+ All Categories
Home > Documents > UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test...

UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test...

Date post: 20-Sep-2020
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
60
ATTACHMENT OF TENDER ENQUIRY Letter No. 1038 / TENDER NOTICE /12-13 Date: 06.11.12 Index - Page No. 1 to 3 Details of Contents - Page No. 1 to 32 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 laboratory furniture for setup of water quality testing (parameters as per IS: 10500) laboratories in various districts of Uttarakhand State for chemical and bacteriological testing of water quality on turnkey basis. Purpose of Tender:- Under Uttarakhand Jal Sansthan requires for measuring the various parameters of soluble components present in various sites of water sources of Uttarakhand, so the tender for Supply of laboratory furniture for Setup of water quality testing laboratories in any part of Uttarakhand State is invited on annual rate contract. Cost of tender document : Rs. 300.00 + 41.00 Earnest money to be deposited with the tender : Rs. 25,000.00 in the shape of (FDR/CDR/NSC/BG) Last Date of Sale/Downloading of tender document : 29.11.12 Date of opening tender : 30.11.12 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,
Transcript
Page 1: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

ATTACHMENT OF TENDER ENQUIRY

Letter No. 1038 / TENDER NOTICE /12-13 Date: 06.11.12

Index - Page No. 1 to 3 Details of Contents - Page No. 1 to 32

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 laboratory furniture for setup of water quality testing (parameters as per IS: 10500) laboratories in

various districts of Uttarakhand State for chemical and bacteriological testing of water quality on turnkey basis.

Purpose of Tender:- Under Uttarakhand Jal Sansthan requires for measuring the various parameters of soluble components present in various sites of water sources of Uttarakhand, so the tender for Supply of laboratory furniture for Setup of water quality testing laboratories in any part of Uttarakhand State is invited on annual rate contract.Cost of tender document : Rs. 300.00 + 41.00Earnest money to be deposited with the tender : Rs. 25,000.00in the shape of (FDR/CDR/NSC/BG)Last Date of Sale/Downloading of tender document : 29.11.12Date of opening tender : 30.11.12 at 4:00 p.m.Tender document issued to :M/s .................................................

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

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

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

Page 2: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

CONTENTS

S.No.

Description Page No.

Tender Notice. 1-2

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

3-11

Declaration Part – I 12

Declaration Part – II 13

Memorandum 14

Form of Experience 15

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

1. Definitions 16

2. Deposit 17

3. Security Clause 17

4. Encash of a Bank Guarantee 17

5. Mode of Submitting Tender 17-18

6. Submission of Documents 18

7. Signing of Tender 18-19

8. Important Notes 19

9. Vague Offer 19

10. Import License 19

11. Period for which Offer shall be Valid 19

12. Expiry of Validity of Documents 20

13. Validity 20

14. PAN 20

15. Papers Relating to Sales/Trade Tax 20

Page 3: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

16. Cancellation of Tender 20

17. Withdraw of Tender 20

18. Rejection of Defective Material 21

19. Supply/work 21-22

20. Date of Completion of Supply/work 22

21. Rates 22

22. Price Variation 23

23. Mode of Transportation 23

24. Transit Insurance 23

25. Octroi Charges 23

26. Bank Charges 23

27. Guaranteed Quantity 23

28. Force Majeure 23

29. Orders 24

30. Cancellation of Supply/work 24

31. Transfer of Agreement 24

32. Payment 24

33. Liquidated Damages etc. 24-25

34. Parallel Contract 25

35. Arbitration Clause 25

36. Applicable Law 25

37. Marking 26

38. Departmental Inspection and Test Certificates 26

Page 4: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

39. Test Certificate to be Submitted by the Firm 26

40. Address of the tenderer firm 26

Schedule 'A: Rates for Laboratory Furniture 27-28

Average Distance from Delhi (Capital of India) to specified destinations.

29

Annexure-1: Undertaking 30

Performa for B.G. Bond 31-32

Page 5: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-1-

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

Letter No. 1038 / Tender Notice /2012-13 Date: 06.11.12

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

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

No.EMD in Rs. Cost of tender + VAT

@ 13.50% in Rs. Last date of

Sale/Downloading of tender

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

(1) (2) (3) (4) (5)Annual Rate Contract for Supply, Installation, Testing and Commissioning (SITC) of following materials including related works on turnkey basis:-

40Plastic Bottles as per departmental drawing 10 and 20 liters capacity for chlorination in any part of Uttarakhand State.

