letter no. 689 / tender notice /41 /15-16 date:...

42
1 OFFICE OF THE EXECUTIVE ENGINEER, MAINTENANCE DIVISION UTTARAKHAND JAL SANSTHAN, NEGI BHAVAN, NEAR POLICE LINE GATE, KANDOLIYA ROAD, PAURI GARHWAL, UTTARAKHAND, PIN-246001 Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06.2015 Tender Notice For and on behalf of Uttarakhand Jal Sansthan, invites sealed tenders in two-bid system i.e. 'Technical' & 'Commercial' bids for the following works as detailed below. Tender No. EMD in Rs. Cost of tender + VAT Last date of Sale of tender Tender receiving upto 3:00 pm and opening at 4:00 pm on same date Completion period 1 Operation and maintenance of 3.5 MLD Sewage Treatment Plant based on MBBR Technology at Srinagar Uttarakhand. 2% of quoted value. 2800.00 20.07.2015 21.07.2015 02Years Terms and Conditions : 1. Tender document can be purchased from the department only. 3. The work is for the period of 02 year operation and maintenance, supply of various components as spares required for operation and maintenance of 3.5 MLD Sewage Treatment Plant based on MBBR Technology at Srinagar (Pauri) Uttarakhand. 6. Other terms and conditions shall be according to the tender document. 7. Conditional/Telegraphic/ Telephonic/Fax/E-mail offer shall not be entertained. Executive Engineer (Maintenance Division) Not for Publication . Letter No. 684 / TENDER NOTICE / /15-16 Date: 25.06.2015 Copy to the following for information and necessary action: 1. General Manager, Uttarakhand Jal Sansthan, Pauri. 2. Superintending Engineer, Uttarakhand Jal SansthanPauri. 3. Notice Board. 4. Copy to Dot Communication 46/2 Tagore Villa Chakrata Road Dehradun with the request to publish this tender notice on 27 June, 2015 in Amar Ujala, Dainik Jagran & Pioneer at the Govt. rates. 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. Executive Engineer (Maintenance Div.)

Upload: others

Post on 21-Aug-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

1

OFFICE OF THE EXECUTIVE ENGINEER, MAINTENANCE DIVISIONUTTARAKHAND JAL SANSTHAN, NEGI BHAVAN, NEAR POLICE LINE GATE,

KANDOLIYA ROAD, PAURI GARHWAL, UTTARAKHAND, PIN-246001

Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06.2015

Tender Notice

For and on behalf of Uttarakhand Jal Sansthan, invites sealed tenders in two-bid system i.e.'Technical' & 'Commercial' bids for the following works as detailed below.

TenderNo.

EMD inRs.

Cost oftender +

VAT

Last date ofSale of tender

Tender receiving upto3:00 pm and opening at4:00 pm on same date

Completion period

1

Operation and maintenance of 3.5 MLD Sewage Treatment Plant based on MBBRTechnology at Srinagar Uttarakhand.

2% ofquotedvalue.

2800.00 20.07.2015 21.07.2015 02Years

Terms and Conditions: 1. Tender document can be purchased from the department only.3. The work is for the period of 02 year operation and maintenance, supply of various components as

spares required for operation and maintenance of 3.5 MLD Sewage Treatment Plant based on MBBRTechnology at Srinagar (Pauri) Uttarakhand.6. Other terms and conditions shall be according to the tender document.7. Conditional/Telegraphic/ Telephonic/Fax/E-mail offer shall not be entertained.

Executive Engineer (Maintenance Division)Not for Publication.Letter No. 684 / TENDER NOTICE / /15-16 Date: 25.06.2015

Copy to the following for information and necessary action:1. General Manager, Uttarakhand Jal Sansthan, Pauri.2. Superintending Engineer, Uttarakhand Jal SansthanPauri.3. Notice Board.4. Copy to Dot Communication 46/2 Tagore Villa Chakrata Road Dehradun with the request to

publish this tender notice on 27 June, 2015 in Amar Ujala, Dainik Jagran & Pioneer at theGovt. rates. The payment shall not be made for misprinting or indistinctly printed or publishedafter 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.

Executive Engineer (Maintenance Div.)

Page 2: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

2

CONTENTS

S.No.

Description Page No.

Tender Notice. 4

Introduction, Cause of Breakdown and Methodology 5-10

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

11-20

Scope of Work 21-25

Schedule ‘G’ 26-27

Declaration Part – I 28

Declaration Part – II 29

Memorandum 30

Form of Experience 31

GENERAL GUIDE LINES, INSTRUCTIONS,SPECIFICATIONS, TERMS AND CONDITIONS FORTENDERERS

32-42

1. Definitions 32

2. Deposit 32

3. Security Clause 33

4. Encash of a Bank Guarantee 33

5. Mode of Submitting Tender 33

6. Submission of Documents 34

7. Signing of Tender 34-35

8. Important Notes 35

9. Vague Offer 35

10. Period for which Offer shall be Valid 35

Page 3: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

3

11. Expiry of Validity of Documents 35

12. Validity 35-36

13. PAN 36

14. Papers Relating to Sales/Trade Tax 36

15. Cancellation of Tender 36

16. Withdraw of Tender 36

17. Penalty for Maintenance 36-37

18. Rates 37

19. Insurance 37

20. Bank Charges 37

21. Completion Period 37

22. Orders 37-38

23. Cancellation of Order 38

24. Transfer of Agreement 38

25. Payment terms 38

26. Parallel Contract 38

27. Arbitration Clause 38

28. Applicable Law 39

29. Address of the Tenderer firm 39

30 Annexure-1 : Check List 40

31 Performa for B.G. Bond 41-42

32 Technical Datasheet Attached

Page 4: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

4

OFFICE OF THE EXECUTIVE ENGINEER, MAINTENANCE DIVISIONUTTARAKHAND JAL SANSTHAN, NEGI BHAVAN, NEAR POLICE LINE GATE,

KANDOLIYA ROAD, PAURI GARHWAL, UTTARAKHAND, PIN-246001

Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06.2015

Tender Notice

For and on behalf of Uttarakhand Jal Sansthan, invites sealed tenders in two-bid system i.e.'Technical' & 'Commercial' bids for the following works as detailed below.

TenderNo.

EMD inRs.

Cost oftender +

VAT

Last date ofSale of tender

Tender receiving upto3:00 pm and opening at4:00 pm on same date

Completion period

1

Operation and maintenance of 3.5 MLD Sewage Treatment Plant based on MBBRTechnology at Srinagar Uttarakhand.

2% ofquotedvalue.

2800.00 20.07.2015 21.07.2015 02Years

Terms and Conditions: 1. Tender document can be purchased from the department only.3. The work is for the period of 02 year operation and maintenance, supply of various components as

spares required for operation and maintenance of 3.5 MLD Sewage Treatment Plant based on MBBRTechnology at Srinagar (Pauri) Uttarakhand.6. Other terms and conditions shall be according to the tender document.7. Conditional/Telegraphic/ Telephonic/Fax/E-mail offer shall not be entertained.

