsuin pumping

water supply scheme, Block Kaljikhal, District Pauri Garhwal.

BILL OF QUANTITY

Sl.No

Description of Item Make Qty/ Unit

Rates/Unit F.O.R. destination 01 Set at Main Pumping

Station Jwalpa Devi and 01 Set at Intermediate Pumping

Station-1 Naugaon under Patti Kaffolsuin pumping water

supply scheme, Block Kaljikhal, District Pauri

Garhwal in Rs.

Amount Rs. If any taxes/levies

to be charged

extra shall be clearly

mentioned below in

percentage (%)In Figs In Words

(1) (2) (3) (4) (5) (6) (7) (8)CENTRIFUGAL PUMPSET

1. PUMP:- Supply of horizontal centrifugal foot mounted high pressure multistage pump for clear water, Make Mather & Platt Model 50 x 14 CHR, having discharge 660 LPM head 330 mtrs. (MOC:- Casing/End Covers –CI, Impellers – Bronze, Shaft/Sleeve – SS 410) 02 No.

2. ELECTRIC MOTOR:-Supply of TEFC squirrel cage induction motor having nominal speed of 2900 RPM of rating suitable for pump at S.No.1. 02 No.

3. COUPLING & COUPLING GUARD:- Supply of coupling, coupling guard suitable for above pump and motor. 02 No.

4. VALVES:- Supply of valves as per the following. 80 mm size, cast steel D/F sluice valve, Class 150 for suction side. 02 No.80 mm size, cast steel D/F sluice valve, Class 300 for delivery side. 02No.80 mm size, cast steel D/F non-return valve, Class 300 for delivery side. 02 No.Nut Bolts, Washers, Pressure Packing, for suction and delivery side both as per requirement of site condition. 02 Set

5. GAUGES:- Supply of gauges and fittings i.e. Pressure gauge 100 mm dial size of 0-50 kg/cm2 – 02 No., Compound gauge 100 mm dial size of 0-1 kg/cm2 – 02 No., Heavy duty control Cock – 02 No. and M.S. Nipple, Pipes Elbows etc. required for fixing the above gauges on pump – 02 Set. 02 Set

17

Sl.No

Description of Item Make Qty/ Unit

Rates/Unit F.O.R. destination 01 Set at Main Pumping

Station Jwalpa Devi and 01 Set at Intermediate Pumping

Station-1 Naugaon under Patti Kaffolsuin pumping water

supply scheme, Block Kaljikhal, District Pauri

Garhwal in Rs.

Amount Rs. If any taxes/levies

to be charged

extra shall be clearly

mentioned below in

percentage (%)In Figs In Words

(1) (2) (3) (4) (5) (6) (7) (8)6. POWER CABLE:- Supply

of Copper conductor submersible cable, 3 core 16 sq.mm. 80 M

7. DISMANTLING OF EXISTING PUMPING PLANTS AND ACCESSORIES:- (If required) Dismantling and removing of existing pumpset and valves etc. and handing over the same to the department as per the direction of Engineer incharge. 02 Job

8. INSTALLATION, COMMISSIONING & TESTING OF NEW PUMPSET & ACCESSORIES:- Installation, commissioning & testing of new pumpset and valves etc., at site of work as per direction of Engineer incharge (2set). 02 Job

9. TESTING AT SITE:- Testing of pumping plant for their performance at specified duty parameters at site of work as per direction of Engineer incharge. 02 Job

10. CARTING:- Cartage of pump, motor, valves, cable etc. by truck/by head load for above item no. 1 to 6 from works of manufacturer to site of work including loading, unloading, transit insurance, packing and forwarding charges as per direction of Engineer incharge . 02 Job

RATES ARE TO BE QUOTED BOTH IN FIGURES AND WORDS - F.O.R destination 01 Set at Main Pumping Station Jwalpa Devi and 01 Set at Intermediate Pumping Station-1 Naugaon under Patti Kaffolsuin pumping water supply scheme, Block Kaljikhal, District Pauri Garhwal including cost of materials, basic excise duty & Edu. cess, freight i.e. packing & forwarding, transit insurance, loading, unloading charges, octroi etc., but are exclusive of statutory duties such as sales/trade tax and any other Central, State Govt. levies etc. Third party agency inspection charges for pump shall be payable by department as actual on production of documentary evidence.If any other Taxes/ Levies to be charged extra on the above quoted rates, shall be clearly mentioned in percentage at column no. (8) above for each item.