50,000.00 300.00 + 41.00 05.12.2012 06.12.2012Basic Eligibility:- Only manufacturers of plastic bottles or agency authorised by manufacturers are allowed to take part in the above tender no. 40. Without authorization of principal manufacturer (in case of agency), the tender will not be issued/considered by the department in any case.

41

Annual Rate Contract for Installation, Testing and Commissioning (SITC) of M.S. Uttaranchal Koop (M.S. Uttaranchal Koop will be provided by the department) and related civil works with materials on turnkey basis in any part of Uttarakhand State:

50,000.00 300.00 + 41.00 05.12.2012 06.12.2012Basic Eligibility:- Only those contractors who are registered (for Pipe Line and CWR work) in Uttarakhand Jal Sansthan are allowed to take part in the above tender no. 41.

52Supply of laboratory furniture for setup of water quality testing (parameters as per IS: 10500) laboratories in various districts of Uttarakhand State for chemical and bacteriological testing of water quality on turnkey basis.

25000.00 300.00 + 41.00 29.11.2012 30.11.2012

53

Supply of laboratory glassware for setup of water quality testing (parameters as per IS: 10500) laboratories in various districts of Uttarakhand State for chemical and bacteriological testing of water quality on turnkey basis.

10000.00 300.00 + 41.00 29.11.2012 30.11.2012

54

Supply of laboratory instrument (i.e. Distillation plant, Autoclave, Incubator, Refrigerator, pH meter, Hot Air Oven, Precision Balance, Laminar Air Flow etc.) for setup of water quality testing (parameters as per IS: 10500) laboratories in various districts of Uttarakhand State for chemical and bacteriological testing of water quality on turnkey basis.

65000.00 300.00 + 41.00 29.11.2012 30.11.2012Basic Eligibility:- Only those firms are allowed to take part in tender no. 52 to 54 who has already supplied laboratory furniture/ glassware /equipments etc. in any Govt./Semi Govt. department of India.

55 Supply of Qunti-Tray Sealer and Colilert 18 Kits for Bacteriological Test for setup of water quality testing (parameters as per IS: 10500) laboratories in various districts of Uttarakhand State on turnkey basis.

100000.00 300.00 + 41.00 06.12.2012 07.12.2012Basic Eligibility:- Only manufacturer or agency authorised by manufacturer are allowed to take part in the above tender no. 55 Without authorization of principal manufacturer (in case of agency), the tender will not be issued/considered by the department in any case.Quantity Rate Contract for Supply, Installation, Testing and Commissioning (SITC) of following materials including related works on turnkey basis:-

45

SITC of Horizontal Centrifugal clear water pump, Beacon Weir make, Model-FNB 10 STG having discharge 310 LPM, head 265 Meters, speed 2900 RPM, with suitable rating TEFC induction motor, coupling, coupling guard, gauges (excluding base frame) including related works on turnkey basis at Main Pumping Station Sainj Gadhera under Salda pumping water supply scheme, Block Kot, District Pauri Garhwal. Quantity one set, estimated cost Rs. 5.95 lacs., Completion period of work four months.

11900.00 300.00 + 41.00 07.12.2012 08.12.2012Basic Eligibility:- Only manufacturer or agency authorised by manufacturer are allowed to take part in the above tender no.45. Without authorization of principal manufacturer (in case of agency), the tender will not be issued/considered by the department in any case. The above pump set is required for replacement.

56

Supply of MS Water Tanker 3.5 Kilo Liter Capacity with power pump assembly and sub frame assembly and to be mounted on Truck Chassis Eicher 10.75 Cabin & Chassis on 3350 MM Wheel Base 7450 KG GVW with BSIII Compliant E483 TCI-68-3 Engine (Truck Chassis will be provided by the department at Central Store, Mothrowala Road, Dehradun). Quantity three numbers. Completion period two months.

15000.00 300.00 + 41.00 10.12.2012 11.12.2012Basic Eligibility:- Only manufacturer/ Febrigators of Water Tenkers are allowed to take part in the above tender no. 56.

Page 6: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-2-

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. 1038 / Tender Notice /2012-13 Date: 06.11.12Copy 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/Pithoragarh.3. All Superintending Engineer, Uttarakhand Jal Sansthan, ................4. All Executive Engineer, Uttarakhand Jal Sansthan, ...............5. Notice Board.

Copy to the following with this request to publish this tender notice at the Govt. Rates on dated 07th or 08th

November, 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 tender notice in Hindustan (Hindi), Delhi Edition once in 290 sq.cm space.

7. M/s Alaknanda Advertising Pvt. Ltd., S-30, MDDA Colony, Nehru Puram, Kanwali Road, Dehradun (Tel: 0135-2620427, Mobile: 9639832968-Mr. Sanjay) to publish this tender notice in Indian Express (English), Delhi Edition once in 290 sq.cm space.