Executive Engineer (Maintenance Division)Not for Publication.Letter No. 684 / TENDER NOTICE / /15-16 Date: 25.06.2015

Copy to the following for information and necessary action:5. General Manager, Uttarakhand Jal Sansthan, Pauri.6. Superintending Engineer, Uttarakhand Jal SansthanPauri.7. Notice Board.8. Copy to Dot Communication 46/2 Tagore Villa Chakrata Road Dehradun with the request to

publish this tender notice on 27 June, 2015 in Amar Ujala, Dainik Jagran & Pioneer at theGovt. rates. The payment shall not be made for misprinting or indistinctly printed or publishedafter 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.

Executive Engineer (Maintenance Div.)

Page 5: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

5

NAME OF WORK: Operation and maintenance of 3.5 MLD SewageTreatment Plant based on MBBR Technology at Srinagar (Pauri)Uttarakhand.

INTRODUCTION:

OPERATION of 3.5 MLD Sewage Treatment Plant based on MBBR Technology at Srinagar(Pauri) Uttarakhand.

MAINTENANCE of STP is defined as the art of keeping the, plants, machinery and equipment,other facilities in an optimum working order and proper functioning without any interruption.There are two types of maintenance viz.:

Preventive or Routine Maintenance

Corrective or Breakdown Maintenance.

Maintenance of Sewage Treatment Plant including Bar Screen, MBBR Tanks, Clarifier andSludge Pumps & Sludge Dewatering System.a) PREVENTIVE MAINTENANCE OF SEWAGE TREATMENT PLANT

PREVENTIVE MAINTENANCE constitutes routine works and precautions to be takenperiodically to prevent the system from mal-functioning by mechanical adjustments, repairs,corrective action and planned maintenance.Lack of preventive and timely maintenance or poor maintenance can cause undue wear and tearof fast moving parts, and premature failure of the equipment. Such premature failure orbreakdown causes immense hardship to the consumers and staff, and avoidable increase in repaircost. The shortcomings in maintenance can also result in increase in hydraulic and power lossesand low efficiency. Inefficient running of the pump increases burden of power cost. Importanceof preventive maintenance, therefore, need not be over stressed.Appropriate maintenance schedule and procedure need to be prescribed for all electrical andmechanical equipment based on manufacturers' recommendations, characteristics of theequipment, site and environment conditions i.e. temperature, humidity, dust condition, etc. Themaintenance schedule also needs to be reviewed and revised in the light of experience andanalysis of failures and breakdown at the pumping station. The preventive maintenance scheduleshall detail the maintenance to be carried out at regular intervals i.e. daily, monthly, quarterly,half yearly, annually etc. or operation hours. The schedule shall also include inspections and teststo be performed at appropriate interval or periodicity.General guidelines for maintenance schedules for Panels and associated electrical andmechanical equipment are enlisted below. The guidelines should not be considered as total, full-fledged and as characteristics of equipment and site conditions differ from place to place. Forexample, in dust laden environment or places where occurrence of storms is frequent, blowing ofdust in Panel shall have to be done at lesser intervals than specified in general guideline.

b) CORRECTIVE MAINTENANCE involves carrying out works related to break down,which has actually occurred by replacements, correction of defects etc.

Preventive maintenance is more economical than corrective maintenance and it providesuninterrupted service and avoids the need for corrective maintenance.

Page 6: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

6

BRIEF DETAIL OF ITEMS FOR MAINTENANCE COVERED IN THIS TENDER

This tender is invited for Maintenance of following items for successful operation of STP.

1) Dosing Pumps

2) Bar Screen Chamber

3) Grit Chamber

4) MBBR-01 and MBBR-02

5) Sludge Sump

6) Filter Press feed Pumps

7) Air Blower For MBBR

8) Mixture for DWPE dosing Tank

9) Filter Press

10) Clarisettler Mechanism

11) Knife gate Valves

12) Pressure Regulating Valves

13) Mechanical Bar Screen

14) Isolation Gates

15) Ultrasonic Flow Meter

16) Level Switch-Top Mounted

17) Rota meter

18) Pressure Gauges

19) Alarm annunciator

20) Electrical Actuator

21) Electrical Control Panel

1. CAUSES OF BREAKDOWNS

The Sewage Treatment Plant is subjected to breakdown due to following reasons:

Page 7: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

7

a) ELECTRIAL FAULTS IN THE SYSTEM:

The Sewage Treatment Plant is an Electro-Mechanical system constituting of sophisticateddevices & instruments, which has to be in service round the clock year after year. The Pumppanel comprises of a number of devices & a network of wiring. For electrical service it makesmechanical operations on an average eight times a day. Every component installed in STP has adefined Electrical & Mechanical operational life under standard circumstances. The powernetwork available in our country does not allow a smooth & maintenance free operation ofElectro-mechanical components. The following are the major power network faults which occurfrequently & have the hammering effect on the STP.

High, low & Unbalanced voltages

Loss of phase due to breakage of power conductor or fuse blowouts.

Reverse phase sequenced power supply in the network from the Power Corporation.

Frequent breakdown of power supply

Effects of Short circuits occurring in the system network.

Electrical Noise in the Power network due to Power system harmonics.

Power network disturbance due to strong winds & storms

Lightning thunders

Voltage spikes

Misc. other faults

Due to above faults following major damages are made to the system

Chattering of Contactors

Burning of Solenoid coils of Contactors.

Nuisance tripping in the system

Failure of Power supplies

Disturbance of calibration of relays & instruments etc.

Over heating of components, cables & cable terminations

Mechanical wear & tear of Components

Disturbance of Calibration of Metering devices & Transducers

Page 8: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

8

Failure of sensitive electronic components

Fusing of Indicating devices

Burning of motors due to operation under unbalanced voltages.

Burning of motors due to operation under High & Low voltages.

Burning of motors due to operation under unbalanced current drawn.

b) ENVIRONMENTAL EFFECTS & NATURAL CALMATIES

Our Sewage Treatment Plant exposed to various Hazardous & No-hazardous environmentalatmospheres as below:

The STP involves chlorination system. Chlorination system activates the corrosion of metal partsinvolved in the Plant. All of our system comprises of copper contacts & terminations. The tracesof chlorine gas in the environment corrode the metal parts. The corrosion effected parts fail tooperate as per specifications & become a cause of breakdown of machinery.

The terrain of Uttarakhand is subject to strong winds & storms, heavy & continuous rains. Theeffect of these is dust, humidity & moisture in the environment.

The dust, humidity & moisture have all ill effects on the STP collectively.

The deposit of dust decreases the natural cooling of the electrical current carrying paths &components. Due to insufficient cooling the components are subject to higher operatingtemperatures beyond the limits, which lead to the failure of the system. The failure to operate thesystem as per specifications leads to breakdown of the pumping machinery.

The humidity & moisture effects the insulating properties of the system. Due to high moisturecontent & humidity the insulation of the devices & systems get week & lead to short circuit &earth fault in the system. The short circuits & earth faults are major break downs of the system.

c) UNSKILLED LABOR & OPERATIONAL STAFF

The STP involves various operations in Pipe lines & valves. Our STP is not 100% automatic&many operations are to be carried out by field staff like operation of valves & stopping ofpumping plant due to changes to be made in the pipe lines etc.

