+ All Categories
Home > Documents > UTTARANCHAL JAL SANSTHAN - · Web viewTenderers who has supplied identical material (125 mm x...

UTTARANCHAL JAL SANSTHAN - · Web viewTenderers who has supplied identical material (125 mm x...

Date post: 17-Mar-2018
Category:
Upload: trinhkhuong
View: 216 times
Download: 2 times
Share this document with a friend
77
ATTACHMENT OF TENDER ENQUIRY Letter No. 1616 / TENDER NOTICE /11-12 Date: 03.03.12 & Letter No. 1748 / EXTENSION OF TENDER /11-12 Date: 30.03.12 Index - Page No. 1 to 3 Details of Contents - Page No. 1 to 38 Guidelines/Performa for Factory inspection - Page No. 1 to 6 UTTARAKHAND JAL SANSTHAN ORIGINAL Tender Document With General Guidelines and Instructions OFFICE OF THE EXECUTIVE ENGINEER, CENTRAL STORE, UTTARAKHAND JAL SANSTHAN, JAL BHAWAN, 'B' BLOCK, NEHRU COLONY, DEHRADUN-248001 Tender document for: Annual Rate Contract for Supply of I.S.I. marked, M.S. ERW Pipes in random length conforming to IS: 1978/1982 (Grade YST-210) & 4270/2001 (Grade FE-410) or their latest amendment(s) of nominal bore from 50 mm dia. to 350 mm dia. in different wall thickness. Purpose of Tender:- Uttarakhand Jal Sansthan is maintaining various gravity/pumping water supply schemes in Uttarakhand State. For extension of pipe lines/installation of handpumps/mini tubewells are needed M.S. ERW Pipes. So the tender for Supply of M.S. ERW Pipes is invited on the basis of annual rate contract. Cost of tender document : Rs. 300.00 + 41.00 Earnest money to be deposited with the tender : Rs. 5,00,000.00 in the shape of (FDR/CDR/NSC/BG) Last Date of Sale/Downloading of tender document was 06.04.12 Now Extended Date of Sale/Downloading of tender document : 19.04.12 Date of opening tender was 07.04.12 at 4:00 p.m. Now Extended Date of opening tender : 20.04.12 at 4:00 p.m. Tender document issued to : M/s ................................................. ................................................. Dated: Executive Engineer
Transcript

ATTACHMENT OF TENDER ENQUIRY

Letter No. 1616 / TENDER NOTICE /11-12 Date: 03.03.12 & Letter No. 1748 / EXTENSION OF TENDER /11-12 Date: 30.03.12

Index - Page No. 1 to 3 Details of Contents - Page No. 1 to 38Guidelines/Performa for Factory inspection - Page No. 1 to 6

UTTARAKHAND JAL SANSTHANORIGINAL

Tender Document With

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

NEHRU COLONY, DEHRADUN-248001

Tender document for: Annual Rate Contract for Supply of I.S.I. marked, M.S. ERW Pipes in random length conforming to IS: 1978/1982 (Grade YST-210) & 4270/2001 (Grade FE-410) or their latest amendment(s) of nominal bore from 50 mm dia. to 350 mm

dia. in different wall thickness.

Purpose of Tender:- Uttarakhand Jal Sansthan is maintaining various gravity/pumping water supply schemes in Uttarakhand State. For extension of pipe lines/installation of handpumps/mini tubewells are needed M.S. ERW Pipes. So the tender for Supply of M.S. ERW Pipes is invited on the basis of annual rate contract.Cost of tender document : Rs. 300.00 + 41.00Earnest money to be deposited with the tender : Rs. 5,00,000.00in the shape of (FDR/CDR/NSC/BG)Last Date of Sale/Downloading of tender document was 06.04.12Now Extended Date of Sale/Downloading of tender document : 19.04.12Date of opening tender was 07.04.12 at 4:00 p.m.Now Extended Date of opening tender : 20.04.12 at 4:00 p.m.Tender document issued to :M/s .................................................

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

Dated:Executive Engineer

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

2. If, the tender document is required by post in India, cost of tender document mentioned above and additional sum of `100/- (` One Hundred Only), postal charges, in the shape of demand draft issued by Nationalized Bank in the name of Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun, payable at Dehradun shall be enclosed with the request. Uttarakhand Jal Sansthan will not be responsible for postal delay.3. This tender document (in original) issued by the Executive Engineer, Central Store, Dehradun duly filled in and signed by tenderer should be submitted with earnest money in due date and time positively, in the office of the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun with the technical bid otherwise opening of the commercial bid shall not be considered.4. Downloaded tender document from website http://ujs.uk.gov.in, duly filled in and signed by tenderer should be submitted along with cost of tender document mentioned above has to be enclosed with the tender document at the time of submission, in the form of demand draft issued by nationalized bank in the name of Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun, payable at Dehradun and with earnest money in due date and time positively, in the office of the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun with the technical bid otherwise opening of the commercial bid shall not be considered.5. Cost of tender document is not refundable and tender is not transferrable.

CONTENTS

S.No.

Description Page No.

Extension of Tender 1(a)

Tender Notice. 1 (b)

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

2-10

Declaration Part – I 11

Declaration Part – II 12

Memorandum 13

Form of Experience 14

GENERAL GUIDE LINES, INSTRUCTIONS, SPECIFICATIONS, TERMS AND CONDITIONS FOR TENDERERS 15-29

1. Definitions 15

2. Deposit 16

3. Security Clause 16

4. Encash of a Bank Guarantee 16

5. Mode of Submitting Tender 16-17

6. Submission of Documents 17

7. Signing of Tender 17-18

8. Important Notes 18

9. Vague Offer 18

10. Import License 18

11. Period for which Offer shall be Valid 18

12. Expiry of Validity of Documents 19

13. Validity 19

14. PAN 19

15. Papers Relating to Sales/Trade Tax 19

16. Cancellation of Tender 19

17. Withdraw of Tender 19

18. Rejection of Defective Material 20

19. Supply 20-21

20. Date of Completion of Supply 21

21. Rates 21

22. Price Variation 21-22

23. Price Fall Clause 22-23

24. Mode of Transportation 23

25. Transit Insurance 23

26. Octroi Charges 23

27. Bank Charges 23

28. Guaranteed Quantity 23

29. Force Majeure 23

30. Orders 23

31. Cancellation of Supply 24

32. Transfer of Agreement 24

33. Payment 24

34. Liquidated Damages etc. 24-25

35. Parallel Contract 25

36. Arbitration Clause 25

37. Applicable Law 25

38. Excise Duty 25-26

39. Sales Tax 26-27

40. Address of the Tenderer Firm 27

41. Specification General 28

42. Specification 28

43. Marking 29

44. Third Party Inspection 29

45. Departmental Inspection and Test Certificates 29

46. Test Certificate to be submitted by the Firm 29

Schedule 'A': Rates 30-34

Annexure-1: Undertaking 35

Performa for B.G. Bond 36-37

Power of Attorney 38

Annexure-2 - Guidelines/Performa for Factory inspection 1-6

-1 (a)-

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

Letter No. 1748 /Extension of Tender/2011-12 Date: 30.03.12

EXTENSION OF TENDER

Tender No. 31 for Supply of I.S.I. marked, M.S. ERW Pipes in random length conforming to IS: 1978/1982 (Grade YST-210) & 4270/2001 (Grade FE-410) or their latest amendment(s) of nominal bore from 50 mm dia. to 350 mm dia. in different wall thickness was invited vide letter no. 1616/Tender Notice/2011-12 dated 03.03.12 on dated 07.04.12, due to certain changes is hereby extended upto dated 20.04.12, the last date for sale/downloading of tender document upto dated 19.04.12 and submission of tender upto dated 20.04.12. The amended tender document can be downloaded from departmental website http://ujs.uk.gov.in. All Terms and Conditions shall be as per tender document.

