ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender...

41
ATTACHMENT OF TENDER ENQUIRY Letter No. 1034/ TENDER NOTICE /08-09 Date: 03.02.09 Index - Page No. 1 to 2 Details of Contents - Page No. 1 to 38 UTTARAKHAND JAL SANSTHAN ORIGINAL Tender Document With General Guidelines and Instructions OFFICE OF THE EXECUTIVE ENGINEER, CENTRAL STORE, UTTARAKHAND JAL SANSTHAN, JAL BHAWAN, 'B' BLOCK, NEHRU COLONY, DEHRADUN-248001 Tender document for the: Rate Contract for Construction of Infiltration Well type Hand Pump (Risavdar Kunwa) in hill districts of Uttarakhand. Cost of tender document : Rs. 300.00 + 12.5%VAT Earnest money to be deposited with the tender : 10,000.00. Date of opening tender : 28-02-09 at 4:00p.m Tender document issued to: M/s ................................................. ................................................. ................................................. Dated: Executive Engineer Note: - 1. Rs. 100.00 will be charged extra towards postal charges if tender document is desired by post. 2. This tender document (in original) issued by the Executive Engineer, Central Store, Dehradun duly filled in and signed by tenderer should be submitted with the technical bid otherwise opening of the commercial bid shall not be considered. 3. Downloaded tender document through website duly filled in and signed by tenderer should be submitted along with tender document fee and earnest money in due date and time positively, in the office of the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun with the technical bid otherwise opening of the commercial bid shall not be considered.

Transcript of ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender...

Page 1: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

ATTACHMENT OF TENDER ENQUIRY

Letter No. 1034/ TENDER NOTICE /08-09 Date: 03.02.09

Index - Page No. 1 to 2

Details of Contents - Page No. 1 to 38

UTTARAKHAND JAL SANSTHAN

ORIGINAL

Tender Document With

General Guidelines and Instructions

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

NEHRU COLONY, DEHRADUN-248001

Tender document for the: Rate Contract for Construction of Infiltration Well type Hand Pump (Risavdar Kunwa) in hill districts of Uttarakhand.

Cost of tender document : Rs. 300.00 + 12.5%VAT Earnest money to be deposited with the tender : 10,000.00. Date of opening tender : 28-02-09 at 4:00p.m Tender document issued to: M/s ................................................. ................................................. ................................................. Dated:

Executive Engineer Note: - 1. Rs. 100.00 will be charged extra towards postal charges if tender document is

desired by post. 2. This tender document (in original) issued by the Executive Engineer, Central

Store, Dehradun duly filled in and signed by tenderer should be submitted with the technical bid otherwise opening of the commercial bid shall not be considered.

3. Downloaded tender document through website duly filled in and signed by tenderer should be submitted along with tender document fee and earnest money in due date and time positively, in the office of the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun with the technical bid otherwise opening of the commercial bid shall not be considered.

Page 2: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

CONTENTS

S.No. Description Page No. Tender Notice. 1 Tender Notice. 2-6 Objective of this tender and proposal for achievement of the

objective 7-8

Declaration Part – I 9 Declaration Part - II 10 Memorandum 11 Form of Experience 12 GENERAL GUIDE LINES, INSTRUCTIONS,

SPECIFICATIONS, TERMS AND CONDITIONS FOR TENDERERS

13-20

1. Definitions 13

2. Deposit Earnest Money 13-14

3. Security Clause 14

4. Encash of a Bank Guarantee 14

5. Mode of Submitting Tender 14-15

6. Submission of Documents 15

7. Signing of Tender 15

8. Vague Offer 15

9. Period for which Offer shall be Valid 15

10. Expiry of Validity of Documents 16

11. Validity 16

12. PAN 16

13. Cancellation of Tender 16

14. Withdrawl of Tender 16

15. Penalty of Defective Work(s) 16-17

Page 3: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

16. Date of Completion of work 17

17. Rates 17

18. Insurance 17

19. Bank Charges 17

20. Completion Period 17

21. Force Majeure 18

22. Work Order 18

23. Cancellation of Order 18

24. Transfer of Agreement 18

25. Payment 18

26. Liquidated Damages etc. 19

27. Parallel Contract 19

28. Arbitration Clause 19-20

29. Applicable Law 20

30. Address of the volunteer agency/contractor 20 Guide Lines & General Specification for Civil Works 21-28 Specification of Materials to be used in the Work 29 Schedule 'G' (Rate Contract for Construction of Infiltration Well

type Hand Pump (Risavdar Kunwa) in hill districts of Uttarakhand)

30-33

Annexure-1 : Check List 34 Performa for B.G. Bond 35-36 Self Certification 37 Drawing of Infiltration Well type Hand Pump (Risavdar Kunwa) 38

Page 4: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

Office of the Executive Engineer, Central Store, Uttarakhand Jal Sansthan,

Jal Bhawan, 'B' Block, Nehru Colony, Dehradun.

Letter No. 1034 / TENDER NOTICE /08-09 Date: 3/02/09

Tender Notice

For and on behalf of Uttarakhand Jal Sansthan, the office of Executive Engineer, Central Store, Dehradun, invites sealed tenders in two bid system i.e. Technical Bid & Commercial Bid for Construction of Infiltration Well type Hand Pump in Uttarakhand from only experienced volunteer agencies who have already worked in construction of Infiltration Well type Hand Pump. This work is specific and need special attention, so only experienced and well known persons are only need to participate in the bid.

Tender

No.

EMD in Rs. Cost of tender + VAT @

12.50% in Rs.

Last date of Sale of tender & Uploading

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

on same date Rate Contract for Construction of Infiltration Well type Hand Pump in various districts of Uttarakhand.

42

10,000.00 300.00 27.02.09 28.02.09 Terms and Conditions: 1. For full & further details kindly visit our website http://gov.ua.nic.in/ujs or http://www.uttara.in. Tender document can be downloaded from our website or can be purchased from department. Cost of downloaded tender document has to be paid at the time of submission in the form of demand draft. If the tender is required by post in India, an additional sum of Rs. 100/- (Rs. One Hundred Only) shall be charged extra. Uttarakhand Jal Sansthan will not be responsible for postal delay. 2. The undersigned shall have authority to accept or reject any or all the tenders without giving any reasons thereof. 3. Tender document will be sold to only those volunteer agencies who has executed infiltration well type hand pump in Uttarakhand. Tenderer have to produce experience certificate at the time of purchase of tender document. 4. Conditional/Telegraphic/Telephonic/Fax/E-mail offer shall not be entertained.

Sd/- Executive Engineer Central Store

Not for Publication.

Letter No. 1034 / TENDER NOTICE /08-09 Date: 03/02/09

Copy to the following for information and necessary action: 1. Chief General Manager, Uttarakhand Jal Sansthan, Dehradun. 2. Advertising Manager, M/s Sharad Advertising Agency, Shanti Vihar, Near Telephone

Exchange, Govindgarh to publish this tender notice once in Amar Ujjala (Hindi) and Dainik Jagran (Hindi) in minimum space at the DAVP/Govt. rates on dated 05 or 06 February 2009. The payment shall not be made for misprinting or indistinctly printed or published after due date. The copy of R.O. and original copy of News Paper(s) published shall be submitted with the bill at the time of payment.

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

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

Executive Engineer Central Store

Page 5: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-2-

TENDER NOTICE

For and on behalf of Uttarakhand Jal Sansthan, the office of Executive Engineer, Central Store, Dehradun, invites sealed tenders in two bid system i.e. Technical Bid & Commercial Bid for Construction of Infiltration Well type Hand Pump (Risavdar Kunwa) in Uttarakhand from only experienced volunteer agency/contractor who have already worked in construction of Infiltration Well type Hand Pump (Risavdar Kunwa). This work is specific and need special attention, so only experienced and well known persons are only need to participate in the bid.

Tender No.

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

in Rs.

Last date of Sale of tender & Uploading

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

Rate Contract for Construction of Infiltration Well type Hand Pump in hill districts of Uttarakhand.

31

10,000.00 300.00 27.02.09 28.02.09

Submission of Tender:- 1. Only experienced volunteer agency /contractor who have already worked in

construction of Infiltration Well type Hand Pump in Uttarakhand /Himachel Pradesh/Jammu & Kashmir are allowed to take part in the bid.

2. The tender should be submitted on the basis of two bid system, subscribed envelope 'A' "Technical Bid" and envelope 'B' "Commercial Bid" both the envelopes shall be put in a single cover subscribed "Tender Notice No. and Date, Name of Article.

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

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

5. Earnest money in the following forms should invariably be put in a separate envelope with the technical bid. It should be valid for 12 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. 10,000.00 in the form of F.D.R/ C.D.R/ N.S.C/BG, 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.

6. 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.

Page 6: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-3-

7. Tenderers must note it carefully that the such forms, Declaration Part-I, Declaration Part-II, Memorandums, Form of experience, Schedule 'G’ & Annexure-1 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. 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.

9. 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.

10. Rates shall be quoted in prescribed tender documents that will be purchased from

the department or downloaded from the website by the volunteer agency /contractor. If rate quoted in any other paper or a letter pad shall be in the format of schedule 'G’ as per tender document.

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

12. Trade tax/Income tax/Service Tax as applicable will be deducted according to

Govt. rules and regulations by the department from the bill at the time of payment. Certificate of same shall be issued to the volunteer agency/contractor.

13. The envelope ‘A’ shall be first opened and if it is found in order as per terms and

conditions of the tender document, then the envelope 'B' containing the bids shall be opened and rates announced otherwise the bid will be rejected.

14. Material to be used for construction of Infiltration Well type Hand Pump, ISI

marked hand pump with accessories shall be conformed to relevant specifications and purchased from approved manufacturers.

15. Supply of ISI marked hand pumps with accessories and their installation shall be

done by the same successful tenderer.

16. The department shall have authority to award work on turnkey basis i.e. construction of Infiltration Well type Hand Pump including materials in hill districts of Uttarakhand to any or all the successful tenderers, time to time as required. No claim will be entertained on this account.

17. The work shall be started within 1 week after the award and completed within one

month each Infiltration Well type Hand Pump from the date of start.

Page 7: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-4-

18. On the completion of the excavation work upto specified or required depth, if the discharge available is too less or not sufficient to meet the requirement of drinking water of habitation i.e. if the well is declared failed. Work will be stopped and the contract shall be treated as finished and only payment for the actual quantity of executed work shall be made to the volunteer agency /contractor and no other claim whatsoever shall be entertained. It will be the responsibility of volunteer agency /contractor to cover the pit by the excavated soil and boulders upto ground level to avoid accident and bring the ground level in original position.

19. In case of any accident at site like human loss, failing of tools or equipments etc.

in the well, the department shall not be responsible and will not compensate for loss of human, T&P, equipment and the rectification shall be solely responsibility of the volunteer agency /contractor. The contractor/agency must be vigilant to perform the works in such dangerous situation to avoid any human loss. It is advised at the time of excavation, proper scaffolding and timbering or necessary arrangements should be done at the site of work.

20. Quoting of rates for all items is essential for qualifying the tender failing which it

shall, be summarily rejected. 21. The tenderer shall quote the rates of all items separately as mentioned in Schedule

‘G’. However the department shall have the ultimate authority to finalize the lowest rates separately quoted by each bidder, therefore the lowest bidder shall be calculated on the basis of each item rate and not on the basis of overall rate quoted by the bidder. Hence it may be possible that lowest individual bidder may not be treated as the lowest bidder.

22. Validity of quoted rates shall be for one year from the date of entering into the

agreement.

23. Volunteer agency/contractor will provide every thing at site which is necessary to execute the work like ISI marked hand pump (complete assembly), T&P, equipments, technical staff and labours etc and will arrange the necessary labour facility and accommodation at their own cost. It will be the sole responsibility of the volunteer agency/contractor to transport the materials like ISI marked hand pump (complete assembly), T&P, and equipments etc at site at their own cost. Department will not be responsible for any loss due to accidents during the transportation or during the execution of the work.

24. The water for the purpose of work at site shall be arranged by the volunteer

agency/contractor at their own expenses. 25. Conditional/ Telegraphic/ Telephonic/ Fax/E-mail offer shall not be entertained.

Page 8: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-5-

TECHNICAL BID

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

(a) Name of Volunteer Agency. (b) Correspondence address. (c) Only those Tenderers will be treated as qualified who have

successfully constructed infiltration well type hand pump works (risavdar Kunwa) of 10 numbers in each year for a period of not less than two years. An experience certificate shall be submitted by the tenderer in support of already works executed and those who have the knowledge of water conservation and have done the construction works, recharge of water sources, percolation wells.

(d) The volunteer agency/contractor shall furnish the name of firms/manufacturers from where the material of hand pumps shall be arranged.

(e) Allotment of works will be done strictly on the basis of policy finalized by the department, no claim of choice will be entertained from any successful bidder.

(f) Service Tax registration. (g) Photocopy of PAN. (h) EMD Rs. 10,000.00 in the shape of F.D.R/C.D.R/N.S.C.B.G. (i) Rs. One Hundred Non-Judicial Stamp with Rs. 1.00 Revenue Ticket.

27. The tenderer should have to submit guarantee certificates for ISI marked hand

pumps (complete assembly) at-least for a period of 12 months from the date of installation. It will be the responsibility of the tenderer to replace defective parts or complete assembly free of cost within a week after receiving information from the department within guarantee period.

28. All certificates or documents required to be submitted with the tender should also

be self attested duly and attached firmly with tender form.

29. On completion of the work and commissioning of the Infiltration Well type Hand Pump, a completion report giving details of the Infiltration Well type Hand Pump will be handed over to the villagers with the help of consultant/ volunteer agency/contractor and Uttarakhand Jal Sansthan.

Page 9: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-6-

COMMERCIAL BID

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

31. The rates should be clearly mentioned in figures as well as in words. 32. The rates will not be subject to any escalation at a later stage.

33. The rates given in Schedule ‘G’ for the work for each items shall be F.O.R

destination i.e. work site including cost of ISI marked hand pump (complete assembly) and other materials, insurance charges, octroi, freight, also inclusive of trade tax, BEd, Edu.cess and any other levies etc. which are payable as applicable on materials and other construction works i.e. installation charges of ISI marked hand pump and civil works including service tax as applicable.

34. The volunteer agency/contractor are advised to quote the rate considering

according to site for the construction of infiltration well type hand pump shall be allotted to the volunteer agency/contractor by the department anywhere in Uttarakhand the village site may be nearer or far from motor road.

35. No other document will be attached with the commercial bid.

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-15) (M) +91-9411110575

Page 10: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-7-

OBJECTIVE OF THIS TENDER

Uttarakhand Jal Sansthan has received a grant from state sector for construction of Infiltration Well type Hand Pump (Risavdar Kunwa)s towards the cost of rural water supply. Uttarakhand Jal Sansthan is the implementing entity for the above mentioned project.

The objective of the program is to improve the effectiveness of Water Supply

Services through decentralization and increase role of villagers and involvement of local communities in the areas where water scarcity is prevailing. The project is also expected to bring associated benefits including improvement of health, resulting to reduce water borne diseases, environmental sustainability through protection and management of water catchment areas, time saving in fetching water.

PROPOSAL FOR ACHIEVEMENT OF THE OBJECTIVE

The selection of place to construct the infiltration well type hand pump will be provided by Uttarakhand Jal Sansthan after mutual agreement with the consultant appointed by the department to pin point after geo-scientific survey and consultant will also provide supervisory role, monitoring of process and also training to the villagers for future maintenance of well.

The consultant will conduct concurrent monitoring of the planning process. The

key activities that are to be monitored are given below: The selection of the scarcity villages/habitations will be given by Uttarakhand Jal

Sansthan. These selected scarcity villages/habitations shall not be on the motor road sites and only those villages will come within the category which are far from motor road.

1. The consultant will survey the villages/habitations and investigate the scope of

construction of Infiltration Well type Hand Pump. 2. The consultant will make and submit the feasibility report of the survey after

investigation of the sites with the distances marked from the various places of the villages/habitations.

3. The investigation process of hydrology status, availability of discharge on the

surface and general physical appearance of the site with photographs must be mentioned in feasibility report.

4. After investigation, the recommendations and possibility of construction of

Infiltration Well type Hand Pump must be clear in the report. 5. After successful investigation construction work of Infiltration Well type Hand

Pump will be carried out by the agency/volunteer agency/contractor selected/fixed by Uttarakhand Jal Sansthan.

Page 11: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-8-

6. After digging of well initial available or expected discharge will be measured by

the consultant in the presence of agency/volunteer agency/contractor who is digging the well. After mutual discussion/satisfaction of the consultant and Engineer Incharge, report will be submitted, for further construction work on the basis of feasibility report, draft letter will be issued by the Uttarakhand Jal Sansthan to consultant and deputed agency/volunteer agency/contractor for further work of the well.

7. At the time of construction, the consultant will be responsible for all the technical

support to the Volunteer agency/contractor/Agency or villagers. 8. These all works from initial investigation upto the commissioning of the work

will be done with community participation. 9. The consultant will be responsible to educate the habitants with the health,

hygiene, catchment area protection & sanitary conditions, education, training for the operation, repair and maintenance of the Infiltration Well type Hand Pump.

10. The consultant and volunteer agency/contractor will be responsible to handover

the property constructed (Infiltration Well type Hand Pump) through Uttarakhand Jal Sansthan to the villagers.

11. On the completion of the excavation work upto specified or required depth, if the

discharge available is too less or not sufficient to meet the requirement of drinking water of habitation i.e. if the well is declared failed only payment for digging and refilling of earth in the well will be carried out to the volunteer agency/contractor or agency fixed by the department.

12. The volunteer agency/contractor should be well acquainted with labour laws. He

shall be responsible for all disputes for claims arising due to any reasons. The department will not be responsible for any claim arising under labour laws.

13. On completion of the work and commissioning of the Infiltration Well type Hand

Pump, a completion report giving details of the Infiltration Well type Hand Pump will be handed over to the villagers with the help of consultant/ volunteer agency/contractor and Uttarakhand Jal Sansthan.

Page 12: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-9-

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 13: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-10-

DECLARATION PART-II

I/We deposit herewith as earnest money Rs. ................ (Rs..............................) in following form as specified in terms and conditions of this tender. I/We also agree to deposit required security money as per terms and conditions of this tender. The details of deposit of earnest money are given below. S.

No. Description Amount Name of Issuing

Bank 1. FDR/CDR/NSC No. & Date of any

Nationalized /Scheduled Bank/Post Office in India.

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

Date: SIGNATURE & SEAL OF TENDERER Address: NAME DESIGNATION ON BEHALF OF

Page 14: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-11-

MEMORANDUM

For Construction of Infiltration Well type Hand Pump (Risavdar Kunwa) If my/our offer is accepted, I/We hereby agree to abide and fulfill the terms and conditions annexed hereto and within 15 days of the date of receipt of an information of acceptance of my/our offer from the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun we shall communicate in writing my/our acceptance of such offer and shall also execute an agreement embodying the conditions hereto attached. I/We also agree that the drawings, specifications, terms and conditions set forth in the offer from the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun together with its acceptance thereof in writing by me/us shall be the agreement. I/We further agree that in the event of my/our failure to convey my/our acceptance of the offer from the said Executive Engineer, Central Store within 15 days (Fifteen days) of its receipt as above, it will be open to the said Executive Engineer, Central Store to withdraw the offer and forfeit the earnest money deposited by me/us. Date: The .................... day of ......................20 TENDERER: SIGNATURE & SEAL : NAME : ADDRESS : WITNESS: SIGNATURE : NAME : ADDRESS :

Page 15: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-12-

FORM OF EXPERIENCE

(TO BE FILLED BY THE TENDERER)

I/ we .................................................................................................................................. have constructed Infiltration Well type Hand Pump (Risavdar Kunwa) noted below for various organizations to their entire satisfaction. We also enclose true copies of certificates of our experience. S.

No. Order No and Date.

Address by whom order placed

Details of constructed

Infiltration Well type Hand Pump

ordered

Value of constructed

Infiltration Well type Hand Pump

ordered

DATED: SIGNATURE AND SEAL ADDRESS OF THE TENDERER

Page 16: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-13-

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

GENERAL GUIDE LINES, INSTRUCTIONS, SPECIFICATIONS, TERMS AND

CONDITIONS FOR TENDERERS Please carefully go through these papers and ensure compliance as non-compliance of any of these conditions may make your offer invalid. 1. DEFINITIONS a. UTTARAKHAND JAL SANSTHAN Uttarakhand Water Supply and Sewage Department (herein called the "Jal Sansthan"). b. CHIEF GENERAL MANAGER

Chief General Manager of Uttarakhand Jal Sansthan means time being incharge of Uttarakhand Jal Sansthan, Uttarakhand (herein called the "C.G.M.").

c. FINANCE DIRECTOR

Finance Director of Uttarakhand Jal Sansthan means time being incharge of Uttarakhand Jal Sansthan, Uttarakhand (herein called the "F.D").

d. GENERAL MANAGER General Manager of Uttarakhand Jal Sansthan, means time being incharge of Uttarakhand Jal Sansthan, Uttarakhand for Dehradun/Garhwal/Kumoun Region (herein called the "G.M")

e. SUPERINTENDING ENGINEER (MATERIAL) Superintending Engineer (Material), Uttarakhand Jal Sansthan, Uttarakhand means time being incharge of the stores, who after approval of itemwise rate(s) by competent authority, will circulate the rate(s) to concerned division(s) (herein called “S.E(M)”).

f. ENGINEER INCHARGE & PAYMENT AUTHORITY Executive Engineer, Uttarakhand Jal Sansthan for the time being in charge of respective division(s), where work will be executed, will be responsible for execution of the contract with the successful tenderer(s), release of work(s) order, execution of work(s) and release of payment (here in called “Engineer Incharge/Executive Engineer”).

g. VOLUNTEER AGENCY/CONTRACTOR The party(ies) with whom the contract may be entered and order(s) for the work construction of Infiltration Well type Hand Pump be placed under this contract by the Executive Engineer.

h. SITE OF WORK

The site of the work will be allotted to the volunteer agency/contractor by the department for construction of Infiltration Well type Hand Pump anywhere in hill districts of Uttarakhand State i.e. Champawat, Pithoragarh, Almora, Bagheswar, Nainital, Chamoli, Rudrapryag, Pauri, Tehri, Uttarakashi & Dehradun.

2. DEPOSIT EARNEST MONEY a. 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 construction of Infiltration Well type Hand Pump.

b. After the acceptance of the offer, earnest money deposited in the form of F.D.R/C.D.R/N.S.C/BG will be retained as a part of the security money for the satisfactory completion of the agreement and will be refunded 12 months after satisfactory completion of the work of all orders placed upto twelve calendar months from the date of entering into an agreement under this contract and for this purpose the date upto which the deposit should be valid shall be extended to the extent considered necessary by the S.E(M).

Page 17: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-14-

c. The volunteer agency/contractor shall also have to deposit security as per terms and

conditions of this document for the performance of all the conditions and stipulation of the agreement in addition to earnest money deposited with the tender (Para-2a). No interest will be payable by Jal Sansthan on the Earnest Money/ Security Deposit.

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

3. SECURITY CLAUSE The volunteer agency/contractor shall deposit a sum equivalent to ten percent of the

ordered value in the form of FDR/CDR/ N.S.C/BG, failing which the same shall be deducted from his bill, would be kept deposited by the Executive Engineer, which would be released after 12 months from the date of completion of work.

4. ENCASH OF A BANK GUARANTEE a. If the period of contract or work is for any reason extended, the volunteer

agency/contractor shall have the Bank Guarantee extended upto the period of 12 months after the date upto which the contract or the work period is extended or he shall furnish a fresh Bank Guarantee for the same amount or as directed by Executive Engineer to cover a period of 12 months beyond the extended period and if the volunteer agency/contractor fails to do so, it will amount to a breach of the contract thereby entitling the Executive Engineer to encash the Bank Guarantee.

b. The security money shall be released after 12 months from the date of satisfactory

completion of all the work against the orders placed under this contract and after deductions of any liability against volunteer agency/contractor.

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

envelope 'A' "Technical Bid" and envelope 'B' "Commercial Bid" both the envelopes shall be put in a single cover subscribed "Tender Notice No. and Date, Name of Article and last date for the submission of the Tender" in the official Tender document (in original) issued by the Executive Engineer, Central Store, Dehradun or downloaded from website duly filled in and signed by a duly authorized person.

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.

Page 18: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-15-

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 volunteer agency/contractor, 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 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. Rates offered should be valid for the full validity period of the contract. 6. SUBMISSION OF DOCUMENTS Until & 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 TENDER a. The tender is liable to be ignored if complete information is not given therein.

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

8. VAGUE OFFERS Offers indicating a number of volunteer agency/contractor shall not be considered

and as such the tenderer must make SPECIFIC MENTION of the particulars of the work on whose behalf the tenderer has quoted the rates.

9. PERIOD FOR WHICH THE OFFER SHALL BE VALID a. The tenders should remain open for acceptance for a period of 90 days from the

date of opening unless otherwise specified. Any tenderer is not allowed to offer the acceptance period less than 90 days. The validity period can be extended if the S.E(M) and the volunteer agency/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 volunteer agency/contractor 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 19: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-16-

10. EXPIRY OF VALIDITY OF DOCUMENTS When the validity of certain documents called for has expired and renewal has been

applied for, but issuing authority has not issued the revalidated document/license, an affidavit on general stamp paper of Rs. 10.00 should accompany the tender. Please do not forget this as tender otherwise shall be liable to be ignored.

11. VALIDITY a. The contract shall ordinarily remain in force upto twelve calendar months from the

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

b. The validity period can, however, be extended if the S.E(M) and the volunteer agency/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, work can not be arranged within the stipulated date of the currency of the contract.

d. The Volunteer agency/contractor shall provide his own staff necessary for the proper execution of the work in accordance with the Contract to the satisfaction of the Department.

e. The Volunteer agency/contractor shall start the work on the date of order affected and complete the work within the stipulated period in the work order with all respects to the satisfaction of the department.

12. PAN All tenderers must write their PAN in the tender document.

13. CANCELLATION OF TENDER a. 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.

14. WITHDRAWL 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.

15. PENALTY OF DEFECTIVE WORK(S) a. The volunteer agency/contractor shall liable to pay to the department @ 2% of the

cost of the defective work(s) and same shall be deducted from the bill of the volunteer agency/contractor by the Executive Engineer at the Ist consecutive work.

b. The volunteer agency/contractor shall liable to pay to the department @ 5% of the cost of the defective work(s) and same shall be deducted from the bill of the volunteer agency/contractor by the Executive Engineer at the IInd consecutive work.

Page 20: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-17-

c. In case the defective work(s) done by the volunteer agency/contractor in the IIIrd consecutive work, the same shall be established after joint testing/sampling in the presence of engineer incharge of the work & authorised representative of the volunteer agency/contractor, the volunteer agency/contractor shall be taken to black list for next 3 years & his security money lying with the department shall be forfeited.

d. If the Volunteer agency/contractor shall fail finally to complete the work within prescribed period given in work order, or within any extended time allowed to Volunteer agency/contractor and the Concerning Authority certifies in writing that the same ought reasonably so to have been completed, the Volunteer agency/contractor shall pay or allow to the Department at the rate 2% of the value of the work which so remain uncompleted.

e. In case of non-compliance of work order consultant’s earnest/security money laying with the department shall be forfeited

16. DATE OF COMPLETION OF WORK The date of final measurement recorded in measurement book shall be taken as the

date of completion of work for a particular wok order.

17. RATES The rates given in Schedule ‘G’ for the work for each items shall be F.O.R

destination i.e. work site including cost of ISI marked hand pump (complete assembly) and other materials, insurance charges, octroi, freight, also inclusive of trade tax, BEd, Edu.cess and any other levies etc. which are payable as applicable on materials and other construction works i.e. installation charges of ISI marked hand pump and civil works including service tax as applicable.

The volunteer agency/contractor are advised to quote the rate considering according to site for the construction of infiltration well type hand pump shall be allotted to the volunteer agency/contractor by the department anywhere in Uttarakhand the village site may be nearer or far from motor road.

18. INSURANCE a. All materials for the construction of Infiltration Well type Hand Pump shall be

transported by the volunteer agency/contractor at specified destination at his own risk, in full and good condition duly insured against all risks during the transit. No claim will be entertained by the department on this account.

b. Volunteer agency/contractor will provide every thing at site which is necessary to execute the work like machinery, project manager, technical staff, tools etc. and labours and will arrange the necessary accommodation at their own cost. It will be the sole responsibility of the volunteer agency/contractor to transport the machines and equipments at site at their own cost. Department will not be responsible for any loss due to accident during the transportation or during conducting the work.

19. BANK CHARGES Bank charges, whatsoever, shall have to be borne by the volunteer

agency/contractor and shall not be paid by Jal Sansthan in any case. 20. COMPLETION PERIOD After receiving of order, the work should be completed within stipulated period.

Page 21: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-18- 21. FORCE MAJEURE The contract shall be governed by the force majeure clause as specified below: If at any time during the acceptance of this contract the performance in whole or in

part by either party of any obligations under this contract shall be prevented or delayed by reasons of any war, hostility, acts of the public enemy, civil commotion, sabotage, fires, floods, strikes, lockouts, explosions, epidemics, quarantine restriction or other acts of God, Government Ruler (here-in-after reference to as eventualities) then provided notice of the happening of any such within 15 days from the date of occurrence thereof, neither party shall by reason of such eventuality be entitled to terminate this contract nor shall either party have any claim for damages against the other in respect of such non-performance or delay in performance and work under this contract shall be resumed as soon as possible after such eventuality has come to an end or ceased to exist, and the decision of the SE (Material) as to whether the contract have to be resumed or not shall be final and conclusive.

22. WORK ORDER After the rates quoted by the volunteer agency/contractor are accepted and the

contract is executed, order/orders shall be placed under this contract by the concerning executive engineer of Jal Sansthan. After technical evaluation, price bid, of those tenderers who qualify technically, will be opened. The order will be placed with the tenderer who successfully qualify technically and commercially. It should be noted that department is under no obligation or binding to place an order on the volunteer agency/contractor quoting the lowest rate.

23. CANCELLATION OF ORDER The engineer incharge shall have the right to cancel, modify, reduce or suspend the

quantity ordered to any extent, at any time before the work is completely affected without assigning any reason. The volunteer agency/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 work(s) were executed.

24. TRANSFER OF AGREEMENT The volunteer agency/contractor shall not transfer or assign this agreement to any

other volunteer agency/contractor without permission of the SE(M). In the event of the volunteer agency/contractor’s transferring or assigning the order whole or part to anyone without permission, he shall be considered as having thereby committed a breach of agreement in question and shall make the order liable to be cancelled and the earnest money and security money shall be liable to be forfeited.

25. PAYMENT a. 100% payment will be made after the successful completion of work at specific

destination as per relevant specifications and after satisfaction of engineer incharge. b. In case of discharge available is too less or not sufficient to meet the requirement of

drinking water of habitation and well is declared failed, only payment for the actual quantity of executed work shall be made.

Page 22: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-19-

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

and conditions of the agreement within stipulated period after issuing of dispatch instructions (D.I.) by Executive Engineer and completed the work within 15 days beyond this stipulated period, but if the work not having been completed within this extended period of 15 days, Executive Engineer shall recover from the volunteer agency/contractor the amount of liquidated damages from any money due to the volunteer agency/contractor the sum held as earnest/security money or dues pending in the department. This recovery shall be @ 0.25% per day upto maximum 10% of the value of work remaining to be executed at the end of due date for completion of work upto a maximum of 25 days during which the work is not completely affected.

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

c. The General Manager may allow additional time for completion of work on consideration of circumstances beyond the control of the volunteer agency/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 crosses the validity of contract bond any extension in working 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 volunteer agency/contractor due to which the work could not be completed.

27. PARALLEL CONTRACT The General Manager's right to place parallel contract(s) at a later date is reserved.

Parallel contract(s) for the work with other volunteer agency/contractor will be arranged as and which needed. It will be the discretion of General Manager to place work order with such holders of contract as will be considered more convenient and suitable to meet the requirements during the currency of the contract.

28. ARBITRATION CLAUSE a. In case of any dispute between the volunteer agency/contractor and the engineer

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

Page 23: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-20-

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.

29. 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. 30. ADDRESS OF THE VOLUNTEER AGENCY/CONTRACTOR

The address of the tenderer/ volunteer agency/contractor mentioned as under will be deemed to be relevant for all correspondence that the SE(M)/engineer incharge may enter into with volunteer agency/contractor. All letters sent on the aforesaid address will be deemed to have been delivered to the tenderer/ volunteer agency/contractor.

ADDRESS FOR 1. CORRESPONDENCE ------------------------------------------------------ ------------------------------------------------------ PHONE /FAX NO./E-MAIL ------------------------------------------------------

Page 24: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-21-

GUIDE LINES & GENERAL SPECIFICAITON FOR CIVIL WORKS

Limits of contract:- The contract shall be deemed to be finally completed when all the works comprised therein shall have successfully withstood one whole rainy season (but not less then a period of twelve (12) months after date of completion) to the satisfaction of the executive Engineer and final clearance certificate covering the maintenance has been issued.

General arrangement setting out the work:- The Engineer through his authorized representative will establish the necessary bench marks and levels, but the volunteer agency/contractor must set out the work and he will be held responsible for setting out at his own expense any work not correctly set out. Before ordering any materials, the volunteer agency/contractor shall from his own conclusive as to the actual amount materials required by measurements on sites as payments will be made on “NET” measurement of the work actual completed. The volunteer agency/contractor shall provide all pegs, pillars, lines etc. required for setting out the work at his own expense and shall give such assistance as may be required by the Executive Engineer or his authorized representative in this connection, both before and during the execution of the work.

Erection and checking of work:- As materials are collected and the construction of any stage of the work is completed, it will be checked over and passed by the Engineer or his authorized representative, but such approval shall in no way relieve the volunteer agency/contractor of any of his responsibilities which will not end until the sole work is actually completed under the clause “LIMIT OF CONTRACT’. During the progress of the work, the volunteer agency/contractor shall carry out such tests as in the opinion of the Engineer of his authorized representative are necessary to determine that the materials supplied comply with the conditions to these specification whether under test conditions or in actual or in actual use. The tests to be carried out shall be as described in schedule and as may be required by Engineer.

Samples:- As the work proceeds, the volunteer agency/contractor shall submit samples of the materials for approval as may be required by the Executive Engineer his authorized representative. A list of such samples as are required in the first instance is given in schedule.

Alteration to the tender:- The volunteer agency/contractor must tender in general in accordance with the requirement of these specification but he shall be at liberty to put up alterations or modification, through items in these specification or schedule must not be altered to suit the volunteer agency/contractor. Any alteration or modification shall be submitted as an addendum and forwarded along with the tender which, if approved in whole or part, will be embodied at the time or acceptance.

Method of tendering:- The volunteer agency/contractor must fill in ink schedule item by them in the several columns in words and in figures the rate (in decimal coinage) for 4 unit of measurement of each item. Any rate quoted by the volunteer agency/contractor in old coinage shall make his tender liable to rejection. He shall also fill in figures of the total cost of each item in the column provided in Schedule Each page of both Schedules should also be signed by the volunteer agency/contractor or a duly accredited agent on his behalf, besides tenders. Its is strictly forbidden to modify or change the arithmetical total of any of the tendered items by a percentage deduction or increase and tender so received will be liable to be rejected.

Page 25: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-22-

Rate for proposed works should be given for each item of work separately, both in word and in figures. In case of differences in rate in words and figure, the lower of the two rates will be taken as tendered rates.

The rate tendered for every item should be independent of each other, as any work can be ordered or deleted and the quantities shown in schedule can be increases or decreased. However the volunteer agency/contractor shall be at liberty to refuse execution of extra work more than 33% of the quantities shown in Schedule. Want of knowledge:- Volunteer agency/contractor must read carefully all the conditions, specification and terms of contract and examine the drawing and in case of any obscurity apply to the Executive Engineer for its consideration as no excuse for want of knowledge for non-compliance with any part or portion these specification or terms of contract can be considered. The several documents forming contract be taken as mutually explanatory of one another and in case of ambiguities or discrepancies, this shall be explained and adjusted by the Executive who shall there upon issue to the volunteer agency/contractor. Octroi or terminal tax etc.:- Toll, octroi or terminal tax etc, will be levied by the Local bodies or Municipal Boards etc. in accordance with the Schedule of rates in force at the time the articles pass the barrier. The volunteer agency/contractor must allow for these charge in his rates. Firm tenders:- Firm prices in rupees shall be quoted for each item in the schedules and tender shall remain good and open for acceptance for a period of five calendar months from the date of opening of tender, the work shall be awarded on the total of schedule alone but with due consideration of Schedule as well. Any discrepancy vis-à-vis shall render liable to be rejected. Water supply:- The volunteer agency/contractor shall make his own arrangement with regard to water supply required for the execution and test of the works as well as for drinking water for his own workmen and he shall defray all charges in this connection and include in his rates a sufficient amount to allow for this.

All the woks should be carried out as per the direction of consultant/Uttarakhand Jal Sansthan.

Excavation for Construction for Infiltration Well type Hand Pump (Risavdar Kunwa):- Excavation for Construction for Infiltration Well type Hand Pump at the pin point selected by the consultant/department. The top dia. and bottom dia. and depth shall be kept as specified by the consultant/department. The excavation should be in proper slope from all side. During excavation all the serviceable material shall be separated for use in construction work. The well should be properly barricaded to avoid any misshapening. The excavated should be kept away from the periphery of the well to avoid sliding of the sides due to earth pressure. If required open timbering shall be done by local material to avoid sliding of the sides. The payment shall be made for the actual work done. After the excavation work the discharge available shall be measured by the consultant/department. Further work shall be carried out on availability of satisfactory discharge and on the instruction of consultant/department. In case the discharge found is not satisfactory and well is declared failed only payment for actual work done i.e. excavation, timbering and barricading shall be made and no extra claim whatsoever shall be entertained. The volunteer agency/contractor shall have to refill the well by the excavated materials upto ground level to bring it in original shape and to clear the site.

Page 26: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-23-

Mild steel or iron work- This item shall include supply of iron or steel, is cutting, bending, making holes and threads and welding wherever required and brought and framed to the required size of shape and its fixing in the structures desired, such as anchor block etc. the steel to conform to Indian standards specification. Surplus earth and cutting charges:- The volunteer agency/contractor shall provide at his own expense tip for surplus earth, etc. and shall remove from the work all spill and rubbish and shall include in his rates sufficient sum to cover the cost of this and all carting charges in this connection. The volunteer agency/contractor shall also include in his rates for all other carting and transport charges that may be necessary for the proper carrying out and complication of the work. Pumping during construction:- The volunteer agency/contractor shall provide all appliances, pumps engine, machinery, section and delivery piping fastening, fuel lubricant, cotton waste and labour necessary for dealing with all spring or flood water that may be encountered during the construction of the works and shall make his rate sufficiently comprehensive to cover all costs in this connection. Water tightness and stability of work:- The volunteer agency/contractor shall guarantee and be liable for the water tightness, soundness and stability of all the works executed by him and shall make good all defects from any cause whatever. Any settlement of earth at the well shall at once made good by the volunteer agency/contractor at his own cost and the ground level surface around the well shall be maintained in good condition for the full period of 12 months. Timbering:- If required to protect the sliding of the earth open timbering shall be done by local available materials. The timbering shall not be left in the well. The rates include cost of all the timbering material i.e. its fixing and removing etc. complete. The timbering material will remain the property of the volunteer agency/contractor. Barricading:- The excavated well shall be properly barricaded to prevent any accident or loss. The rate should include all the barricading material i.e. its fixing and removal after completion of the work. Two sides of the barricading shall be measured as one. The barricading material will remain the property of the volunteer agency/contractor. PCC Block Masonry Work :- PCC Concrete block 1:3:7 ratio in shape and size as directed by consultant should be casted in a suitable plateform and cured properly that it may be used in construction of well. The masonry work should be started as soon as finishing the work of floor concrete is completed. Only one round layer of block masonry should be completed, so that there is a perfect bond between the floor and masonry. The work should be left for twelve hours so that clear stagnant water do not harm the floor. The masonry work should not be done more than 6/7 layers in a day. In the masonry work the ratio of mortar is to be one part of cement and five part of sand and calcium chloride to be mixed with the mortar as per direction of consultant. Grit for casting CC blocks may be available from the excavated hard rock. Bed Concrete:- On completion of the excavation work and assessment of the discharge of the well, 10 cm thick cement concrete in the ratio of 1:2:4 with mixture of calcium chloride should be laid in the bed to make it water tight from the bottom to retain the water in the well. During this period, dewatering is to be done regularly till the floor is finished.

Page 27: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-24-

Casting of Ferrow Cement Cover:- A ferrow cement cover with 1:2 cement coarse sand in the form of the dome with 30 cm height at the center should be casted at site to cover the well. A mould to cast should be made at site. A 10 cm dia hole should to be made on it to fix casing pipe. The cover should be placed on the well. The cost includes casting of ferrow cement cover, lifting, lowering and placing over the well. A thin layer of sand and cement should be laid over the masonry wall before placing the cover. RCC cover should be laid over the ferrow cement cover. Curved surface of ferrow cement cover should be made plane by raising the wall of block masonry. Filter Media:- The available by screening the excavated material, which may be used after grading & washing. On completion of 2 or 3 layers of masonry, filter media consisting screened material and sand procured shall be filled between the masonry and side of excavated earth. This work is to be continued till completion of masonry work. Dewatering should be continued till the water in the well is clear. Masonry Column:- Construction of block masonry column of 60 x 60 cm outer size in 1:5 cement mortar with 1:4:8 concrete block should be started after one day of laying of RCC slabs. The column pipe should be firmly fixed in the center of column. 7 or 8 layers of block masonry should be laid in a day. The space between the column and column pipe should be filled with 1:2:4 cement concrete. The Space between the column and excavated earth should be filled with excavated earth. Construction Of Platform:- The excavated surface in 3 mtr dia should be filled with stone and earth and rammed perfectly and then concrete for making plateform should be laid. Hand Pump:- ISI marked Hand pump should be erected and installed in proper position as per direction of consultant.

Date of Completion: - The date of completion of the work shall be as stated in Schedule. Payments of works:- The contract works shall be paid for in the manner set out in the general condition hereto annexed and the rates stated in Schedule. Item not included in this Schedule will be paid for at the rates set out in the supplementary Schedule or if not provided therein, as may be determined in general conditions. Standard and detailed specifications:- All works executed or materials supplied under this contract, unless otherwise specified in these specification shall comply with the description set out in Jal Nigam detailed specification or P.W.D. detailed specification or British standard specification or the Indian specification for the respective materials and items or work. These specifications in so far as they are applicable, shall be deemed to be incorporated this contract.

Stone gravel or sand obtained from excavation or rock cutting under this contract, shall be property of Uttarakhand Jal Sansthan and it shall be used by the contractor for the work after duly washing, cleaning, grading as required.

Page 28: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-25-

Claims:- The intending tendered shall inspect the site and examine the scheme very carefully before submitting the tender. It shall be noted that the items in Schedule are for works complete in every way so as to make a sound job. He shall check the quantities given in the item of the Schedule and satisfy himself about the details. No extra payment shall be made for omission of any details in any of the item of this schedule unless the Engineer accepts the validity of the claim.

The volunteer agency/contractor shall submit to the Engineer once in every month an-account giving full and detailed particular of all claims for any additional expense to which the volunteer agency/contractor may consider him entitled and extra and additional works ordered and executed during the preceding month. No claim for payment for any such work shall ordinarily be considered which has not been included in such particulars.

Any verbal instruction issued by officers from time to time connection with

change in design or specification, which the volunteer agency/contractor thinks entitled him for extra payment shall be got confirmed in writing by the volunteer agency/contractor. Failure to do so will on no account entitled him for extra payment.

Employment and removing of volunteer agency/contractor employees:- The volunteer agency/contractor shall employ for the execution of the work with public participation, such persons as are careful, skilled and experienced in their trades and calls. The Engineer shall have full power to ask the volunteer agency/contractor to remove immediately from the site of works any such person employed, by the volunteer agency/contractor for the execution of work who, in the opinion of the Engineer, are guilty of misconduct or misbehavior or are incompetent in the proper performance of their duties or are otherwise undesirable. Employment of maintenance staff:- The volunteer agency/contractor attention also drown to the necessity for employing proper maintenance staff during the period of maintenance for immediate repairs if any defect that may be revealed during the period of maintenance. The Engineer shall get any such defects rectified if the volunteer agency/contractor fails to attend to the same and any expenditure incurred by him along with 10% supervision charges shall be recoverable from him. Accommodation for labour:- There may or may not be ample space available at the site of work but the volunteer agency/contractor shall have to construct temporary hutments for his labour. The temporary structures will have to be dismantled after the completion work and the site cleared to the satisfaction of the Engineer. The volunteer agency/contractor shall make his own arrangement for his materials required for temporary hutments and use of Sansthan materials will not be allowed in any case.

Use of concrete mixers:- In all work involving mass concrete work, power cement concrete mixer shall invariable used for mixing the aggregate in place of HAND MIXING system. The volunteer agency/contractor shall arrange himself in for suitable size concrete mixer for such jobs. The arrangement of such mixer will be primary responsibility of the volunteer agency/contractor and the department shall not be held responsible for any kind of delay in works or extra claims.

Page 29: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-26-

Time for working:- The volunteer agency/contractor will be required to see that the usual hours are adhered to no work should be done in the night without the permission of the Engineer Incharge except when it is absolutely necessary for the saving of life or property or for the safety of the work, in which case the volunteer agency/contractor shall immediately advise the engineer incharge and shall as for as practicable obtain his approval prior to its taking up. Measurements:- All the measurement connected with the work shall be taken geometrically of net except where specified otherwise either in this specification or in P.W.D. detailed specification the measurement given in the Schedule shall be held to mean the finished size of the respective items of the works after all dressing, shaping and cutting has been executed.

The quantities given in schedule are approximate only and payment will be made

as stated above on actual measurements taken during construction or after completion of construction. It is therefore, important that the volunteer agency/contractor satisfies himself as to the materials required and orders the exact quantities, as he will not be paid for any materials ordered and not used.

Photographs and records:- The volunteer agency/contractor must allow sufficient margin in his tender to cover the cost of taking photograph of buildings which so cracks or defect before the operations, commence the fixing of “tell-tales” registration and other legal expenses in connection with precaution necessary to bar possible claim for damage to property which is defective before trench work and excavation is started and also during the excavation and progress of work required to carry out work in small quantities for repair or minor alteration to existing drains, pipe lines, pavements, locating to existing drains, and other miscellaneous proposes in connection with work. He shall be paid separately for work to carried out at rates tendered in schedule for such item i.e. for boulder, masonry, concrete, excavation, plaster and painting etc. and no claim of any extra any payments on grounds of small works or due its being scattered nature shall be entertained.

Coarse aggregate:- The coarse aggregate used in RCC & PCC concretes work shall be screened graded aggregate which shall be obtained from source. The screening shall be such that no flaky, laminated and splinters remain in it. The volunteer agency/contractor shall have to do double screening so that the materials obtained is properly graded and free from the above defects. If the volunteer agency/contractor fails to provide graded aggregate of that description, he shall have to use broken stone ballast without any extra charges. The coarse aggregate used in cement concrete or other work concrete should be gravel aggregate or as specified. Sand:- The sand used for ordinary masonry, pointing PCC block and concrete shall be the best available local sand from sources. For RCC concrete work the sand used shall be coarse and clean. Sand shall be obtained from source. It shall also comply with specification of sand given in PWD specification. It shall also comply with the test specified in Schedule. Sundry Materials:- Other materials though not specified here or in schedule or in drawings but required for due and successful completion of work shall conform with the detailed Jal Sansthan or PWD or Indian specification.

Page 30: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-27-

“SCHEDULE - A”

Volunteer agency/contractor is advised to inspect the site of work himself and form his own ideas to the nature of sites where he has to work, satisfy himself regarding nature of work, material, labour etc. and other difficulties which are likely to be encountered during the time of construction.

The availability of water, labour and building material such as stone boulders, gravel aggregates and sand and the charges he will have to pay for carrying them to site of work. He should consider all probable difficulties likely to be encountered in the excavation of work and make his rate comprehensive sufficiently to cover all such incidents.

He should also bear in mind that entire work is to be completed within specified

time as no extension of time shall be granted except if the work is delayed due to cause beyond the control of the volunteer agency/contractor. The department shall not be responsible in any way for any delay or interruption in the execution of the work or due to any reason whatsoever beyond the control of the department and the volunteer agency/contractor shall not be entitled to any compensation for any additional expenditure that he may have to incur. He will however get reasonable extension of time provided delay of instruction call for it.

However, in case work is delayed due to causes beyond control of the department

and the volunteer agency/contractor shall not be entitled to leave the work incomplete on the ground he is not bound to complete it as his time for completion of work has expired. In such cases he shall apply for necessary extension of time to complete the work.

“CONDITION IN SCHEDULE - B”

Rates will be open for acceptance upto three months and after that by mutual agreement of both the parties. If the work is held up or the delayed due to non-availability of site or any other reason beyond the control of department, the volunteer agency/contractor will not be entitled to any compensation on this account. The rates are inclusive of making site clearance in items.

“SCHEDULE - C”

List of drawing accompanying with the tender for construction of Infiltration well type hand pump Note:- Drawing can be seen in the office on every working day.

“SCHEDULE - D”

List of drawing to be supplied by the volunteer agency/contractor in the first instance within one month of the date of start of same work for approval of the Executive Engineer – Nil.

Page 31: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-28-

“SCHEDULE - E”

List of samples to be submitted by the volunteer agency/contractor in the first instance with in a week of the date of order to start the work. 1. Stone aggregate of various gauges 0.1 cum 2. Coarse sand ,, ,, 0.1 ,, ,, 3. Local sand ,, ,, 0.1 ,, ,, 4. Binding wire ,, ,, 1.0m ,, 5. White lead ,, ,, 1kg 6. Spun Yarn ,, ,, 1kg. 7. 110 mm PVC pipe 1Mtr. 8. Any other material that may be required by the Engineer from time to time as the work progress shall be submitted by the volunteer agency/contractor.

The above samples shall have to be delivered by the volunteer agency/contractor at the office of the Engineer, Jal Sansthan without any extra claim.

“SCHEDULE - F” CERTIFICATE AND TESTS 1. All the works shall comply to the specification as laid down in the P.W.D., U.A. Jal Nigam detailed specifications. 2. The volunteer agency/contractor shall give guarantee for the perfect water tightness of pipes, specials, fitting and joints, foundation concrete under the respective total head of water to which the infiltration well type hand pump is constructed.

In the case of failure of the joints etc. at the above tests he shall be held responsible and rectify the defects to the satisfaction of the Engineer/Consultant shall have to be done by the volunteer agency/contractor at his own cost without claiming any extra payment for the same.

“SCHEDULE - G”

The complete works as specified shall be completed in all respects, tested and passed to the satisfaction of engineer/consultant and handed over to villagers or the person intimated by the Sansthan to take over within a period of one month after completion of construction of infiltration well type hand pump. Note:- The volunteer agency/contractor responsibility shall however not end until the maintenance period of one complete year including one rainy season from the date of handing over has been completed.

Page 32: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-29-

SPECIFICATION OF MATERIALS TO BE USED IN THE WORK 1. DESCRIPTION OF WORKS:- Construction of Infiltration Well type Hand Pump

in hill districts of Uttarakhand including materials, labour & T&P etc. complete. 2. SPECIFICATION OF HAND PUMP:- ISI marked hand pump. 3. RISER PIPE:- The riser pipe shall be appropriate nominal bore, hot dipped galvanized, screwed and

socketed pipe in 3 meter length with a tolerance of 0 mm and -25 mm conforming to IS: 1239 (Part-1)/2004 medium class. The socket shall be manufactured from seamless pipe or machined from solid bar conforming to grade Fe 410-S of IS: 226/1975 with the dimensions (length and diameter) specified in IS: 1239 (Part-II)/2004 and shall be hot dipped galvanized.

4. DEPARTMENTAL INSPECTION:- The Infiltration Well type Hand Pump shall

be duly tested for their performance at site by the engineer incharge or accredited representative of the department. A test report bearing signature of authorized representative of volunteer agency/contractor and inspecting officer of department shall be attached with the bill of each consignment.

Signature and Seal of the Tenderer

Page 33: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-30-

SCHEDULE-'G' Rate Contract for Construction of Infiltration Well type Hand Pump (Risavdar Kunwa) in hill

districts of Uttarakhand. IMPORTANT NOTES

1. The rates for the work for each items as below shall be F.O.R destination i.e. work site including cost of ISI marked hand pump (complete assembly) and other materials, insurance charges, octroi, freight, also inclusive of trade tax, BEd, Edu.cess and any other levies etc. which are payable as applicable on materials and other construction works i.e. installation charges of ISI marked hand pump and civil works including service tax as applicable..

2. The total quantity of the work can vary upto any extent on either side. 3. The volunteer agency/contractor are advised to quote the rate considering according to site for

the construction of infiltration well type hand pump shall be allotted to the volunteer agency/contractor by the department anywhere in Uttarakhand the village site may be nearer or far from motor road.

4. In case well is declared failed only payment for actual work done shall be made and no extra claim whatsoever shall be entertained. The volunteer agency/contractor shall have to refill the well by the excavated materials upto ground level to bring it in original shape and to clear the site. No extra payment will be made for refilling of digged well by excavated material.

Rates S.No Description Quantity Unit in Fig In words

(1) (2) (3) (4) (5) (6) 1 Excavation of earth in foundation in soil

mixed with single, bajri, boulder/ medium rock/hard rock etc. including lift upto 1.5m and lead upto 50 m refilling, watering and ramming of excavated earth into the space between the building and the sides of foundation trenches and disposal of surplus earth upto a distance of 50 m. from the centre of the foundation trenches including labour, T&P etc. all complete. 0-1.5 m depth In soil mixed with boulder. 6.49 Cum In medium rock. 2.5 Cum

(i) In hard rock. 1 Cum

1.5 -3.m depth. In soil mixed with boulder. 5.71 Cum In medium rock. 2.2 Cum

(ii)

In hard rock. 0.88 Cum 3 -4.5.m depth In soil mixed with boulder. 4.98 Cum In medium rock. 1.92 Cum

(iii)

In hard rock. 0.77 Cum 4.5 6.m depth In soil mixed with boulder. 4.3 Cum In medium rock. 1.66 Cum

(iv) In hard rock. 0.66 Cum

6 -7.5.m depth In soil mixed with boulder. 3.64 Cum In medium rock. 1.4 Cum

(v)

In hard rock. 0.56 Cum 7.5 8 .m depth In soil mixed with boulder. 1.04 Cum In medium rock 0.4 Cum

(vi) In hard rock 0.16 Cum

Page 34: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-31-

(1) (2) (3) (4) (5) (6) 2(i) Provide all material labour T & P and

do open timbering by local material timbering to be done 1.5 m below G L. including removing it (not to be left in well) 12.25 Sqm

2(ii) Barricading around the well. Two side to be measured as one (the well should be protected during non working time from any misshapening. 8 RM

3 PCC in 1:2:4 in foundation with cement, local sand and 20 mm gauge stone ballast including supply of all material, labour, T&P etc. required for proper completion of work. 0.31 Cum

4 PCC 1:3:7 block masonry in 1:5 cement mortar in well stening with cement, local sand and 20 mm gauge stone ballast including supply of all material, labour, T&P etc. required for proper completion of work including making necessary plateform for casting and curing the blocks at site. 1.91 Cum

5 Provide all material labour T & P and cast RCC 1 : 2 : 4 ferrow cement cover in dome shape excluding reinforcement and jail but including making necessary dome type mould required for casting ferrow cement cover including curing and lowering and placing the cover over the masonry well including all T&P required for lifting and lowering the cover. 0.11 Cum

6 Filling filter media between the block masonry and sides by screening, washing and grading the material obtained by excavation. 3 Cum

7 Supply and filling of Filter media i.e. coarse sand carted/obtained from outside (carting shall be paid for actual distance as per item no. 17 below). 3 Cum

8 Provide all material labour T & P and cast RCC 1 : 2 : 4 slab including supply of necessary centering, shuttering and binding reinforcement but excluding cost of reinforcement 0.21 Cum

9 Mild steel or iron work in plain work such as RCC work wrought to required shape including supply of steel and its bending. 0.5 qt

10 Supply and fixing of chicken mesh in two layers for ferrow cement cover. 4.5 Sqm

Page 35: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-32-

(1) (2) (3) (4) (5) (6) 11 PCC 1:4:8 block masonry in 1:5

cement mortar in well column with cement, local sand and 20 mm gauge stone ballast including supply of all material, labour, T&P etc. required for proper completion of work. 1.35 Cum

12 PCC in 1:2:4 in between pipe and column with cement, local sand and 20 mm gauge stone ballast including supply of all material, labour, T&P etc. required for proper completion of work. 0.41 Cum

13 Supply and fixing of 100 mm dia PVC 6 kg pipe for casing. 9 Mtr

14 Supply and installation of ISI marked hand pump, complete assembly i.e. head assembly, riser pipe, connecting rods, nut-bolt, washers, repairing tool kit etc. complete in all respect. 1 No

15 P.C.C. 1:2:4 for plateform cast in situ with drain. 0.23 Cum

16 De-watering of well during construction including arrangement of de-watering pump, fuel and lubricants, operator, carting of pump at site of work complete in all respect. 1 Job Carting of materials like cement, steel, PVC pipe for casing, sand, stone grit, filter media by truck/mule/head load including loading, unloading and supply of all labour, T&P etc. required for proper completion of work complete in all respect. By truck

- Qt per

Km By Head Load (Steel & Pipe)

- Qt per

Km By Mule (Sand)

- Qt per

Km

17

By Head Load (Sand & Cement) -

Qt per Km

Page 36: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-33-

(1) (2) (3) (4) (5) (6) 18 Supply and mixing of calcium

chloride for quick setting in base concrete of well. 5 Kg.

19 Disposal of surplus earth, if required beyond 50 mtrs from well upto a distance of 150 mtrs i.e. for 100 mtrs. 1000 Cum/m

1. The volunteer agency/contractor shall use all the serviceable excavated materials i.e. hard

stone, boulders, coarse and fine sand for construction work after breaking, washing and grading.

2. Cartage of material by truck, mule, head load shall be paid for the actual distance, the materials are carted from nearest source of availability upto site of work.

3. Rates for cartage of material will be paid from district head quarter/departmental store by truck for motor road, by mule for ashwa marg and by head load (where mule unable to cart the materials) will be on the basis of actual work site. So it is requested to quote the rates for carting of materials accordingly.

4. Executive Engineer, Central Store, who after approval of itemwise rate(s) by competent authority, will circulate the rate(s) to concerned division(s).

5. Executive Engineer, of respective division(s), where work will be executed, will be responsible for execution of the contract with the successful tenderer(s), release of work(s) order, execution of work(s) and release of payment.

6. The volunteer agency/contractor shall execute all the works (construction of infiltration well type hand pump/risavdar Kunwa) as per direction of consultant/department.

7. The volunteer agency/contractor shall execute the work by public participation with local people.

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

9. Rates are to be quoted both in Figures and Words

Signature and Seal of the Tenderer

Executive Engineer

Page 37: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-34-

ANNEXURE-'1'CHECK LIST

NOTE: - Fill up the following questionnaire and enclose their self certified photocopies with their serial No. & high light their important points by Marker.

1. Name of the Volunteer Agency/Tenderer

2. Office/Correspondence address

3. Service Tax Registration No.

4. PAN

EMD Reference

Rs.

Valid upto

5.

Name of Bank

6. Experience certificates about Infiltration Well type Hand Pump constructed in Uttarakhand during previous three years.

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

8. 12 months guarantee certificate for Installation of ISI marked hand pumps and their maintenance guarantee after 12 months.

9. Name, designation & address of the authorized representative, if any.

SIGNATURE AND SEAL OF THE TENDERER (S)

Page 38: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-35-

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.

Page 39: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-36-

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 Date: SIGNATURE & SEAL OF TENDERER Address: NAME DESIGNATION ON BEHALF OF

Page 40: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-37-

SELF CERTIFICATION

This is to certify that I/We guarantee the installed hand pumps for successful operations for a period of 12 months and if any defect as intimated by the department shall be rectified within 07 days from the date of intimation.

Date: SIGNATURE & SEAL OF TENDERER Address: NAME DESIGNATION

ON BEHALF OF

Page 41: ATTACHMENT OF TENDER ENQUIRY - ujsmis.uk.gov.inujsmis.uk.gov.in/Boundry/CSM/DNITscaneFile/Tender Document79.pdfThis tender document (in original) issued by the Executive Engineer,

-38-