Professional Documents
Culture Documents
Tendernotice 1
Tendernotice 1
For
1|Page
UNION TERRITORY OF JAMMU AND KASHMIR,
OFFICE OF THE CHIEF ENGINEER JAL SHAKTI DEPARTMENT (PHE) KASHMIR
NEW ENGINEERING COMPLEX, SILK FACTORY ROAD RAJ BAGH, SRINAGAR
TELE: 0194-2311832. TELE FAX: 0194-2311835, E-Mail: kmrphed@gmail.com
For and on behalf of Lt. Governor of UT of J&K, Chief Engineer Jal Shakti
(PHE) Department, Kashmir invites e-tenders on item rate basis from reputed and
resourceful Bidders/Contractors/Firms/Companies/Joint Ventures/Consortiums
(between bidder and Financier) of all classes registered in JKPWD/CPWD/Railways
or any other state Government for “Construction of Production Tube Wells in
different Divisions/Districts of Kashmir Province under Jal Jeevan Mission
(JJM)”. The bidding process shall be completed online on www.jktenders.gov.in in
two covers viz. Cover 1st consisting of Pre-Qualification Criteria, General Terms and
Conditions and Technical Specifications and Cover 2nd shall consist of Financial
Bid on item rate basis, in the prescribed BOQ.
Earnest Time of
Sr Particulars of the Tender fee Bid
money Completion of
No work (Rs) Validity
Deposit work (days)
1 2 3 4 5 6
1. Construction of
Production Tube Wells
in different As per
Divisions/Districts of 1000/- 100000/- 90 days condition of the
Kashmir Province bid document
under Jal Jeevan
Mission (JJM)
2|Page
Critical Dates:
3|Page
7. The bid shall remain valid for a period of 90 days from the last date of
submission of bids. If any bidder/tenderer withdraws his bid/tender before
the said period or makes any modifications in the terms and conditions of the
bid, the said earnest money shall stand forfeited and the bid shall be declared
non-responsive.
8. Other details can be seen in the bidding documents from the website
www.jktenders.gov.in.
9. Queries by email if any, should be made at kmrphed@gmail.com.
No:CE/PHE/JSD/13307-13319
Date: 22-07-2022
Chief Engineer,
Kashmir, Jal Shakti,
PHE, Department Srinagar.
Copy to the: -
4|Page
10. Superintending Engineer, Jal Shakti, PHE Mech. Circle (South), Srinagar for
information.
11. Superintending Engineer, Jal Shakti, PHE Mech. Circle (North), Srinagar for
information.
12. Joint Director Information Department, Srinagar for information. He is
requested to get the e-NIT published in two leading local dailies preferably
Greater Kashmir & Urdu daily for Kashmir province on one National Daily
before its due date.
13. Executive Engineer (JSD) Ground Water Division, _________________ for
information.
5|Page
General Instructions to Bidders Regarding e-tendering Process
a. The interested bidder can download the NIT/bidding document from the website
www.jktenders.gov.in.
b. To participate in bidding process, bidders have to get (DSC) “Digital Signature
Certificate” as per Information Technology Act-2000, to participate in online bidding.
This certificate will be required for digitally signing the bid. Bidders can get above
mentioned digital certificate from any approved vendor.
c. The bidders have to submit their bids online in electronic format with Digital
Signature. The bids cannot be uploaded without Digital Signature. No Proposal will be
accepted in physical form.
d. Before submission of online bids, bidders must ensure that scanned copies of all the
necessary documents have been attached with the bid.
e. The department will not be responsible for delay in online submission of bids. All the
required information for bid must be filled and submitted online, well before the last
date and time of submission.
f. Bidders should get ready with the scanned copies of cost of documents & EMD as
specified in the tender documents the original instruments in respect of cost of
documents, EMD and relevant documents be submitted to the Tender Inviting
Authority by Speed/Registered post/courier as per time schedule specified.
g. The details of cost of documents, EMD specified in the tender documents should be
the same, as submitted online (scanned copies) otherwise bid will not be accepted.
h. Bidders can contact the undersigned for any guidance for getting DSC or any other
relevant details in respect of e-tendering process.