Sd/-Executive Engineer

Not for Publication.

Letter No. 1748 / Tender Notice /2011-12 Date: 30.03.12Copy to the following for information and necessary action:

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

Copy to the following with this request to publish this extension of tender notice at the Govt. Rates on dated 5th or 6th April, 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 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 extension of tender notice in Hindustan (Hindi), Delhi Edition once in 60 sq.cm space.

7. M/s Elevations Advertising Private Limited, 12/1, Old Survey Road, Dehradun (Tel: 0135-2740126, Mobile: 9412050459-Mr. Mahindra Kaushal) to publish this extension of tender notice in Indian Express (English), Delhi Edition once in 60 sq.cm space.

Sd/-Executive Engineer

-1 (b)-

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

Letter No. 1616 / Tender Notice /2011-12 Date: 03.03.12

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

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

No.EMD in Rs. Cost of tender + VAT

@ 13.50% in Rs. Last date of

Sale/Downloading of tender

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

(1) (2) (3) (4) (5)Annual Rate Contract for the procurement of following materials:-

31

I.S.I. marked, M.S. ERW Pipes in random length conforming to IS: 1978/1982 (Grade YST-210) & 4270/2001 (Grade FE-410) or their latest amendment(s) of nominal bore from 50 mm dia. to 350 mm dia. in different wall thickness.

5,00,000.00 300.00 + 41.00 06.04.2012 07.04.2012Basic Eligibility:- Only those manufacturers who are registered in Uttarakhand Peyjal Nigam are allowed to take part in the above tender no. 31.

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. 1616 / Tender Notice /2011-12 Date: 03.03.12Copy to the following for information and necessary action:

8. Chief General Manager, Uttarakhand Jal Sansthan, Dehradun.9. General Manager, Uttarakhand Jal Sansthan, Dehradun/Pauri/Nainital.10. All Superintending Engineer, Uttarakhand Jal Sansthan, ................11. All Executive Engineer, Uttarakhand Jal Sansthan, ...............12. Notice Board.

Copy to the following with this request to publish this tender notice at the Govt. Rates on dated 4th or 5th

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

13. 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 Hindustan (Hindi), Delhi Edition once in 130 sq.cm space.

14. M/s Elevations Advertising Private Limited, 12/1, Old Survey Road, Dehradun (Tel: 0135-2740126, Mobile: 9412050459-Mr. Mahindra Kaushal) to publish this tender notice in Indian Express (English), Delhi Edition once in 130 sq.cm space.

Sd/- Executive Engineer

-2-

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 detailed below.

Tender No.

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

Rs.

Last date of Sale/Downloadin

g of tender

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

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

Annual Rate Contract for the procurement of following materials:-

31

I.S.I. marked, M.S. ERW Pipes in random length conforming to IS: 1978/1982 (Grade YST-210) & 4270/2001 (Grade FE-410) or their latest amendment(s) of nominal bore from 50 mm dia. to 350 mm dia. in different wall thickness.5,00,000.00 300.00 + 41.00 19.04.2012 20.04.2012

Submission of Tender:1. THE TENDERERS MUST NOTE IT CAREFULLY THAT THE TENDERS OF

ONLY THOSE TENDERERS WILL BE CONSIDERED (A) WHO ARE REGISTERED IN THE HEAD OFFICE OF UTTARAKHAND

PEYJAL NIGAM, DEHRADUN BEFORE DATE OF OPENING OF TENDER OR

(B) THOSE WHO HAVE APPLIED FOR RENEWAL OF THEIR REGISTRATION IN THE HEAD OFFICE OF UTTARAKHAND PEYJAL NIGAM, DEHRADUN BEFORE DATE OF OPENING OF TENDER. AN AFFIDAVIT ON NON-JUDICIAL STAMP PAPER OF RS. 100/- IN THIS REGARD SHALL BE SUBMITTED WITH VERIFCATION LETTER FROM UTTARAKHAND PEYJAL NIGAM, DEHRADUN APPLIED FOR RENEWAL

THE PARTICULARS REGARDING REGISTRATION OR RENEWAL ARE REQUIRED TO BE FURNISHED SEPARATELY IN A SEALED COVER IN WHICH EARNEST MONEY WILL BE KEPT AS SPECIFIED IN POINT 3 BELOW.

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

3. The tenderers may please note very carefully that tenders without earnest money and concurrence to deposit security amount in the event of acceptance will not be entertained.(a) Earnest money in the following forms should invariably be put in the separate envelope.(b) Rs. 5,00,000.00 (Five lacs only) 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. 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.

4. Tenderers may also note that registration with DGS&D, Director of Industries, Small Scale Industries, Corporation etc. or experience of supply to the various government departments shall not entitle them to any relaxation in as far as provisions in point 3 above.

-3-

5. The last date for the submission of the “Tender" 20.04.12, in the official Tender document (in original) issued by the Executive Engineer, Central Store, Dehradun or downloaded through website http://ujs.uk.gov.in shall be duly filled in and signed by a duly authorized person and to be submitted to the office of the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun. The cost of downloaded tender document to be paid in the form of demand draft issued from nationalized bank payable at Dehradun in the name of Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun at the time of submission and shall be attached with the tender document.

6. The tenderer shall ensure that the tender is positively received in the office of the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Jal Bhawan, ‘B’ Block, Nehru Colony, Dehradun on or before 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 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.

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

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

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

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

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

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

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

14. Trade tax without Form ‘C’ 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.

-4-15. For confirmation of product according to B.I.S. norms, the member(s) of

Departmental Technical Committee or officer authorised by the department may visit the factory of the tenderer/manufacturer, before finalizing the technical bid submitted by the tenderer/manufacturer.

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

17. Third party inspection charges by DGS&D/RITES or any other agency nominated by the department from time to time will be paid by the supplier and it will be reimbursed by the department on production of documentary evidence.

18. Offers of only those tenderers having valid I.S.I. certification mark on the date of opening of tender will be considered.

19. Tenderers are advised to quote rates only against the material for which firms has valid B.I.S. license. If any firm quote rates for those material for which firm does not hold valid B.I.S. license then full tender will be treated invalid at any stage.

20. Required tolerance of material within B.I.S. tolerance has been indicated under the clause 42 of technical bid, page-28.

21. Photocopy of application for renewal of validity of B.I.S. license duly received in the concerned office is required. In case where validity of B.I.S. license expires on or before 30 days from the date of opening of tenders.