Period for Validity of offer: 150 Days.

Signature and Seal of the Tenderer

18

UTTARAKHAND JAL SANSTHAN

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

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

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

1. 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, Head Quarter/Garhwal/Kumoun, Incharge of Centralised purchase for Region.

d. SUPERINTENDING ENGINEER (MATERIAL)Superintending Engineer (Material), Uttarakhand Jal Sansthan, Dehradun who will operate the contract (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 foot mounted horizontal multistage high pressure centrifugal pump and other equipments with accessories as Schedule ‘G’ at specific destination allotted by the Jal Sansthan be placed under this contract by the S.E(M) or Consignee.

g. WORKSupply, Installation, Commissioning and Testing of foot mounted horizontal multistage high pressure centrifugal pump, motor and other equipments with accessories as Schedule ‘G’ at specific destination allotted by the Jal Sansthan.

19

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 SITC work mentioned in Schedule ‘G’ on turnkey basis of this tender.

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

3. SECURITY CLAUSEThe required security money 10% as and when required by the department shall be deposited by successful tenderer in the form of FDR/CDR/N.S.C/B.G in the name of E.E (C.S) which would be released after 24 months from the successful completion of the contract period. The security money will be in the shape of B.G of the aforesaid amount from any Scheduled/ Nationalised Bank 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 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. No interest will be payable by the Jal Sansthan on the security deposit.

4. ENCASHMENT OF A BANK GUARANTEEa. If the period of contract for SITC is extended for any reason, the contractor shall

have the Bank Guarantee extended upto the period of 24 months after the date upto which the contract period for SITC 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 SITC 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" and envelope ‘C’ “Earnest Money”, all these three envelopes shall be put in a single envelope subscribed "Tender Notice No., Date of Opening and Name of Work" in the official Tender document (in original) issued by the Executive Engineer, Central Store, Dehradun or downloaded from website http://ujs.uk.gov.in duly filled in and signed by a duly authorized person.

20

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/certificates 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.

21

(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.

(iii) Constituted attorney of the firm, if it is a company under the meaning of Company Law, a certified photo 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 150 days from the

date of opening unless otherwise specified. Any tenderer is not allowed to offer the acceptance period less than 150 days. The validity period can be extended if the 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).

22

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.

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/TRADE TAXa. Please mention sale/trade tax registration number of Uttarakhand or Central Sales

Tax in the tender.

b. Firms registered with Sales/ Trade Tax department should enclose sales/ trade tax clearance certificate (not older than 12 months) on the date of opening of tender in the form prescribed by sales/ trade 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.

23

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. Pumping plant not acceptable and rejected by any or more of the consignee because

of being of inferior quality shall be replaced with the Pumping plant 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 Pumping plant as aforesaid, the contractor shall be liable to pay to the department @ 2% of the cost of the Pumping plant so rejected and same shall be deducted from the bill of the contractor by the consignee.

b. In case if the Pumping plant 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 Pumping plant 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 Pumping plant.

c. In case if the Pumping plant 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 Pumping plant 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 Pumping plant with their accessories shall be dispatched to specific destination

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

24

b. The Pumping plant against work order are to be installed by the contractor only after it has been checked that the Pumping plant 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 Pumping plant dispatched have been manufactured as per relevant standard specifications and dispatches have been made after checking that the Pumping plant 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 Pumping plant and remit cost thereof at the discretion of the consignee. If the Pumping plant are found defective before guarantee period, the cost of the defective Pumping plant, along with all liabilities, expenditure will be payable by us on receipt of necessary intimation from the consignee.”

c. Pumping plant 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 Pumping plant 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 Pumping plant rejected and auctioned.