i. Bidders are advised to use “My Documents” area in their user on jktenders.gov.in, e-
tendering portal to store important documents like Experience certificate, Balance
sheet, Certificate regarding taxes and TIN, and other related documents etc., and
attach these certificates as Non-Statutory documents while submitting their bids.
j. Bidders are advised not to make any change in BOQ (Bill of Quantities) contents or its
name. In no case they should attempt to create similar BOQ manually. The BOQ
downloaded should be used for filling the net item rate inclusive of all taxes and it
should be saved with the same as it contains.
k. Bidders are advised to scan their documents at 100 DPI (Dots per Inch)
resolutions with Black and White, JPEG Scan properly, convert scanned images to
PDF.
l. The guidelines for submission of bid online can be downloaded from the website
www,jktenders.gov.in.
6|Page
APPENDIX „A‟
The cover 1st of the tender document shall consist of pre-qualification criteria,
general terms and conditions and technical specifications of the tendered work.
The PQC shall consist of the following:
7|Page
to enter into a Joint Venture between themselves or a consortium
agreement between the firm/bidder and its financier to meet the
qualification criteria as detailed in cover 1st of this document. However, the
joint venture cannot have more than three members.
Details of Works:-
Construction of Production Tube Wells
Definition of Similar nature of work shall be as under:-
“Construction of production tube wells”.
For contracts under which the applicant participated as joint venture
member, only the applicants share by value shall be considered to meet the
above requirement.
For arriving at the cost of similar work, the value of work executed shall
be brought to current costing level by enhancing the actual value of work at
simple rate of 07% per annum, calculated from the date of completion to
the date of bid opening. For a period less than a year but more than six
months weightage/escalation for a full year shall be loaded. Similarly, for a
period less than six month, no weightage shall be given.
8. Average Annual financial turnover during any three financial years out of
the last 05 years, ending 31st March of previous financial year, issued by a
registered Chartered Accountant under his seal and signature shall be Rs
50 lacs.
9. Scanned copy of list of works completed for the last 05 financial years along
with the details of Allotment/work order with date of start of work and
completion duly self-attested by the authorised signatory of firm. The
performance and completion certificate of these works shall be issued by an
officer of rank of Executive Engineer or above.
10. Scanned copy of list of on-going works (works in hand) to be completed
along with the details of Allotment/work order with date of start of work
and current physical status duly self-attested by the authorised signatory
of firm.
11. Scanned copy of Joint Venture Agreement shall have to be necessarily got
notarised. However, at the time of award of contract the same shall be
attested by 1st class judicial magistrate.
8|Page
Pre-qualification of Joint Venture (JV): -
Chief Engineer,
Kashmir, Jal Shakti, PHE
Department
9|Page
ANNEXURE II
Sir,
With reference to your above referred e-NIT, I/we, having examined the bid
document and understood its contents, hereby submit my/our application for
prequalification/ empanelment of bidders and inviting of rates for various items
required for execution of various works under Jal Jeevan Mission.
This statement is made for the express purpose of qualifying as a bidder for
the aforesaid Project.
I/ We shall make available to the Client any additional information it may
find necessary or require to supplement or authenticate the Qualification
statement.
I/ We certify that in the last three years, we/ any of the Consortium/Joint
Venture Members or our/ their Associates have neither failed to perform on any
contract, as evidenced by imposition of a penalty by an arbitral or judicial
authority or a judicial pronouncement or arbitration award, nor been expelled
from any project or contract by any public authority nor have had any contract
terminated by any public authority for breach on our part.
I/ We declare that:
10 | P a g e
3. I/We have not directly or indirectly or through an agent engaged or
indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice, as defined in this bid document,
in respect of any tender or request for proposal issued by or any agreement
entered into with the client or any other public-sector enterprise or any
government, Central or State;
4. and I/ We hereby certify that we have taken steps to ensure that in
conformity with the provisions of the bid document, no person acting for us
or on our behalf has engaged or will engage in any corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive
practice.
5. I/ We understand that you may cancel the pre-qualification / bidding
process at any time and that you are not bound to accept any application
that you may receive, without incurring any liability to the applicants,
6. I/ We believe that we/ our Joint Venture meet(s) all the requirements as
specified in the tender document and am/ are qualified to submit a pre-
qualification application and subsequent Bid
7. I/ We declare that we/ any Member of the Joint Venture, or our/ its
Associates are not a Member of a/ any other applying for pre-qualification.