These pipe line activities are carried out by contractual field staff which occasionally operatesthe system panels etc for intermittent unscheduled operation. The lack of operational knowledgeof these staff leads to breakage of operating knobs etc. & operation under poor supplyconditions. These all lead to breakdown of the Sewage Treatment Plant.

OBJECTIVE:

Why maintenance is required:-

Page 9: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

9

Every moving component needs routine inspection, cleaning, greasing, alignment etc. toavoid occurrence of faults due to operational consequences in the panels

Timed Replacement of worn-out Components to avoid corrective maintenance

Cleaning of dust deposits due to natural environment & storms etc. to reduce wear & tear& avoid Component failure.

Chlorination system activates the corrosion of metal parts involved in the Plant. Thecorrosion effected parts are to be regularly cleaned & coated with anti corrosion material.This is to be performed as per schedule & observations made during the preventivemaintenance visits.

The terminal connectors of switchgears & devices are to be replaced as per observations& tests to be performed during preventive maintenance visits.

Bus bars corroded by environment need to be refurbished & replaced timely during thepreventive maintenance visits.

The fixed & moving switching contacts in the electric circuits continuously generatesheat & hence Detroit the contact surface. Refurbishing of contacts is required periodicallyto enhance the life of system & avoid breakdowns.

The protective relay devices, field instruments & transducers need regular calibration &testing to be done. The Electrical network faults leads to change in the characteristics ofthe various operating parameters, hence the testing & calibrations activity is a scheduled& observations based.

Noting the parts to be replaced in next schedule.

In the absence of regular greasing & spraying of insulating compounds the mechanicalfitments get choked up & in turn may lead to failure of components.

Poor O&M practices have, on many occasions largely contributed to decreased utility or even toan early failure of newly constructed water supply facilities. Thus the health and social benefitsfor which the facilities were designed and implemented have not been realized, capitalinvestment have been wholly or partially lost and scare resources are expended on the prematurereplacement of equipment or for the rehabilitation of facilities before they have been in operationfor the full span of their useful lives.

Hence, proper Maintenance is absolutely essential for deriving the benefits continuously fromthe investments made.

METHODOLOGY

Page 10: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

10

It is presumed that contractor will provide minimum qualified staff at the site, which will beadequate to perform the routine maintenance & operational functions. Also maintenance staff hasto be available round the clock round the year even on holidays. However strength may varyduring day & night shifts.

In case of faults beyond the capacity of the staff provided as above, contractor shall immediatelyprovide extra specialized work force so as to attend to the fault in minimum reasonable time.

Date: SIGNATURE & SEAL OF TENDERER

Address: NAME

DESIGNATION

ON BEHALF OF

Page 11: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

11

Terms and Conditions for Tenderers

For and on behalf of Uttarakhand Jal Sansthan, invites sealed tenders in two-bid systemi.e. 'Technical' & 'Commercial' bids for the following works as detailed below.

TenderNo.

EMD in Rs. Cost oftender +VAT Rs.

Last date ofSale of tender

Tenderreceiving upto3:00 pm and

opening at 4:00pm on same date

Completion periodof work

1

Operation and maintenance of 3.5 MLD Sewage Treatment Plant based on MBBRTechnology at Srinagar Uttarakhand.

2% of quotedvalue.

2800.00 20.07.2015 21.07.2015 02Years

Submission of Tender:

1. The work is for the period of 02 year operation and maintenance including supply ofvarious components as spares required for sewage treatment plant.

2. The tenders will be sold to the bidders having experience of maintaining sewagetreatment Plant in Govt./Public Sector.

3. The tenderer should quote the rate keeping in view the topography and geography of theState.

4. 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 "Name of the work",Tender Notice No. and Date with all relevant documents, certificates duly certified andattached firmly with the tender document, duly sealed.

5. The last date for the submission of the “Tender" in the official Tender Form (in original)issued by Office of The Executive Engineer, Maintenance Division, Uttarakhand JalSansthan, Pauri Gharwal (Uttarakhand) shall be duly filled in and signed by a dulyauthorized person to the Office of The Executive Engineer, Maintenance Division,Uttarakhand Jal Sansthan, Pauri Gharwal (Uttarakhand)

6. The tenders without earnest money and concurrence to deposit security amount in theevent of acceptance will not be entertained.

7. Earnest money in the following forms should invariably be put in a separate envelopealong with separate envelopes of technical bid and commercial bid. All these threeenvelopes shall be put in a single envelope subscribed "Tender Notice No. and Date,Name of the work”. It should be valid for 12 months from the date of opening of thetender. A photocopy of EMD can be retained by the tenderer for claiming the refund ofthe EMD after the entire procedure is completed. EMD of 2% of quoted value for O&Mof one year, 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 Office of TheExecutive Engineer, Maintenance Division, Uttarakhand Jal Sansthan, Pauri Gharwal(Uttarakhand)shall be attached.

8. The tenderer shall ensure that the tender is positively received in the Office of TheExecutive Engineer, Maintenance Division, before or on the date and upto the time ofreceipt or tenders as per schedule given in the tender notice. Uttarakhand Jal Sansthanwill not be responsible for late receipt of tender in the Office of The Executive Engineer

Page 12: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

12

on account of any 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 ofthe tender shall not be considered. All papers must invariably be submitted with thetender.

9. Tenderers must note it carefully that the such forms, DeclarationPart-I, DeclarationPart-II, Memorandums, Form of experience, Schedule 'G,Annexure-1etc. attached with thistender 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 befilled up otherwise the offer will be treated incomplete and will be liable for rejection.

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

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

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

13. Rates shall be quoted in prescribed tender documents purchased from the department. Ifrate quoted in any other paper or a letter pad shall be in the format of Schedule 'G’ as pertender document.

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

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

16. The tenderer must have expertise in preventive maintenance at site and repair ofinstruments/equipments Control Panel, trouble shooting of all equipments, ActuatedValves, Flow Meters, level and pressure sensors etc.

17. Training has to be provided by the successful tenderer to the concerned officers/staffabout the working.

18. During the operation and maintenance, if any equipment Completely replaced by thetenderer, such equipment and spare part shall cover the guarantee period of one yearfrom the date of commissioning and testing. No payment will be made for any defectiveinstrument/equipment full or part. It will be the responsibility of the tenderer that he willreplace or rectify the defect at ultimate destination free of cost within the guaranteeperiod. Regular spare parts of equipment required for maintenance of equipment/Instruments shall be replaced by contractor with in bond amount.

19. Spare required for proper operation shall be made available by the contractor within thebond amount.

Page 13: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

13

20. If any damage to the structure and any equipment take place due to natural calamity,expenditures of restoration shall be reimbursed by the department.

21. Since, there are very few contactors/ firms working in the field of O&M work of STP inUttarakhand. Therefore new firm with experience in private sectors of maintaining STPare also allowed of take part in the tender; however the performance shall be evaluated inevery two months, failing which contract may be resigned.

