You are on page 1of 45

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

Standard Bidding Document

For

“Construction of Production Tube Wells in different


Divisions/Districts of Kashmir Province under Jal Jeevan
Mission (JJM)”

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

NOTICE INVITING TENDER


e-NIT No. 02 of 2022-23 Dated: - 22-07-2022

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)

Position of funds: Approved Under Jal Jeevan Mission (JJM)


The tender inviting authority is Chief Engineer, Kashmir Jal Shakti (PHE) Department.
The awarding authority is District Jal Jeevan Mission (DJJM).

2|Page
Critical Dates:

i Publish Date 22-07-2022

ii Document Download/sale start Date 22-07-2022

iii Date of Pre-bid meeting 30-07-2022 at 11:00 A.M

iv Bid submission start date 04-08-2022 at 10:00 A.M

v Document Download/sale end Date 12-08-2022 at 6:00 P.M

vi Bid submission end date 12-08-2022 at 6:00 P.M

vii Date and time of Bid opening 13-08-2022 at 4:00 P.M

1. Bid documents can be accessed and downloaded from the website


www.jktenders.gov.in
2. The pre-bid meeting will be held in the office chamber of the Chief Engineer,
Kashmir, PHE Department, through virtual/online mode.
3. The whole bidding process shall be completed online on tender portal
www.jktenders.gov.in. The intending bidders can download the bid
document from the tender portal and can submit their bids by uploading them
on the tender portal.
4. The valid bids received shall be opened online in the office of the Chief
Engineer, Kashmir, Jal Shakti (PHE) Department Srinagar.
5. Bids must be accompanied by bid security and cost of Tender Document as
specified in column 3 & 4 of the table and shall be payable at Srinagar.
a. Bid Security to be pledged in favour of CAO, Kashmir, Jal Shakti PHE
Department. Bid Security will have to be in form of CDR/ FDR/BG of any
scheduled Bank and shall be valid for a period of 90 days from the last date of
submission of bid.
b. The cost of tender documents should be in form of DD /TR/e challan pledged
to CAO, Kashmir, Jal Shakti (PHE) Department.
6. The hard copies of cost of tender document in shape of DD/TR/e-challan,
Earnest money in shape of CDR/FDR/BG and other relevant documents shall
be obtained from the bidder who is declared as L1 after opening of financial
cover.

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: -

1. Principal Secretary, Jal Shakti (PHE/I&FC) Department, Civil Secretariat, J&K


for information please. This is as per the discussions held and agreement in
principal during the 6th Apex Committee meeting held on 23-06-2022, minutes
of which are yet to be circulated.
2. Mission Director, Jal Jeevan Mission Jammu & Kashmir Civil Secretariat for
information please. This is as per the discussions held and agreement in
principal during the 6th Apex Committee meeting held on 23-06-2022, minutes
of which are yet to be circulated.
3. Development Commissioner works, Civil Secretariat, J&K for information
please.
4. Chief Engineer, Designs Inspections & Quality Control Department, J&K for
information please.
5. District Development commissioner _________ for information please.
6. Director Finance Jal Shakti (PHE) Department, Civil Secretariat, J&K for
information please.
7. Director Planning Jal Shakti (PHE) Department, Civil Secretariat, J&K for
information please.
8. Technical Advisor Kashmir Jal Jeevan Mission for information.
9. Superintending Engineer, Jal Shakti, Hydraulic Circle ___________ for
information.

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‟

PRE-QUALIFICATION AND TECHNICAL BID (Cover 1st)

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:

1. Scanned copy of Registration of Water Well Drillers issued by the


competent authority. In case the bidder is not able to furnish the
Registration with the cover 1st of this bid document, he can produce the
same before the opening of cover 2nd of this bid document. The registration
must be issued before the date of opening of cover 2nd.
2. Scanned copy of tender fee of Rs 1000/= in the shape of Treasury
Receipt/e-transfer (Screen shot of transaction) in favor of CAO Jal Shakti
PHE Department Kashmir.
3. Scanned copy of Earnest Money Deposit (EMD) for an amount of Rs 1.00
lacs in the shape of CDR/FDR/BG pledged to CAO Jal Shakti PHE
Department Kashmir, with a validity of 90 days commencing from the last
date of submission of bids.
4. Scanned copy of the latest Income tax return certificate.
5. Scanned copy GST return in FORMGST-3B of the last quarter.
6. Scanned copy of documentary proof of ownership or on hire basis of
requisite machinery like Air Rotary (ODEX) as well as Mud Rotary Drilling
Rig. In case of a firm having these machine/s arranged on hire basis the
firm shall produce a copy of an agreement with the actual owner of the
machine duly attested by a magistrate class 1st valid for a time period of
not less than 06 months form the last date of submission of bids.
7. Scanned copy of experience certificate of having successfully completed or
substantially completed one similar work during last seven years ending
last day of the month, previous to the one in which tenders are invited.
The substantial completion shall be based on 80% (value wise) or
more works completed under the contract. The experience certificate
(satisfactory performance certificate of works executed) shall have been
issued by an officer of the rank not below an Executive Engineer of any
Government Department/ Semi Government / PSU‟s. In case the
experience criteria are not met by the bidder/s on their own, they are free

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): -

JV members will be “jointly and severally responsible and liable” in a


contract. For pre-qualification, the JV should fulfill the criteria specified in
the pre-qualification document. The attributes to be evaluated will be the
same as for individual bidders; however, certain parameters up to the
specified limits have to be essentially met by them collectively, some by the
lead partner, and some by the other partner/s, as briefly described below:

1. Qualifying factors to be met collectively:


(i) Annual turnover from construction/works; (ii) particular construction
experience; (iii) construction cash flow for the subject contract;
2. Qualifying factors for lead partner:
(i) Annual Turnover from Construction/works; (ii) Particular construction
experience;
(iii) Financial capability to meet cash flow requirement of subject contract–not
less than of 51 (fifty-one) per cent of the respective limits prescribed in
case of individual bidders shall be accepted; (iv) Adequate sources to meet
financial commitments on other contracts; (v) Financial soundness;
3. Qualifying factors for second partner:
Same as for lead partner except that for the factors specified in (2) (iii)
above, a lower limit of 26 (twenty-six) per cent shall be accepted instead
of 51 (fifty-one) per cent.
4. Qualifying factors for another partner:
Shall have a minimum experience of his work of expertise.
However, the overall sum of all shall aggregate to 100% of the prescribed
experience/turn over clause of NIT.

12. Scanned copy of agreement duly notarized for a consortium between a


Contractor/bidder/firm/company and its Financier. However, at the time of
award of contract the same shall be attested by 1st class judicial
magistrate. For pre-qualification, the consortium should fulfill the criteria
specified in the pre-qualification jointly/collectively and will add to the
bidders financial capacity.

Chief Engineer,
Kashmir, Jal Shakti, PHE
Department

9|Page
ANNEXURE II

Application for Pre-Qualification


(On Bidder‟s letter head)

The Chief Engineer,


Kashmir, Jal Shakti (PHE)
Department, Srinagar

Subject: Application for Construction of Production Tube Wells in different


Divisions/Districts of Kashmir Province under Jal Jeevan Mission (JJM).
Reference: e-NIT No: _______________, dated; _____________

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.

I/ We acknowledge that the Client will be relying on the information provided


in the application and the documents accompanying such application for pre-
qualification/ empanelment of the applicants for the aforesaid project, and we
certify that all information provided in the application and in all documents is
true and correct; nothing has been omitted which renders such information
misleading; and all documents accompanying such application are true copies
of their respective originals

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 acknowledge the right of the Client to reject our application without


assigning any reason or otherwise and hereby waive, to the fullest extent
permitted by applicable law, our right to challenge the same on any account
whatsoever.

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:

1. I/ We have examined and have no reservations to the bid document,


including any Addendum/Corrigendum issued by the client.
2. I/ We do not have any conflict of interest in accordance with Clauses
mentioned in this bid document.