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 quoted in Schedule-’G’ as per attached specification for each item are on the basis F.O.R destination 01 Set at Main Pumping Station Jwalpa Devi and 01 Set at Intermediate Pumping Station-1 Naugaon under Patti Kaffolsuin pumping water supply scheme, Block Kaljikhal, District Pauri Garhwal including cost of materials, basic excise duty & Edu. cess, freight i.e. packing & forwarding, transit insurance, loading, unloading charges, octroi etc., but are exclusive of statutory duties such as sales/trade tax and any other Central, State Govt. levies etc. Third party agency inspection charges for pump shall be payable by department as actual on production of documentary evidence. 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-'16' if necessary shall be furnished to the contractor by the consignee on written demand of the contractor.

25

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. MODE OF TRANSPORTATIONThe rates given in Schedule-’G’ are F.O.R. destination at site of work as stated in order and the Pumping plant and accessories are to be transported by road transport.

24. INSURANCEThe contractor will deliver and install the Pumping plant and accessories at specified destination, at his own risk, in good condition.

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

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

27. COMPLETION PERIODAfter placing of order, the work should be completed within 04 months.

28. 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.

29. 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. 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.

26

30. 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 Pumping plant were manufactured.

31. 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.

32. 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 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 invoice or goods dispatched.

33. 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.

27

34. 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.

35. SPECIFICATIONS GENERALa. All the Pumping plant installed shall be strictly as per relevant Specifications with

its/their latest amendment(s) upto validity period of agreement.

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 Pumping plant conforming to the relevant Specifications and they have necessary testing facilities as specified in Clause 35-a. & 35-b. above. The contractor will have to give the following undertaking with this tender:

I/We ....................................................................................... hereby certify that I/We manufacture/supply all the Pumping plant 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 35-a. & 35-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 Pumping plant 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.

36. MARKINGThe pumpset shall have a identification plate clearly mentioning the duty parameters and other technical details bearing the following information (i) Name and address of manufacturer, (ii) Brand name of production, (iii) Serial No., (iv) Model No., (v) Discharge in Liter/min. or Cum./hr, (vi) Head in Meters, (vii) Pump Efficiency (%), (viii) Suction size mm, (ix) Delivery size mm, (x) Motor Efficiency (%), (xi) Motor rating HP, (xii) Overall Efficiency (%), (xiii) Month & Year of manufacture, (xiv) Batch No./Lot No.

37. THIRD PARTY INSPECTIONPumping plant shall be installed at specific destination as stated in order only after proper inspection, testing, certification and marking as per relevant specifications by RITES/C.E.I.L. or any other third party inspection agency nominated by the department. The charges of third party inspection agency shall be borne as actual by the department on production of documentary evidence. Inspection certificate issued by inspecting officer from time to time shall invariably be attached with dispatched documents of each consignment.

28

38. WARRANTEE/GUARANTEEThe tenderer should have to submit guarantee certificate for the Centrifugal pumps 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 centrifugal pumps 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 at ultimate destination.

39. ADDRESS OF THE TENDERER 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.

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

29

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

30

DECLARATION PART-II

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

The details of deposit of earnest money are given below.

S.No.

Description Amount Name of Issuing Bank/Post Office

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

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

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

Date: SIGNATURE & SEAL OF TENDERER

Address: NAME

DESIGNATION

ON BEHALF OF

31

MEMORANDUM

SITC of Horizontal Centrifugal clear water pump, Mather & Platt make, Model – RN 50 x 14 CHR having discharge 660 LPM, head 330 Meters, speed 2900 RPM, with suitable rating

TEFC induction motor, coupling, coupling guard, gauges, valves, cable (excluding base frame) including related works on turnkey basis 01 Set at Main Pumping Station Jwalpa

Devi and 01 Set at Intermediate Pumping Station-1 Naugaon under Patti Kaffolsuin pumping water supply scheme, Block Kaljikhal, District Pauri Garhwal.

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

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

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

TENDERER: SIGNATURE & SEAL :

NAME :

ADDRESS :

WITNESS: SIGNATURE :

NAME :

ADDRESS :

32

FORM OF EXPERIENCE

(TO BE FILLED BY THE TENDERER)

I ............................................................................................................................... have supplied and installed the Pumping plant 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 Financial Year Order Value of

work executed

DATED: SIGNATURE AND SEALADDRESS OF THE TENDERER

33

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.

34

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

35


Recommended