22. Supply of M.S. ERW Pipes shall strictly be I.S.I marked and conforming to IS: 1978/1982 (Grade YST-210) and IS: 4270/2001 (Grade FE-410).

23. The base price of raw material (Steel H.R. Coils) as on 01.03.2012 announced by S.A.I.L. Ex Plant Nett of Disc. The prices of the finished product must be based on the above announced price of raw materials.

24. If tenderers have rate contract for the required material with DGS&D or any other department then tenderers has to furnished information with the tenders otherwise no consideration could be made latter.

25. The firm should attach a copy of MOU with S.A.I.L. in technical bid envelope.

26. No excise duty and education cess will be paid on excise duty free pipe and other material. Firms may furnish performa of excise duty exemption certificate according their requirement.

27. The tenderers are required to quote their rates as per terms and conditions specified in the tender document.TENDERS SUBMITTED AGAINST THE TERMS OF THE TENDER DOCUMENT ARE LIKELY TO BE SUMMARILY REJECTED AND WILL NOT BE INCLUDED IN THE COMPARATIVE STATEMENT. IN VIEW OF THIS THE TENDERERS ARE REQUIRED TO SUBMIT DECLARATION PART-I REGARDING ACCEPTANCE OF ALL THE TERMS AND CONDITIONS OF THE TENDER DOCUMENT.

28. The tenderers required to submit their experience certificate along with other details as per form of experience of the tender document.

29. Tenderers who has supplied identical material (125 mm x 3 Mtr. Length Both ends beveled at 450 with right angle faced having root gap 1.6mm plus/minus 0.8mm, internally and externally weld bead free in whole length ± 5 cm. IS: 4270/2001) to any Govt./Semi Govt. department in the past, shall only be eligible for quoting for the same. Please enclose documentary evidence for the past experience.

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

Signature and Seal of the Tenderer

-5-TECHNICAL BID

31. The tenderer / manufacturer/ company is required to submit complete information about M.S. ERW Pipes conforming to IS: 1978/1982 (Grade YST-210) & 4270/2001 (Grade FE-410) or their latest amendment(s) with the following documents/certificates, certified photocopies shall be enclosed along with his offer for which the rates are quoted in the part of Schedule ‘A’. 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.

S.No. Particulars Information to be filled by the tenderer1. Registration of Uttarakhand Peyjal Nigam,

Dehradun. Registration No.: ………….. Dated: ……….Valid up to: …………............

In case of applied for renewal of registration in Uttarakhand Peyjal Nigam, Dehradun.

Application No.: …………… Dated: ………

2. Cost of Tender document deposited vide: Receipt No. or Bank Draft No.:

Date:

Rs.3. Earnest Money (FDR/CDR/NSC/BG)

Reference Dated:

Rs.

EMD Valid upto

Name of Bank/Post Office

4. Name of the Tendering Firm:

Correspondence address of tendering firm:

Phone No. (Landline/Mobile):

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

E-Mail Address

Website

-6-

5. Location and address of the factories where M.S. ERW Pipes, are manufactured:

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

Date of Issue:

Valid upto:

Name and address of industry registration authority

Medium Scale:

Industry Registration No.:

Date of Issue:

Valid upto:

Name and address of industry registration authority

Large Scale: Industry Registration No.:

Date of Issue:

Valid upto:

Name and address of industry registration authority

Licensed Annual Production Capacity of M.S. ERW Pipe mentioned in Industry Registration Certificate:

Metric Ton:

Installed Annual Capacity of M.S. ERW Pipe:

Metric Ton:

Actual production in the previous year 2010-11.

Metric Ton:

Brand Name of Production:6. ISI Certification Marked License duly

revalidated for M.S. ERW Pipe: IS: 1978/1982: License No. ………….. Valid upto …………

IS: 4270/2001 License No. ………….. Valid upto …………

7. ISO 9001/9002 International Quality Assurance Certification No.:Valid upto:

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

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

-7-

10. Permanent Account Number (PAN):

11. Turnover as per Balance Sheet. The minimum turnover shall be Rs. 2.00 Crores in each year, in the last three following financial years in Indian Market: Year 2008-09 Rs.

Year 2009-10 Rs.

Year 2010-11 Rs.

12. M.S. ERW Pipe supplied in Metric Ton to Uttarakhand Peyjal Nigam and Uttarakhand Jal Sansthan in the following three financial years.Year 2008-09 Metric Ton:

Year 2009-10 Metric Ton:

Year 2010-11 Metric Ton:

13. Detail about Purchase orders with their value for M.S. ERW Pipes supplied to Uttarakhand Peyjal Nigam and Uttarakhand Jal Sansthan in following financial years:Year 2008-09 No. of P.Os: Value Rs.

Year 2009-10 No. of P.Os: Value Rs.

Year 2010-11 No. of P.Os: Value Rs.

14. Rate Contract with DGS&D forM.S. ERW Pipes conforming to IS specification: 1978/1982 (Grade YST-210) with their latest amendment(s).

R/C No. ………………………………….Dated: …………………………….W.e.f.: ………………….. upto ……………

M.S. ERW Pipes conforming to IS specification: 4270/2001 (Grade FE-410) with their latest amendment(s).

R/C No. ……………………………………Dated: ………………………………….W.e.f.: ………………….. upto ……………

15. Rate Contract with other department forM.S. ERW Pipes conforming to IS specification: 1978/1982 (Grade YST-210) with their latest amendment(s).

R/C No. ………………………………….Dated: …………………………….W.e.f.: ………………….. upto ……………

M.S. ERW Pipes conforming to IS specification: 4270/2001 (Grade FE-410) with their latest amendment(s).

R/C No. ……………………………………Dated: ………………………………….W.e.f.: ………………….. upto ……………

16. MOU with S.A.I.L MOU No. ……………………………………Dated: ………………………………….W.e.f.: ………………….. upto ……………

-8-

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

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

1. Registration Certificate(Registration Certificate issued by Uttarakhand Peyjal Nigam, Dehradun)In Case of Applied for Renewal of Registration(An affidavit on Rs. 100.00 non-judicial stamp paper and verification letter from Uttarakhand Peyjal Nigam, Dehradun)

2. Earnest Money (FDR/CDR/NSC/BG)3. Industry Registration Certificate

(Factory/ Industry Registration Certificate issued by registration authority for manufacturing M.S. ERW Pipe IS:1978/1982 and IS: 4270/2001)

3. ISI Certification (B.I.S. License for M.S. ERW Pipe IS: 1978/1982 and IS: 4270/2001)

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

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

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

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

8. Purchase order photocopies of M.S. ERW Pipe.(Purchase order photocopies of M.S. ERW Pipes supplied to the Uttarakhand Peyjal Nigam and Uttarakhand Jal Sansthan in the last three following financial years)Year 2008-09Year 2009-10Year 2010-11MOU with S.A.I.L(Copy of MOU with S.A.I.L)

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

11. Guarantee certificate. (Guarantee Certificate atleast for two years for M.S. ERW Pipes. An undertaking should be attached)

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

-9-

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

9. Copy of Rate Contract with DGS&D(Copy of Rate Contract with DGS&D for M.S. ERW Pipes)IS: 1978/1982 (Grade YST-210) with their latest amendment(s).IS: 4270/2001 (Grade FE-410) with their latest amendment(s).Copy of Rate Contract with other department(Copy of Rate Contract with other department for M.S. ERW Pipes)IS: 1978/1982 (Grade YST-210) with their latest amendment(s).IS: 4270/2001 (Grade FE-410) with their latest amendment(s).

