uttaranchal jal sansthan - uttarakhandujs.uk.gov.in/upload/tenders/tender-22.doc · web viewletter...

78
ATTACHMENT OF TENDER ENQUIRY Letter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of Contents - Page No. 1 to 42 Guidelines/Performa for Factory inspection - Page No. 1 to 6 UTTARAKHAND JAL SANSTHAN ORIGINAL Tender Document With General Guidelines and Instructions OFFICE OF THE EXECUTIVE ENGINEER, CENTRAL STORE, UTTARAKHAND JAL SANSTHAN, JAL BHAWAN, 'B' BLOCK, NEHRU COLONY, DEHRADUN-248001 Tender document for: Annual Rate Contract for the supply, installation, testing and commissioning of VAG or equivalent compatible make (i) D.I. Sluice Valves Flanged, (ii) Auma Actuators Flanged, (iii) D.I. Swing Check Valves Flanged, (iv) D.I. Single Chamber, Dual Orifice Tamper Proof Air Release Valves along with Isolating Valves and (v) Pressure/Flow Control Valves for water works purpose of various pressure ratings and sizes any where in Uttarakhand. Purpose of Tender:- Uttarakhand Jal Sansthan is maintaining various water supply schemes in Uttarakhand State. To regulate/control of water flow, D.I. Valves and Actuators are required. So the tender for supply, installation, testing and commissioning of D.I. Valves and Actuators is invited on the basis of annual rate contract.. Cost of tender document : Rs. 300.00 + 41.00 Earnest money to be deposited with the tender : Rs. 50,000.00 in the shape of (FDR/CDR/NSC/BG) Last Date of Sale/Downloading of tender document : 15.05.12 Date of opening tender : 16.05.12 at 4:00 p.m. Tender document issued to : M/s ................................................. ................................................. Dated: Executive Engineer Note: - 1. Tender document can be purchased on cash payment mentioned above, from office of the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun.

Upload: nguyenxuyen

Post on 29-May-2018

221 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

ATTACHMENT OF TENDER ENQUIRY

Letter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12

Index - Page No. 1 to 3 Details of Contents - Page No. 1 to 42Guidelines/Performa for Factory inspection - Page No. 1 to 6

UTTARAKHAND JAL SANSTHANORIGINAL

Tender Document With

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

NEHRU COLONY, DEHRADUN-248001Tender document for: Annual Rate Contract for the supply, installation, testing and

commissioning of VAG or equivalent compatible make (i) D.I. Sluice Valves Flanged, (ii) Auma Actuators Flanged, (iii) D.I. Swing Check Valves Flanged, (iv) D.I. Single Chamber, Dual Orifice Tamper Proof Air Release Valves along with Isolating Valves and (v) Pressure/Flow Control Valves for water works purpose of various pressure ratings and sizes any where in Uttarakhand.Purpose of Tender:- Uttarakhand Jal Sansthan is maintaining various water supply schemes in Uttarakhand State. To regulate/control of water flow, D.I. Valves and Actuators are required. So the tender for supply, installation, testing and commissioning of D.I. Valves and Actuators is invited on the basis of annual rate contract..

Cost of tender document : Rs. 300.00 + 41.00Earnest money to be deposited with the tender : Rs. 50,000.00in the shape of (FDR/CDR/NSC/BG)

Last Date of Sale/Downloading of tender document : 15.05.12

Date of opening tender : 16.05.12 at 4:00 p.m.

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

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

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

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

Page 2: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

CONTENTS

S.No.

Description Page No.

Tender Notice. 1

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

2-14

Declaration Part – I 15

Declaration Part – II 16

Memorandum 17

Form of Experience 18

GENERAL GUIDE LINES, INSTRUCTIONS, SPECIFICATIONS, TERMS AND CONDITIONS FOR TENDERERS 19-29

1. Definitions 19

2. Deposit 20

3. Security Clause 20

4. Encash of a Bank Guarantee 20

5. Mode of Submitting Tender 20-21

6. Submission of Documents 21

7. Signing of Tender 21-22

8. Important Notes 22

9. Vague Offer 22

10. Import License 22

11. Period for which Offer shall be Valid 22

12. Expiry of Validity of Documents 22

13. Validity 23

14. PAN 23

15. Papers Relating to Sales/Trade Tax/VAT 23

Page 3: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

16. Cancellation of Tender 23

17. Withdraw of Tender 23

18. Penalty Rejection of Defective Materials and Defective Work 23-24

19. Supply 24-25

20. Date of Completion of Work 25

21. Rates 25

22. Price Variation 25

23. Mode of Transportation 26

24. Transit Insurance 26

25. Octroi Charges 26

26. Bank Charges 26

27. Force Majeure 26

28. Orders 26

29. Cancellation of Work 26

30. Transfer of Agreement 26

31. Payment 27

32. Liquidated Damages etc. 27

33. Parallel Contract 27

34. Arbitration Clause 28

35. Applicable Law 28

36. Specification General 28-29

37. Marking 29

38. Third Party Inspection 29

39. Departmental Inspection and Test Certificates 29

40. Address of the Tenderer firm 29

Page 4: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

Schedule 'A-1': Supply Rates 30-35

Schedule 'A-2': Installation & Testing Rates 36-39

Annexure-1: Undertaking 40

Performa for B.G. Bond 41-42

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

Page 5: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-1-Office of the Executive Engineer, Central Store, Uttarakhand Jal Sansthan,

Jal Bhawan, 'B' Block, Nehru Colony, Dehradun.Letter No. 40 / Tender Notice /2012-13 Date: 12.04.12

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

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

No.EMD in Rs. Cost of tender + VAT

@ 13.50% in Rs. Last date of

Sale/Downloading of tender

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

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

23ISI marked Pre-cast concrete Manhole Covers conforming to IS: 12592:2002 with M.S. Frame of suitable size, quality and load bearing, for placing of M.H. Covers.

50,000.00 300.00 + 41.00 14.05.2012 15.05.2012Basic Eligibility:- Only those manufacturers having BIS license for ISI marking are allowed to take part in the above tender no. 23. Without ISI certification, the tender will not be issued/considered by the department in any case.

27Pre-cast Concrete Plateform 1.2 meter dia. with chowki (standing base) 0.6 x 0.6 meter and Pre-cast Concrete Drain 1.0 meter length as per departmental drawing and design.

50,000.00 300.00 + 41.00 14.05.2012 15.05.2012Annual Rate Contract for the supply, installation, testing and commissioning of:-

36

VAG or equivalent compatible make following valves for water works purpose any where in Uttarakhand:(i) D.I. Sluice Valves Flanged PN-1.0, PN-1.6 Size 80 mm to 350 mm, (ii) Auma Actuators Flanged PN-1.0, PN-1.6 Size 80 mm to 350 mm, (iii) D.I. Swing Check Valves Flanged PN-1.0, PN-1.6 Size 80 mm to 300 mm and (iv) D.I. Single Chamber, Dual Orifice Tamper Proof Air Release Valves along with Isolating Valves PN-1.0, PN-1.6 Size 80 mm to 200 mm

50,000.00 300.00 + 41.00 15.05.2012 16.05.2012Basic Eligibility:- Only manufacturers are allowed to take part in the above tender no. 27 and 36.

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

Executive EngineerNot for Publication.

Letter No. 40 / Tender Notice /2012-13 Date: 12.04.12Copy to the following for information and necessary action:

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

Copy to the following with this request to publish this tender notice at the Govt. Rates on dated 14th or 15th

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

6. M/s Elevations Advertising Private Limited, 12/1, Old Survey Road, Dehradun (Tel: 0135-2740126, Mobile: 9412050459-Mr. Mahindra Kaushal) to publish tender notice in The Pioneer, Delhi Edition once in 180 sq.cm space.

7. M/s Sparks Advertising, HN-F22/2 (Near Officers Colony) Race Course, Dehradun (Tel: 0135-2722266, Mobile: 9335069077-72-Mr. Birendra Panwar) to publish this tender notice in Indian Express, Delhi Edition once in 180 sq.cm space.

Sd/- Executive Engineer

Page 6: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-2-

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

system i.e. Technical Bid & Commercial Bid for procurement of materials and execution of work detailed below.

Tender No.

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

Last date of Sale/Downloading

of tender

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

(1) (2) (3) (4) (5)Annual Rate Contract for the supply, installation, testing and commissioning of:-

36

VAG or equivalent compatible make following valves for water works purpose any where in Uttarakhand:(i) D.I. Sluice Valves Flanged PN-1.0, PN-1.6 Size 50 mm to 350 mm, (ii) Auma Actuators Flanged PN-1.0, PN-1.6 Size 50 mm to 350 mm, (iii) D.I. Swing Check Valves Flanged PN-1.0, PN-1.6 Size 50 mm to 350 mm, (iv) D.I. Single Chamber, Dual Orifice Tamper Proof Air Release Valves along with Isolating Valves PN-1.0, PN-1.6 Size 50 mm to 200 mm and (v) Pressure/Flow Control Valves PN-1.0, PN-1.6 Size 150 mm to 350 mm.

50,000.00 300.00 + 41.00 15.05.2012 16.05.2012Submission of Tender:

1. Only manufacturers of VAG or equivalent compatible make of above mentioned D.I. Valves are allowed to take part in the tender. No joint ventures or dealers are allowed to take part in this particular tender.

2. Auma Actuators shall be supplied by the same firm who will supply the Sluice/Gate Valves. Concerned firm will liaison with the Auma Actuator manufacturing firm himself for this purpose.

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

4. The last date for the submission of the “Tender" 16.05.12, in the official Tender document (in original) issued by the Executive Engineer, Central Store, Dehradun or downloaded through website http://ujs.uk.gov.in shall be duly filled in and signed by a duly authorized person and to be submitted to the office of the Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun. The cost of downloaded tender document to be paid in the form of demand draft issued from nationalized bank payable at Dehradun in the name of Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun at the time of submission shall be attached with the tender document.

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

6. Earnest money in the following forms should invariably be put in a separate envelope along with separate envelopes of technical bid and commercial bid. All these three envelopes shall be put in a single envelope subscribed "Tender Notice No., Date of opening and Name of Article. It should be valid for 06 months from the date of opening of the tender. A photocopy of EMD can be retained by the tenderer for claiming the refund of the EMD after the entire procedure is completed. EMD of Rs. 50,000.00 in the form of F.D.R/ C.D.R/ N.S.C/B.G., issued from any Nationalised/ Scheduled Bank/ Post Office in India, duly pledged in the name of Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun shall be attached.

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

Page 7: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-3-

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

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

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

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

12. Rates shall be quoted in prescribed tender documents purchased from the department or downloaded from the website by the manufacturer or their authorized representative. If rate quoted in any other paper or a letter pad shall be in the format of schedule 'A-1 & A-2' as per tender document.

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

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

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

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

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

18. Supply of materials shall be as per specifications mentioned in tender document.

19. Installation and testing of DI valves fitted with or without Auma make actuator at site allotted by Jal Sansthan within Uttarakhand State shall be the scope of supplier.

20. Site preparation for successful installation of D.I. Valves will be done by Jal Sansthan, under the guidance of Supplier.

21. Conditional/ Telegraphic/ Telephonic/ Fax offer shall not be entertained.

Signature and Seal of the Tenderer

Page 8: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-4-

TECHNICAL BID

22. The tenderer / manufacturer/ company is required to submit complete information about D.I. Valves, as per specifications with the following documents/certificates shall be enclosed along with his offer for which the rates are quoted in the part of Schedule 'A-1 & A-2'. It shall be firmly attached in separate sheet in same order as given below with the Technical Bid.

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

S.No. Particulars Information to be filled by the tenderer1. Cost of Tender document deposited vide:

(Rs. 300.00 + 41.00 = Rs. 341.00)Receipt No. or Bank Draft No.:

Date:

Rs.

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

Rs. 50,000.00 Rs.

EMD Valid upto

Name of Bank/Post Office

3. Name of the Tendering Firm:

Correspondence address of tendering firm:

Phone No. (Landline/Mobile):

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

E-Mail Address

Website

Page 9: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-5-

4. Location and address of the factories where Auma Actuators, are manufactured:Brand Name of Auma Actuator:

5. Location and address of the factories where D.I. Valves, are manufactured:

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

Date of Issue:

Valid upto:

Name and address of industry registration authority

Medium Scale:

Industry Registration No.:

Date of Issue:

Valid upto:

Name and address of industry registration authority

Large Scale: Industry Registration No.:

Date of Issue:

Valid upto:

Name and address of industry registration authority

Licensed Annual Production Capacity of D.I. Valves mentioned in Industry Registration Certificate:Brand Name of D.I. Valves:

6. ISO Certificate No. for D.I. Valves: (if applicable)Valid upto:

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

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

9. Permanent Account Number (PAN):

Page 10: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-6-

10. Minimum Turnover shall be Rs. 2.00 Crores in each year, atleast in the last three financial years in Indian Market: Year 2008-09 Rs.

Year 2009-10 Rs.

Year 2010-11 Rs.

Year 2011-12 Rs.

11. Detail about No. of Orders with their value for D.I. Valves supplied in following financial years:Year 2009-10 No. of Orders: Value Rs.

Year 2010-11 No. of Orders: Value Rs.

Year 2011-12 No. of Orders: Value Rs.

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

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

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

(Factory/ Industry Registration Certificate issued by registration authority for manufacturing D.I. Valves)

3. ISO Certificate (ISO Certificate, if applicable)

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

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

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

7. Turnover certificates.(Minimum Turnover shall be Rs. 2.00 Crores in each year, atleast in the last three financial years in Indian Market. An Audited Balance sheet (only Turnover sheet) of last financial years to be attached. Turnover sheet means- Profit & Loss A/c which reflects Sale of product)Year 2008-09Year 2009-10Year 2010-11Year 2011-12

Page 11: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-7-

8. Order copies of D.I. Valves supplied.(Order copies of D.I. Valves supplied for the Govt. departments/ Govt. Undertakings or Private Companies for Govt. Projects in the last three following financial years)Year 2009-10Year 2010-11Year 2011-12

9. Performance Certificates. (Performance certificate from those organization where the D.I. Valves has been supplied, a certificate shall be issued from Govt./Semi Govt./PSU, not less than the Executive Engineer/CEO rank, in this regard that supplied D.I. Valves are working satisfactory condition)

10. Guarantee certificate for D.I. Valves and Actuators. (Guarantee Certificate atleast for two years for D.I. Valves and Actuators. An undertaking should be attached)

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

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

1. List of equipments & machineries existing in the factory. (A List of equipments and machineries existing in the factory should be attached)

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

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

4. Sample Piece of D.I. Valve.(One piece as sample of D.I. Valves of following sizes and pressure to be submitted by the tenderer at the time of submitting tender) (i) D.I. Sluice/Gate Valve 50 mm P.N. 1.0 – 01 No.(ii) D.I. Non Return Valve 50 mm P.N. 1.0 – 01 No.(iii) D.I. Non Return Valve 250 mm P.N. 1.0 – 01 No.(iv) D.I. Air Valve 50 mm P.N. 1.0 – 01 No.(v) D.I. Pressure/Flow Control Valve 200 mm P.N. 1.0 – 01 No.

Note: After inspection of sample pieces by the competent authority of department, the supplier shall take care of removal of material from department premises at their own risk and cost within a week, otherwise department will not be responsible. Transportation charges for exhibiting these sample pieces will only be borne by the supplier.

Signature and Seal of the Tenderer

Page 12: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-8-

Technical Specifications1. Sluice Valve/Gate Valve:1.1 Sluice Valve/Gate Valve shall generally conform to IS: 14846/BS: 5163. Valves

should be vacuum tight and 100 % leak proof with straight pocket-less body passage. 1.2 Material of construction shall comply with the requirements given below:Item PN-1.0/1.6 ValvesBody, Bonnet Ductile Iron DIN 1693-GGG40/Spheroidal Graphite Iron IS:

1865 Gr 400/12Wedge Ductile Iron DIN 1693-GGG40/Spheroidal Graphite Iron IS:

1865 Gr 400/12 Rubber lined with EPDM-W270 approved grade.

Spindle/Stem SS: IS: 6603 04 Cr17Ni 12MO 2/AISI 420/AISI 410Stem Nut BrassBonnet Gasket EPDMInternal Fasteners Stainless Steel SS316/304Stem Sealing Toroidal NBR sealing rings (Min 03 ‘O’ Rings)Nuts, Bolts & Washers for pipe flanges

High tensile steel Hot dip galvanized

Coating Internal and external with powder or liquid epoxy coating with minimum dry film thickness of 250 microns.

1.3 Valves shall be non-rising spindle type. The spindles shall be of such lengths that when the valves are closed the bottom ends of the spindles engage fully in the spindle nuts. The spindle collars of thrust plates shall be concentric and machined, suitable for the specified test pressure. The thickness and bearing of the nut shoulders shall be adequate to resist operating thrusts. Spindle area in contact with water shall not be greased. Valve shafts shall be a one-piece unit extending completely through the valve disc. Valves stem nut shall be removable without replacing the wedge or gate.

1.4 Valves spindles and hand wheels shall be positioned to give good access for operational personnel. Hand wheels shall be arranged to turn in a clockwise direction to close the valve, the direction of rotation for opening and closing being indicated on the hand wheels.

1.5 The valves shall be so designed that the gates may be removed without removing the bodies from the connecting pipe work. The gate guides shall be cast integrally with the valve bodies and be of adequate strength and of sufficient length to guide the gates throughout their full length of travel. In the fully open positions, the gate shall be fully withdrawn well clear of the stream and the spindles shall not protrude into the bores of the valves.

1.6 Gate valves stem sealing shall not be of gland packing type and the sealing is by 3 “O” ring system which ensures 100% leak tightness under full testing pressure of 1,5 times the rated pressure.

1.7 The valves of plane end shall be blotless socket end type to connect iron or plastic pipes with suitable sealing rings. Valves with plane end shall have flexibility of inclination up to +/- 3° to ensure Stress-free operation under any circumstances.

1.8 All Sluice Valves shall be open end tested.1.9 The supplier shall provide test certificates for materials, strength and leakage in

accordance with BS: 5163/IS: 750/DIN EN 12266-1.

Page 13: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-9-

2. Air Valves:2.1 Air valves shall be installed at the high points in the systems and at regular intervals

along the pipeline as indicated on the Contract Drawings.2.2 Material of construction of air valves shall comply with following requirements:Body SG Iron 1865 Gr 400/12 or Grade GGG 40Cover Stainless SteelFloat Polycarbonate up to 50 NB/SS 304/316-above 50NBInternal Linkages Stainless Steel 304Gasket EPDM

2.3 Air valves shall be of single chamber double orifice type and tamper proof unless otherwise directed by the Engineer. All internal parts shall be housed inside the valve. A buoyant rigid float shall seal the large orifice and the chamber housing shall be designed to avoid premature closing of the valve by the air whilst being discharged. Small orifice shall discharge small air volume during operation under full internal pressures. All air valves shall be provided with isolating sluice valve and flanged end connection.

2.4 The valve shall be capable of exhausting air from pipe work automatically when being filled, the air being released at a sufficiently high rate to prevent the restriction of the inflow rate. Similarly the valve shall be capable of ventilating pipe work automatically when being emptied or under water hammer condition, the air inflow rate being sufficiently high to prevent the development of a vacuum in the pipe lines. The valve shall also automatically release air accumulating in pipe work during normal working conditions.

2.5 The valves shall be designed to prevent premature closure prior to all air having been discharged from the line. The orifice shall be positively sealed in the closed position with the float only raised by the liquid and not by a mixture of air and liquid spray. The seating shall be so designed to prevent the float sticking after a long period in the closed position.

2.6 Air valves shall thus to be designed to automatically operated so that they will;(a) positively open under internal pressure less than atmospheric pressure to admit air

in bulk during pipe line draining operation;(b) exhaust air in bulk and positively close as water, under low head, fills the body of

the valve during filling operation;(c) not blow shut under high velocity air discharge; and (d) exhaust accumulated air under pressure while the pipe is flowing full of water.

2.7 All air valves shall be constructed so that internal working parts which may become necessary for repairs shall be readily accessible, removable, and replaceable without use of special tools and removing the valve from the line.

2.8 Valves with air intake or exhaust facilities shall have an integral protecting cover top shall be supplied to prevent dirt and debris form entering the outlet of the valve.

2.9 Valves shall have nominal diameters up to DN 200, with working pressure for air valves shall be not less than PN-16.

2.10 The supplier shall verify with the supplier of the valves that the valves have the capacity to sustain the pipeline test pressure prior to testing. In the event that the valves do not sustain the pressure they shall be removed and the stub pipes from the main pipe line blanked off before pressure testing the pipeline.

2.11 The supplier shall submit air discharge chart (for out flow and inflow of air) along with the Bid Document.

Page 14: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-10-

3. Electric Actuator: Components/AccessoriesThe Electro mechanical actuator for sluice/gate valves shall comprise motorized gear trains transmit drive to the valve stem. The actuator shall be supplied with the following accessories:a. A.C. electric motor.b. Reduction gear unit.c. Torque switch mechanism complete with set of torque switches. d. Limit switch mechanism complete with set of limit switches.e. Hand wheel for manual operation.f. Hand-auto changeover lever with suitable locking arrangement.g. Local control switch/push buttons.h. 415 V/ 240 V AC control transformer.

4. General Requirements:1. The actuator shall be suitable for operation in the prevailing climatic conditions

and power supply conditions. The actuator shall be capable producing not less than 1 ½ time the maximum required torque and shall be suitable for at least 15 minutes continuous operation.

2. Each motor shall be fully tropicalised and suitable for operation in the prevailing climatic conditions. They shall also be suitable for operating satisfactorily under variations of electric supply specified. The margin motor shall be at least 50% over the maximum power required during unsealing.

3. Each actuator shall be adequately sized to suit the application and continuously rated to suit the opening and closing of valve under unbalance pressure equal to 1.5 times shut off head. The gear box shall be oil or grease filled, and capable of installation in any position. All operating spindles, gears and head stocks shall be provided with adequate points for lubrication.

4. The actuator starters shall be integrally housed with the actuator in robustly constructed and totally enclosed weather proof housing. The motor starter shall be capable of starting the motor under the most severe conditions. The starter housing shall be fitted with contacts and terminals for power supply, remote control and remote positional indication, and shall also be fitted with internal heaters so as to provide protection against damage due to condensation. Heaters shall be suitable for single phase operation. The heaters shall be automatically switched “ON” when the starters are “OFF” and shall be switched “OFF” when the starters are “ON”.

5. Each actuator shall be equipped as follows:(a) AC electric motor.(b) Reduction gear unit (with thrust bearing if required).(c) Torque switch mechanism.(d) Limit switch mechanism.(e) Hand wheel for manual operation.(f) Valve position indicator.(g) Hand-auto lever with suitable locking arrangement.(h) Valve position transmitter.(i) Reversing contactor starter complete with overload relays of suitable range and

adequately rated control fuses.(j) Actuator with integral starter shall have selection between local/remote operation.(k) Local control switch/push buttons and remote control switch/push buttons for

local and remote operation.

Page 15: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-11-

(l) 415 V/ 240 V AC control transformer.(m)A white lamp for supervision of main supply to be provided locally.(n) A potential free contact shall be provided to annunciate over-load trip/main

supply failure on remote panel.6. Following facilities and features shall be provided for PLC and Local SCADA:(a) Cable entry 1 ½” ET for PLC connection.(b) PLC control and monitoring.(c) Signal transmission for valve positions (open/close).

5. Standard Features:The following shall be included as standard feature for valve actuators:

(a) Two (02) DC interposing relays for matching the low voltage of remote commands with the control voltage.

(b) The motor shall be specially designed for valve operation, combining inertia with a high torque.

(c) Each electric-motor operator shall be provided with a hand-wheel handle for manual operation. The hand-wheel shall be automatic declutched when the electric motor is operating, but shall be capable being engaged at other times by positioning the clutch lever. The electric operation shall override the manual operation.

(d) Visible local valve position indicator shall be mounted on the actuator body.(e) The torque switch shall function to stop the motor on closing or opening the

valve, or upon actuation by the torque when the valve disc is restricted its attempt to open or close. A minimum of two (2) torque switches, one for closing direction and one for opening direction shall be provided.

(f) The non-adjustable limit switches shall stop the motor and give indication when the disc has attained the fully open or close position.

(g) All wiring connections form the various switches shall be brought out on separate terminal box mounted on the valve, having liberal space for wiring and making connections.

(h) The terminal box shall be suitable for outdoor use and shall be weather proof and dust tight.

6. Reversing Contactors:(a) The reversing starters shall comprise forward and reverse contactors electrically

interlocked with each other.(b) The terminal overload relays provided with the reversing starters shall be of three

elements, positive acting, ambient temperature compensated, time lagged thermal overload relay with adjustable settings. The setting range shall be properly selected in accordance with the rating of the motor.

(c) Thermal overload relays shall be provided.(d) ‘STOP’ push button of the starter and hand reset device shall be separated from

each other.(e) Overload relay reset push button shall be brought out to the front and made easily

accessible.(f) Overload relay shall be provided with at least one ‘NO’ and one ‘NC’ or one

change over contact.(g) The minimum continuous current rating of the contactors shall be 16 A.

Page 16: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-12-

7. Swing Check Valve:(For size 50 mm. to 200 mm.)Rubberized flap type swing check valve to provide soft sealing, unrestricted flow passage and low friction losses.Item PN-1.0/1.6 ValvesBody Ductile Iron DIN 1693-GGG40/Spheroidal Graphite Iron IS:

1865 Gr 400/12Disc Ductile Iron DIN 1693-GGG40/Spheroidal Graphite Iron IS:

1865 Gr 400/12 Fully lined with EPDM Shaft Stainless steel BS 970 Grade 431 S 29/AISI 420Internal Fasteners Stainless steel SS16/ 304Nuts, Bolts & Washers for pipe flanges

High tensile steel Hot dip galvanized

Coating Internal and external with powder or liquid epoxy coating with minimum dry film thickness of 250 microns.

Face to Face EN558-1 basic series F4 (DIN: 3202, F6)

(For sizes above 200 mm.)Slanted seat tilting disc swing check valve with corrosion proof and water resistant seat faces.

Item PN-1.0/1.6 ValvesBody Ductile Iron DIN 1693-GGG40/Spheroidal Graphite Iron IS:

1865 Gr 400/12Disc Ductile Iron DIN 1693-GGG40/Spheroidal Graphite Iron IS:

1865 Gr 400/12 Shaft Stainless steel BS 970 Grade 431 S 29/AISI 420Shaft Bearing Zinc free Bronze Body Seat Nickel weld overlay micro finishedInternal Fasteners Stainless steel SS316/304Nuts, Bolts & Washers for pipe flanges

High tensile steel Hot dip galvanized

Coating Internal and external with powder or liquid epoxy coating with minimum dry film thickness of 250 microns.

Face to Face As per DIN: 3202, F4

8. Pressure /Flow Control Valves: 8.1 Pressure control valve (Plunger valve) shall be of with one piece body and

rotationally symmetric flow path with annular flow cross section in any open position and surface providing minimal wear.

8.2 The control valves shall be designed for the pressure (or) flow control applications for providing precise control over the pressure/ flow rates without any cavitation.

8.3 Actuation of Plunger shall be by means of stainless steel crank drive mechanism and worm type gearbox with invariable opening /closing speed for constant actuator RPM irrespective of the valve’s opening degree.

8.4 Gearbox shall be of rigid design with housing material of GGG-40 and robust position indicator.

Page 17: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-13-

8.5 The internal Piston sealing ring of EPDM shall be of special X-shaped design to guarantee twisting-free operation.

8.6 The down stream side sealing ring shall be fitted to the body and shall be outside of the main flow under all conditions to avoid abrasion.

8.7 Face-to-face dimensions as per DIN 3202, F5 and flange connections as per DIN 2501-1.

8.8 The body of the flow control valve shall be designed and tested for the applicable pressure rating of the transfer system with min. 1.5 times pressure rating (1.1 times for seat test).

Material of Construction:

Body Ductile Iron DIN 1693-GGG40/Spheroidal Graphite Iron IS: 1865 Gr 400/12

Plunger Stainless Steel 304

Shaft Stainless Steel 420 (1.4021)

Bearing Bush Bronze

Piston Guides Bronze Welded Overlay

Surface Protection Internal and external with powder or liquid epoxy coating with minimum dry film thickness of 250 microns

Gearbox Housing Ductile iron to EN-JS 1030 (GGG-40)

9. Testing:Hydrostatic tests: Each valve shall be subjected to closed end hydrostatic test as follows:

Body Test: The body of each valve shall be hydraulically tested to the 1.5 times the working pressure and the test pressure and the test pressure shall be maintained for the duration of 5 minutes. The valve shall show no sign of leakage under these tests.

Seat Test: The seat shall be tested to 1.00 times the working pressure and the test pressure shall be maintained for the duration of 2 minutes. The valve shall show no sign of leakage under these tests.

Signature and Seal of the Tenderer

Page 18: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-14-

COMMERCIAL BID

23. The tenderer are requested to quote firm and fix rates in Indian Rupees for each article as mentioned in the tender document Schedule 'A-1' for Supply of materials and Schedule ‘A-2’ for civil work.

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

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

26. The rates shall be quoted for supply of materials in Schedule-'A-1’ are F.O.R destination any part of Uttarakhand including cost of materials, basic excise duty, insurance charges, third party inspection charges, packing & forwarding charges, freight and octroi etc. but are exclusive of statutory duties such as sales/trade tax/VAT without Form ‘C’ and any other Central, State Govt. levies which are to be shown separately and shall be payable as applicable. The rates should be quoted after taking into account the benefits accruing under MODVAT SCHEME. Any increase or decrease on the rate of Sales/Trade tax/VAT on the finished product shall be payable or recovered as the case may be.

27. The rates shall be quoted for civil works in Schedule-'A-2’ are F.O.R destination any part of Uttarakhand including all labour, T&P etc. including all taxes. Income tax as applicable will be deducted.

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

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

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

(M) +91-9412058625

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

(M) +91-9411110575

Page 19: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-15-

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 20: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-16-

DECLARATION PART-II

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

The details of deposit of earnest money are given below.

S.No.

Description Amount Name of Issuing Bank/Post Office

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

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

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

Date: SIGNATURE & SEAL OF TENDERER

Address: NAME

DESIGNATION

ON BEHALF OF

Page 21: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-17-

MEMORANDUM

Supply, Installation, Testing and Commissioning of D.I. Valves and Actuators as per tender specifications.

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

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

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

TENDERER: SIGNATURE & SEAL :

NAME :

ADDRESS :

WITNESS: SIGNATURE :

NAME :

ADDRESS :

Page 22: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-18-

FORM OF EXPERIENCE

(TO BE FILLED BY THE TENDERER)

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

Details about Supply of D.I. Valves and Actuators by the firm with their value till date.

S.No.

Order No and Date.

Address by whom order placed Financial Year Order Value in Rs.

Photo copies of above mentioned Orders shall be attached.

DATED: SIGNATURE AND SEALADDRESS OF THE TENDERER

Page 23: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-19-

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

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

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

1. DEFINITIONSa. UTTARAKHAND JAL SANSTHAN

Uttarakhand Water Supply and Sewage Department (herein called the "Jal Sansthan").

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

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

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

e. CONSIGNEE/EXECUTOR & PAYMENT AUTHORITYExecutive Engineer, Uttarakhand Jal Sansthan of concerned division where work to be executed.Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Dehradun for Garhwal Region.Executive Engineer, Central Store, Uttarakhand Jal Sansthan, Haldwani for Kumoun Region.

f. WORK EXECUTORExecutive Engineer, Uttarakhand Jal Sansthan for the time being in charge of the Division, where work will be executed.

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

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

supplier and any supplier can be asked to work any item, full or part requirement as given in schedule-'A-1 & A-2'

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

i. SITE OF WORK The site of the work will be allotted by the department for supply and installation of D.I. Valves and Actuators anywhere in Uttarakhand.

Page 24: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-20-

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

in terms and conditions of this tender. General Manager shall have the right to enhance the amount of Earnest Money as and when required for the work mentioned in tender document.

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

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

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

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

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

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

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

Page 25: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-21-

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

Page 26: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-22-

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

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

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

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

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

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

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

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

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

12. EXPIRY OF VALIDITY OF DOCUMENTSWhen the validity of certain documents called for has expired and renewal has been applied for, but issuing authority has not issued the revalidated document/license, an affidavit on general stamp paper of Rs. 10.00 should accompany the tender. Please do not forget this as tender otherwise shall be liable to be ignored.

Page 27: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-23-13. VALIDITYa. The contract shall ordinarily remain in force upto 12 months or completion of work

or guarantee/ warrantee period from the date of entering into the agreement but it can be terminated at any time and any stage by the Superintending Engineer (Material) during the validity of the contract without assigning any reason. No claim or damage on account of such termination of the contract shall be entertained.

b. The validity period can, however, be extended if the Superintending Engineer (Material) and the supplier both agree mutually.

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

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

15. PAPERS RELATING TO SALES/TRADE TAX/VATa. Please mention sale/trade tax/VAT registration number of Uttarakhand or Central

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

VAT clearance certificate (not older than 12 months) on the date of opening of tender in the form prescribed by sales/ trade Tax department without which the tender shall be liable to be ignored.

c. Outside Uttarakhand firms who do not come within the purview of Uttarakhand Sale/ Trade Tax department should submit valid sales tax registration certificate issued by the competent authority failing which tenders shall be liable to be ignored.

16. CANCELLATION OF TENDERa. Successful tenderer 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/ Superintending Engineer (Material) 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/ Superintending Engineer (Material) reserves the right to Quash/Reject all or any of the tenders, or to split up the contract without assigning any reason and in suppression of any of the conditions given herein or after.

17. WITHDRAW OF TENDER If a tenderer withdraws his tender before the expiry of the validity period, the General Manager/ Superintending Engineer (Material) may agree to allow such withdrawal but in such a case the earnest money may be forfeited. If the General Manager/ Superintending Engineer (Material) does not allow such withdrawal and accepts the tender and the tenderer fails to perform his part of the contract, the earnest money deposited shall be forfeited besides other consequences for breach of the contract.

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

consignee because of being of inferior quality shall be replaced with the materials of proper and acceptable quality as per laid down specification by the supplier at his own cost and risk within 30 days of receipt of notice to that effect. In addition to the replacement of the sub standard materials as aforesaid, the supplier shall be liable to pay to the department @ 2% of the cost of the materials so rejected and same shall be deducted from the bill of the supplier by the consignee.

-24-

Page 28: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

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

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

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

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

B. FOR REJECTION OF DEFECTIVE WORKIf the tenderer fails to complete the work within stipulated period for reasons beyond his control or unforeseen reasons considered just by the department then extension of time can be allowed by the department. However if extension of time is not allowed by the department, penalty for delay in supply, excavation, laying, jointing, testing and commissioning of work, department reserves the right to impose a penalty @ 0.5% per week, on total cost of work, subjected to a maximum of 10% of the total cost of work and also to get the balance work completed at the cost of tenderer.

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

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

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

c. The materials ordered are to be dispatched by the supplier only after it has been checked that the materials fulfill all the tests and specifications referred to in this contract. The supplier will also furnish the following undertaking in writing along with each consignment to the consignee.

‘The materials have been manufactured as per relevant standard specifications as offered in this tender and dispatches have been made after checking that the materials supplied have successfully withstood all the tests and it is accordance with the terms and conditions of the contract. We also undertake to replace or rectify part or to take back the materials and remit cost thereof at the discretion of the Superintending Engineer (Material). If the materials are found defective before guarantee period, the cost of the defective materials, along with all liabilities, expenditure will be payable by us on receipt of necessary intimation from the consignee.’

Page 29: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-25-

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

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

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

g. In case of non-compliance of supply/work order firm shall be taken to blacklist for next three years in addition to penalty imposed under clause 32 and earnest/security money laying with the department shall be forfeited.

20. DATE OF COMPLETION OF WORKThe date of final measurement recorded in measurement book shall be taken as the date of completion of work for a particular consignment.

21. RATES(a) The rates shall be quoted for supply of materials in Schedule-'A-1’ are F.O.R

destination any part of Uttarakhand including cost of materials, basic excise duty, insurance charges, third party inspection charges, packing & forwarding charges, freight and octroi etc. but are exclusive of statutory duties such as sales/trade tax/VAT without Form ‘C’ and any other Central, State Govt. levies which are to be shown separately and shall be payable as applicable. The rates should be quoted after taking into account the benefits accruing under MODVAT SCHEME. Any increase or decrease on the rate of Sales/Trade tax/VAT on the finished product shall be payable or recovered as the case may be.

(b) The rates shall be quoted for civil works in Schedule-'A-2’ are F.O.R destination any part of Uttarakhand including all labour, T&P etc. including all taxes. Income tax as applicable will be deducted.

22. PRICE VARIATION(i) The prices as given in Schedule-'A-1 & A-2' annexed hereto are firm and fixed.(ii) The price will continue to operate even after the validity period of the Rate

Contract till the date of delivery/ completion of work as mentioned in the tender document or as agreed between the S.E(M) and the supplier.The nominal period for the supplier to complete the supply/work is 45 days, after receipt of dispatch instructions (D.I.) from S.E.(M) or respective consignee(s). If any supplier does not complete the work under any circumstances, within stipulated period, but if the price of materials/labour charges decreases, decreased rates will be given.

Page 30: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-26-

23. MODE OF TRANSPORTATIONThe materials are to be transported by road transport. However, unloading at the destination site, will be arranged by the supplier.

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

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

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

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

28. ORDERSa) After the rates quoted by the supplier are accepted and the contract is executed, order/orders shall be placed under this contract by the S.E(M) or his authorized representative.The order will be placed with the tenderer who successfully qualify technically and commercially. It should be noted that department is under no obligation or binding to place an order on the firm quoting the lowest rate.b) The tenderer will assure that the supply/execution of the work and all other related activities are carried out without a break for the entire period of the contract.

29. CANCELLATION OF WORK

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

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

Page 31: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-27-

31. PAYMENT(a) 90% payment will be made after completion of awarded work in full and good condition by consignee(s) and after receipt of certificate issued by third party inspection agency for materials.

(b) 10% payment will be made after successful performance of valves for a period of one year from the date of installation of valves. Alternatively balance 10% shall be released on submission of an FDR of an equivalent amount valid for performance period of one year.

As the work is based upon total execution of the work, so, the supplier shall be responsible to execute the complete work, ordered including supply of D.I. Valves and Actuators as well as their installation. It means, if supplier supply the D.I. Valves and Actuators, that will not serve the purpose without completing the installation work, and whatever so, payment will not be made only for the supplies without completing the installation work Supplier will not put the bill for part of work i.e. only supplies.

32. LIQUIDATED DAMAGESa. In the event of the work not having been started in accordance with the order and as

per terms and conditions of the agreement after issuing of dispatch instructions (D.I.) by the S.E.(M).or consignees and started within 30 days beyond this stipulated period of 45 days, but if the work not having been started within this extended period of 30 days. The S.E(M)/consignee shall recover from the supplier the amount of liquidated damages from any money due to the supplier or from the sum held as earnest/security money or dues pending in Jal Sansthan. This recovery shall be @ 1% per day of the value of work remaining to be completed at the end of due date for completion of supply/work.

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

c. 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.

d. General Manager may for go the whole or part of the liquidated damage on the circumstances beyond the control of the supplier due to which supplied/work can not be completed.

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

Page 32: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-28-

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

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

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

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

35. 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.

36. SPECIFICATIONS GENERALa. All the materials shall be supplied strictly as per relevant specifications with

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

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

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

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

Page 33: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-29-

e. If the S.E.(M). or consignee desires that the materials shall be dispatched and supplied after due test and inspection at works before his or his authorized representative the supplier will have to make compliance of these instructions and will extend all necessary information at his own cost.

37. MARKINGThe Valves and Actuators conforming to this standard shall have cast, stamped or indelibly painted on it the following appropriate marks: - (a) Manufacturer's Name & Trade Mark (b) Pressure Rating & Size and (c) Last two digits for the Year of Manufacture.

38. THIRD PARTY INSPECTIOND.I. Valves and Actuators shall be dispatched only after proper inspection, testing, certification and marking as per relevant specifications by DGS&D/ RITES or any other third party inspection agency nominated by the department. The charges of third party inspection agency shall be borne by the supplier. Inspection certificate issued by inspecting officer from time to time shall invariably be attached with dispatched documents of each consignment.

39. DEPARTMENTAL INSPECTION & TEST CERTIFICATESD.I. Valves and Actuators shall be duly tested for their performance at the specified duty parameters, at the works of the manufacturer, prior to its dispatch by the nominated representative of department. A test report bearing signature of Authorized Representative of manufacturer and Inspecting Officer of Department shall be attached by firm with the dispatched documents of each consignment.

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

ADDRESS FOR

1. CORRESPONDENCE

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

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

PHONE /FAX NO./E-MAIL

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

2. WORKS ADDRESSES AND THEIR PHONE NO.

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

Page 34: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-30-

(SCHEDULE-'A-1' RATES )

Rates for Supply of D.I. Valves and Actuators as per details given below.

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

of materials, basic excise duty, insurance charges, third party inspection charges, packing & forwarding charges, freight and octroi etc. but are exclusive of statutory duties such as sales/trade tax/VAT without Form ‘C’ and any other Central, State Govt. levies which are to be shown separately and shall be payable as applicable.

2. The quantity of materials can vary upto any extent on either side.3. D.I. Valves and Actuators as per details given below shall be as per tender

specifications.4. Third party inspection charges by D.G.S.&D. /R.I.T.E.S. or Any other agency

nominated from time to time will be borne by the supplier.S.

No.Description of Items Unit Rates F.O.R. destination site

in any part of Uttarakhand including freight in Rs.

(each)Figures In Words

(1) (2) (3) (4) (5)1. D.I. Sluice/Gate Valve as per tender

specifications.1.1 PN-1.0 Flanged(i) 50 mm Each

(ii) 80 mm Each

(iii) 100 mm Each

(iv) 125 mm Each

(v) 150 mm Each

(vi) 200 mm Each

(vii) 250 mm Each

(viii) 300 mm Each

(ix) 350 mm Each

1.2. PN-1.6 Flanged(i) 50 mm Each

(ii) 80 mm Each

(iii) 100 mm Each

(iv) 125 mm Each

(v) 150 mm Each

Signature and Seal of the Tenderer

Page 35: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-31-(1) (2) (3) (4) (5)(vi) 200 mm Each

(vii) 250 mm Each

(viii) 300 mm Each

(ix) 350 mm Each

1.3. PN-1.0 Plain Ended(i) 50 mm Each

(ii) 80 mm Each

(iii) 100 mm Each

(iv) 125 mm Each

(v) 150 mm Each

(vi) 200 mm Each

(vii) 250 mm Each

(viii) 300 mm Each

1.4. PN-1.6 Plain Ended(i) 50 mm Each

(ii) 80 mm Each

(iii) 100 mm Each

(iv) 125 mm Each

(v) 150 mm Each

(vi) 200 mm Each

(vii) 250 mm Each

(viii) 300 mm Each

2. D.I. Sluice/Gate Valve fitted with Auma make Actuator as per tender specifications.

2.1 PN-1.0 Flanged (Valve + Actuator)(i) 50 mm Each

(ii) 80 mm Each

(iii) 100 mm Each

(iv) 125 mm Each

Signature and Seal of the Tenderer

Page 36: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-32-(1) (2) (3) (4) (5)(v) 150 mm Each

(vi) 200 mm Each

(vii) 250 mm Each

(viii) 300 mm Each

(ix) 350 mm Each

2.2 PN-1.6 Flanged (Valve + Actuator)(i) 50 mm Each

(ii) 80 mm Each

(iii) 100 mm Each

(iv) 125 mm Each

(v) 150 mm Each

(vi) 200 mm Each

(vii) 250 mm Each

(viii) 300 mm Each

(ix) 350 mm Each

3 Auma make Actuators as per tender specifications

3.1 PN-1.0 (Actuator only)(i) 50 mm Each

(ii) 80 mm Each

(iii) 100 mm Each

(iv) 125 mm Each

(v) 150 mm Each

(vi) 200 mm Each

(vii) 250 mm Each

(viii) 300 mm Each

(ix) 350 mm Each

Signature and Seal of the Tenderer

Page 37: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-33-(1) (2) (3) (4) (5)3.2 PN-1.6 (Actuator only)(i) 50 mm Each

(ii) 80 mm Each

(iii) 100 mm Each

(iv) 125 mm Each

(v) 150 mm Each

(vi) 200 mm Each

(vii) 250 mm Each

(viii) 300 mm Each

(ix) 350 mm Each

4. D.I. Swing Check Valves as per tender specifications.

4.1 PN-1.0 Flanged(i) 50 mm Each

(ii) 80 mm Each

(iii) 100 mm Each

(iv) 125 mm Each

(v) 150 mm Each

(vi) 200 mm Each

(vii) 250 mm Each

(viii) 300 mm Each

(ix) 350 mm Each

4.2 PN-1.6 Flanged(i) 50 mm Each

(ii) 80 mm Each

(iii) 100 mm Each

(iv) 125 mm Each

(v) 150 mm Each

(vi) 200 mm Each

Signature and Seal of the Tenderer

Page 38: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-34-(1) (2) (3) (4) (5)

(vii) 250 mm Each

(viii) 300 mm Each

(ix) 350 mm Each

5. D.I. Air Valve Single Chamber along with Isolating Valve as per tender specifications.

5.1 PN-1.0 (i) 50 mm Each

(ii) 80 mm Each

(iii) 100 mm Each

(iv) 150 mm Each

(v) 200 mm Each

5.2 PN-1.6(i) 50 mm Each

(ii) 80 mm Each

(iii) 100 mm Each

(iv) 150 mm Each

(v) 200 mm Each

6. Pressure/Flow Control Valves with gear box with hand wheel as per tender specifications.

6.1 PN-1.0 Flanged(i) 150 mm Each

(ii) 200 mm Each

(iii) 250 mm Each

(iv) 300 mm Each

(v) 350 mm Each

7. Pressure/Flow Control Valves fitted with Auma make Actuator as per tender specifications.

7.1 PN-1.0 Flanged (Valve + Actuator)(i) 150 mm Each

(ii) 200 mm Each

(iii) 250 mm Each

(iv) 300 mm Each

(v) 350 mm Each

Signature and Seal of the Tenderer

Page 39: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-35-

RATES ARE TO BE QUOTED BOTH IN FIGURES AND WORDS - F.O.R destination any part of Uttarakhand including cost of materials, basic excise duty, insurance charges, third party inspection charges, packing & forwarding charges, freight and octroi etc. but are exclusive of statutory duties such as sales/trade tax/VAT without Form ‘C’ and any other Central, State Govt. levies which are to be shown separately and shall be payable as applicable.

If, Taxes/ Levies to be charged extra on the above quoted rates, shall be clearly mentioned in percentage.

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

2. VAT without Form ‘C’ @ ……….%

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

4. Period for Validity of offer 150 days:

Signature and Seal of the Tenderer

Page 40: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-36-

(SCHEDULE-'A-2' RATES )

Rates for Installation and Testing of D.I. Valves and Actuators as per details given below.

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

labour, T&P etc. including all taxes. Income tax as applicable will be deducted.2. The quantity of work can vary upto any extent on either side.3. Work shall be executed as per engineering norms.

S.No.

Description of Work Unit Rates F.O.R. destination site in any part of Uttarakhand

including freight in Rs. (each)

Figures In Words(1) (2) (3) (4) (5)1. Installation, testing and commissioning of

D.I. Sluice/Gate Valve as per engineering norms at site anywhere in Uttarakhand.

1.1 PN-1.0/1.6 Flanged(i) 50 mm Each

(ii) 80 mm Each

(iii) 100 mm Each

(iv) 125 mm Each

(v) 150 mm Each

(vi) 200 mm Each

(vii) 250 mm Each

(viii) 300 mm Each

(ix) 350 mm Each

2. Installation, testing and commissioning of D.I. Sluice/Gate Valve as per engineering norms at site anywhere in Uttarakhand.

2.1 PN-1.0/1.6 Plain Ended(i) 50 mm Each

(ii) 80 mm Each

(iii) 100 mm Each

(iv) 125 mm Each

(v) 150 mm Each

Signature and Seal of the Tenderer

Page 41: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-37-(1) (2) (3) (4) (5)(vi) 200 mm Each

(vii) 250 mm Each

(viii) 300 mm Each

3 Installation, testing and commissioning of D.I. Sluice/Gate Valve fitted with Auma make Actuator as per engineering norms at site anywhere in Uttarakhand.

3.1 PN-1.0/1.6 Flanged (Valve + Actuator)(i) 50 mm Each

(ii) 80 mm Each

(iii) 100 mm Each

(iv) 125 mm Each

(v) 150 mm Each

(vi) 200 mm Each

(vii) 250 mm Each

(viii) 300 mm Each

(ix) 350 mm Each

4. Installation, testing and commissioning of Actuators only as per engineering norms at site anywhere in Uttarakhand.

4.1 PN-1.0 /1.6 (Only Actuator)(i) 50 mm Each

(ii) 80 mm Each

(iii) 100 mm Each

(iv) 125 mm Each

(v) 150 mm Each

(vi) 200 mm Each

(vii) 250 mm Each

(viii) 300 mm Each

(ix) 350 mm Each

Signature and Seal of the Tenderer

Page 42: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-38-(1) (2) (3) (4) (5)5. Installation, testing and commissioning of

D.I. Swing Check Valve as per engineering norms at site anywhere in Uttarakhand.

5.1 PN-1.0/1.6 Flanged(i) 50 mm Each

(ii) 80 mm Each

(iii) 100 mm Each

(iv) 125 mm Each

(v) 150 mm Each

(vi) 200 mm Each

(vii) 250 mm Each

(viii) 300 mm Each

(ix) 350 mm Each

6. Installation, testing and commissioning of D.I. Air Valve Single Chamber along with isolating valve as per engineering norms at site anywhere in Uttarakhand.

6.1 PN-1.0/1.6 Flanged(i) 50 mm Each

(ii) 80 mm Each

(iii) 100 mm Each

(v) 150 mm Each

(vi) 200 mm Each

7. Installation, testing and commissioning of Pressure/Flow Control Valves with gear box with hand wheel as per engineering norms at site anywhere in Uttarakhand.

7.1 PN-1.0 Flanged(i) 150 mm Each

(ii) 200 mm Each

(iii) 250 mm Each

(iv) 300 mm Each

(v) 350 mm Each

Signature and Seal of the Tenderer

Page 43: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-39-(1) (2) (3) (4) (5)8. Installation, testing and commissioning of

Pressure/Flow Control Valves fitted with Auma make Actuator as per engineering norms at site anywhere in Uttarakhand.

8.1 PN-1.0 Flanged (Valve + Actuator)(i) 150 mm Each

(ii) 200 mm Each

(iii) 250 mm Each

(iv) 300 mm Each

(v) 350 mm Each

RATES ARE TO BE QUOTED BOTH IN FIGURES AND WORDS - F.O.R destination any part of Uttarakhand including all labour, T&P etc. including all taxes. Income tax as applicable will be deducted.If, Taxes/ Levies to be charged extra on the above quoted rates, shall be clearly mentioned in percentage.

1. …………….. @ ………….%

2. …………….. @ ………….%

3. Period for Validity of offer 150 days.

Signature and Seal of the Tenderer

Page 44: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-40-

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

ANNEXURE-'1'

UNDERTAKING

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

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

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

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

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

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

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

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

(Manufacturer)

* Undertaking to be filled up if applicable.

Page 45: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-41-

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 46: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-42-

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

Page 47: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-1-Annexure-2

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

UTTARAKHAND JAL SANSTHAN

FACTORY INSPECTION PERFORMA/GUIDELINES

Executive Engineer, Uttarakhand Jal Sansthan,

Dehradun

Page 48: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-2-

INFORMATION FILLED-UP BY THE MANUFACTURER

1. Name of the tenderer firm. _____________________

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

Tel. No…………………………

Fax. No…………………………

Email …………………………

Website…………………………

Place of business……………………..………………………

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

Tel. No…………………………

Fax. No…………………………

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

___________________________________________________________

Tel. No…………………………

Fax. No…………………………

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

departments into which it is divided, laboratory etc.)

Area _____________________________________

Covered Accommodation_________________________

Departments into which it is divided _________________________

Laboratory _________________________

Others _________________________

6. Name of Bankers and full address.__________________________________________________________

Page 49: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-3-

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

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

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

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

__________________________________________________________

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

__________________________________________________________

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

__________________________________________________________

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

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

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

__________________________________________________________

(c) Unskilled labour employed.__________________________________________________________

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

__________________________________________________________

Page 50: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-4-

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

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

__________________________________________________________

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

Name _____________________________Portfolio_____________________________

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

__________________________________________________________

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

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

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

23. Name of partners with their liabilities.__________________________________________________________

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

Date: SIGNATURE & SEAL OF MANUFACTURER

Address: NAME

DESIGNATION

Page 51: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-5-

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

THE FACTORY

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

2. Ownership documents or certified copies thereof.

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

(ii) Cash vouchers for plant and machinery.

(iii) Proof regarding ownership of stocks.

3. Income Tax Clearance certificate/ PAN Card.

(i) Applicant firm.

(ii) Proprietor.

(iii) Individual partners.

4. Central Sales Tax Registration certificate.

5. Value Added Tax Registration certificate.

6. Registration with Excise Department

7. A copy each of.

(i) Memorandum.

(ii) Articles of association.

(iii) Certificates of incorporation

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

8. List of sitting Directors.

9. Certified copy of the partnership deed.

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

contractual obligations.

11. The copy each of the following.

(i) The last annual report.

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

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

firm.

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

13. Certificate of Director of Industries.

14. IS : licenses.

Page 52: UTTARANCHAL JAL SANSTHAN - Uttarakhandujs.uk.gov.in/upload/tenders/Tender-22.doc · Web viewLetter No. 40 / TENDER NOTICE /12-13 Date: 12.04.12 Index - Page No. 1 to 3 Details of

-6-

15. Evidence regarding purchase of D.I. raw material.

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

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

17. Performance certificates.

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

individual or a register partnership firm?

Deeds or articles of association.

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

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

under the Act.

20. Partnership deed.

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

Original test certificates.

22. Any other document.

(i)

(ii)

(iii)

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

Date: SIGNATURE & SEAL OF MANUFACTURER

Address: NAME

DESIGNATION