8. I/We further certify that we/ any Member of the /Joint venture or any of
our/ their Associates are not barred by the [Central Government/ State
Government] or any entity controlled by it, from participating in any project,
and no bar subsists as on the date of Application
9. I/ We undertake that in case due to any change in facts or circumstances
during the pre- qualification /bidding process, we are attracted by the
provisions of disqualification in terms of the provisions of this tender, we
shall intimate the client of the same immediately.
10. I/ We hereby irrevocably waive any right or remedy which we may have at
any stage at law or howsoever otherwise arising to challenge or question any
decision taken by the Client in connection with the pre-qualification,
empanelment of bidder, in respect of the above-mentioned Project and the
terms and implementation thereof.
11. I/ We agree and undertake to abide by all the terms and conditions of the
bid document.
12. We agree and undertake to be jointly and severally liable for all the
obligations of the Concessionaire under the Concession Agreement till
occurrence of Financial Close in accordance with the Concession Agreement.
(This Paragraph shall be omitted if the Applicant is not a Joint venture).
In witness thereof, I/ we submit this Application under and in accordance
with the terms of the bid document.
Yours faithfully,
Dated;
Seal of bidder
Signature(s) of Bidder
11 | P a g e
ANNEXURE III
Brief details of the Bidder
(In case of a JV the format is to be submitted for each member)
2 Postal Address
7 Registration No:
Signature
12 | P a g e
ANNEXURE IV
WHEREAS the parties herein above mentioned are desirous of entering into a
Joint Venture for carrying on Engineering and/or contract works, in connection
with ……………………………………………………… and other works mentioned in
tender notice no. ……………… dated -------------of Chief Engineer, Jal Shakti
(PHE) Department ……………… Issued by him, in connection with any other
work, as mutually decided between the parties of this Joint Venture.
1. That in and under this Joint Venture Agreement the work will be done
jointly by the first party and second in the name & style of M/s. ………………….
(Joint Venture M/s…………………………………., and M/s.
………………………………….), M/s …………...........................................
2. That all the parties shall be legally liable, severally and jointly responsible
for the satisfactory/ successful execution/ completion of the work in all respects
and in accordance with terms & conditions of the contract.
3. That the role of each constituent of the said Joint Venture in details shall
be as under
The first party shall be for ……………………...
The second party shall be for ………………….
13 | P a g e
4. The share of Profit & Loss of each constituent of the said Joint Venture
shall be as under: -
(JV partners have to indicate here)
5. That all the parties of this Joint Venture shall depute their experienced
staff as committed commensurate with their role and responsibilities and
as required for the successful completion of the works in close consultation
with each other.
6. That the investment required for the works under this Joint Venture shall
be brought in by the parties as agreed between them from time to time.
7. That all the Bank Guarantees shall be furnished jointly by all the parties in
the name of Joint Venture.
8. That the party number ………………… to this Joint Venture shall be the
prime (lead) bidder and will be responsible for timely completion of work
and to coordinate with the concerned Executive Engineer/ Superintending
Engineer/ Chief Engineer to receive payments and also to make all
correspondence on behalf of this Consortium/Joint Venture.
1. That all the above noted parties agree not to make any changes in the
agreement without prior written consent of the Chief Engineer Jal Shakti
(PHE) Department …….