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

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

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

Signature and Seal of the Tenderer

-10-

COMMERCIAL BID

33. The tenderer are requested to quote firm and fix rates in Indian Rupees for the Supply of M.S. ERW Pipes conforming to IS: 1978/1982 (Grade YST-210) & 4270/2001 (Grade FE-410) or their latest amendment(s), as per details given in Schedule ‘A’ (Financial Bid).

34. The rates should be clearly mentioned in figures as well as in words.

35. The rates will not be subject to any escalation at a later stage.

36. The rates for supply of materials as per attached specification and quoted in Schedule 'A' of financial bid for each item are on the basis of F.O.R destination Central Store, Dehradun/ Haldwani including cost of materials, packing & forwarding charges, insurance charges and freight including loading and octroi etc., but are exclusive of inspection charges, which will be reimbursed by the department on production of documentary evidence. Statutory duties such as sales/trade tax, excise duty 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. However, unloading at the destination store(s), will be arranged by the consignee. Excise Duty and Trade Tax will not be paid on the FREIGHT ELEMENT.

Any increase or decrease on the rate of excise duty or Sales/Trade tax on the finished product shall be payable or recovered as the case may be.

The Form-‘C’ for concessional Central Sales Tax shall not be issued by the department. Form-'16' if necessary shall be furnished to the supplier by the consignee on written demand of the supplier.

37. Trade tax/ C.S.T., Excise Duty and any other statutory levies on the finished product should in no case be included in the rates tendered in the schedule of rates but these shall be quoted separately.

38. 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

-11-

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

-12-

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/or as and when required by the department.

Date: SIGNATURE & SEAL OF TENDERER

Address: NAME

DESIGNATION

ON BEHALF OF

-13-

MEMORANDUM

For Supply of M.S. ERW Pipes conforming to IS: 1978/1982 (Grade YST-210) & 4270/2001 (Grade FE-410) or their latest amendment(s)

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 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 :

-14-

FORM OF EXPERIENCE

(TO BE FILLED BY THE TENDERER)

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

Details about M.S. ERW Pipes conforming to IS: 1978/1982 (Grade YST-210) & 4270/2001 (Grade FE-410) or their latest amendment(s) supplied by me/us with their value till date.

S.No.

Order No and Date.

Address by whom order placed

Details of materials and quantity supplied

Value of the material

supplied in Rs.

DATED: SIGNATURE AND SEALADDRESS OF THE TENDERER

-15-

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. DEPARTMENT - UTTARAKHAND JAL SANSTHANUttarakhand Water Supply and Sewage Department (herein called the "Jal Sansthan").

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

c. FINANCE DIRECTORFinance Director of Uttarakhand Jal Sansthan, Incharge of Centralised purchase for Uttarakhand. (herein called the "F.D.").

d. GENERAL MANAGERGeneral Manager of Uttarakhand Jal Sansthan, Head Quarter/Garhwal/Kumoun, Incharge of Centralised purchase for Region. (herein called the "G.M.").

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

f. CONSIGNEE & PAYMENT AUTHORITYExecutive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun for Garhwal Region.Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Haldwani for Kumoun Region.

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

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

suppliers and any supplier can be asked to supply any item, full or part requirement as given in Schedule-'A' of Financial Bid.

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

-16-

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

in terms and conditions of this tender. General Manager shall have the right to enhance the amount of Earnest Money as and when required for Supply of M.S. ERW Pipes conforming to IS: 1978/1982 (Grade YST-210) & 4270/2001 (Grade FE-410) or their latest amendment(s).

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

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

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

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

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

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

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

-17-

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 who 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, Jal Bhawan, ‘B’ Block, Nehru Colony, 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. Unless otherwise specified in the tender notice, the tender must reach to the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Jal Bhawan, ‘B’ Block, Nehru Colony, Dehradun, not later than 15:00 hours on the date of the opening of the tender. Tenders sent by hand delivery should be dropped in the Tender Box before the above time. The Tender Box will be kept in the room of the Executive Engineer, Central Store, Dehradun or any place indicated by Executive Engineer, Central Store, Derhadun on the date of the opening of the tender.

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

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

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

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

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

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

therein. Please note that conditions given in the tender document 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.

-18-

(iii) Constituted attorney of the firm, if it is a company under the meaning of Company Law, a certified photocopy 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 should be submitted with the tender if not already done, duly attested by NOTARY PUBLIC.

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

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

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

date of opening unless otherwise specified. Any tenderer is not allowed to offer the acceptance period less than 150 days by himself. The validity period can be extended if the S.E(M) and the supplier are both agreed mutually. In case, however, the day up to which, the offer is to remain open, 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, 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) and posted and becomes out of hand of S.E(M).

-19-

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. 100.00 should accompany the tender. Please do not forget this as tender otherwise shall be liable to be rejected.

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 at 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 supplier 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 can not be arranged within the stipulated date of the currency of the contract.

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

15. PAPERS RELATING TO SALES/TRADE TAX/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 department should enclose sales/ trade tax

clearance certificate (not older than 06 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 Sale/ Trade Tax department should submit valid sales tax registration certificate issued by the competent authority failing which tenders shall be liable to be rejected.

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/S.E.(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/S.E.(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. WITHDRAWAL OF TENDER If a tenderer withdraws his tender before the expiry of the validity period, the General Manager/S.E.(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.

-20-

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

consignee because of being of inferior quality shall be replaced with the materials of proper and acceptable quality as per laid down specification by the supplier at his own cost and risk within 30 days of receipt of notice to that effect.

b. In case of the supplies made in any subsequent lot by the same supplier is also found to be sub standard & is rejected by any one or more of the consignee, the supplier shall be required to replace the sub standard materials as aforesaid in para 18-a above.

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

d. Subject to provision of this agreement, the supplier will have right to appeal before the Chief General Manger, Uttarakhand Jal Sansthan within 15 days of the receipt of the notice. In case of rejection as para 18-c & the decision of Chief General Manager shall be final in the respect.

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

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

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

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

c. The materials ordered are to be dispatched by the supplier only after it has been checked that the materials fulfill all the tests and specifications referred to in this contract. The supplier will also furnish the following undertaking in writing along with each consignment to the consignee.The materials have been manufactured as per relevant standard specifications and dispatches have been made after checking that the materials supplied 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 materials and remit cost thereof at the discretion of the S.E(M). If the materials are found defective either before or after installation and commissioning, the cost of the removal of defective materials, along with all liabilities, expenditure resulting from such removal will be payable by us on receipt of necessary intimation from the consignee.

-21-d. Materials rejected or refused by the consignee(s) on account of inferior quality or

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

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

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

g. In case of non-compliance of supply order firm shall be taken to blacklist for next three years and earnest/security money laying with the department shall be forfeited.

20. DATE OF COMPLETION OF SUPPLYThe date of actual receipt of materials by the consignee(s) shall be taken as the date of completion of supply.