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,

In capacity of_______________________________ duly authorized to sign bids for


and on behalf of: _______________________________________________________ (In
Block capital letters)

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)

S. No. Particulars Details

1 Name of the Bidder/ Firm

2 Postal Address

3 Contact Details, Telephone, Email address

4 Year of Establishment/ Registration;

Nature of Company Proprietorship/ Partnership/


5 Private Ltd. /A Limited Company or Corporation
etc.

6 Name of the Director/Partners/Proprietor

7 Registration No:

8 Permanent account number

9 GST registration number

9 E.P.F. registration Number

10 Registration No under Contract Labour Act

Signature

Name of Bidders / Name & seal of firm


Note: In case of joint venture, details of each member.

12 | P a g e
ANNEXURE IV

(For Joint Ventures only)

To be given on non-judicial stamp paper duly signed by authorized


before appointed registrar/Sub registrar or 1st Class magistrate.

JOINT VENTURE AGREEMENT

This Joint Venture Agreement executed at ……………………………. On


…………. day of …………., 2021 between M/s. …………………………………
Registered office at ………………………. as the first party and
M/s……………………………………. Registered office at …………………………………
represented through their constituted attorney Sh…………… S/o
Sh………………………… as the second party…………………………………. (The
expression and words of the first and second party shall mean and include their
heirs, successors, assigns, nominees‟ execution, administrators and legal
representative respectively)

WHEREAS both the parties are engaged mainly in the business of


Civil/electro-mechanical Engineering and General Contracts for various
Government Departments and Organizations.

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.

NOW THIS AGREEMENT WITNESSES AS UNDER:

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 …………...........................................

* Clarify whether a company or a partnership firm or a sole proprietary firm.

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 …….

NOW THE PARTIES HAVE JOINED HANDS TO FORM THIS JOINT


VENTURE ON THIS…………………. DAY OF ……………. TWO THOUSAND
……. WITH REFERENCE TO AND IN CONFIRMATION OF THEIR
DISCUSSIONS AND UNDERSTANDING BROUGHT ON RECORD ON
…………………….

IN WITNESS THEREOF THE ABOVE-NAMED PARTIES HAVE SET


THEIR RESPECTIVE HANDS ON THIS JOINT VENTURE AGREEMENT ON
THE DAY, MONTH AND YEAR ABOVE MENTIONED IN THE PRESENCE OF
THE FOLLOWING WITNESSES:

WITNESSES
1. First Party
2. Second Party

14 | P a g e
Note:

1. In case of a company please submit the article of association along with


power of attorney/board resolution authorizing the person signing the
agreement.
2. In case of a partnership firm please submit the partnership deed along with
the power of attorney.
3. In case of a sole proprietary firm please submit an affidavit authorizing the
signatory to the JV.
4. The ______ of each member shall be as per the terms and conditions of
document.
5. The Joint Venture agreement shall be duly registered by Registrar/Sub
Registrar/ first Class Magistrate.

15 | P a g e
ANNEXURE V

(To be submitted separately for each member, in case of a JV)

Bidder Name/ JV member name:

Details of works of similar nature completed/ substantially completed by the


bidder/ each member of JV during last seven (05) years;

Works completed/substantially completed

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

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Seal of Bidder‟s Firm

Note:

1. The List of works should be in accordance to the Project cost in ascending


order (work of highest value on top).
2. It is mandatory to submit work order/ contract document along with the
Completion/ substantial completion certificate duly signed by the officer
not below the rank of executive engineer or equivalent rank shall be
submitted for the each claimed assignment/project.

16 | P a g e
ANNEXURE VI

INFORMATION ABOUT WORK IN HAND & WORK WHERE LETTER OF


INTENT IS ISSUED (To be supported with certificate signed by Executive
Engineer or equivalent officer)
Existing Commitments
Cost of work
Client/ completed as
Sr Allotted %age of Work
Name of Works awarding on
No. Cost completed
authority submission
of proposal

Note:- Award letters/ letters of intent and certificates signed by an officer


of rank of an Executive Engineer or above need to be furnished as
supporting document for each work.

Signature of Bidders
Seal of Bidder‟s Firm

17 | P a g e
ANNEXURE VII

Turnover certificate (on CA‟s letter head)

(Separate turnover and net worth certificate to be submitted for each of the joint
venture partner)

TO WHOMSOEVER IT MAY CONCERN

This is to certify that M/s. (name of bidders) is having registered office at


(detailed office address) has a yearly turn over as detailed below:

Sr Turnover (in lakhs) as per audited


Financial Year
No. balance sheet

Average Turnover

The above information/figures are true and authentic to the best of my


knowledge and belief. I / we, am/ are well aware of the fact that furnishing of any
false information/fabricated document would lead to rejection of Pre-qualification at
any stage, besides liabilities towards prosecution under appropriate law.

Signature of the Chartered Accountant Name of the Firm


Registration No.
Date:
Place:

(Seal of the Chartered Accountant)

25 | P a g e
ANNEXURE VIII

FORM OF BANK GUARANTEE for EMD

The Chief Engineer,


Jal Shakti (PHE) Department,
Kashmir

Dear Sir,

WHEREAS ______________________ name and address of Bidder (hereinafter


called “the Bidder”) has undertaken, in pursuance of NIT No. ___________
dated ___________ to participate in the said NIT.

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;

NOW THEREFORE, we hereby affirm that we are the Guarantor and


responsible to you, on behalf of the Bidder, up to a total of INR [amount of
guarantee] (*) ___________[in words], 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 amount 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 NIT or of contract to be
performed thereunder or of any of the Contract documents which may be made
between you 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 until ………. (i.e.) 6 months from
the date of opening of technical proposal.

Signature and Seal


Name of Bank/Financial
Institution Address Date

26 | P a g e
ANNEXURE VIII

PERFORMANCE BANK GUARANTEE (UNCONDITIONAL)

The Chief Engineer,


Jal Shakti Department (PHE)
Srinagar

Name & Address of Project: -

_______________________________________________________________________________
[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‟

GENERAL TERMS AND CONDITIONS


e-NIT No. 02 Dated: 22-07-2022
1. Consignee/Paying Authority:

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.

5. Access to credit facility:

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.

6. Available Bid Capacity:

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.

7. Evaluation of Financial bids:


The subject e-NIT has been advertised on item rate basis with the sole
intention to fix rate contract for all the items required for construction of
Production Tube Wells proposed under JJM. The subject rate contract shall be
valid for 12 months from the date of finalization of the subject e-NIT.
For this purpose, on opening of the price bids of qualifying/eligible firms, the
overall first lowest firm shall be identified. If the L1 rates are found to be
reasonable, then these rates shall be fixed for arriving at the cost of the well.
However, if the L1 rates are unreasonably high, then negotiations shall be held
with the first lowest firm and the reasonable rates analyzed by the Department
shall be offered to the first lowest firm. On acceptance of these rates by the L1,
cost for one tube well of 150M depth on the basis of standard quantities of each
item of BOQ shall be calculated. On the basis of this cumulative cost “rate per
meter of tube well” shall be fixed and counter offered to all the firms whose price
bids have been opened. On their acceptance to these rates, “n” number of firms
shall become eligible for issuance of allotment orders in their favour.
In case, due to favorable site conditions, desired discharge may be obtained at
a drilling depth of less than 150 Meters the drilling shall be limited to that depth.
The payment in such instance shall be restricted to the per meter rate fixed as
detailed above. The firm shall have no claim whatsoever in this regard.
However, if the first lowest firm as identified above does not accept the offered
rates, then the same offer shall be made to the second lowest firm by again
following the above detailed process. If any of the bidder/s does not accept the
counter offer then such bidder/s will no longer be considered & his bid will
become inoperative.
31 | P a g e
8. Allotment of works by District Jal Jeevan Missions:

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.

12. Completion period:

The time of completion of work shall be 60 days from the date of issuance of
allotment order.

13. Performance Security:

The successful bidder on award of the contract shall furnish a performance


security equivalent to 03% of the value of the contract within one week of the
issuance of allotment order in the shape of CDR/FDR/Bank Guarantee, valid for
a period of three months beyond the completion period of the contract:-
a. Safeguard against material and manufacturing defects, bad workmanship,
improper design etc.
b. Successful execution of the contract and fulfillment of the conditions of the
agreement.
c. Satisfactory performance of equipment in terms of the agreement.

14. Terms of Payment:

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.

16. Defects Liability Period (DLP):

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)

In the event of firm‟s/joint venture failing, declining, neglecting or delaying the


supplies / works or in the event of any damage occurring or being caused by the
firm/ joint venture or in the event of any default or failure by the firm in complying
with any of the terms and conditions of the contract, the Department shall with or
without prejudice to any other remedies available to it under any law for the time
being enforce in the UT:
a) Terminate the contract after 15 days‟ notice
and/or
b) Recover the amount of loss caused by damage, failure or default, as may be
determined by the department.
and/or
c) Recover the extra cost, if any, involved in allotting contract to other party.
and/or
d) Impose Liquidated damages on account of delay beyond the schedule completion
period to the tune of 0.5% of the delayed portion of contract every week but not
exceeding 10% value of the contract.
and/or

e) Forfeit the performance security and blacklist the firm.

19. Force Majeure:

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.

19. Specifications of Material/job:

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.

20. Clarifications and Pre-bid meeting:


a) In respect of any clarification of the conditions/technical provisions set forth in
the tender documents the tenderer/s shall address this office in person/
writing/email as per the time schedule envisaged in the instructions to bidders.
b) The prospective bidder/s or their designated representative, who have
downloaded the bid document are invited to attend a pre-bid meeting which will
take place as per date and venue given in e-tender notice. The purpose of
meeting will be to clarify issues and to answer queries on any matter that may
be raised by the due date.
c) The bidder is requested, as far as possible, to submit queries (if any) by courier
or by fax/e-mail to reach the Department well in time for scheduled pre-bid
meeting. It may not be practicable at the meeting to answer queries received
late, but queries and responses/clarifications will be hosted on website.
d) Any modifications of the bidding documents that may become necessary as a
result of the pre-bid meeting shall be made by department exclusively through
the issue of an Amendment/ Corrigendum/ Addendum/ Clarifications/ etc.
which shall be hosted on the concerned website.
e) Non-participation in the pre-bid meeting will not be a cause for disqualification
of the bidder.

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.

21. Amendment of bidding document

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.

23. Bidder Dying, Becoming Insolvent Or Imprisoned:


In the event of the death or insanity or insolvency or imprisonment of the
bidder or where the bidder being a partnership or firm becomes dissolved or
being corporation goes into liquidation, voluntary or otherwise, the contract
may, in the option of the Engineer-in-charge, be terminated by notice in writing
posted at the site of the works.

24. Suspension of Supply by the Bidder:

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.

25. Safety of Govt. Infrastructures:

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.

26. Bidder‟s risk and insurance:


All risks of loss or damage to physical property and of personal injury and
death which arise during and in consequence of the performance of the Contract
are the responsibility 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.

28. Work Under Bidders Charge:

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.

29. Bidder to Maintain Site Office:

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.

30. Claims to be put in writing:

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.

31. Setting Out of Works:

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.

33. Storage at Site:

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.

34. Watch & Ward of Works:

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.

35. Training of Departmental Staff:

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.

Two groups of Departmental Engineers shall also be deputed to


bidders/manufacturers works for short duration to obtain training free of cost in
the operation and maintenance of the equipment.

36. Final Acceptance:

The equipment/work shall be accepted by the Department only after the


system has been tested and has performed satisfactorily in all respects, at site,
in accordance with the provisions of the contract.

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.

37. Cleaning Up:

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.

38. Power and Water Supply:

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:

As soon as letter of award is communicated to the firm, the contract shall be


complete and binding upon them, the bidder/firm shall also be required to
execute an agreement with the competent authority within seven days from the
date of issue of letter of award. Failure to execute such an agreement in time
shall not however, prevent this contract from being enforced against the firm and
the date of delivery of the material/completion of works shall be reckoned from
the date of issue of the letter of award in favour of successful firm.

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

SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILIBILITY OF


CREDIT FACILITY

BANK CERTIFICATE: -

This is to certify that M/S ____________ is a company with a good financial


standing. If the contract for the work namely ____________ is awarded to the above
firm, we shall be able to provide overdraft/credit facilities to the extent of 10% of
the offered work to meet their working capital requirements for executing the above
contract during the contract period.

Name:
Designation:
Branch:
Signature and seal:
Signature of Bidder(s)

1. The certificate should not be more than three months old.


2. No solvency certificate shall be accepted.

44 | P a g e
APPENDIX „C‟
TECHNICAL SPECIFICATION

01. Site Selection:


The bidders have been given the tentative location of each advertised tube well
in Annexure “A” appended with this bid document. Besides information regarding
Tube wells and Dug wells, existing in the vicinity of the proposed sites like their
depth, formation encountered, discharge and static water level will also be
furnished, wherever possible.
On initiating the drilling process, the Contractor is at liberty to make the
assessment for availability of adequate discharge of minimum 4000 GPH at the
proposed sites. For this purpose the bidder shall be free to undertake the electric
resistivity mapping of the proposed site and seek an opinion from a hydro-geological
expert, who shall be registered with the CGWB or with the Government
Organisation of the UT of J&K. The charges for this exercise shall be borne by the
contractor. However the above exercise shall necessarily be undertaken in presence
of Departmental Engineers.
Thereafter, the data regarding strata obtained from ERM mapping shall be
compared with the strata chart of the nearest existing well. After satisfying himself
about the feasibility of the site for drilling of production tube well, the firm shall
start the work at site and if the discharge of the well is below the minimum 4000
GPH discharge, the well shall not be taken over by the concerned Division and no
payment shall be made in favour of the bidder.
In case the bidder is not satisfied about the feasibility of proposed site on the
basis of ERM etc the bidder is free to choose/propose a more suitable site, which in
any case shall be acceptable to the Department as well.
In both situations, the site plan and the preliminary design shall require
approval of competent authority i.e. Superintending Engineer PHE Mechanical
Circle (North) Srinagar.
In this connection the bidder shall specify the following:
 Whether a test bore hole is proposed and if so, its diameter and depth, and
also depth of production tube well
 Likelihood of increase or decrease of the depth specified above.
 Method of drilling with size of bore in different depths.
 Types of plain pipe with size, wall thickness and slotted/strainer pipes with
opening, may be mentioned.
 Guarantee with regard to the verticality of tube well and sand content (ppm) in
the discharge from the well at the time of handing over.
 Development methods shall be adopted as per the guidelines of CGWB.

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.

02. Construction of Production Tube Well:


Based on the exercise conducted during the site selection detailed above,
Construction of Production Tube Well shall be initiated by a suitable drilling method
viz
i. Direct Circulation Method/
ii. Reverse Circulation Method/
iii. Dual Rotary Method
iv. For Pilot Bore : DTH/ODEX
up to the desired depth as per the code of practice for Construction and Testing of
Tube Wells/Bore Wells (Second Revision) IS 2800 (Part-I): 1991 and IS-2800 (Part-
II) 1979 in all kinds of soils, boulder, rock, collapsible Strata, saturated soils etc.
with the requisite accessories required thereof, including Bentonite mud, foam,
water lubricants etc.
The drilled bore hole shall be reamed to 550 mm diameter for Mud
Rotary in case of open drilling and simultaneous lowering of strainer casing in case
of ODEX/Tubex drilling in 250 mm diameter and completed to the desired depth.
The method of drilling shall be decided by the team comprising of Hydrogeologist,
JE, AEE and the Executive Engineer after detailed deliberations and
recommendations recorded in the survey report.
The size and length of slotted/strainer Pipes are selected according to the
actual requirement and Strata met with in line with the relevant IS Code and the
expected discharge and depth of Tube Well.

03. Casing Pipe:-


The Well casing must be large enough to house the pump and should
allow sufficient clearance for installation and efficient operation. The dia of
casing shall not be less then 250 mm.

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.

04. Intake Design:-


Water moves from the aquifer into the well through either a screen or slotted or
perforated casing. Screens shall be manufactured with regularly shaped and sized
openings as per relevant IS codes. They shall be engineered to allow the maximum
amount of water in with minimal entry of formation sediments. Screens are
manufactured with various slot sizes and shapes to match the characteristics of the
aquifer. A good screen should allow the flow of water into the well and should be
effective in holding back the formation sediments.
Cuttings from the borehole should be examined and a judgment should be made
whether to use a screen, or slotted or perforated casing/liner in light of relevant IS
codes. While a screen is the more expensive alternative, it is necessary if the aquifer
is composed of loose material such as fine sand, gravel or soft sandstone. A slotted
or perforated casing/liner can be used when the aquifer formation is more
consolidated, such as hard sandstone or fractured shale.

05. Slot / screen size openings


The slot/ Screen openings shall be designed on the basis of Sieve analysis
of Samples collected after every 10 to 20 Feet of drilling, and must be small
enough to permit easy entry of water into the well while keeping out sediment. The
slot size chosen will depend on the particle size of the earth materials in the aquifer.
Typically one should select a slot size that allows 60 percent of the aquifer material
to pass through during the well development. The remaining 40 percent, comprising
the coarsest materials, will form a natural filter pack around the perforations or
screen. The slot size shall confirm to IS 8110:2000.

06. Total open area of screen


The amount of open area in the screen or slotted or perforated casing/liner will
affect how quickly the water from the aquifer enters the well. A larger amount of
47 | P a g e
open area allows the water to enter the well at a slower rate, causing a lower drop
in pressure as the water moves into the well. If the water flows too quickly,
dissolved minerals in the water will precipitate out of solution and create an
incrustation build-up in restricting the flow of groundwater into the well.
Incrustation is a build-up that occurs when dissolved minerals in the groundwater
come out of solution and deposit on the screen or casing. The pore spaces in the
aquifer immediately adjacent to the perforations may also get plugged, restricting
the flow even more.
The total area of the slot openings is dependent on the length and diameter of
the screen. While the length of the screen is variable, the diameter of the screen is
determined by the diameter of the well casing. The yield from a well increases with
an increase in screen diameter but not proportionately.
07. Placement in the aquifer
The screen or perforations on the casing/liner must be placed adjacent to the
aquifer. If improperly placed, the well may produce fine sediment which will plug
plumbing fixtures and cause excessive wear on the pump. Therefore bore log data
should be analysed to accurately to identify the boundaries of the aquifer for exact
placement.

08. Verticality of Tube Wells


Tube wells must be perfectly vertical by using a plumb disk. Two disks made out
of 3mm thick steel plate are connected together by a rod of 25mm diameter and 3
m long tightened with the help of nuts at the ends. Some holes are punched in
plates to facilitate immersion in water.
A knob is fixed on the top nut to which a thin steel wire is attached. The disk is
suspended into the tube by the wire passing over a pulley on a tripod. When the
disk is lowered into the pipe, the wire is exactly in the centre of pipe. When the
disks are further lowered down and if the well pipe is not truly vertical, the wire will
deviate from the centre and that shall be indicated at the top of pipe.
Absolute verticality is ideal for installation of Submersible Pumping Units.

09. Annular Seal & Well cap


Sealing the well protects the well from contamination. The annular space must
be sealed as per relevant IS codes to prevent any surface contamination from
migrating downward and contaminating the water supply.
A vermin-proof well cap shall be designed to keep animals, insects and
contaminants from entering the well. It shall be equipped with rubber gaskets and
screened vents to ensure air circulation. Coverings shall be custom made to the
respective diameter of each 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.

11. Yield Test:-


Tube well shall be tested for yield by the bidder as per IS:2800-1979. Yield test is
to be performed by the firm in order to establish the following Data;
i. Static Water Level.
ii. Dynamic Water Level.
iii. Draw-Down
iv. Constant Discharge of the Well.
v. Safe Yield of the Well for installation of Pumping Unit.
After drilling and developing a well, bidder must stabilize the well with Pumping
for at least 30 Hours for Handing Over the Well to the concerned Territorial
Division.
After 2 hours, water removal should be stopped and the recovery of the water
level monitored and recorded. Measurements must be taken at specific time
intervals for a 2 hour period or until the water level returns to 90 percent of its
original level. Once the yield test is complete, it can be decided at what rate the
well can be pumped without lowering the water level below the top boundary of
the aquifer, the top of the perforations or below the pump intake.
This information shall be used while deciding the pump capacity as pump
should have a capacity equal to, or less than, the rate at which the well can
supply water for an extended period of time without lowering the water level
below the pump intake. That pumping rate is considered the long-term, safe and
sustainable pumping rate for the well.

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.

13. Filter Pack:


i. Filter pack shall consist of well-rounded particles, with uniformity co-efficient
(D60/D10) less than 2.5. The gravel / sand used in the filter pack shall be
95% siliceous (Not>5% soluble in hydrochloric acid), free from foreign matters,
washed and disinfected. Gravel shall conform to IS: 4097:1988 “Gravel for use
as filter pack in bore wells”.
ii. The filter pack shall extent above the screen a distance of 1 to 2 m, to account
for setting and loss during development to prevent the filter pack around the
screen from being fouled by and the sealing grout.
iii. The size and grading shall be as per B-3 of Annexure B of IS: 8110:2000 “Well
screens and slotted pipes – Specifications”. Gravel shall be consist of sand or
gravel .The grain size shall be so selected as to have D50 of the filter pack 9 –
12.5 times the D50 of the formation in the aquifer in uniform aquifers and
11-15.5 times the D50 of the formation in the aquifer in non-uniform
aquifers. Another criterion is that the average pore size of the gravel pack,
which may be taken as 0.4 times D10 of the gravel pack, should be less than
D85 of the formation in the aquifer.

Chief Engineer,
Jal Shakti, (PHE) Department
Kashmir

50 | P a g e
IS 2800 (Part -I):1991

Annexure “B”

(Clause 12.2.1)

INFORMATION TO BE FURNISHED BY DRILLING AGENCY TO OWNER ON


COMPLETION OF TUBE WELL

01: Agency drilling the Tube Well…………………………………

02: Location of the Tube Well…………........................................

03: Method of drilling adopted……………………………….…

04: Date of starting…………………………………………………

05: Date of completion………………………………………..….

06: Coring done…….bit size….Bit type……..Hours………….Recovery…….…

From……… to……………….

07: Reaming …………….Bit size…………Bit type……………..Hours………….

From …………to…………..

08: Lithology data

From To Formations

…………… …………… ………………………

…………… …………… ………………………

09: Total depth of Tube Well drilled……………………………………..

10: Assembly of Production Well…size……..Length………………Type……………..

Performance per Meter…………………

Housing Pipe……………………………

51 | P a g e
Blind Pipe………………………………

Strainer………………………………

Bail Plug………………………………

11: Top of Tube Well above/below Ground Level………………………………

12: Size of Gravel………………Quantity used before development……………..


Quantity used during development……………………..

13: Method used for development………………………Total Hours of


testing………………..

14: Development Discharge……………………..

15: Turbidity………………………………..

16: Further details appended:

a) Sample of Strata, neatly packed in Sample Bags.

b) Chart of Pipe Assembly lowered, and

c) Result of Mechanical analysis of Samples of unconsolidated Strata.

17: Remarks:

Signature Not Verified


52 | P a g e
Digitally signed by MUSHTAQ AHMAD BHAT
Date: 2022.07.22 18:36:01 IST
Location: Jammu and Kashmir-JK

You might also like