WITNESSES
1. First Party
2. Second Party
14 | P a g e
Note:
15 | P a g e
ANNEXURE V
Project
Client/ Work Supporting
S. Cost Date of Date of
Name of work Awarding done documents to
No (in Award completion
Authority cost be attached
Lacs)
Work order/
Award letter/
contract
agreement and
the Completion
certificates
signed by the
awarding
authority not
below the rank
of Executive
Engineer
Note:
16 | P a g e
ANNEXURE VI
Signature of Bidders
Seal of Bidder‟s Firm
17 | P a g e
ANNEXURE VII
(Separate turnover and net worth certificate to be submitted for each of the joint
venture partner)
Average Turnover
25 | P a g e
ANNEXURE VIII
Dear Sir,
WHEREAS it has been stipulated by you in the said NIT that the Bidder shall
furnish you with a Bank Guarantee by Scheduled or Institutional Bank for the
sum specified therein as security for compliance with his obligations in
accordance with the Contract;
AND WHEREAS we have agreed to give the Bidder such a Bank Guarantee;
26 | P a g e
ANNEXURE VIII
_______________________________________________________________________________
[Acting through Chief Engineer Jal Shakti (PHE) Department Srinagar
(WHEREAS __________________ [Name and address of bidder] (hereinafter called
“the Bidder”) has undertaken, in pursuance of Contract No.____________________
dated __________ to execute ____________________________________________________
[name of Contract and brief description of Works] (hereinafter called “the Contract.”)
;
AND WHEREAS it has been stipulated by you in the said Contract that the
bidder shall furnish you with a Bank Guarantee by a scheduled bank for the sum
specified therein as security for compliance with his obligations in accordance with
the Contract;
AND WHEREAS we have agreed to give the Bidder such a Bank Guarantee;
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible
to you, on behalf of the Bidder, up to a total of ______________________ [amount of
Guarantee], ____________________________________________ [amount in words], such
sum being payable in the types and proportions of currencies in which the Contract
Price is payable, and we undertake to pay you, upon your first written demand and
without cavil or argument, any sum or sums within the limits of
_______________[amount of Guarantee] as aforesaid without your needing to prove or
to show grounds or reasons for your demand for the sum specified therein. We
hereby waive the necessity of your demanding the said debt from the Bidder before
presenting us with the demand. We further agree that no change or addition to or
other modification of the terms of the Contract or of the Works to be performed
there under or of any of the Contract documents which may be made between you
27 | P a g e
and the Bidder shall in any way release us from any liability under this guarantee,
and we hereby waive notice of any such change, addition or modification.
This guarantee shall be valid up to _______ (a date 45 day after the end of the
date of completion of three Years maintenance i.e. 5 years and 45 days).
SIGNATURE AND SEAL OF THE GUARANTOR
Name of Bank:
Address:
Date:
28 | P a g e
APPENDIX „B‟
The paying authority shall be the Executive Engineer, Jal Shakti PHE Ground
Water Division Srinagar. In case, if discharge of the well turns out to be less
than 4000 GPH, the well shall not be taken over by the concerned Division and
no payment shall be made in favour of the Contractor.
2. Earnest Money:
The tenders shall be accompanied with an earnest money of Rs 1.00 lacs in the
shape of CDR/FDR/BG, from a scheduled Bank payable in Kashmir. The
CDR/FDR/BG shall be pledged to CAO Kashmir, PHE Department Srinagar,
valid for a period of 09 months from the last date of submission of bids. The
earnest money deposit shall be refunded in favour of unsuccessful tenderer
immediately after finalization of the tender, whereas it shall be retained in case
of successful tenderer till signing of agreement and furnishing of performance
security. The earnest money deposit of the tenderer/s shall be forfeited if they
withdraw their tender or revise the prices of their offer within the validity period
or do not comply with the allotment order placed with them or violate any of the
terms and conditions of the E-NIT and the allotment order.
3. Opening of Tender:
The tenders shall be opened online in the office chambers of the Chief Engineer,
Kashmir, PHE Department Srinagar, on the due date or on any other
subsequent date convenient to the Tender Opening Committee in presence of
tenderer/s who may wish to remain present at the time of opening of tenders.
The Department reserves the right to accept or reject any or all the tenderers in
part or full, without assigning any reason thereof. Besides, conditional tender/s
shall also be out rightly rejected without seeking any clarifications.
29 | P a g e
4. Abnormally Low Rates:
During evaluation of tenders, bid/s in which the item rates, in combination with
other elements of bid, appears so low that it raises material concerns as to the
capability of the bidder to perform the contract at the offered rates, shall be
considered as abnormally low rate bid. In such case/s the Department shall
seek written confirmation from the bidder including detailed price analyses of
the quoted rates in relation to the scope, schedule, resource mobilization,
allocation of risks and responsibilities, and any other requirement of the bid
document. If after evaluating the price analysis, the competent authority
determines that the bidder has substantially failed to demonstrate its capability
to deliver the contract at the offered rates, the competent authority will reject the
bids of such firms.