Supplier have to furnish manufacturing schedule and third party inspection schedule of materials under a particular supply order to S.E(M)/consignee atleast 7 days in advance through fax.

21. RATESThe rates for supply of materials as per attached specification and quoted in Schedule 'A' of financial bid for each item are on the basis of F.O.R destination Central Store, Dehradun/ Haldwani including cost of materials, packing & forwarding charges, insurance charges and freight including loading and octroi etc., but are exclusive of inspection charges, which will be reimbursed by the department on production of documentary evidence. Statutory duties such as sales/trade tax, excise duty 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. However, unloading at the destination store(s), will be arranged by the consignee. Excise Duty and Trade Tax will not be paid on the FREIGHT ELEMENT.

Any increase or decrease on the rate of excise duty or Sales/Trade tax on the finished product shall be payable or recovered as the case may be.

The Form-‘C’ for concessional Central Sales Tax shall not be issued by the department. Form-'16' if necessary shall be furnished to the supplier by the consignee on written demand of the supplier.

22. PRICE VARIATIONa. The prices as given in the Schedule ‘A’ annexed hereto are firm and fixed except

for variation as indicated below.b. Prices in the Schedule ‘A’ enclosed are based on the prices of Steel H.R. Coils as

on 01.03.2012 announced by S.A.I.L. (Ex-Plant Nett of Disc.).c. In the event of any variation (increase of decrease) resulting in change in the price

of Steel H.R. Coils on account of revision as per S.A.I.L announcement. The revised price will be applicable on all pipes for dispatch, within supply period. From the date of revision in cost of Steel H.R Coils. It will be the responsibility of the supplier to furnish the details of such increase/decrease.

-22-

Steel: 1.00 tonnes of Steel H.R. Coils are required to produce on tonne tubes and the formula will be applied to determine the increase or decrease per tube tonne is :-

1.00 x (a)Where (a) is alteration in total cost of Steel in Rs.

d. Sales tax and excise duty as would be applicable on price (increase/decrease) in case of Steel H.R. Coils will be taken into account for the purpose of price variation (increase/decrease).

e. Any change in the cost of statutory levies by the State Government would be payable on production of certified photostate copy or copies of such Notification (s) after execution of Contract Bond.

f. The price variation formula given above under sub clause 22. c will replaced if the revision in price variation formula in respect of values of Steel H.R. Coils is changed by the D.G.S. & D., New Delhi which may result in reduction of prices of the finished pipes.

g. The price clause 22 and its sub-clause will continue to operate even after the validity period of the Rate Contract till the date of delivery as mentioned under Clause – 31 or as agreed between the Engineer and the supplier.

In case of any decrease in statutory levy on the finished product, it will be the responsibility of the supplier to furnish details of such reduction to Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun latest within 30 days of release of such notification.

h. THE NOMINAL DELIVERY PERIOD FOR THE SUPPLIERS IS 45 DAYS, AFTER DESPATCH INSTRUCTIONS (D.I.) FROM RESPECTIVE CONSIGNEE(S). IF ANY SUPPLIER DOES NOT SUPPLY THE MATERIAL UNDER ANY CIRCUMSTANCES, WITHIN DELIVERY PERIOD, NO PRICE INCREASE WILL BE GIVEN TO HIM DUE TO INCREASE IN PRICE OF RAW MATERIAL BEYOND THE STIPULATED PERIOD OF 45 DAYS, BUT IF THE PRICE OF RAW MATERIAL DECREASES, DECREASED RATES WILL BE GIVEN.

i. If any Supplier fail to supply the material due to non availability of raw material under control of state/Central government i.e. Steel H.R. Coils etc. for consideration period then S.E (M)/Chief General Manager may allow additional time for price increase beyond 45 days.

23. PRICE FALL CLAUSE (VERY IMPORTANT)The price charged for the stores supplied under this contract shall in no case exceed the price at which the supplier sells the stores 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 stores ordered herein is accepted by the supplier from any other person, party, Government department at the rates or rates lower than the rates quoted or applicable in this contract, the rates of materials in all the orders placed before or after these rates have been reduced shall be deemed to have been reduced to the extent under this contract also. It will also be responsibility of the supplier to intimate to Executive Engineer Central Store, Uttarakhand Jal Sansthan, Dehradun within thirty days, regarding acceptance of rates lower than the rates in this contract. For this purpose the supplier shall furnish the following certificate quarterly to every consignee.

-23-

"I/We certify that no order for the stores of description identical to the stores supplied to Uttarakhand Jal Sansthan under this contract have been accepted for supply to any other person party or Government department at a rate/rates 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."

24. MODE OF TRANSPORTATIONThe rates given in Schedule ‘A’ of financial bid are F.O.R. destination Central Store, Dehradun/Haldwani and materials are to be transported by road transport. However, unloading at the destination store(s), will be arranged by the consignee.

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

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

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

28. GUARANTEED QUANTITYAfter placing of firm order the supplies should be started within a week time if materials are available in ready stock otherwise within 45 days time positively.

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, King, Government Ruler (here-in-after reference to as eventualities) then provided notice of the happening of any such within 15 days from the date of occurrence thereof, neither party shall by reason of such eventuality be entitled to terminate this contract nor shall either party have any claim for damages against the other in respect of such non-performance or delay in performance and deliveries under this contract shall be resumed as soon as possible after such eventuality has come to an end or ceased to exist, and the decision of the General Manager as to whether the deliveries have to be so resumed or not shall be final and conclusive.

30. ORDERSAfter the rates quoted by the supplier are accepted and the contract is executed, order/orders shall be placed under this contract by the S.E(M) or his authorized representative.The order will be placed with the tenderer who successfully qualify technically and commercially. It should be noted that department is under no obligation or binding to place an order on the firm quoting the lowest rate.

-24-

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

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

33. PAYMENTa. 100% payment will be made against receipt of the material as per relevant

specifications at Consignee(s) stores in full and good condition along with Inspection Certificate of third party inspection agency. No payment what ever will be advanced against in invoice or goods received etc.

b. Payment will be made only after satisfactory completion of complete supply of material ordered in particular supply order and after receiving of satisfactory sample testing report from assigned laboratory. Consignee may allow intermediate payment in view of quantity of material ordered and supplied under a particular supply order.

The sample of supplied material can be tested randomly from any lot by the department confirming to testing procedures of IS: 1978/1982 and 4270/2001 with their latest amendment(s) at any assigned laboratory by the department regularly.

The cost of testing of assigned laboratory will be borne by the department, if the sample testing report found satisfactory. If the sample testing report is found unsatisfactory then the expenditure on testing shall be recoverable from the supplier, as the Department may deem fit.