22. If bond goes beyond one year, contractor shall carry out complete painting work of allstructures and boundary wall during second year of O&M.

23. The conditions of this tender can be changed in the benefit of department at the time ofexecution of agreement on mutual consent of department and the contractor.

24. It is the responsibility of the contractor to follow labour laws as applicable inUttarakhand.

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

SIGNATURE & SEAL OF TENDERER

Page 14: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

14

TECHNICAL BIDThe tenderer is required to submit complete information related works with the followingdocuments/certificates shall be enclosed along with their offer for which the rates are quoted in the part ofSchedule ‘G,. It shall be firmly attached in separate sheet in same order as given below with the TechnicalBid.

1. Name of the Tenderer Firm

2. Correspondence address

3. C.S.T. No.

4. Service Tax No.

5. Name of state T.T./VAT No.

6. PAN

7. EMD Reference

Rs.

Valid upto

Name of Bank

8. ISO certificate, if available.

9. Performance Certificates shall be attached with thetender from Govt. departments/ Govt.Undertakings/Companies where the O&M work ofsimilar nature executed by the tenderer. Certificatefrom Govt. departments/ Govt. Undertakings shallnot be signed lower than Executive Engineer rankOfficer and in case of companies not lower thanDirector/C.E.O, otherwise the bid will be treatedas irresponsive.

10. List of tools &equipments.

11. A certificate shall be furnished by the tenderer that

tendering firm is not blacklisted by any govt. or

semi govt. department/organization.

12 Non-judicial Stamp paper of Rs. 100.00 only

13. Detail list of employees who are working in theorganization shall be furnished with the tender inthe following format; otherwise the bid will betreated as irresponsive.

Page 15: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

15

S.No. No. of Employee Department

(1) (2) (3)

Date: SIGNATURE & SEAL OF TENDERER

Address: NAME

DESIGNATION

ON BEHALF OF

Page 16: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

16

Technical specificationsPROCESS FLOW DIAGRAM FOR FAB BASED SEWAGE TREATMENT PLANT

OTHERS

RAW SEWAGEBY PUMPING

STILLINGCHAMBER/BARSCREEN(MECHANICAL-1W+1SB)

GRITCHAMBER(MANUAL)

MBBR-01MBBR-02CLARITUBESETTLER

HYPOADDTION

CHLORINECOTACT TANK

OTHERS

TREATEDSEWAGE TODISPOSAL

OTHERS

SLUDGESUMP

FILTRATECOLLECTIONSUMP

FILTER PRESS

DWPEDOSING

DEWATEREDSLUDGE FORDISPOSAL

Page 17: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

17

COMPONENTS OF SEWAGE TREATMENT PLANT

1) Dosing Pumps

2) Bar Screen Chamber

3) Grit Chamber

4) MBBR-01 and MBBR-02

5) Sludge Sump

6) Filter Press feed Pumps

7) Air Blower For MBBR

8) Mixture for DWPE dosing Tank

9) Filter Press

10) Clarisettler Mechanism

11) Knife gate Valves

12) Pressure Regulating Valves

13) Mechanical Bar Screen

14) Isolation Gates

15) Ultrasonic Flow Meter

16) Level Switch-Top Mounted

17) Rota meter

18) Pressure Gauges

19) Alarm annunciator

20) Electrical Actuator

21) Electrical Control Panel

Page 18: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

18

Components Details: Technical Data Sheet for all Equipments attachedseparately.

Reports

Following reports shall be prepared & submitted by the contractor:

MONTHLY REPORT ANNUAL REPORT

The Contractor shall provide the Employer by March 31 of the current year (n) with an annualreport for the preceding year (n-1). This report shall include:

All technical statistics related to sewage treatment Plant

A statement of works carried out during the preceding year in connection with the contractor'sobligations under these conditions.

TOOLS & PLANTS

All tools & plants required for carrying out various tasks relevant to operation & maintenancehave to be arranged by agency at its own cost.

Daily/Weekly/Monthly Maintenance report to be send to the engineer in-charge of site and thesame record shall be kept at STP sites in the following format.

Date ……………Month ……………..Division ……………….

Sub-Division …………………

Site Name Date of Visit Observations Job done Service Persons

Date: SIGNATURE & SEAL OF TENDERER

Address: NAME

DESIGNATION

ON BEHALF OF

Page 19: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

19

1. MAKES OF EQUIPMENT INSTALLED AT SITE

1. Dosing Pumps : Milton Roy

2. Filter Press feed Pumps : Roto Pumps

3. Air Blower For MBBR : Usha

4. Mixture for DWPE dosing Tank : Fibre& Fibre/Greaves

5. Filter Press : Purav Industries

6. Clarisettler Mechanism : Perfect Engg.

7. Knife gate Valves :Expert Engineering

8. Pressure Regulating Valves : Fainger Leser

9. Mechanical Bar Screen : Jash

10. Isolation Gates : Yasvant Industrial

11. Ultrasonic Flow Meter :Krone Marshall

12. Level Switch-Top Mounted :Pune Tectrol

13. Rota meter :Eureka

14. Pressure Gauges : Gluck

Date: SIGNATURE & SEAL OF TENDERER

Address: NAME

DESIGNATION

ON BEHALF OF

Page 20: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

20

COMMERCIAL BID

1. The tenderer are requested to quote firm and fix rates in Indian Rupees for eacharticle as mentioned in the tender document Schedule 'G,

2. The tenderer shall quote the rates for all items shown in Schedule 'G, The work shallbe evaluated on the basis of the total tendered cost and not on the basis of individualitems of the tender.

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

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

5. The rates given in Schedule 'G’ shall be quoted F.O.R. destination at site in Srinagar,Uttarakhand for O&M of existing Bar Screen, MBBR Tanks, control panels, ActuatedValves, Flow Meter (per year basis) for 02 years include cost of all manpower,stationery and T&P, instruments, equipments required for proper completion but areexclusive of statutory duties such as sales/trade tax/VAT/Service Tax and any otherCentral, State Govt. levies which are to be shown separately and shall be payable asapplicable.

6. However bifurcation of all should be clearly mentioned and the percentage of taxes,excise duties or any other statuary levy on the furnished product included in therates should be clearly mentioned in the commercial offer.

PENALTY FOR MAINTENANCE

(a) If there is necessary to install new part to rectify the fault,contractorwill get thepermission from engineer in-charge to install new part against defective part anddefective part will handover to the Department after verification of site in-charge,the payment will be made for the same as approved by the department. Defectshall be removed within 4-6 hours, otherwise it shall be open to the Department tolevy penalty @ Rs. 500/- per day per site of STP.

(b) The penalty may be recovered from the pending payments due to the contractor orthrough invoking the Performance Guarantee.