Successful firm at the time of allocation of work shall have to produce proof of
access to or availability of credit facilities of not less than 10% of cost of work,
for which the firm is eligible for allotment. However, the issuance date of
certificate shall not be earlier than 03 months. The proforma for such certificate
has been appended as Form “X” to this document.
The bidder should possess the bidding capacity as calculated by the specified
formula. The formula which will be applied is:
Available bid capacity = A x M x N – B, where
A = Maximum value of engineering (civil, mechanical and electrical as relevant
to the work being procured) works executed in any one year during the last
five years (updated to the current price level @ 07% per annum on simple as
stipulated earlier in case of similar experience clause) taking into account
the completed as well as work in progress.
M = Multiplier factor fixed as 2.
30 | P a g e
N = Number of years prescribed for completion of work in progress.
B = Value (updated at the current price level) of the existing commitments and
ongoing works to be completed in the next „N‟ years.
If time period of contract is three months then N shall be 0.5 and if it is
greater than three months N shall be 1.0.
In view of 123 number of production Tube Wells advertised in the instant NIT
and JJM being a time bound mission-mode programme the Department shall split
Tube Wells advertised in the instant tendered work and award parallel contracts to
various participant firms on acceptance of counter offered L1/reasonable rates and
in order of preference to the bidders with lowest financial quotes in the BOQ.
However the number of advertised Tube Wells may increase or decrease within the
prescribed range of ±15% due to change in requirement and the bidder shall have
to execute the works at the increased or decreased number of Tube Wells without
any claim in the matter, whatsoever.
The methodology which shall be adopted for allocation of works for final allotment
of work/s is detailed below: -
On identification of the first lowest firm as detailed in clause 7 above, works
shall be allotted to the L1 firm, subject to fulfillment of the below laid down criteria:
a. The L1 firm shall be allotted 25% of tube wells, subject to availability of adequate
Financial Capacity (consisting of bid capacity and credit facility) and availability
of required machinery and logistics.
b. The firm shall preferably be allotted works in specific locations which are in
vicinity of each other.
c. After issuing allotment orders to the L1 firm for a particular number of wells as
detailed above, allotment orders shall then be issued in favour of firms
proportionate to their quoted rates (in inverse order) in order of preference to the
bidders with lowest financial quotes (L2, L3, L4 ………. Ln), subject to their
acceptance of L1/reasonable rates per meter of the well and availability of
financial capacity and machinery, equipment and logistics.
d. In case, some works remain un-awarded after calling all the eligible firms,
second round of invitation shall be held with these firms and works allotted as
per the above procedure, subject to the condition the contractor has adequate
32 | P a g e
financial capacity and has shown satisfactory performance for the already
awarded work/s.
9. Validity of bid:
Validity of the quoted rates shall be for 90 days from the last date of submission
of bids.
10. Prices:
The tenderer/s are required to quote rates on Item Rate Basis Free at Site,
for each item of BOQ inclusive of all allied/incidental items which may be
necessitated at site, taxes, charges and levies etc. No additional payment
whatsoever shall be paid to the firm on any account. However rates fixed per
metre of Tube Well (i.e. Rupees 22643/-) finalized against this office e-NIT
No:- 131 of 2021-22 Dated:- 28-02-2022 or lower are solicited in the subject
e-NIT. Bids with rates quoted rates in excess of the above rate shall be
liable for rejection.
The quantities of items reflected in the BOQ constitute a typical estimate for a
Production Tube Well. For now the quantities for all the items of BOQ have been
restricted to that usually required for one tube well. Thus the total amount
which will be reflected at the end of BOQ after the bidder quotes the individual
rates of each item will be for one tube well. Bidders are advised to check the
exact location and particulars of the Tube Well, from the concerned Divisions
beforehand to ascertain the working conditions.
No extra claim towards any type of tax, freight, etc shall be entertained
whatsoever. It must be noted that during the currency of the contract and its
extended period if any, no price escalation whatsoever shall be allowed in
respect of any of the items of the work.