34. LIQUIDATED DAMAGES ETC.a. In the event of the materials not having been supplied in accordance with the order

and as per terms and conditions of the agreement and not supplied within stipulated period of 45 days after issuing of dispatch instructions (D.I.) by the S.E.(M) or consignee(s) and supplied within 15 days beyond this supplied period of 45 days, but if the materials not having been supplied within this extended period of 15 days. The S.E(M)/consignee(s) shall recover from the supplier the amount of liquidated damages from any money due to the supplier 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 materials remaining to be supplied at the end of extended period. Completion of supply upto a maximum of 45 days.

b. Further on the expiry of 45 days after the extended date for completion of supply it shall also the lawful for the S.E(M) to purchase the required materials of any suitable quantity containable in the open market at the risk and cost of the supplier, who, in addition to the aforesaid liquidated damage shall be liable to pay loss or damage caused by the said purchase.

c. The S.E(M)/consignee(s) may allow additional time 15 days for completion of supply on consideration of circumstances beyond the control of the supplier to the extent considered justifiable.

-25-

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.

e. In case stipulated period of 45 days crosses the validity of contract bond any extension in supply period may be allowed by General Manager.

f. General Manager may forego the whole or part of the liquidated damage on the circumstances beyond the control of the supplier due to which supplied can not be completed.

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

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

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

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

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

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. EXCISE DUTY

a. Excise duty, wherever to be paid extra in terms of relevant Clause of "SCHEDULE A” will be paid to the Contactor at actual against a documentary evidence i.e. a photocopy of the Invoice duly attested & signed .by the Contractor's Managing Director or his authorized signatory for the purpose.

-26-

b. The Contractor, while submitting the Bills, will also furnish the following Certificate on the Bill itself.

i) Certified that the Excise Duty charged on this Bill is not more than what is payable under the provision of the relevant Act or the· rules made there under.

ii) Certified that the amount of Rs ……………. claimed as Excise Duty in this Bill is in accordance with the provisions of the Rules in all respects and that the same has been paid to the Excise Authorities in respect of the Stores covered by this Bill.

c. The Contractor shall submit to the Paying Authority, the following Certificates;

i) Certificate with each. Bill to the effect that no refund has been obtained in respect of reimbursement of Excise Duty made to the Contractor during three (3) months immediately preceding the date of the covered by the relevant Bill.

ii) Contractor's Statutory Auditor's Certificate as to whether any refunds have been obtained or applied for by the Firm or not in the preceding financial year, after the Annual Audit of their Account also indicating details of such refunds/applications, if any. This Certificate should contain reference to all Ad-hoc A/Ts, Rate Contracts held by the Contractor.

iii) A Certificate, along with the Final payment Bills to the effect whether or not they have any pending appeals/protest for refund or partial refund of Excise Duties already reimbursed to the Contractor by the Government pending with the Excise Authorities and, if so, ,the nature, the amount involved and the position of such appeals. This Certificate should be signed by Contractor's Managing Director/Manager/Accountant.

iv) An undertaking to the effect that in case it is detected by the government that any refund from Excise Duty Authorities obtained by the Contractor after obtaining reimbursement from the Paying Authority and if the same is not refunded by the contractor to the Paying Authority, giving details and particulars of transactions, the Paying Authority will have full authority to recover such amount from the Contractor's outstanding Bills against a particular contract or any other pending Government Contractor and no dispute on this account would be raised by the contractor.

39. SALES TAXa. Whenever supplies are made to a Government Department or to any Other

Department which does not fall under the definition of Government i.e. the local bodies etc. but in a registered dealer under the respective Sales Tax act, the Contractor should intimate whether the purchase being a Government Department or a registered dealer is entitled for any concessional rate and if so under which notification or category they allowed such concessions for their prompt settlement of their sales tax claim.

b. Wherever, the sale is to a registered dealer or Government Department or to such consignees who are entitled to avail of the benefit of the concessional rate of tax or exemption from payment of sales tax under the Central Sales Tax Act or the State Sales Tax Act or the rules made there under the Contractor must obtain the relevant certificate/declaration in proper time and in case declaration/certificate the matter should be immediately brought to the notice of the S.O issuing Authority under advice to the Purchase Officer.

-27-

c. In Supply Orders or Amendments there to allowing Sales Tax, State or Central, the Contractor shall furnish the following certificate under the dated signatures on their relevant Bill of Uttarakhand Jal Sansthan.

“Certified that the goods on which Sales Tax has been charged have not been exempted under the Central Sales Tax Act or State Sales Tax Act or the rules made there under and the charges on account of Sales Tax on these goods are correct under the provisions of that Act or the Rules made there under, Certified further that we (or our branch or ……………………………….…………) (Agent) …..…………………..(Address)………………………are registered as dealers in the State of ………………………. Under Registration No………….. for the purpose of Sales Tax.”

d. The Contractor should also give a Certificate that the assessment for the period, under which the Supply Order or the supplies made to the Government Department or Consignee have been made or not? 'In case the Assessment has been done, the Contractor should furnish a copy of the Assessment Order in which the supplies or the supply order have been coveted to determine the exact rate of sales tax at which they have been assessed by the sales tax authorities.

e. The Contractor should also make all their efforts to approach the last legal forum whenever there is dispute regarding applicability of sales tax in the category of the schedule under which they fall or whether a contract or contract for sale or the category or schedule under which they fall the contractor should ensure that the assessment made by the first authority i.e. the ASTO or STO is not final and their orders are challenged in the next higher judicial forum.

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

ADDRESS FOR

1. CORRESPONDENCE

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

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

PHONE /FAX NO./E-MAIL

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

2. WORKS ADDRESSES AND THEIR PHONE NO.

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

-28-

SPECIFICATION AND ANNEXURES

41. SPECIFICATIONS GENERAL

a. All the materials shall be supplied strictly as per relevant Indian Standard Specifications with its/their latest amendment(s) upto the date of opening of tenders, wherever applicable.

b. The materials will be required to be packed strictly as per provisions of relevant IS and in the event of any deviation, the responsibility for damage to the consignment will rest with the supplier.

c. Only material with ISI Certification Mark will be accepted.

d. The supplier should have adequate testing facilities in their factories to carry out tests as laid down in the relevant Indian Standard Specification (s).

e. The factories of the suppliers are likely to be inspected by the Engineer or his authorized representative to verify that the supplier manufactures quality goods conforming to the relevant Indian Standard and they have necessary testing facilities as specified in Clause 41.a, 41.b and 41.d above. The supplier will have to give the following undertaking with this tender :-

I/We ________________________________________________ hereby certify that I/We manufacture/supply all the materials for which we have offered rates in this tender/contract as per latest Indian Standard Specifications. I/We further certify that I/We have all necessary equipment's/facilities for producing quality goods as per Indian Standards and have all necessary facilities to carry out various tests as specified in the relevant I.S.S.

f. In the event of the suppliers not being found to qualify as per requirements laid down in Clause 41.a to 41.d above, the earnest money or security money deposited by him/them shall be liable to be forfeited.

42. SPECIFICATION

a. M.S. Line pipe/Casing pipe are to be supplied strictly according to specifications as per IS -1978/1982 and 4270/2001 or their latest amendment(s). Some of the important specifications of IS-1978/1982 and 4270/2001 or their latest amendment(s):-

b. The Supply of material will be with tolerance, as detailed below.

Sl. No. Description of Tolerance in weight As per BIS Required

A. IS: 1978/1982 (Grade YST-210)1. For Single Tube - 3.5% - 2%2. For Car Load lots (for min of 18 MT) -1.75% -1.00%

B. IS: 4270/2001 (Grade FE-410)For Single Tube - 8.00% - 4.00%

Any material below the required within the BIS tolerance may be accepted. In such case payment will be deducted for difference in actual tolerance and required tolerance.