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

NOTE:

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

Shri R.K, RohelaExecutive Engineer - Phone (O) 01368-222015

+91-9897328106Sh. Praveen Kumar saini,Assistant Engineer - Phone (O) 01346-252995

+91-8755069272

Page 21: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

21

SCOPE OF WORK

Scope of work for Operation and Maintenance

1. Operate the plant as per the instruction in the operation manual or SOP.

2. Carry out routine, Annual and breakdown maintenance of the equipment in the system.

3. Maintain record book /logbook.

4. ESI and PF Resignation and record keeping.

5. Providing safety gear to O&M staffs.

6. Maintain the log sheet for various equipment and system.

7. Draw sample and get analyzed for the parameters required and make the necessary

process correction. Testing charges and sample collection charges will be reimbursed by

the department incase testing to be done outside STP Lab as per actual.

8. Effluent & treated water sample shall be tested in reputed laboratory in Uttarakhand

every fortnight by the contractor. Testing charges and sample collection charges will be

reimbursed by the department on production of actual bill.

9. Department to arrange and provide water, power, diesel and hypo-chloride free of cost to

vendor for running the plant.

10. Maintain a record of stock levels and assist client on recording levels.

11. Maintain history cards for the equipment.

12. Analyzed the incoming raw material (chemicals) for acceptance.

13. Maintain clear record of attendance for workmen and staffs.

Vendor shall be responsible for preventive maintenance necessitated by normal uses of the

equipment.

Page 22: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

22

Maintenance

Vendor shall get the routine preventive, annual and break down maintenance done with the

help of their staffs.

Consumables and spare

Various chemicals such as coagulant, polyelectrolyte, cleaning chemicals, lubricants, spares,

cartridge, membranes, plastic media etc. are either consume continuously or replaced

periodically to maintain the performance of the plant will be procured by the agency himself

during maintenance period. Sufficient stock level of these items shall be maintained by the

vender.

Laboratory and store

The laboratory facility for analysis requirements along with consumables shall be provided

by the department as per the analysis requirements at site. Department to specify the tests to

be conducted at STP plant lab. All outside testing charges will be reimburse by the

department.

Waste Disposal

The disposal of the sludge produced beyond battery limit /STP site shall be responsibility of

the owner.

MINIMUM MENPOWER TO BE DEPLOYED FOR O&M PURPOSE

Sr.No. Job Function Details of personnel

1 Plant in-

charge(B.E./Diploma)

Overall responsible for the operations, would co-

ordinate both operational and maintenance

requirements. Will also provide the management

information to the owner.

2 Operators plant in-charge

B.Sc.

Responsible for plant operation in shift. Will

work closely with the lab chemist and costumes

personnel to ensure optimum utilization of the

plant.

3 Helpers Shall be available in the shift. He shall assist

operators as and when required.

4 Electrician Shall be available when required. Shall take care

Page 23: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

23

of electrical requirements in the plant.

5 Fitters Shall be available when required. Shall take care

of mechanical requirements in the plant.

6 Riggers Shall be available in all shifts. He shall assist

operators as and when required.

7 Casual laborers Chemicals handling area cleaning and carrying

out draining and housekeeping of the plant within

the battery limits.

Minimum salary to be considered for each person while calculating O&M price. This has to

be strictly followed.

The charges for following activities will be reimbursed /paid by the department

1. Disposal of sludge

2. All statutory clearance and their fees.

3. All testing outside STP lab and its sample collection charges

4. Any additional experts visit or third party inspection charges

5. All power ,water and diesel required during maintenance period

6. Any other work not specified, mentioned in NIT/Scope.

Sr.

No.

Activity / Facility Vendor scope Owner scope Remarks

1 Manpower for operation

and maintenance√

Manpower in

three shifts.

2 for operation and

maintenance facilities

3 Regular record keeping

and log maintenance

4 Uniform and other

requirements of O&M

Staff

5 Routine and experts visits √

Page 24: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

24

6 ESI/PF and labour

license.

7 Office with adequate

facility for staffs

8 Hypo chloride` √

9 Spears for various

equipment

10 Chemicals and

consumables

11 Tools and tackles spare

part of mechanical ,

electrical parts

requirements of media

membrane etc.

12 Statutory clearance √

13 Telephone , e-mail for

staff

14 Workshop repair if

required

15 clearance of monthly bills

for operation and

maintenance

16 Sample collection and

testing charges from any

outside lab

Responsibility of the Tenderer:

The Contractor shall be required to perform the following services under these Conditions:

The Contractor shall be responsible for Preventive & Corrective maintenance of STP

The Contractor shall be responsible for carrying out regular servicing and lubrication ofmachines, complying with maintenance instructions as defined in the Operation and

Page 25: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

25

Maintenance Manual, and ensuring that electromechanical equipment and motors operatecorrectly at all times.

The Contractor shall ensure that measurement systems operate correctly at all times.

The Contractor shall be entitled to appoint a representative who shall together with UJSRepresentative on the last day of each month or if such day is not a working day on thefollowing day,jointly carry out a reading of water meters and jointly certify the record ofsuch readings.

For the duration of the maintenance period, the Contractor will be responsible for thesupply and control of lubricants, spare parts and consumable materials excluding electricalpower, necessary for the continuous operation of the works.

The Contractor will manage the consumables and utilities services to ensure their mosteconomic consumption and to minimize wastage.

The quantities of all the unutilized spare parts and consumable materials will be fullyhanded-over to the Employer at the end of the maintenance period.

The store’s inventory, the issuing and recording of spare parts will be the responsibility ofthe Contractor.

The Contractor is also responsible for providing spare parts and material required for theoperation and maintenance during the operation period, and shall bear the cost for thesame, including the cost of storing and safeguarding.

The Contractor will make all necessary arrangements to ensure the continuous supply ofspare parts and material for the works in such quantities and amounts as would ensureuninterrupted operation.

The Contractor will provide staff personnel for the full term of maintenance as perschedule of establishment.

Date: SIGNATURE & SEAL OF TENDERER

Address: NAME

DESIGNATION

ON BEHALF OF

Page 26: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

26

(SCHEDULE- ‘G’ - RATES )

Rates for Operation and maintenance of 3.5 MLD Sewage Treatment Plant based onMBBR Technology at Srinagar (Pauri) Uttarakhand.

IMPORTANT NOTES1. Any inquiry regarding this tender, tenderer can contact Telephone No. 01368-222015

(Executive Engineer, Maintenance Division, Uttarakhand Jal Sansthan, Pauri Gharwal(Uttarakhand)

2. The rates shall be quoted F.O.R. destination at Srinagar Site in Uttarakhand for O&M ofexisting Sewage treatment Plant based on MBBR technology for 02 years include cost of allmanpower, stationery and T&P, instruments, equipments required for proper completionbut are exclusive of statutory duties such as sales/trade tax/VAT/Service Tax and any otherCentral, State Govt. levies which are to be shown separately and shall be payable asapplicable.

3. The quantity of work can vary upto any extent on either side.4. The work shall be done strictly be as per terms and conditions of the tender document.

S.No.

Description Qty Unit Rate/Unit in Rs. Amount inRs.In Fig In Words

(1) (2) (3) (4) (5) (6) (7)1. Operation and maintenance of 3.5 MLD

Sewage Treatment Plant based on MBBRTechnology at Srinagar (Pauri) Uttarakhand.