33 | P a g e
11. Third Party Monitoring:
The allotted works shall be subject to check by the third party monitoring
agency appointed by the Department in Kashmir. The agency shall check the
quality of works executed by the agencies, quality of materials used for
construction and quality of machinery installed in each scheme. The TPIQM's role
shall be that of an assistant to the Employer's Representative for the purpose of
monitoring and evaluation of the performance of the Contract during the
Contract Period.
The time of completion of work shall be 60 days from the date of issuance of
allotment order.
Production Wells:
a. 90% payment shall be released after successful completion of the well as per
the tender specifications and Handing Over the said well to the territorial PHE
34 | P a g e
Division, after verification from concerned Assistant Executive Engineer. In case
of failure of well i.e. discharge below 4000GPH, no payment shall be released in
favour of the firm.
b. 05% shall be released after successful performance of Production Tube Well for
a minimum period of Six months (Defect Liability Period).
c. Balance 05% shall be paid after harnessing of the tube well for a trial run of six
months. No payments shall be made without submission the duly filled form at
Annexure “B” of the bid document.
15. Warranty:
The firm shall be bound for satisfactory performance of the work for 06 months
after the successful completion of trial run of 3 Months or whichever is later. If
during warranty period any malfunctioning/defects arise, the firm/joint venture
shall have to rectify the same within a period of ten days of receipt of intimation. In
case of any failure on the part of the firm/joint venture to remove the defect, the
Department may get the defects removed/ repaired by any other agency and cost
thereof shall be recovered from the firm / joint venture and shall be recommended
for further punitive action as governed under the relevant clause of the contract
including blacklisting.
The defects Liability period shall be for a period of 06 Months which shall
commence after the successful completion of Trial run, bidder shall be responsible
to make good & remedy at his own expense any defect in works which is noticed
during the DLP. In case any defect remains unattended by the firm at the
completion of DLP, the department may extend the DLP for such time as deemed fit
for getting the defect rectified subject to a maximum ceiling of 6 Months.
35 | P a g e
17. Liquidated damages (LD)
Any failure or commission to carry out the provision of the contract shall not
give rise to any claim by the department or bidder one against the other if such
failure of commission arises from the „ACT OF GOD‟ which shall include all
natural calamities such as fires, floods, earthquake, hurricane, strikes, riots,
embargoes or from any political or other reasons beyond the control of the
parties including war, or a state of insurgency.
18. Arbitration:
36 | P a g e
Any Dispute or difference arising between the department and bidder shall be
dealt in accordance with the Arbitration and Conciliation Act 1996 and rules
thereof.
Tenderer/s must quote for exact specifications and scope as given in respective
Appendix of this e-NIT and there shall be no deviation from the approved
parameters. While having submitted the tender by uploading the bid on tender
portal www.jktenders.gov.in it is understood that the tenderer is well versed with
the site conditions and the terrain etc. It is as such advised that the firm shall
visit and inspect the sites well before uploading its tender.
37 | P a g e
f) Any failure by Bidder to comply with the aforesaid requirement shall not excuse
the bidder, after subsequent award of contract, from performing the work in
accordance with the scope of contract/agreement.
g) Bidders are requested to resolve all their clarifications/queries to the Bidding
Document before due date of submission of bid. Thereafter bidders are
requested to submit their bid in total compliance to Bidding Document without
any deviation / stipulation/ clarification/ assumption.
h) The pre bid meeting shall be held online as well as offline in the office of
______________________________________ through online mode.
i) In case of any confusion or query regarding the subject tender, prospective
bidders are free to approach the helpdesk/s which will be established by the
Department at direction office level as well as district level.
a) At any time prior to the deadline for submission of bids, the Department or its
authorized representative(s) may, for any reason whether at its own initiative or
in response to a clarification requested by Bidders, modify the Bidding
Document by Amendments/ Corrigendum/Addendum/Clarifications etc. (if
any).
b) The Amendment shall be part of the Bidding Document. All Amendments/
Corrigendum/ Addendum/ Clarifications / etc. (if any) shall be uploaded on the
concerned website i.e. www.jktenders.gov.in.
c) Bidders have to take into consideration of all such Amendments/ addendum(s)/
corrigendum(s)/ clarifications, etc. uploaded on www.jktenders.gov.in before
submitting the bid.
d) In order to accord bidder reasonable time to take the Amendment into account
in preparing their bids, the Department or its authorized representative(s) may,
at its discretion, extend the deadline for the submission of bids.