-29-

43. MARKING

a. Each pipe shall be embossed/ indelibly marked with the following particulars

i) Trade Mark or manufacture's name

ii) Nominal Size

iii) Wt. in kg per meter

iv) Grade of Pipe

v) Batch No.

vi) Each pipe should be marked with ISI Certification Mark.

b. Each pipe must invariably be indelibly marked with "JAL SANSTHAN" at 2 meters interval starting from one end of pipe.

44. THIRD PARTY INSPECTIONMaterial shall be dispatched only after proper inspection, testing, certification and marking as per relevant specification by Inspecting officer of DGS&D/RITES or Any other inspection agency which may be nominated from time to time by the department. For carrying out such inspection, the charges of third party inspection agency shall be reimbursed by the Department on production of documentary evidence.

Inspection Certificate issued by inspecting agency nominated from time to time shall invariably be attached with dispatch documents of each consignment.

45. DEPARTMENTAL INSPECTION & TEST CERTIFICATESMaterial 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.

The S.E(M)/his authorised representative could ask the supplier as and when required to attend the destination station for joint sampling of supplies for testing of materials. A notice of not less than 10 (Ten) days shall be given to the supplier for this purpose and in the event of a representative not being sent against such a notice, the sample shall be collected by the S.E(M)/his authorised representative and it will be deemed as if such a sampling was done in the presence of supplier's representative.

The sample of supplied material can be tested randomly from any lot by the department confirming to testing procedures of IS: 1978/1982 and 4270/2001 with their latest amendment(s) at any assigned laboratory by the department regularly.

The cost of testing shall be borne by the Jal Sansthan if the results of testing are found 'O.K.' but if the sample is found sub-standard, the cost of testing shall be recoverable from the supplier without prejudice to other action as per the contract and as the S.E(M)/consignee may deem fit.

46. TEST CERTIFICATE TO BE SUBMITTED BY THE FIRMA test certificate of material shall be submitted bearing signature of authorised employee of the firm with the dispatched documents of each consignment.

Signature and Seal of the Tenderer

-30-

FINANCIAL BID – ENVELOPE ‘B’

SCHEDULE – ‘A’ (RATES) FOR IS: 1978/1982

RATES FOR THE SUPPLY OF ISI MARKED M.S.ERW LINE PIPE CONFORMING TO IS:1978/1982 (GRADE-YST-210)

OR THEIR LATEST AMENDMENT(S).

IMPORTANT NOTES:

1. The rates must be according to the required tolerance as per Clause No. 42 of Technical Bid, Page-28.

2. The rates must be quoted F.O.R destination Central Store, Dehradun/ Haldwani including cost of materials, packing & forwarding charges, insurance charges and freight including loading and octroi etc., but are exclusive of inspection charges, which will be reimbursed by the department on production of documentary evidence. Statutory duties such as sales/trade tax, excise duty and any other Central, State Govt. levies which are to be shown separately and shall be payable as applicable as detailed below. However, unloading at the destination store(s), will be arranged by the consignee. Excise Duty and Trade Tax will not be paid on the FREIGHT ELEMENT.

3. The rates must be based on the prices of Steel H.R. Coils as on 01.03.2012 announced by S.A.I.L. (Ex-Plant Nett of Disc.).

4. Third party inspection charges by DGS&D/RITES/ or Any other Inspecting agency nominated from time to time by the department will be reimbursed on production of documentary evidence.

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

6. M.S. ERW Line Pipe nominal bore from 50 mm dia. to 350 mm dia. in random length in different wall thickness detailed below shall strictly be I.S.I marked and conforming to IS: 1978/1982 (Grade-YST-210) or their latest amendment(s).

Sl. No

NominalBore

in mm

O.D.in

mm

WallThick-ness

inmm

F.O.R. works basic rate per meter in Rs.

Freight per meter of pipe at Central Store, Dehradun/

Haldwani (Rs.)

In figure In Words In figure In Words

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

A IS:1978/1982 GRADE YST-210

150.00 60.30

4.4

2 4.8

3

65.00 73.00

4.0

4 4.4

5 4.8

-31-

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

6

80.00 88.90

4.4

7 4.8

8 5.5

9

100.00 114.30

4.4

10 4.8

11 5.2

12 5.6

13 6.0

14 6.4

15 7.1

16 7.9

17

125.00 141.30

4.8

18 5.2

19 5.6

20 6.6

21 7.1

22 7.9

23

150.00 168.30

4.4

24 4.8

25 5.2

26 5.6

27 6.4

28 7.1

29 7.9

30 8.7

31

200.00 219.10

4.8

32 5.6

33 6.4

34 7.0

35 7.9

36 8.2

37 8.7

38 9.5

-32-

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

39

250.00 273.10

5.2

40 5.6

41 6.4

42 7.1

43 7.8

44 8.7

45 9.3

46

300.00 323.90

6.4

47 7.1

48 7.9

49 8.4

50 8.7

51 9.5

52

350.00 355.60

7.2

53 7.9

54 8.7

55 9.5

Note: - 1) RATES ARE TO BE QUOTED IN FIGURES AND WORDS BOTH.

2) CONCESSIONAL CENTRAL SALES TAX/ TRADE TAX EXTRA WITHOUT FORM ‘C’ @.............. %.

3) EXCISE DUTY @................. % AND CESS TAX ON IT @.................. WILL BE EXTRA.

4) PERIOD OF VALIDITY OF OFFER: 150 DAYS.

SIGNATURE AND SEAL OF THE TENDERER

-33-

FINANCIAL BID – ENVELOPE ‘B’

SCHEDULE – ‘A’ (RATES) FOR IS: 4270/2001

RATES FOR THE SUPPLY OF ISI MARKED M.S.ERW CASING PIPE CONFORMING TO IS:4270/2001 (GRADE-FE-410)

OR THEIR LATEST AMENDMENT(S).

IMPORTANT NOTES:

1. The rates must be according to the required tolerance as per Clause No. 42 of Technical Bid, Page-28.

2. The rates must be quoted F.O.R destination Central Store, Dehradun/ Haldwani including cost of materials, packing & forwarding charges, insurance charges and freight including loading and octroi etc., but are exclusive of inspection charges, which will be reimbursed by the department on production of documentary evidence. Statutory duties such as sales/trade tax, excise duty and any other Central, State Govt. levies which are to be shown separately and shall be payable as applicable as detailed below. However, unloading at the destination store(s), will be arranged by the consignee. Excise Duty and Trade Tax will not be paid on the FREIGHT ELEMENT.

3. The rates must be based on the prices of Steel H.R. Coils as on 01.03.2012 announced by S.A.I.L. (Ex-Plant Nett of Disc.).

4. Third party inspection charges by DGS&D/RITES/ or Any other Inspecting agency nominated from time to time by the department will be reimbursed on production of documentary evidence.

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

6. M.S. ERW Line Pipe nominal bore from 100 mm dia. to 350 mm dia. in random length in different wall thickness detailed below shall strictly be I.S.I marked and conforming to IS: 4270/2001 (Grade-FE-410) or their latest amendment(s).

Sl. No

NominalBore

in mm

O.D.in

mm

WallThick-ness

inmm

F.O.R. works basic rate per meter in Rs.

Freight per meter of pipe at Central Store, Dehradun/

Haldwani (Rs.)

In figure In Words In figure In Words

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

B IS : 4270/2001, FE - 410

1

100.00 114.30

5.0

2 5.4

3 6.0

4

125.00 141.30

5.0

5 5.4

6 6.0

-34-

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

7

150.00 168.30

5.0

8 5.4

9 7.1

10 8.0

11

175.00 193.70

5.4

12 6.0

13 6.4

14 7.1

15

200.00 219.10

5.4

16 6.4

17 7.1

18 8.0

19 10.0

20

250.00 273.10

7.1

21 8.0

22 10.0

23

300.00 323.90

7.1

24 8.0

25 10.0

26

350.00 355.60

8.0

27 10.0

28 12.0

29 14.0

30 125 mm x 3 Mtr. Length Both ends beveled at 450 with right angle faced having root gap 1.6mm plus/minus 0.8mm, internally and externally weld bead free in whole length ± 5 cm.

125 mm x 3Mtr.

141.30 5.4

Note: - 1) RATES ARE TO BE QUOTED IN FIGURES AND WORDS BOTH.

2) CONCESSIONAL CENTRAL SALES TAX/ TRADE TAX EXTRA WITHOUT FORM ‘C’ @.............. %.

3) EXCISE DUTY @................. % AND CESS TAX ON IT @.................. WILL BE EXTRA.

4) PERIOD OF VALIDITY OF OFFER: 150 DAYS.

SIGNATURE AND SEAL OF THE TENDERER

-35-

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

ANNEXURE-'1'

UNDERTAKING

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

the above authorized dealer in the same way as if it was supplied by us.2. That the materials will bear ISI Certification mark (wherever applicable) according

to the license issued to us vide letter no. ................... dated .................. which is valid upto .......... a photocopy of which will be supplied to the Jal Sansthan.

3. That in case any materials is found sub-standard or defective the same will be immediately replaced by the above authorized dealer failing which we ourselves undertake to replace such materials free of cost.

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

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

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

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

(Manufacturer)

* Undertaking to be filled up if applicable.

-36-

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 suppliers) 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 supplier have to furnish earnest money in the form of Bank Guarantee in the sum of Rs. ................................... and whereas the Bank has accordingly at request of the supplier agreed to furnish this guarantee.

NOW THIS DEED WITNESSES AS FOLLOWS: -

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

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

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

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

-37-

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

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

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

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

IN WITNESS WHEREOF

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

WITNEESS: -

1.

2.

Signed by for and on behalf of the Bank

-38-

POWER OF ATTORNEY

(ON STAMP PAPER OF RS. 100/-)

Where as M/s ............................. having its registered office at .............................. have executed General Power of attorney dated ................................. in my favour and where as pursuant to the said power of attorney I have been authorized to delegate all or any official of the company.

Whereas this power of attorney is made at........................................................ on the ................................. day of ................................. 2010 by M/s ................................. a company registered under the companies act 1956 having its Registered Office at ................................. (hereinafter called the company).

WHEREAS

The company manufactures and sells ................................. to various organizations including Uttarakhand Jal Sansthan. It is desirous to appoint an attorney who may submit quotations/ tenders enter into agreement and collect payments for and on behalf of the company.

NOW THIS DEED WITNESSES THAT

The company hereby appoints Shri ................................. Son of .................................................. Resident of ................................. to do and to execute for and on behalf of the said company, all or any of the following acts, deeds and things :-

1. To submit quotations/ tenders to Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Jal Bhawan, ‘B’ Block, Nehru Colony, Dehradun and to sign and deliver such quotations/tenders and such forms, declarations/agreements as may be required by Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun in connection with the supply of ................................. and to receive payments for such supplies from Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun.

2. To appear Uttarakhand Jal Sansthan authorities and to make representations, statements and do such other things as may be required for carrying out all the above activities.

The company hereby agrees that the lawful acts, deeds or things done or executed by the said attorney in execution these of powers shall be binding on the company.

In witness whereof this power of attorney has been signed by Shri ................................. (President/ Chairman/Managing Director) for and on behalf of the company by exercising such power given to him by a Power of Attorney in this favour. Signature of Shri ........................................................ is attested below.

For .............................................................President/Chairman/ Managing Directors / Others

WINTNESS NO – 1 ...............................................

WINTNESS NO – 2 ..............................................

ATTESTED

Signature of Shri ...........................................................................

-1-Annexure-2

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

UTTARAKHAND JAL SANSTHAN

FACTORY INSPECTION PERFORMA/GUIDELINES

Executive Engineer, Uttarakhand Jal Sansthan,

Dehradun

-2-

INFORMATION FILLED-UP BY THE MANUFACTURER

1. Name of the tenderer firm. _____________________

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

Tel. No…………………………

Fax. No…………………………

Email …………………………

Website…………………………

Place of business……………………..………………………

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

Tel. No…………………………

Fax. No…………………………

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

___________________________________________________________

Tel. No…………………………

Fax. No…………………………

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

departments into which it is divided, laboratory etc.)

Area _____________________________________

Covered Accommodation_________________________

Departments into which it is divided _________________________

Laboratory _________________________

Others _________________________

6. Name of Bankers and full address.__________________________________________________________

-3-

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

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

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

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

__________________________________________________________

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

__________________________________________________________

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

__________________________________________________________

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

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

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

__________________________________________________________

(c) Unskilled labour employed.__________________________________________________________

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

__________________________________________________________

-4-

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

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

__________________________________________________________

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

Name _____________________________Portfolio_____________________________

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

__________________________________________________________

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

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

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

23. Name of partners with their liabilities.__________________________________________________________

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

Date: SIGNATURE & SEAL OF MANUFACTURER

Address: NAME

DESIGNATION

-5-

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

THE FACTORY

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

2. Ownership documents or certified copies thereof.

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

(ii) Cash vouchers for plant and machinery.

(iii) Proof regarding ownership of stocks.

3. Income Tax Clearance certificate/ PAN Card.

(i) Applicant firm.

(ii) Proprietor.

(iii) Individual partners.

4. Central Sales Tax Registration certificate.

5. Value Added Tax Registration certificate.

6. Registration with Excise Department

7. A copy each of.

(i) Memorandum.

(ii) Articles of association.

(iii) Certificates of incorporation

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

8. List of sitting Directors.

9. Certified copy of the partnership deed.

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

contractual obligations.

11. The copy each of the following.

(i) The last annual report.

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

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

firm.

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

13. Certificate of Director of Industries.

14. IS : licenses.

-6-

15. Evidence regarding purchase of raw material.

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

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

17. Performance certificates.

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

individual or a register partnership firm?

Deeds or articles of association.

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

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

under the Act.

20. Partnership deed.

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

Original test certificates.

22. Any other document.

(i)

(ii)

(iii)

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

Date: SIGNATURE & SEAL OF MANUFACTURER

Address: NAME

DESIGNATION


Recommended