A

FOR 1st YEAR (12 MONTHS)

1 per month

FOR 2nd YEAR (12 MONTHS) 1 per month

RATES ARE TO BE QUOTED BOTH IN FIGURES AND WORDS - F.O.R. destination at sitein Srinagar Uttarakhand for O&M of existing Sewage Treatment Plants (per year basis) for02 years include cost of all manpower, stationery and T&P, instruments, equipmentsrequired for proper completion but are exclusive of statutory duties such as sales/tradetax/VAT/Service Tax and any other Central, State Govt. levies which are to be shownseparately and shall be payable as applicable.

Page 27: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

27

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

1. On item no. …………………… Central Sales Tax/ VAT @

2. On item no. …………………… Service Tax @

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

4. Period for validity of offer …………

Signature and Seal of the Tenderer

Page 28: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

28

DECLARATION PART-I

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

It is also certified that all the terms and conditions etc. of the tender document arefully 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 29: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

29

DECLARATION PART-II

I/We deposit herewith as earnest money Rs. ................ (Rs..............................) infollowing 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 IssuingBank

1. FDR/CDR/NSC No. & Date of anyNationalized /Scheduled Bank/PostOffice in India.

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

I/We also agree to deposit 10% security money as per terms and conditions of thistender.

Date: SIGNATURE & SEAL OF TENDERER

Address: NAME

DESIGNATION

ON BEHALF OF

Page 30: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

30

MEMORANDUM

For Operation and maintenance of 3.5 MLD Sewage Treatment Plant based on MBBRTechnology at Srinagar (Pauri) Uttarakhand.

If my/our offer is accepted, I/We hereby agree to abide and fulfill the terms andconditions annexed hereto and within 15 days of the date of receipt of an information ofacceptance of my/our offer from the Executive Engineer, Maintenance Division, Uttarakhand JalSansthan, Pauri Gharwal (Uttarakhand) we shall communicate in writing my/our acceptance ofsuch offer and shall also execute an agreement embodying the conditions hereto attached. I/Wealso agree that the drawings, specifications, terms and conditions set forth in the offer from theExecutive Engineer, Maintenance Division, Uttarakhand Jal Sansthan, Pauri Gharwal(Uttarakhand) 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/ouracceptance of the offer from the said Executive Engineer, Maintenance Division, within 15 days(Fifteen days) of its receipt as above, it will be open to the said Executive Engineer, MaintenanceDivision 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 31: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

31

FORM OF EXPERIENCE

(TO BE FILLED BY THE TENDERER)

I .................................................................................................................................. have beenMaintaining MBBR based Sewage treatment Plant noted below to various organizations to theirentire satisfaction. We also enclose true copies of certificates/ Orders/ Contract Bond of ourexperience.

S.No.

Name & Address ofOrganization

Period of AMC Details ofEquipment Handled

DATED: SIGNATURE AND SEALADDRESS OF THE TENDERER

Page 32: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

32

UTTARAKHAND JAL SANSTHAN

GENERAL GUIDE LINES, INSTRUCTIONS, SPECIFICATIONS, TERMS ANDCONDITIONS FOR TENDERERS

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

1. DEFINITIONS

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

b. CHIEF GENERAL MANAGERChief General Manager of Uttarakhand Jal Sansthan means time beingincharge ofUttarakhand Jal Sansthan, Uttarakhand (herein called the "C.G.M.").

c. FINANCE DIRECTORFinance Director of Uttarakhand Jal Sansthan means time beingincharge of UttarakhandJal Sansthan, Uttarakhand (herein called the "F.D").

d. GENERAL MANAGERGeneral Manager of Uttarakhand Jal Sansthan, means time beingincharge of UttarakhandJal Sansthan, Uttarakhand for Dehradun/Garhwal/Kumoun (herein called the "G.M")

e. SUPERINTENDING ENGINEER (MATERIAL)Superintending Engineer (Material), Uttarakhand Jal Sansthan, Uttarakhandmeans timebeing incharge of the stores and will operate the contract (herein called “G.M.(Pauri)

f. ENGINEERINCHARGE & PAYMENT AUTHORITYExecutive Engineer, Maintenance Division, Uttarakhand Jal Sansthan, Pauri Gharwal(Uttarakhand) for the time being in-charge (here in called “Executive Engineer”).

g. CONTRACTOR FIRMThe party(ies) with whom the contract may be entered and order(s) for the O&M work beplaced under this contract by the Department.

h. SITE OF WORKThe site for For Operation and maintenance of 3.5 MLD Sewage Treatment Plant basedon MBBR Technology at Srinagar (Pauri) Uttarakhand.

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 amountof Earnest Money as and when required for the work.

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

Page 33: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

33

3. SECURITY CLAUSEThe security money 10% as and when required by the department shall be deposited bysuccessful tenderer in the form of FDR/CDR/N.S.C/B.G in the name of E.E (MaintenanceDivision) which would be released after 24 months from the successful completion of thecontract period. The security money will be FDR/CDR/N.S.C/B.G of the aforesaid amountfrom any Scheduled/ Nationalised Bank/ Post Office in India on the prescribed performa ofthe department. Such security in the form of FDR/CDR/NSC/B.G shall be valid for 24months from the date of expiry of the contract bond in the first instance but may have to beextended by the contractor which required and ordered by the GM(Pauri) to cover the 12months period from the date of last O&M work under the contract. However, if theGM(Pauri) so desires, the value of security to be deposited may be increased at hisdiscretion at any stage and at any time. No interest will be payable by the Jal Sansthan onthe security deposit.

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

Bank Guarantee extended upto the period of 12 months after the date upto which thecontract or the O&Mwork period is extended or he shall furnish a fresh Bank Guaranteefor the same amount or as directed by Executive Engineer to cover a period of 12 monthsbeyond the extended period and if the contractor fails to do so, it will amount to a breachof the contract thereby entitling the Executive Engineer to encash the Bank Guarantee.

b. The security money shall be released after 12 months from the date of satisfactorycompletion of all O&Mwork against the orders placed under this contract and afterdeductions of any liability against contractor.

5. MODE OF SUBMITTING TENDER

a. The tender should be submitted on the basis of two bid system, subscribed envelope 'A'"Technical Bid" and envelope 'B' "Commercial Bid" and envelope ‘C’ “Earnest Money”,all these three envelopes shall be put in a single envelope subscribed "Tender Notice No.and Date, Name of Article and last date for the submission of the Tender" in the officialTender document (in original) issued by the Executive Engineer, Maintenance Division,Pauri(Uttarakhand)

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

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

Page 34: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

34

d. The quantities, if any, in the tender notice shall be deemed to be only approximate and willnot in any manner what-so-ever be binding on the department.

e. The tender must reach to the Executive Engineer, Maintenance Division, Pauri, not laterthan 15:00 hours on the date of the opening of the tender. Tenders sent by hand deliveryshould be dropped in the Tender Box before the above time. The Tender Box will be keptin the room of the Executive Engineer, Maintenance Division or any place indicated byExecutive Engineer, Maintenance Division 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 timementioned in the tender notice) in the presence of such tenderers or their any authorizedrepresentatives who choose to be present. In case the opening of tenders is to be attendedby any representative of a contractor firm, his name should be mentioned in the tenderitself and the tenderer should also furnish to his representative a letter of authority bearingrepresentative's attested signatures.

h. Rates should be written both in figure as well as in the words and there should be nocutting or overwriting. In case any difference in rates written in word and figures, the rateswritten in words will be taken as correct.

i. Rates offered should be valid for the full validity period of the contract.

6. SUBMISSION OF DOCUMENTSUntil & unless asked by the Executive Engineer, Maintenance Division specifically,document whatsoever, submitted after the scheduled time of receipt of tenders on the dateof 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 benoted carefully that till such time that a fresh agreement is drawn up embodying the agreedconditions, the conditions given in the tender document shall govern the contract. Thetenderer should note this carefully.

b. The individual signing the tender and/or other documents connected with the contract mustwrite 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 ofpartnership agreement or a Power of Attorney.

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

Page 35: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

35

(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 isrequired under Co. Law and

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

8. IMPORTANT NOTES(i) In case of partnership firms, where no authority to refer disputes concerning the businessof the partnership to arbitration has been conferred on any partner, the tender and alldocuments 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 onbehalf of another shall be deemed to warranty that he has authority to bind each other and ifon inquiry it appears that the person so signing has no authority to do so, the GeneralManager may, without prejudice to other civil and criminal remedies, cancel the contractand hold the signatory liable for all costs and damages.(iii) In other cases, the resolution/ authorization/ attorney duly attested by NOTARYPUBLIC should be submitted with the tender if not already done.

9. VAGUE OFFERSOffers indicating a number of firms shall not be considered and as such the tenderer mustmake SPECIFIC MENTION of the particulars of the firm on whose behalf the tenderer hasquoted the rates. In case the tender is submitted by authorized by firm and the Annexure-1regarding undertaking from firm is not enclosed duly filled up on prescribed performa, theoffer will be treated as vague and will not be considered.

10. PERIOD FOR WHICH THE OFFER SHALL BE VALIDa. The tenders should remain open for acceptance for a period of 60 days from the date of

opening unless otherwise specified. Any tenderer is not allowed to offer the acceptanceperiod less than 60 days. The validity period can be extended if the GM(Pauri) and thecontractor firm are both agreed mutually. In case, however, the day up to which, the offeris 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 contractor firm shall be, for all purposes, deemed to have beenaccepted and contract made the moment the acceptance latter is signed by the GeneralManager or G.M.(Pauri)

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

12. VALIDITYa. The contract shall ordinarily remain in force upto twelve calendar months from the date of

entering into contract and it will be extended for further year, continuously upto three years

Page 36: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

36

but it can be terminated at any time and any stage by the G.M.(Pauri) during the validity ofthe contract without assigning any reason. No claim or damage on account of suchtermination of the contract shall be entertained.

b. The conditions of this tender can be changed in the benefit of department at the time ofexecution of agreement on mutual consent of department and the contractor firm.

c. Orders received during the closing days shall be completed in due course in accordancewith the conditions and terms of this contract even though, in some cases, O&Mwork cannot be arranged within the stipulated period of the currency of the contract.

d. Operation and Maintenance will start after execution of contract bond and O&M contractremain enforce upto 2 years from the date of start of O&M work.

13. PANAll tenderers must write their PAN in the tender document.

14. PAPERS RELATING TO SALES/TRADE TAX/VAT/SERVICE TAX

a. Please mention sale/trade tax/VAT/service tax registration number of Uttarakhand orCentral (Sales Tax) in the tender.

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

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

acceptance letter. In case they fail to deposit the security by the specified date, the GeneralManager/G.M. reserves the right to withdraw the acceptance letter without any prior noticeto the party concerned and the earnest money will be forfeited.

b. The General Manager/G.M.. reserves the right to Quash/Reject all or any of the tenders, orto split up the contract without assigning any reason and in suppression of any of theconditions given herein or after.

16. WITHDRAWL OF TENDERIf a tenderer withdraws his tender before the expiry of the validity period, the General

Manager/G.M (Pauri) may agree to allow such withdrawal but in such a case the earnestmoney may be forfeited. If the General Manager/G.M. does not allow such withdrawal andaccepts the tender and the tenderer fails to perform his part of the contract, the earnestmoney deposited shall be forfeited besides other consequences for breach of the contract.

17. PENALTY FOR MAINTENANCE(a) If there is necessary to install new part to rectify the fault,contractorwill get the permission

from engineer in-charge to install new part against defective part and defective part willhandover to the Department after verification of site in-charge, the payment will be madefor the same @ approved by the department. Defect shall be removed within 4-6 hours,otherwise it shall be open to the Department to levy penalty @ Rs. 500/- per day.

Page 37: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

37

(b) If the contractor fails to preventive maintenance of STP once in a month, it shall be open tothe department to levy penalty @ Rs. 2000/- per month.

(d) The penalty may be recovered from the pending payments due to the contractor or throughinvoking the Performance Guarantee.

18. RATES1. (a) The rates given in Schedule 'G, shall be quoted F.O.R. destination at site anywhere in

Uttarakhand for Operationand maintenance of 3.5 MLD Sewage Treatment Plant based onMBBR Technology at Srinagar (Pauri) Uttarakhand.for 02 years include cost of allmanpower, stationery and T&P, instruments, equipments required for proper completionbut are exclusive of statutory duties such as sales/trade tax/VAT/Service Tax and any otherCentral, State Govt. levies which are to be shown separately and shall be payable asapplicable.

(b) The tenderer is requested to quote the rates of spare parts separately with their make forinstruments and equipments maybe required during the AMC. The rates shall be valid forfive years. The rates shall be quoted F.O.R. destination including all taxes. The rates willnot be subject to any escalation at a later stage.

During the operation and maintenance, if any instrument or equipment’s sparepart or full instrument/equipment replaced by the tenderer, such instrument/equipment andspare part shall cover the guarantee period of one year from the date of commissioning andtesting. No payment will be made for any defective instrument/equipment full or partduring the warranty period of one year. It will be the responsibility of the tenderer that hewill replace or rectify the defect at ultimate destination free of cost within the guaranteeperiod. Contractor will handover the replaced spare part to the Department and it will bestored by the contractor as per direction of engineer in-charge of site.

19. INSURANCEThe Contractor will provide everything at site which is necessary to execute themaintenance work like machinery, T&P, testing and safety equipments,technical staff andlabours and will arrange the necessary accommodation at their own cost. It will be the soleresponsibility of the contractor to transport the machines and equipments at site at theirown cost. Department will not be responsible for any loss due to accident during thetransportation or during the execution of the work.

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

21. COMPLETION PERIODAfter receiving of order, the work should be completed within stipulated period as stated inthe order.

22. ORDERSAfter the rates quoted by the contractor are accepted and the contract is executed,order/orders shall be placed under this contract by G.M of Jal Sansthan. After technicalevaluation, price bid, of those tenderers who qualify technically, will be opened. The orderwill be placed with the tenderer who successfully qualify technically and commercially. It

Page 38: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

38

should be noted that department is under no obligation or binding to place an order on thefirm quoting the lowest rate.