Sd/- Executive Engineer

Page 7: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-3-

TERMS & CONDITIONS FOR TENDERERSFor and on behalf of Uttarakhand Jal Sansthan, invites sealed tenders in two bid

system i.e. Technical Bid & Commercial Bid for execution of works 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 execution of following work:-

52

Supply of laboratory furniture for setup of water quality testing (parameters as per IS: 10500) laboratories in various districts of Uttarakhand State for chemical and bacteriological testing of water quality on turnkey basis.

25000.00 300.00 + 41.00 29.11.2012 30.11.2012

Submission of Tender:1. Only those firms are allowed to take part in this tender who has already supplied

laboratory instruments, glassware, furniture to the Govt./Semi Govt. department of India.

2. The space for setup of furniture at laboratories will be provided by the department and power points, water tap, wash basin etc. work shall be done by the department.

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

4. The last date for the submission of the “Tender" 30.11.12, in the official Tender document (in original) issued by the Executive Engineer, Central Store, Dehradun or downloaded through website http://ujs.uk.gov.in shall be duly filled in and signed by a duly authorized person and to be submitted to the office of the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun. The cost of downloaded tender document to be paid in the form of demand draft issued from nationalized bank payable at Dehradun in the name of Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun at the time of submission shall be attached with the tender document.

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

6. Earnest money in the following forms should invariably be put in a separate envelope along with separate envelopes of technical bid and commercial bid. All these three envelopes shall be put in a single envelope subscribed "Tender Notice No., Date of opening and Name of Article. It should be valid for 06 months from the date of opening of the tender. A photocopy of EMD can be retained by the tenderer for claiming the refund of the EMD after the entire procedure is completed. EMD of Rs. 25,000.00 in the form of F.D.R/ C.D.R/ N.S.C/B.G., issued from any Nationalised/ Scheduled Bank/ Post Office in India, duly pledged in the name of Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun shall be attached.

Page 8: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-4-

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

8. Tenderers must note it carefully that the such forms, Declaration Part-I, Declaration Part-II, Memorandums, Form of experience, Schedule-‘A’, Annexure-1 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.

9. 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.

10. In case, the date of opening of tender is declared a public holiday, the tenders shall be opened on the next working day.

11. 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.

12. Rates shall be quoted in prescribed tender documents purchased from the department or downloaded from the website by the firm 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.

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

14. Sales/Trade tax shall be payable as per Govt. rules and Form-‘16’ shall be issued by the department on written request of the firm.

15. Supply of material shall strictly be as per relevant specification.

16. Firm/Organization/Contractor will provide every thing at site which is necessary to setup of the furniture at laboratory like project manager, service engineer and technical staff and will arrange the necessary accommodation at their own cost. Department will not be responsible for any loss due to accident during the transportation or during the execution of the work.

Page 9: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-5-

17. If the Contractor shall fail finally to complete the work within prescribed period given in work order, the contractor shall pay or allow to the Department at the rate 0.5% per week of the total value of the work subjected to a maximum of 10% of the total value of work and also to get the balance work completed at the cost of contractor and contractor shall be blacklisted for the next three years and his earnest/security money laying with the department shall be forfeited.

18. All products under the work shall be warranted against any manufacturing defect, bad workmanship or faulty design, for a period of one year from the date of commencing and testing. In case of any manufacturing defect arises during this period, products shall be replaced by the tendering firm free of cost at destination site. In case of defects arising out of normal wear and tear the same shall be rectified/repaired by the tendering firm free of cost for a period of one year.

19. Quoting of rates for all items is essential for qualifying the tender failing which it shall, be summarily rejected.

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

21. The tenderer shall ensure that all the products to be incorporated in the work shall conform to tender specifications.

22. The tenderer is required to fulfill following technical/financial criteria to qualify the technical bid and necessary copies of orders/completion certificates will be submitted by the tenderer in support of fulfilling the following eligibility criteria:-

(a) The tenderer should have supplied laboratory instruments, glassware, furniture in single order of atleast ` 10 lacs in any Govt./Semi Govt. department of India.

Or

(b) The tenderer should have supplied laboratory instruments, glassware, furniture in two orders of atleast ` 5 lacs in any Govt./Semi Govt. department of India.

Or

(c) The tenderer should have supplied laboratory instruments, glassware, furniture in four orders of atleast ` 2.5 lacs in any Govt./Semi Govt. department of India.

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

Signature and Seal of the Tenderer

Page 10: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-6-

24. TECHNICAL BID

The tenderer/contractor firm is required to submit complete information about laboratory furniture for Setup of water quality testing laboratories as per relevant specifications and the following documents/certificates 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.