38 | P a g e
22. False information:
Any tenderer found to have been participating by furnishing false information
to the department, the tender shall be liable for cancelation and such bidder(s)
shall be invoked as and when it comes to the notice of the department even
during the execution of the contract.
In case of the firm agency failing to execute the job, the department has the
right to get the work executed through some other firm/agency or of its own at
the risk and cost of the defaulters.
The bidder should ensure the safety of the water supply lines, sewer lines,
telephone cables, power cables, storm water drains etc., pipe laying alignment
and, if any damage occurs during execution it should be attended immediately
at the cost of the bidder. Failing to attend immediately, the same will be got done
by the Department at the risk and cost of the bidder.
39 | P a g e
27. Subletting of Work:
The bidder shall not sublet the whole or part of the work. The bidder shall
not assign the work or any part thereof or any benefit or any interest thereon or
any claim arising of the contract, without prior written consent of the allotting
authority.
From the commencement of the work to the completion thereof the same
shall be under the bidders charge. The bidder shall be held responsible for and
make good any loss or injuries by fire or other causes / theft and shall hold the
Government harmless for any claims for injuries to persons or damage to
property happening from any neglect, default, want of proper care and
misconduct on the part of the bidder, or any of his employees, during the
execution of work. The bidder shall be responsible for the compensation if any,
to labour under the existing labour laws of the country.
The bidder shall provide and maintain, at his own cost a suitable site office at
the site of Work to which the Department may send communications/
instructions.
The Department shall not be liable to the Bidder for any matter or thing
arising out of or in connection with the contract or the execution, completion
and maintenance of the work unless the bidder puts a claim in writing in respect
thereof before getting the certificate of final completion.
40 | P a g e
The bidder shall be responsible for the time and proper setting out of all the
works and for the correctness of the positions, levels, dimensions and alignment
of all parts of the works and for the provision of all necessary instruments,
appliances and labour in connection therewith.
32. Labour:
The bidder shall make his own arrangements for the engagement of all types
of the labour, required for the execution of the job. No workman below the age of
18 years shall be employed on the works. Also the bidder shall comply with the
provisions of all labour laws and the rules framed there under.
The bidder shall at his own cost make arrangements for proper storage
especially towards Rain and Snow damages of the equipment/ materials at sites
till its erection/completion. For the purpose the bidder shall, with the approval
of Engineer in charge construct temporary storage accommodation for
equipment/ material at site for which land shall be provided by the department
near the site of work.
The bidder shall in connection with the work provide and maintain at his own
cost all lights, guards, fencing and watching, when and where necessary or
required by the Department for the protection of the work or safety and
convenience of the Public etc.
The bidder shall arrange, at his own cost and risk, to depute at least one
competent Engineer of the equipment manufacturer, to train upto twelve
Departmental representatives in the operation and maintenance of the
equipment at site. This training shall be for duration of at least (4) four
41 | P a g e
consecutive months and shall commence from the date of successful
commissioning of the equipment or as may be mutually agreed upon.
The manuals shall also include detailed drawings of the equipment, circuit
diagrams and station layout with all items properly identified. The manuals shall
also include the spare parts catalogues with part numbers clearly given, which
must tally with index numbers in the drawings.
On completion of the works the bidder shall clear away, load into trucks or any
other transport and remove from the site all constructional plant, surplus
materials, dismantled or otherwise, earth and rubbish and temporary works of
every kind and leave the whole of the site and works clean and in a
workmanship condition, to the satisfaction of the Department.
The bidder/firm shall make his own arrangement, at his own cost, for all lines,
individual power points, etc. to the machinery and plant required by him for the
erection, testing and commissioning of the equipment ordered on him. The bidder
shall pay for all electrical energy consumed by him for this purpose at the
prevalent electricity tariff in J&K State. Such charges shall be paid by the
bidder/firm direct to the Electricity Corporation and the bidder‟s final bill shall
42 | P a g e
be settled only after he gets a no outstanding certificate from the Electricity
Corporation.