23. CANCELLATION OF ORDERThe engineer in-charge shall have the right to cancel, modify, reduce or suspend thequantity ordered to any extent, at any time before the work is completely affected withoutassigning any reason. The contractor will not have objection to this and will also not beentitled the any claim compensation for any cancellation, modifications, reduction orsuspension of any order in part or full at any time and at any stage on the ground that suchwork(s) were executed.

24. TRANSFER OF AGREEMENTThe contractor shall not transfer or assign this agreement to any other contractor withoutpermission of the G.M. (Pauri). In the event of the contractor’s transferring or assigningthe order whole or part to anyone without permission, he shall be considered as havingthereby committed a breach of agreement in question and shall make the order liable to becancelled and the earnest money and security money shall be liable to be forfeited.

25. PAYMENT FOR O&M

(a) O&M charges will be paid on monthly basis after deduction of Penalty, if any; aftersubmission of monthly Preventive/Emergency Maintenance Report to the ExecutiveEngineer,Maintenance Divisionby the Executive Engineer concerned division subject tosatisfactory performance.

26. PARALLEL CONTRACTThe General Manager's right to place parallel contract(s) at a later date is reserved. Parallelcontract(s) for O&M work with other firms will be arranged as and which needed. It willbe the discretion of General Manager to place work order with such holders of contract aswill be considered more convenient and suitable to meet the requirements during thecurrency of the contract.

27. ARBITRATION CLAUSEa. In case of any dispute between the contractor and the engineer in-charge the matter shall be

referred to the G.M. (PAURI) for his decision and in case, where the contractor is notsatisfied with the decision of the G.M.(PAURI), the matter shall be referred to the GeneralManager/Finance Director. Every dispute, difference or question which may at any timearises between the parties hereto or any person claiming under them, touching or arisingout of or in respect of this deed or the subject matter thereof shall be referred to thearbitration of General Manager/Finance Director or any person nominated by him. In theevent of the arbitrator to whom the matter is originally referred being transferred orvacation his office or being unable to act for any reason, he shall either enter upon thereference himself or appoint another person to act as arbitrator. Such person shall beentitled to proceed with the reference from the state it was left by his predecessor.

Page 39: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

39

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

28. APPLICABLE LAWThe parties to this agreement agree to Dehradun Courts alone shall the jurisdiction over allmatters including arbitration matters arising out of this agreement.

29. ADDRESS OF THE TENDERERFIRMThe address of the tenderer/ contractor mentioned as under will be deemed to be relevantfor all correspondence that the G.M. (PAURI)/engineer in-charge may enter into withcontractor. All letters sent on the aforesaid address will be deemed to have been deliveredto the tenderer/contractor.

ADDRESS FOR

1. CORRESPONDENCE

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

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

PHONE /FAX NO./E-MAIL

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

2. WORKS ADDRESSES AND THEIR PHONE NO.

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

Page 40: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

40

ANNEXURE-'1'CHECK LIST

NOTE: - Tenderer should check the enclosed certified photocopies before submitting thetender as per technical bid& high light their important points by Marker.

1. C.S.T. No.

2. Service Tax No.

3. Name of state T.T./VAT No.

4. PAN

5. EMD Reference

6. ISO certificate, if available.

9. Detail list with work order of similar nature of

work.

10. Performance Certificates.

11. A certificate shall be furnished by the tenderer for

work experience.

12. List of tools & equipments.

13. A certificate shall be furnished by the tenderer that

tendering firm is not blacklisted.

14. Addresses of service support centre.

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

16. Detail list of employees.

SIGNATURE AND SEAL OF THE TENDERER (S)

Page 41: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

41

PERFORMA FOR BANK GUARANTEE BOND

This guarantee made this .................................................... day of .................................month of ..................................... 20......... by ........................................... (hereinafter calledthe bank which expression shall, unless repugnant to the contract include its successors andassignees) of the one part in favour of the Uttarakhand Jal Sansthan, a company within themeanings of the companies act 1956 (herein after called the corporation on whichexpression shall unless repugnant to the context include its successor and assignees) of theother part.

Whereas M/s ............................................................................................. (hereinafter calledthe service provider firm) have agreed to participate in the tender for the contract of....................... invited by the Uttarakhand Jal Sansthan vide their tender notice no.............................. dated .............

And Whereas in accordance with the tender notice the service provider firm have to furnishearnest money in the form of Bank Guarantee in the sum of Rs. ................................... andwhereas the Bank has accordingly at request of the service provider firm agreed to furnishthis guarantee.

NOW THIS DEED WITNESSES AS FOLLOWS: -

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

2. The bank shall pay to the Uttarakhand Jal Sansthan on demand the sum under clause abovewithout demur and without requiring the Uttarakhand Jal Sansthan to invoke any legalremedy that may be available to it, it being understood and agreed Firstly that theUttarakhand Jal Sansthan shall be the sole judge of and as together the service providerfirm have committed breach or breaches, if any, of the terms and conditions of the saidtender documents/contract and the extent of losses, damages, cost, charges, expensescaused to or suffered by or that may be caused to or suffered by the Uttarakhand JalSansthan from time to time shall be final and binding on the bank and Secondly that theright of the Uttarakhand Jal Sansthan to recover from the bank any amount under thisguarantee shall not be effected or suspended by reason of the fact that any dispute ordisputes have been raised by the service provider firm with regard to their liability or theproceedings are pending before any tribunal, arbitrator quote with regard there to or inconnection there with, and thirdly that the bank shall immediately pay the summonedclause to the Jal Sansthan on demand and it shall not be open to the bank to know thereasons of or to investigate or to go into the merits of the demands or to question or tochallenge the demander to know any facts effecting the demand and lastly i.e. shall not beopen to the bank to require proof of the liability of the service provider firm to pay theamount before paying the sum demanded under clause above.

3. The guarantee is in addition to and not in substitution for any other guarantee executed bythe bank in favour of the Uttarakhand Jal Sansthan on behalf of the service provider firm.

Page 42: Letter No. 689 / TENDER NOTICE /41 /15-16 Date: 26.06ujs.uk.gov.in/upload/tenders/Tender-147.pdfIntroduction, Cause of Breakdown and Methodology 5-10 Terms and Conditions for Tenderers,

42

4. The service provider firm and the Uttarakhand Jal Sansthan will be at liberty to vary andmodify the terms and conditions of the tender document/contract without effecting thisguarantee, notice of which modifications to the bank hereby waived.

5. This guarantee shall not be affected by any change in the constitution of the bank or of theservice provider firm nor shall the guarantee be affected by any amalgamation orabsorption with any other body corporated and this guarantee will be available to orenforceable by such body corporate.

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

7. This guarantee is irrevocable except with the written consent of theUttarakhand JalSansthan.

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 suchextension if the service provider firm failed to furnish fresh or renewed guarantee for theextended period, the bank shall pay to the Uttarakhand Jal Sansthan the said sum of Rs......................... or such lesser sum as theUttarakhand 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