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

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

Correspondence address of tendering firm:

Phone No. (Landline/Mobile):

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

E-Mail Address(if applicable)

Website(if applicable)

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

Receipt No. or Bank Draft No.:

Date:

Rs.

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

Rs. 25,000.00 Rs.

EMD Valid upto

Name of Bank/Post Office

Page 11: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-7-

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

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

Proof to be enclosed by the

tenderer andRemark to be

written as Attached or

Not Attached1. Tenderer’s Central Sales Tax (CST)

Registration No.: Proof to be enclosed by the tenderer with the technical bid.(if applicable)

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

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

4. Tenderer’s Turnover certificates.Tenderer’s Minimum Turnover shall be Rs. 20.00 Lacs in each year, in any following three financial years in Indian Market. An Audited Balance sheet (only Turnover sheet) to be enclosed by the tenderer with the technical bid. Turnover sheet means- Profit & Loss A/c which reflects Sale of product. Year 2008-09 Rs.Year 2009-10 Rs.Year 2010-11 Rs.Year 2011-12 Rs.

5. Tenderer’s Performance Certificates. Performance certificate from Govt./Semi Govt. department where laboratory instruments, glassware, furniture have been supplied by tenderer, a certificate shall be issued from Govt./Semi Govt. department, not less than the Executive Engineer rank, in this regard that laboratory furniture have been supplied by the tendering firm are working satisfactorily to be enclosed by the tenderer with the technical bid.

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

Page 12: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-8-

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

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

Proof to be enclosed by the

tenderer andRemark to be

written as Attached or

Not Attached1. Tenderer’s Order copies of laboratory instruments, glassware,

furniture supplied.Order copies of laboratory instruments, glassware, furniture supplied to the Govt./Semi Govt. department in last three financial years. Order copies to be enclosed by the tenderer with the technical bid (if applicable).

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

Signature and Seal of the Tenderer

Page 13: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-9-

25. Technical Specification of Laboratory Furniture

The laboratory furniture mentioned in tender must have below specification.

Laboratory Furniture:The laboratory furniture should be modular in design, made of mainly 18 SWG CRCA/GI Sheet in panel form to get the best and full coverage of powder coating and in CKD – Completely Knocked Down construction so can be installed at site as per approved layout. Laboratory Modular Furniture includes Pedestal Frame Structure, Under Bench Storage Modules and Work Top / Surface.

IMPORTANT:All metal components / parts should be 7tanks pre-treated (with premium Chemicals and DM water) and 50-60 micron Epoxy Polyester Coated with Automatic robotic spray gun.

LAB FURNITURE:

Modular steel furniture should be designed as per the guideline of ISO/ SEFA Standards for convenient on the spot installation at laboratory site.

Fabrication (General):

1. It necessary that all CRCA/GI sheet components should be fabricated by Precision shearing leveling, notching, piercing, and machines to achieve Consolidated dimensions within close tolerances under the strict quality Checks and should be assembled with the aid of fixtures.2. Exposed welding marks should be polished smooth Improve aesthetic.3. Corner intersections of vertical and horizontal members should be in the same Plane with bolted joints and should be suitably aligned.4. Shutters and drawer-front should be in the same plane.

Technical Specification for Powder coating

1. Pre-Treatment:-All components received for powder coating should be processed through an eleven stage cleaning process. The powder used should be passed through a water softening plant where the total hardness of the product water is maintained at less than 5ppm of Ca and Mg. after each reaction step of degreasing / derusting/ phosphating is rinsed twice to ensure no carry over of any impurities in the next bath. The reaction baths are maintained on daily basis in keeping with the titration mechanisms as prescribed by the chemical manufacturer record of each bath analysis and additions of chemicals for the up keep are maintained. All the chemicals used in the phosphating process are purchased from good manufacturer.

2. Powder curing:-Powder coating should be done as specified by the powder manufacturer. The heating cycle should be maintained in order to have maximum number cross linkages so as to give the best corrosion resistance. Each oven should be calibrated through a traveling a traveling temperature tracer mechanism, which confirms the temperature uniformity in the oven with reference toThe dial temperature, the substrate temperature the air temperature and the body temperature at various points in side the oven.

Page 14: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-10-

3. Testing of Powder coating materials:

Pane from each batch of components processed are tested fora. Impact.b. Cross cut.c. Bending.d. Thickness.e. MEK test.f. Sault spray (type test conducted for every batch of materials Produced).

The following power points and fixing shall be done as below:

1. Chemical Balance, Size 2’6"x2’6"x2’6"ht 1 power point of 5/15 Amp2. Hot Air Oven, Size 16"x16"x16" ht and Size

2’6"x2’6"x2’6" ht1 power point of 5/15 Amp

3. Distillation Plant, Size 2’6"x2’6"x2’6"ht 1 power point of 5/15 Amp4. Refrigerator 65 Liter. 1 power point of 5/15 Amp5. Incubator, Size 18"x18"x24" ht and Size

2’6"x2’6"x2’6"ht1 power point of 5/15 Amp

6. Table for bacteriological analysis, Size 2’6"x2’6"x2’6"ht

1 power point of 5/15 Amp

7. Autoclave (to be placed on floor) 1 power point of 5/15 Amp8. Bench top ph meter 1 power point of 5/15 Amp9. Laminar Air flow (Bacteriological) 1 power point of 5/15 Amp

Signature and Seal of the Tenderer

Page 15: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-11-

COMMERCIAL BID

1. The tenderer are requested to quote firm and fix rates in Indian Rupees for each article as mentioned in the tender document Schedule-‘A’.

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

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

4. The rates in Schedule-‘A’ shall be quoted F.O.R destination in any part of Uttarakhand including cost of materials, basic excise duty, freight i.e. packing, forwarding, transit insurance charges, loading, unloading, octroi, installation etc. but are exclusive of statutory duties such as sales/trade tax without Form ‘C’ or any other Central, State Govt. levies which are to be shown separately in % and shall be payable as applicable.

5. The tenderer shall ensure that all the furniture to be incorporated in the work shall write the name of manufacturer in Schedule-‘A’ for every item rate quoted by tenderer.

NOTE:

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

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

(M) +91-9412058625

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

(M) +91-9411110575

Page 16: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-12-

DECLARATION PART-I

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

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

S.No.

Clause/ Sub-Clause No. Remarks

(i)(ii)(iii)

Date: SIGNATURE & SEAL OF TENDERER

Address: NAME

DESIGNATION

ON BEHALF OF

Page 17: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-13-

DECLARATION PART-II

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

The details of deposit of earnest money are given below.

S.No.

Description Amount Name of Issuing Bank/Post Office

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

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

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

Date: SIGNATURE & SEAL OF TENDERER

Address: NAME

DESIGNATION

ON BEHALF OF

Page 18: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-14-

MEMORANDUM

Supply of Laboratory Furniture for Setup of water quality testing laboratories in any part of Uttarakhand State

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

Page 19: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-15-

FORM OF EXPERIENCE

(TO BE FILLED BY THE TENDERER)

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

Details of laboratory instruments, glassware, furniture supplied to the Govt./Semi Govt. department by the firm/organization with their value till date.

S.No.

Order No and Date.

Address by whom order placed Financial Year Order Value in `

DATED: SIGNATURE AND SEALADDRESS OF THE TENDERER

Page 20: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-16-

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

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

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

1. DEFINITIONS

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

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

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

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

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

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

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

firm/organization/contractors and any firm/organization/contractor can be asked to supply/work any item, full or part requirement as given in Schedule-‘A’

g. SITE FOR SUPPLY OF LABORATORY FURNITURE FOR SETUP OF WATER QUALITY TESTING LABORATORIES - In any part of any district of Uttarakhand State.

Page 21: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-17-

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

in terms and conditions of this tender. General Manager shall have the right to enhance the amount of Earnest Money as and when required for Supply of Laboratory Furniture for Setup of water quality testing laboratories in any part of Uttarakhand State.

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 CLAUSE(a) The 10% security money as and when required by the department shall be

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

(b) The security deposited will be released after successful running of the total system for a period of one year from the date of completion of entire work. However, for release of security deposit, a certificate in respect of successful completion of performance period of one year, will be issued by Executive Engineer concern division to the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun.

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

firm/organization/contractor shall have the Bank Guarantee extended upto the period of 12 months after the date upto which the contract or the supply/work 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 firm/organization/contractor fails to do so, it will amount to a breach of the contract thereby entitling the S.E(M) to encash the Bank Guarantee.

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

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

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

Page 22: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-18-

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

Page 23: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-19-

(iii) Constituted attorney of the firm, if it is a company under the meaning of Company Law, a certified photo copy of the power of attorney should be attached.

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

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

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

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

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

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

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

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

Page 24: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-20-

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 ` 10.00 should accompany the tender. Please do not forget this as tender otherwise shall be liable to be ignored.

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

date of entering into contract but it can be terminated at any time and any stage by the S.E(M) during the validity of the contract without assigning any reason. No claim or damage on account of such termination of the contract shall be entertained.

b. The validity period can, however, be extended if the S.E(M) and the firm/organization/contractor both agree mutually.

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

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

15. PAPERS RELATING TO SALES/TRADE TAXa. Please mention sale/trade tax registration number of Uttarakhand or Central (Sales

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

clearance certificate (not older than 12 months) on the date of opening of tender in the form prescribed by sales/ trade 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/trade tax registration certificate issued by the competent authority failing which tenders shall be liable to be ignored.

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

acceptance letter. In case they fail to deposit the security by the specified date, the General Manager/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. WITHDRAW 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.

Page 25: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-21-

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 firm/organization/contractor at his own cost and risk within 30 days of receipt of notice to that effect. In addition to the replacement of the sub standard materials as aforesaid, the firm/organization/contractor shall be liable to pay to the department @ 2% of the cost of the materials so rejected and same shall be deducted from the bill of the firm/organization/contractor by the consignee.

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

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

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

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

19. SUPPLY/WORKa. 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 firm/organization/contractor to the consignee(s) directly under intimation to the S.E(M).

Page 26: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-22-

c. The materials ordered are to be dispatched by the firm/organization/contractor only after it has been checked that the materials fulfill all the tests and specifications referred to in this contract. The firm/organization/contractor 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 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 before guarantee period, the cost of the defective materials, along with all liabilities, expenditure will be payable by us on receipt of necessary intimation from the consignee.

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

e. In the event of any dispute between the firm/organization/contractor 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 firm/organization/contractor and as well as on the S.E(M).

g. In case of non-compliance of supply/work order firm shall be taken to blacklist for next three years in addition to penalty imposed under clause 33 and earnest/security money laying with the department shall be forfeited.

20. DATE OF COMPLETION OF WORKThe date of actual installation, commissioning and testing of furniture at destination laboratories shall be taken as the date of completion of work.

21. RATESThe rates for supply/work of materials as per attached specification and quoted in Schedule-‘A’ for each item are F.O.R destination in any part of Uttarakhand including cost of materials, basic excise duty, freight i.e. packing, forwarding, transit insurance charges, loading, unloading, octroi, installation etc. but are exclusive of statutory duties such as sales/trade tax without Form ‘C’ or any other Central, State Govt. levies which are to be shown separately in % and shall be payable as applicable. The rates should be quoted after taking into account the benefits accruing under MODVAT SCHEME. Any increase or decrease on the rate of Sales/Trade tax on the finished product shall be payable or recovered as the case may be. The Form-'16' if necessary shall be furnished to the firm/organization/contractor by the consignee on written demand of the firm/organization/contractor.

Page 27: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-23-

22. PRICE VARIATION(i) The prices as given in Schedule-‘A’ annexed hereto are firm and fixed.

(ii) The price will continue to operate even after the validity period of the Rate Contract till the date of delivery as mentioned under Clause 13-c. or as agreed between the S.E(M) and the firm/organization/contractor.The nominal delivery period for the firm/organization/contractors is 45 days, after receipt of dispatch instructions (D.I.) from S.E.(M). or respective consignee(s). If any firm/organization/contractor does not supply the materials under any circumstances, within delivery period, but if the price of materials decreases, decreased rates will be given.

23. MODE OF TRANSPORTATIONThe material shall be transported by road transport. However, unloading at the destination laboratories, will be arranged by the firm/organization/contractor.

24. TRANSIT INSURANCEThe firm/organization/contractor will deliver materials at specified destination laboratories, at his own risk, in good condition.

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

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

27. 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.

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

Page 28: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-24-29. ORDERS

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

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

31. TRANSFER OF AGREEMENTThe firm/organization/contractor 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 firm/organization/contractors transferring or assigning the order whole or part to anyone without permission, he shall be considered as having thereby committed a breach of agreement in question and shall make the supply/work order liable to be cancelled and the earnest money and security money shall be liable to be forfeited.

32. PAYMENT(a) 80% Payment will be made against delivery of furniture in full and good condition

at destination laboratories. (b) Balance 20% Payment of the furniture will be made after installation, testing &

commissioning of all furniture at destination laboratories. Following certificate to be submitted by the firm along with the bill issued by

the Executive Engineer, division concerned that “This is certify that all the furniture shown in Schedule ‘A’ supplied by the firm as per relevant specifications and installation of furniture done properly, furniture are O.K.”

33. 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 consignees 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 shall recover from the firm/organization/contractor the amount of liquidated damages from any money due to the firm/organization/contractor or from the sum held as earnest/security money or dues pending in Jal Sansthan. This recovery shall be @ 1% per day of the value of materials remaining to be supplied at the end of due date for completion of supply upto a maximum of 25 days during which the supply is not completely affected.

b. Further on the expiry of 25 days after the due 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 firm/organization/contractor, who, in addition to the aforesaid liquidated damage shall be liable to pay loss or damage caused by the said purchase.

Page 29: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-25-

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

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

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

f. General Manager may for go the whole or part of the liquidated damage on the circumstances beyond the control of the firm/organization/contractor due to which supplies/work can not be completed.

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

35. ARBITRATION CLAUSEa. In case of any dispute between the firm/organization/contractor and the consignee

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

b. In all cases where the amount of the claim in dispute is ` 50,000.00 (` 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.

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

Page 30: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-26-

37. MARKINGLaboratory furniture shall have indelibly painted Manufacturer's Name on it.

38. DEPARTMENTAL INSPECTION & TEST CERTIFICATESIf required, Laboratory furniture shall be duly tested for their performance at works/premises of the tendering firm, prior to its dispatch by the authorised representative of department. A test report bearing signature of Authorised Representative of tendering firm and Inspecting Officer of Department shall be attached by firm with the dispatched documents of each consignment.

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

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

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

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

PHONE /FAX NO./E-MAIL

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

2. WORKS ADDRESSES AND THEIR PHONE NO.

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

Page 31: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-27-

(SCHEDULE-‘A’- RATES )

Rates of the Furniture for Setup of water quality testing laboratories in any part of Uttarakhand State

IMPORTANT NOTES1. The rates shall be quoted for F.O.R destination in any part of Uttarakhand including

cost of materials, basic excise duty, freight i.e. packing, forwarding, transit insurance charges, loading, unloading, octroi, installation etc. but are exclusive of statutory duties such as sales/trade tax without Form ‘C’ or any other Central, State Govt. levies which are to be shown separately in % and shall be payable as applicable.

2. The quantity of materials/work can vary upto any extent on either side.3. Supplied Material shall strictly be as per relevant specification mentioned in tender

document.Furniture for one Laboratory

Sl. No.

Item Make Qty Unit Rate per Unit F.O.R destination in any part of

Uttarakhand `In Figs. In Words

(1) (2) (3) (4) (5) (6) (7)1. Laboratory Table, Table Size

6’0"x2’6"x3’ ht 02 No.2. Table for bacteriological

analysis, Size 2’6"x2’6"x2’6"ht 01 No.

3. Half Secretariat Table, Size 4’0"x2’6"x2’6" ht 01 No.

4. Steel Almirah Size 78"x36"x18" ht 01 No.

5. Wooden Rack, Size 48"x12"x60" 01 No.

RATES ARE TO BE QUOTED BOTH IN FIGURES AND WORDS – F.O.R destination in any part of Uttarakhand including cost of materials, basic excise duty, freight i.e. packing, forwarding, transit insurance charges, loading, unloading, octroi, installation etc. but are exclusive of statutory duties such as sales/trade tax without Form ‘C’ or any other Central, State Govt. levies which are to be shown separately in % and shall be payable as applicable.If, Taxes/ Levies to be charged extra on the above quoted rates, shall be clearly mentioned in percentage.

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

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

3. Period for Validity of offer 150 days:

Signature and Seal of the Tenderer

Page 32: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-28-

The following power points and fixing shall be done as below:1. Laboratory Table, Size 6’0"x2’6"x3’ ht 2 power points of 5/15 Amp2. Chemical Balance, Size 2’6"x2’6"x2’6"ht Top surface properly leveled and finished with

marble on concrete slab resting on brickwork3. Hot Air Oven, Size 16"x16"x16" ht and

Size 2’6"x2’6"x2’6" ht1 power point of 5/15 Amp

4. Distillation Plant, Size 2’6"x2’6"x2’6"ht 1 power point of 5/15 Amp5. Refrigerator 165 Liter. 1 power point of 5/15 Amp6. Incubator, Size 18"x18"x24" ht and Size

2’6"x2’6"x2’6"ht1 power point of 5/15 Amp

7. Incubator, Size 14"x14"x14" ht and Size 2’6"x2’6"x2’6"ht

1 power point of 5/15 Amp

8. Table for bacteriological analysis, Size 2’6"x2’6"x2’6"ht

1 power point of 5/15 Amp

9. Autoclave (to be placed on floor) 1 power point of 5/15 Amp10. Half Secretariat Table, Size

4’0"x2’6"x2’6" htMade of steel with wooden top

11. Steel Almirah Size 78"x36"x18" ht12. Wooden Rack, Size 48"x12"x60" Shelves at 9" interval

• Laboratory table top should be finished with acid proof ceramic tiles.

• Autoclave may be placed in a separate room with tap water facility where suitable space

is available.

A space of 2’6"x2’6" is required for the purpose.

• All tables may be made by concrete slab over brickwork with intermediate shelves for

storing of chemicals and glass wares. Front portion to be covered with door having

locking facility.

• Laboratory sink shall be of porcelain with two taps, one ordinary bib cock to be used for

washing purpose and the other with a threaded bib cock to be used for the distillation

plant. It will be advantageous if a separate small sink is provided for the distillation plant.

• Separate rubber sandals shall be used in the laboratory.

Signature and Seal of the Tenderer

Page 33: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-29-

Average Distance from Delhi (Capital of India) to district headquarters are shown as below for guidance of tenderer, Rates shall be quoted accordingly.

S.No. From To Km. Track1. Delhi Dehradun 250 Plain Area2. -do- Haridwar 180 Plain Area3. -do- Rudraprayag 355 200 km. Plain

and 155 Km. Hill Area

4. -do- Gopeshwar (Chamoli)

405 200 km. Plain and 205 Km.

Hill Area5. -do- New Tehri town 296 200 km. Plain

and 96 Km. Hill Area

6. -do- Uttarkashi 400 200 km. Plain and 200 Km.

Hill Area7. -do- Pauri 350 204 km. Plain

and 146 Km. Hill Area

8. -do- Nainital 270 240 km. Plain and 30 Km. Hill Area

9. -do- Udham Singh Nagar

293 Plain Area

10. -do- Almora 381 250 km. Plain and 131 Km.

Hill Area11. -do- Bageshwar 444 250 km. Plain

and 194 Km. Hill Area

12. -do- Pithoragarh 468 250 km. Plain and 218 Km.

Hill Area13. -do- Champawat 452 250 km. Plain

and 202 Km. Hill Area

Signature and Seal of the Tenderer

Page 34: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-30-

ON NON-JUDICIAL STAMP PAPER OF ̀ 10/-

ANNEXURE-'1'

UNDERTAKING

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

the above authorized dealer in the same way as if it was supplied by us.2. That the materials will bear ISI/ISO 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 towards 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/work the quantity guaranteed by the above authorized dealer so that the Jal Sansthan is able to get the required quantities according to the delivery schedule given by the Jal Sansthan. In case of failure of the authorized dealer we ourselves undertake to supply/work the materials at the prices quoted by the authorized dealer. The necessary adjustment in prices, if any, will be settled by us with the authorized dealer directly.

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

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

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

(Manufacturer)

* Undertaking to be filled up if applicable.

Page 35: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-31-

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

And Whereas in accordance with the tender notice the firm/organization/contractor have to furnish earnest money in the form of Bank Guarantee in the sum of ` ................................... and whereas the Bank has accordingly at request of the firm/organization/contractor agreed to furnish this guarantee.

NOW THIS DEED WITNESSES AS FOLLOWS: -

1. In consideration of the premises the bank hereby undertakes to pay on demand to the Jal Sansthan the sum of ` ...............................( ` .............................................. 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 firm/organization/contractors have committed breach or breaches, if any, of the terms and conditions of the said tender documents/contract and the extent of losses, damages, cost, charges, expenses caused to or suffered by or that may be caused to or suffered by the Jal Sansthan from time to time shall be final and binding on the bank and Secondly that the right of the Jal Sansthan to recover from the bank any amount under this guarantee shall not be effected or suspended by reason of the fact that any dispute or disputes have been raised by the firm/organization/contractors with regard to their liability or the proceedings are pending before any tribunal, arbitrator quote with regard there to or in connection there with, and thirdly that the bank shall immediately pay the summoned clause to the Jal Sansthan on demand and it shall not be open to the bank to know the reasons of or to investigate or to go into the merits of the demands or to question or to challenge the demander to know any facts effecting the demand and lastly i.e. shall not be open to the bank to require proof of the liability of the firm/organization/contractor to pay the amount before paying the sum demanded under clause above.

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

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

Page 36: UTTARANCHAL JAL SANSTHANujs.uk.gov.in/upload/tenders/Tender-70.doc  · Web view39. Test Certificate to be Submitted by the Firm 26 40. Address of the tenderer firm 26 Schedule 'A:

-32-

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

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

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

............. but if the period of the tender/contract is, for any reason, extended and upon such extension if the firm/organization/contractors failed to furnish fresh or renewed guarantee for the extended period, the bank shall pay to the Jal Sansthan the said sum of ` ........................ 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


Recommended