The Government shall not be responsible, and the bidder shall have no claim
whatsoever for any interruption in power supply or voltage fluctuation or total
cut off at the site. The bidder/firm must provide an alternative source of power,
at his own cost, at the site for completion of the work. The bidder shall make his
own arrangements for water to be used for the execution/Hydro-testing/ water
tightness Test/ Curing, labour colony, Site Office etc.
39. Agreement:
40. All other terms and conditions as laid down in form No.25 of P.W.D. shall remain
in force and binding on successful tenderer.
41. Any rules/terms and conditions, if not stipulated in the bidding document, shall
be strictly dealt in accordance with the relevant rules/guidelines stipulated in the
General Finance Rules (GFR 2017) and Manual for procurement of Works 2019
Government of India.
Chief Engineer,
Kashmir, PHE Department.
43 | P a g e
ANNEXURE “X”
CREDIT FACILITY
BANK CERTIFICATE: -
Name:
Designation:
Branch:
Signature and seal:
Signature of Bidder(s)
44 | P a g e
APPENDIX „C‟
TECHNICAL SPECIFICATION
45 | P a g e
Pilot Bore:-
In case of sites where feasibility of drilling cannot be ascertained other than by
exploration, a pilot bore of 150 mm diameter shall first be done which can be
finished to the required final diameter by reaming. Strata chart shall be prepared
based on samples collected during drilling of the pilot bore. Geophysical log of the
borehole shall also be taken which shall be used in conjunction with the strata
chart for assessing quality of the aquifer. When this is done, Engineer-in-charge or
his representative will inspect the site, and collect all the data needed for designing
the well. Based on this data, the well shall be designed, and issued for further
execution. If the site is not suitable the pilot bore shall be abandoned, and an
alternative site shall be selected.
46 | P a g e
The Well Casing Pipes conforming to IS-4270:1983 and the slotted/ Strainer
Pipes conforming to IS-8110:1985 shall be provided by firm at the site of Well
construction. The MS Pipe shall be ERW with thickness as specified in IS 4270,
Double Bituminous Coated and Bevelled as per IS code. The welding electrodes
used for welding the casing Pipes shall confirm to the relevant Standard IS codes.
The jigs and fixtures for lowering the casing Pipe shall be provided by the firm. The
bail plug or bottom plug, the clamp for holding the casing Pipe and Well cap shall be
fabricated out of IS-226:1975. The verticality and alignment of the Well and casing
Pipes shall be tested as per IS-2800 (Part-II): 1979. The well Casing shall be
anchored with ISMC150 and CC Block. The CC Block shall be laid of size (2 X 2
X 1) M in M-15 Mix, excluding the annular diameter of the Well.
48 | P a g e
10. Well Development
Well development is the process of removing fine sediment and drilling fluid
from the area immediately surrounding the perforations. This increases the well‟s
ability to produce water and maximize production from the aquifer. If the aquifer
formation does not naturally have any relatively coarse particles to form a filter, it
may be necessary to install an artificial filter pack. This pack is placed around the
screen or perforations so the well can be developed. This procedure is necessary
when the aquifer is composed of fine sand and the individual grains are uniform in
size. It is important to match the grain size of the filter pack material with the size of
the slot openings of the screen to attain maximum yield from the well. Typically the
slot size of the screen shall be selected so that 85 percent of the artificial pack
material will remain outside of the screen after well development. The Well
development shall be purely as per the relevant IS codes required at site to be
decided by the Site in-charge JE/ AEE.
49 | P a g e
12.Disinfecting the well:
The bidder shall disinfect the tube well with chlorine. The concentration must
be at least 200 milligrams of chlorine per litre of water present in the well and
must be left in the well for at least 8-12 hours to ensure any bacteria present are
destroyed.
Chief Engineer,
Jal Shakti, (PHE) Department
Kashmir
50 | P a g e
IS 2800 (Part -I):1991
Annexure “B”
(Clause 12.2.1)
From……… to……………….
From …………to…………..
From To Formations
Housing Pipe……………………………
51 | P a g e
Blind Pipe………………………………
Strainer………………………………
Bail Plug………………………………
15: Turbidity………………………………..
17: Remarks: