Professional Documents
Culture Documents
-.-.-.-.-.-.-.-.-.-.-.-.-
For
Executive Engineer
Jal Shakti (PHE) Mechanical Division (North) Sopore
Union territory of Jammu and Kashmir
Office of the Executive Engineer Jal Shakti (PHE) Mechanical
Division (North) Sopore
****************
NOTICE INVITING TENDER
e-NIT No. 28 of 2022-23, dated: 23-11-2022
For and on behalf of Lt. Governor of UT of J&K, Executive Engineer Jal Shakti
(PHE) Mechanical Division ( North) Sopore, invites e-tenders from reputed and
resourceful Bidders/ Firms/Companies/Joint Ventures/ Consortiums between
bidder/firm and Financier of all classes registered in JKPWD/CPWD/Railways or
any other state Government for “Supply, installation, testing and
commissioning of electro-mechanical equipment at various water supply
schemes of Jal Shakti (PHE) Mechanical Division (North) Sopore”. The
bidding process shall be completed online on https://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.
Time of
Tender Earnest Completion
Sr Particulars of the Estimated Bid
fee (in money of work of
No work Cost (Lacs) Validity
Rs) Deposit e a c h wo r k
(days)
1 2 3 4 5 6 7
1.
Supply, installation, 02% of the
testing and estimated
commissioning of Work/
cost of
electro-mechanical scheme wise
work
equipment at various details given Rs under 180 days 120 days
water supply in Form-I of 500.00 each
schemes of Jal tender
Water
Shakti (PHE) document
Supply
Mechanical Division scheme
North Sopore
Position of funds: Approved Under Jal Jeevan Mission (JJM)
The tender inviting authority is Executive Engineer, Jal Shakti (PHE) Mechanical
Division North Sopore
The awarding authority is District Jal Jeevan Mission (DJJM).
Critical Dates:
I Publish Date 23-11-2022 (05:00 pm)
II Document Download/sale start Date 23-11-2022 (05:00 pm)
III Date of Pre-bid meeting 28-11-2022 (02:00 pm)
IV Bid submission start date 24-11-2022 (10:00 am)
V Document Download/sale end Date 24-11-2022 (10:00 am)
VI Bid submission end date 14-12-2022 (06:55 pm)
VII Date and time of Bid opening 16-12-2022 (02:00 pm)
1. Bid documents can be accessed and downloaded from the website
https://jktenders.gov.in
2. The pre-bid meeting will be held in the office chamber of the Executive
Engineer Jal Shakti (PHE) Mechanical Division (North) Sopore.
3. The whole bidding process shall be completed online on tender portal
https://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 Executive
Engineer Jal Shakti (PHE) Mechanical Division (North) Sopore.
5. Bids must be accompanied by bid security and cost of Tender Document and
shall be payable at Srinagar.
a. Bid Security to be pledged in favour of Executive Engineer Jal Shakti (PHE)
Mechanical Division (North) Sopore will have to be in form of CDR/FDR/BG
of any scheduled Bank and shall be valid for a period of 180 days from the
last date of submission of bid.
b. The cost of tender documents should be in form of Treasury Receipt in favour
of Executive Engineer Jal Shakti (PHE) Mechanical Division (North) Sopore.
6. The hard copies of cost of tender document in shape of Treasury Receipts,
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.
7. The bid shall remain valid for a period of 180 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
https://jktenders.gov.in
9. Queries by email if any, should be made at phe.mdns@gmail.com
No: PHE/MDNS/DB/4525-37
Dated: 23-11-2022
Sd/-
Executive Engineer,
Jal Shakti (PHE) Mechanical Division (North)
Sopore
Copy to the: -
1. Principal Secretary to Govt, Jal Shakti (PHE/I&FC) Department, Civil Secretariat, J&K for
information please.
2. Mission Director, Jal Jeevan Mission Jammu & Kashmir Civil Secretariat for information
please.
3. Development Commissioner works, Civil Secretariat, J&K for information please.
4. Chief Engineer Kashmir Jal Shakti (PHE) Dept. Srinagar, for favour of information and
necessary action
5. Chief Engineer, Designs Inspections & Quality Control Department, J&K for information
please.
6. District Development Commissioner for information please.
7. Director Finance Jal Shakti (PHE) Department, Civil Secretariat, J&K for information please.
8. Director Planning Jal Shakti (PHE) Department, Civil Secretariat, J&K for information please.
9. Technical Advisor Kashmir Jal Jeevan Mission for information.
10. Superintending Engineer, Jal Shakti, PHE Mech. Circle (North), Srinagar for information.
11. Superintending Engineer, Jal Shakti, Hydraulic Circle __________ 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) PHE Division, for information.
General Instructions to Bidders Regarding e-tendering Process
a. The interested bidder can download the NIT/bidding document from the website
https://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 to scan their documents at 100 DPI (Dots per Inch)
resolutions with Black and White, JPEG Scan properly, convert scanned images to
PDF.
k. The guidelines for submission of bid online can be downloaded from the website
https://jktenders.gov.in
APPENDIX ‘A’
Sd/-
Executive Engineer,
Jal Shakti (PHE) Mechanical Division (North)
Sopore
FORM I
SCHEME WISE LIST OF WORKS OF BARAMULLA DISTRICT
Estimated Time of
Sr District cost completion
Name of Water Supply Scheme
No (Rs in Lacs) (Days)
Sd/-
Executive Engineer
Jal Shakti (PHE) Mechanical Division (North)
Sopore
FORM II
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
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:
Signature of Bidders
Seal of Bidder’s Firm
FORM V
(Separate turnover and net worth certificate to be submitted for each of the joint
venture partner)
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:
Average Turnover
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;
The FA/CAO,
Jal Shakti (PHE) Department,
Kashmir, Srinagar.
Name of Bank:
Address:
Date:
APPENDIX ‘B’
GENERAL TERMS AND CONDITIONS
e-NIT No. 28, dated: 23-11-2022
1. Consignee/Paying Authority:
The consignee/paying authority in respect of electromechanical component and
associated civil works shall be the concerned Executive Engineer, Jal Shakti
(PHE) Mechanical Division North Sopore.
2. Earnest Money:
The tenders shall be accompanied with an earnest money for an amount equal to
2% of the estimated cost as per Form-I of each Water Supply Scheme in the
shape of CDR /FDR/BG, from a scheduled Bank payable in Kashmir. The
CDR/FDR/BG shall be pledged to Executive Engineer Jal Shakti (PHE)
Mechanical Division (North) Sopore, valid for a period of 90 days from beyond
the validity of last date of submission of bids. The earnest money deposit shall be
released 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 Executive
Engineer Jal Shakti (PHE) Mechanical Division (North) Sopore, with the due
permission of the competent authority, 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.
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 2.5
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. Allotment of works by District Jal Jeevan Mission (DJJM):
On opening of price bids, the rates of the First Lowest Firm shall be analyzed and if
found reasonable shall be accepted. These rates along with the name of successful
firm for that particular work shall be communicated to respective DJJM for issuance
of Allotment Order/authorizing the Executive Engineer for the same in favour of the
firm.
8. Validity of bid:
Validity of the quoted rates shall be for 180 days from the last date of submission
of bids.
9. Prices:
The tenderer/s are required to quote rates on item rate basis free at site (FOR
site), for each item of BOQ inclusive of all taxes, charges and levies etc.
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.
10. 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 TPIAs 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
11. Inspection and Testing Before Dispatch:
Before dispatch from the works of the OEM, the electro-mechanical equipment shall
be inspected by a third-party inspection agency i.e. M/S CEIL/Rites etc New Delhi.
The charges for the inspection shall be borne by the Department. However, the Firm
(Bidder) shall make payment to the Inspection Agency (in case of 3rd Party
Inspection) which shall subsequently be reimbursed by the Department. The
successful tenderer shall intimate the Department and the Inspecting
Agency/Authority in advance regarding the readiness of the equipment for dispatch
and shall furnish test certificates.
It shall be responsibility of the suppliers to tie up with the third party nominated
for inspection and get necessary inspection of the material done within the delivery
period. Any delay on the part of the third party shall not be entertained as an excuse
for timely supply of material/execution of work.
The product/ material at site shall be inspected by Assistant Executive Engineer
concerned or any other official(s) of the department designated by the concerned
Executive Engineer. Any modifications to the works as specified in the specifications
considered to be necessary for smooth and trouble-free operation of the equipment
by the Department or the third party inspection agency, the firm shall have to
execute the same without any extra cost, to the best satisfaction of the department.
The firm shall as such keep the department informed about arrival of material at
site. It shall be obligatory on the part of the firm to rectify the defects pointed out by
the AEE, if any, and also to incorporate any modification within the scope of work
which may be deemed necessary for better performance/finish and workmanship.
The firm upon demand by the department or its representative shall rectify or replace
defective unsuitable equipment.
The Department reserves the right to nominate its representative for inspection of
the goods at the works of the supplier/ manufacturers. As such the department at all
reasonable times shall have access to the works and to the site and to all workshops
and places where work is being executed and where material / manufactured articles
and machinery are being obtained.
In case of Sub-Station and power/feeder lines, the firm shall have to obtain a
clearance certificate from the concerned inspection Division of the Power
Development Department.
The list of electromechanical equipment in which third party inspection from
CEIL/RITES is to carried on
1) DG Set of >40KVA capacities
2) Pumping Unit > 40 HP (Horizontal and Vertical)
3) Valves >300 mm
4) Pipe of all size
5) Iron Removal Plant
For items other than those manufacturers test certificate shall have to be
provided.
At the time of installation, the firm will provide Third party inspection of
machinery at works of respective OEM's which shall be undertaken only for
equipment which are not available off the shelf. For rest of the equipment, test
certificate along with warranty documents shall be furnished by the contractor.
12. Transit Insurance:
The electro-mechanical equipment required for water supply schemes shall be
insured through a Nationalized Insurance Company up to its final destination,
against all transit risks. The firm should, therefore, take appropriate insurance
policy in advance for covering the transit of the goods, charges for which shall be
borne by the tenderer and shall be included in his quoted rates. The department
shall pay no extra charges on this account.
13. Mode of Dispatch:
The firm/contractor shall be responsible to adhere to transportation rules
and regulations and the department shall not be responsible for any
accident.
14. Completion period:
The entire work shall be completed as per the period indicated in the FORM I of
the bid document for each tendered work.
15. 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.
16. Terms of Payment:
Electro-Mechanical Component:
a. 70% (Seventy Percent) payment shall be made on receipt of material / equipment
required in full as per the allotment order and verification thereof by the
concerned Assistant Executive Engineer.
b. 20% (Twenty Percent) payment shall be released after installation of the ordered
equipment in full.
c. Balance 10% (Ten Percent) shall be released after satisfactory performance of the
equipment for a period o f 1 2 m o n t h s .
17. Warranty:
The firm shall be bound for satisfactory performance of equipment/ works for 12
months after the successful completion of trial run of 01 Month 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 03 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.
18. Trial Run:
After Completion of the work the firm will have to make a trial run of the scheme
for a period of 0 1 Month during which the bidder will have to operate t h r o u g h
s t a f f p r o v i d e d b y t h e d e p a r t m e n t and maintain the executed work to the full
satisfaction of the Department. During this period he will provide training to the staff
and will also carry out maintenance work at his cost and risk, if required.
19. Defects Liability Period (DLP):
The defects Liability period shall be for a period of 12 Months which shall
commence after the successful completion of Trial run, during the defects Liability
period (DLP) as it is required for its successful running and as per Standard
Engineering Practices, to the full satisfaction of the department. The 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.
20. 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.
21 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.
22. Arbitration:
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.
23. 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 e-tendering method, 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 site well before uploading its tender.
24. 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 email address of the
bidder.
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.
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 in the office of the Executive Engineer Jal Shakti
(PHE) Mechanical Division (North) Sopore.
25. 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. https://jktenders.gov.in
c. Bidders have to take into consideration of all such Amendments/
addendum(s)/ corrigendum(s)/ clarifications, etc. uploaded on
https://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.
26. 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.
27. Bidder Death, 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.
28. 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.
29. 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.
30. 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.
31. 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.
32. 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.
33. 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.
34. 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.
35. Setting Out of Works:
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, electricity and labour in connection therewith.
36. 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.
37. 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.
38. Watch and Ward of Works:
The bidder shall in connection with the work provide and maintain at his own cost
all lights, guards, fencing and watch and ward, when and wherever necessary
or required by the Department for the protection of the work or safety and
convenience of the Public etc.
39. Training of Departmental Staff:
The bidder shall arrange, at his own cost and risk, to depute at least one
competent Technical Supervisor, to train up to 04 Departmental representatives
in the operation and maintenance of the equipment at site. This training shall be
for duration of at least (3) three 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, if required by the department.
40. 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.
41. Drawing and Quality Assurance Plans:
The following details shall be necessarily furnished within Two (02) weeks of the
date of placement of this order which shall be approved by the Department
within two (02) weeks from the receipt by the consignee.
a. Sectional Drawing of Pumps
b. General Arrangement Drawings (G.A.D.) /Layout of the equipment fully
dimensioned for pumps, motors, starters, shunt capacitors, panels,
delivery manifold, cables etc.
c. Detailed circuit diagrams of LT Panels, starters, shunt capacitors etc.
d. Third Party Inspection Reports and OEM’s test certificates to the
Department for their approval.
No manufacturing activity shall be started by the firm without approval of the
drawings for each ordered equipment/work by the competent authority.
Additional time consumed due to observations/summary rejection of QAP/GAD
shall be considered in the delivery period of the contract and the bidder shall
be wholly and solely held responsible for the delay, thus caused.
Although no make has been specified in respect of any equipment, the bidder
shall furnish QAP/GAD of only those makes which are standard with proven
record of satisfactory performance in this Department or any other Government
Department in the UT or outside. Thus, the bidder shall have to mandatorily
furnish a list of makes and technical data for the tendered equipment which the
firm intends to supply, in the cover 1st of the bid so that the Department is fully
satisfied about the quality of the equipment.
42. Operation and Maintenance Manuals:
The bidder shall supply, free of cost to the Department, six complete sets of
operation and maintenance manuals for the Pumping Equipment and Electrical
Equipment. The delivery of these manuals shall be made by the bidder to the
Engineer along with the supply of equipment. The manuals shall be
appropriately bound in book form and shall contain all necessary instructions
regarding operation, preventive maintenance, repairs, trouble shooting,
overhauling etc.
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.
43. 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.
44. 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 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.
45. 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.
47. 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.
48. 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.
Sd/-
Executive Engineer,
Jal Shakti (PHE) Mechanical Division North
Sopore
FORM “VIII”
CREDIT FACILITY
BANK CERTIFICATE: -
Name:
Designation:
Branch:
Signature and seal:
Signature of Bidder(s)
I) MUG 10
i) Bus bar size( 10 mtrx .02 mtrx 0.003 mtr x)8960
100A
kg/m3 = 5.38 kgs
ii) D-sne MCCB 4 pole (DN0125D,100-125 36KA)
iii) Change over switch
iv) D sine MCCB 3 pole (DN0 100D, 80-100, 36KA)
v) Mug ( details as per estimate) x 2 5380(Mug10, 13-21A Relay)
vi) Auxilary MCCB 63Amp 4 Pole
vii) MM 10 of L@T (MotorProtection)
viii) Module for mobile stater
ix) Meters , (Ammeeter & voltmeter) 2No. each @
1250X4 and Freq Meter No each 1500 x2
x) Indicators LS
xi) Over load and Under Voltage Minlec
c MUG 15
i) Bus bar size( 10 mtrx .02 mtrx 0.003 mtr x)8960
100A
kg/m3 = 5.38 kgs
ii) D-sine MCCB 4 pole (DZ1 160N, 108-160, 50KA)
iii) Change over switch Front Operated 100A
iv) D sine MCCB 3 pole (DN0 100D, 80-100, 36KA)
v) Mug ( details as per estimate) x 2 (15 Mug, 13-22Amp relay)
vi) Auxilary MCCB 63Amp 4 Pole
vii) MM 10 of L@T (MotorProtection) Motor Protection
viii) Module for mobile stater
ix) Meters, (Ammeeter & voltmeter) 2No. and Freq
Meter
x) Indicators LS
xi) Over load and Under Voltage Minlec
I) MUG 20
d i)Bus bar size (10 mtrx .02 mtrx 0.003 mtr x)8960
100A
kg/m3 = 5.38 kgs @ 1000
ii) D-sine MCCB 4 pole (DZ1 160N, 108-160, 50KA)
iii) Change over switch 100A
iv) D sine MCCB 3 pole DN0 100D, 80-100, 36KA)
v) Mug ( details as per estimate) x 2 (Mug20, 20-32A Relay)
vi) Auxiliary MCCB 63Amp 4 Pole
vii) MM 10 of L@T (Motor Protection)
viii) Module for mobile starter
ix) Meter,(Ammeter & voltmeter) 2No. each and Freq
Meter
x) Indicators LS
xi) Over load and Under Voltage Minlec
e I) MUG 30
i) Bus bar size( 10 mtrx .02 mtrx 0.003 mtr x)8960
100A
kg/m3 =5.38 kgs
ii) D-sine MCCB 4 pole (DN2 250N, 160-200, 50KA)
iii) Change over switch Front Operated 100A
iv) D sine MCCB 3 pole (DN0 125D, 100-125, 36KA)
v) Mug ( details as per estimate) x 2 (Mug 30, 30-50Amp relay)
vi) Auxiliary MCCB 63Amp
vii) MM 10 of L@T (Motor Protection) Motor Protection
viii) Module for mobile starter
ix) Meters ,(Ammeter & voltmeter) and Freq Meter
x) Indicators LS
xi) Over load and Under Voltage Minlec
f I) MUG 40
i) Bus bar size( 10 mtrx .02 mtrx 0.003 mtr x)8960
200A
kg/m3 =5.38 kgs
ii) D-sine MCCB 4 pole (DN2 250N, 160-200, 50KA)
iii) Change over switch 200A
iv) D sine MCCB 3 pole (DZ1 160D ,84-125, 36KA)
v) Mug ( details as per estimate) x 2 (Mug40, 36-60A Relay)
vi) Auxiliary MCCB 63A
vii) MM 10 of L@T (Motor Protection)
viii) Module for mobile starter
ix Meters , (Ammeter & voltmeter) 2No. each @
1250X4 and Freq Meter
x) Indicators LS
xi) Over load and Under Voltage Minlec
g MUG 50
i) Bus bar size( 10 mtrx .02 mtrx 0.003 mtr x)8960
200A
kg/m3 =5.38 kgs
ii) D-sine MCCB 4 pole (DN2 250N, 160-200, 50KA)
iii) Change over switch Front Operated 200A
iv) D sine MCCB 3 pole (DZ1-160D ,84-125, 36KA)
v) Mug ( details as per estimate) x 2 (Mug 50, 45-75Amp relay)
vi) Auxiliary MCCB 63Amp
vii) MM 10 of L@T (Motor Protection) Motor Protection
viii) Module for mobile starter
ix) Meters , (Ammeter & voltmeter) 2No. each and
Freq Meter
x) Indicators LS
xi) Over load and Under Voltage Minlec
h MUG 75
i) Bus bar size( 10 mtrx .02 mtrx 0.003 mtr x)8960
200A
kg/m3 =5.38 kgs
ii) D-sine MCCB 4 pole (DN2 250N, 200-250, 50KA)
iii) Change over switch 200A
iv) D sine MCCB 3 pole DN2-250D,160-200, 36KA)
v) Mug ( details as per estimate) x 2 (Mug75, 66-110A Relay)
vi) Auxiliary MCCB 63A
vii) MM 10 of L@T (Motor Protection)
viii) Module for mobile starter
ix) Meters , (Ammeter & voltmeter) 2No and Freq
Meter
x) Indicators LS
xi) Over load and Under Voltage Minlec
44 Providing, fitting, testing and commissioning of voltage stabilizer as per specifications
below:
Type of voltage controller: Manually operated copper wound, 3-phase, AC power supply
multi step.
Type of Regulator : Double plate type with electrolytic copper contacts.
Input voltage : 250-400 volts.(3 phase)
Output voltage : 400 ±10% volts.
Frequency : 50 ±3 C/S.
Windings : Electrolytic grade copper of adequate section, vacuum impregnated
and Oven-dried.
Insulation : Fiber glass insulations to tested parameters.
Cooling : Naturally, Oil cooled
Temp. Rise (Max) : 30°C above ambient
Mounting : On Uni-directional wheels.
Correction rate : 30 volts per step
Wave form distortion : virtually nil
Duty cycle : 100% continuous.
Enclosure : MS sheet enclosure in pressed CGR Sheet powder coated with
radiators.
Core laminates : High grade, low eddy loss, grain oriented silicon steel laminations.
Load : Three phase induction motor load.
Load Amperes (continuous)
Overload in 24-hours operation: 10% above continuous Ampere rating.
The voltage stabilizer shall have T-oil level indicator gauge preferably glass type tube or
otherwise visible to naked eye. The top of the container to have a display panel for housing
02 numbers Digital voltmeters (0-500V) along with 4-way selector switch and set of neon
indicators for incoming and outgoing phases (06 No’s).
Insulating media (T. Oil) of 11 KVA grade to be provided and filled up to top level, with
dielectric strength of 5 KV at 4m air gap. The T-Oil of specific grade should be provided in
separate barrels and filled at site up to top level.
The voltage Stabilizer shall be accepted with manufacturers dully stamped test certificate
and shall have name plate with specifications.
45 Design, supply, installation, testing and commissioning of automatic power factor
correction panel for improvement of power factor as per details given below:
input voltage = 300 -460 V
Frequency = 50± 5 % Hz.
Ambient temp. = -10 ̊c to 40 ̊c
Available Power Factor = 0.7 - 0.8
Target power factor = 0.98 lagging
Switching time delay
On delay = 1 – 60 seconds
0ff delay = 1- 60 seconds
Control type = Binary/ intelligent
CT Ratio programming = To be provided
Programming link = To be provided
Auto Scroll = To be provided
Manual operation = To be provided
Display Parameters = PF (input/output), KW, Volt, Amps.
Relay contacts = As per requirement
Dimensions = Adequate
Bezel / panel Cut out = Adequate
System protection = IP 55
Enclosure = Modular CRG Sheet , powder coated
MCCB Main protection = As per requirement
MCCB (Individual Protection of capacitors) = As per requirement 3 No.
The test certificate of each and every equipment fitted in APFC Panel as per Relevant IS ,
IEC Guide lines.
46 Providing and Fitting of 1 core, 2 core, 3 core, 3.5-Core, XLPE, 1.1KV and 11KV grade
Armoured Aluminum Cable of various sizes conforming to IS: 7098 part 1st as service line
from the HT transformer to control panel including necessary thimbling, crimping, taping
etc.
47 Providing and fitting of 3-Core flat submersible copper cable conforming to IS: 694 (Part
1st) – 1964 & IS: 694 (Part 2nd) - 1964 for Submersible Pumping Unit and other electrical
Equipment. The cable connections terminal shall be fitted with copper thimbles of
required size. The main specification of the cable is given below:
48 P/I of earthing station for electric substation, LT panel and stabilizer comprising of
company fabricated earthing electrode as per IS: 3043. The job includes Auguring of bore
of required dia/depth for installation of electrode along with backfill compound mixed with
soil and all other items required thereof for achieving the best result. The job includes
connecting of electric gadgets through GI strip as per relevant standards.
Safe earthing electrode size : 65/80 mm dia (As specified),
Length : 2000 mm
Back fill compound : 30 kg
49 Supply, installation of 6 kg CO2 type fire extinguisher manufactured as per IS: 15683 of
2006 with IS mark and comply with DGMS (Approval). The co2 extinguisher should be
suitable for class B & C fire and also for fire involving electrical equipment. The cylinder
used for fire extinguisher shall be approved by petroleum and explosive safety organization
(PESO) as per gas cylinder rules 2004 and as per IS: 7285 of 2004. The body should be
made of seamless steel (manganese) confirming to IS: 7285 with IS mark and should be
provided with squeeze grip nozzle and should be filled with co2 confirming to IS: 15222 of
2002 with certificate. The extinguisher shall be provided with manufactures test
certificate and hydraulic test certificate by BIS from PESO.
50 Illumination of Premises:
Providing and erection of 9 Mtr long Hot Dip Galvanized octagonal pole (single Section)
with bottom 150mm, top 75mm wide, thickness 3mm with 70 Microns Zinc coating having
inside arrangement for providing of power connection along with following items.
1) 3 Way Terminal Connector 20 Amp.
2) 3 No MCB 8 Amp.
The job includes fabrication, providing and fitting of three arm GI structure at the top
having 120˚ angle between arms and each arm having 15˚ inclination with respect to
horizontal plane. Each arm should be of 2’ length and size and shape appropriate as per
requirement of the luminary.
The job also includes providing and fitting of required length of flexible multi strand 2 mm
copper wire from each terminal connector to each holding arm.
The pole is mounted on 1:2:4 Cement concreting of size not less than 2’x2’x6” (cost of
concreting not included in the job) using 04 No anchor bolts of required size not less than
7” in length. The complete job includes earthing in GI Electrode as per relevant IS Code
51 Providing, installation, testing and commissioning of area lighting 120 Watt LED (Street
Light Type) on top of octagonal pole vide item No.36
Having following specs:
Input: 90-240 V 50 Hz
Power Factor: >0.9
Colour Temperature: 4K - 6.5K
Beam Angle: 120˚ - 170˚
Lumens: >12000
Operating Temperature: -20˚C to 60˚C
The LED is pressure die cast aluminum housing with power coated finish and having
Ingress Protection up to IP-68.
The LED is properly fitted on the arm of the pole and connected to the copper wire as
provided in the high mast pole
52 Providing and installation of Junction Box with DP 32 A MCB to serve as Main switch for
LED Lighting. The job includes making of electric connection to the circuit.
53 Providing, Installation and testing of 2KVA fully automatic voltage stabilizer with input
voltage 70-240 V and output 220 V. The stabilizer shall be installed and connected to the
electric circuit as per location provided by site in charge.
54 Supply, installation, Testing & commissioning of 1000VA Full Sine wave power inverter
including Providing / Installation of 12V, 180AH Tubular inverter Battery with trolley and
cover. with 2-core 4 mm2 Cu (25 m) wiring as per site requirement along with other
accessories like SS-Combine (02 No’s), 3-pin plugs etc of reputed make for proper fitment
and installation of the item.
55 Providing, laying & fixing of shock proof rubber mats with adhesive/bonding material on
the floor of the pump house, covering area around electro-mechanical machinery for
safeguarding the life & limb of the workmen due to possible leakage of current & short
circuit. The floor surface shall be made good & shall be free from dust, grease, foreign
material & moisture free. The mats shall be as per IS 15652:2006 & shall have the
following specifications: -
Composition: Rubber (synthetic mats for electrical purpose)
Thickness: - 2.5mm Size: - 1M wide.
The rubber mats shall be accepted with manufacturers test certificate.
56 TOOL KIT For Maintenance:
The Tool Kit for maintenance shall comprise of the following and all the items as
mentioned below shall be of:
Providing of tool kit consists of following items
i. Double ended Spanner (Chrome plated) 02 sets complete
ii. Double ended Ring spanners chrome plated 02 sets complete
iii. Allen key set black finish 02 sets complete
iv. Combination Pliers insulated with thick C.A sleeve; size in mm 165, 210, 255
each – 02 No.
v. Long nose plier insulated with thick C.A sleeve; size in mm 165, 205 each – 02
No.
vi. Side cutting plier insulated with thick C.A sleeve; size in mm 165, 205 make – 02
No.
vii. Insulated screw Drivers
Blade Blade Tip Quantity
length in dia. in dimensions
mm mm in mm
50 3 1.6 x 0.4 02
75 3 1.6 x0.4 02
100 3 3 x 0.4 02
125 3.5 3.5 x 0.5 02
150 3.5 3.5 x 0.5 02
200 4 4 x 0.6 02
300 5 5 x 0.8 02
viii. Hammer with handle weight – 110 mg, 340 gm , 600 gm –each – 1No. .
ix. Heavy duty pipe Wrench length in mm - 200, 300, 600 each – 01 No.
x. Electric Multimeter =1No
xi. Digital multimeter – 1No.
xii. Digital Clamp tester capable to measure up to 400A - 1 No.
xiii. Hack saw frame with hack saw blade – 01 no.
xiv. S-16 MXL, S- 16 H X L Socket Set (19 sockets + 6 Accessories) – 01 No.
65 S/I/T & C of Portable Handheld Clamp-On Ultrasonic Flow meter complete with all
accessories with following specifications as under :
Linearity: Better than 1%
Repeatability: 0.5%
Accuracy: ±1% of velocity reading or ±10mm/s, whichever is bigger.
Response Time: 0-999 seconds, user-configurable
Velocity: (-10m/s ~ +10m/s), bi-directional
For Pipe Size: ND50mm ~ ND600mm
Pipe Material: All metals, most plastics, lined pipe
Units: Metric, British and US units selectable from list / free unit.
Totalizer: 7-digit totalizers for totalizing net, positive and negative flows
Liquid Types: Virtually all liquids (full pipe)
Operating Temp: (-10˚C ~ 50˚C) depending on transducer type
Security: Setup Modification Lockout. Access code needed for unlocking
Display: 4x16 letters English letters, 240 x 200 pixel backlit LCD graphic display.
Digital Interface: OCT digital output, can be configured as frequency or pulse
output RS-232C: serial communication port with simplified flow meter protocol.
Windows PC software for data download and real-time data acquisition
Transducers: Standard medium size transducer for V-method type (magnetic/Non-
Magnetic with clamp-on fixture).For Pipe size: (DN50 ~ DN600mm).
Sensor mounting method: V method
Transducer Cord: Standard 2x15' (2x5m).
Power Supply: Rechargeable Battery type/AAA built-in batteries rechargeable. When fully
recharged, it will last over 10 hours of operation. 100V-240VAC for the charger.
Data Logger: Built-in data logger can store over 2,000 lines of data.
Housing Material: Protective case suitable for normal and harsh environment.
Acoustic Coupler: Silicone free-grease/Silicone grease
66 Providing, installation, Testing & commissioning of 415 ±10%V (output), 3 phase air
cooled/water cooled Diesel Generator set as per IS 8528 (2018) and ISO 3046 (2002) for
engine and IEC/IS 60034-1 for alternator suitably assembled and fitted in a pollution free
acoustic enclosure / canopy of required size as per Ministry of Environment protection
rule 1986 read with latest amendments. The DG Set is required to be fitted and tested on
load at site The D.G Set shall have the following technical specification.
Besides the above works the D.G set shall be provided with 12 V, 150 AH Lead acid
battery of reputed make fitted inside the D.G set Canopy along with necessary accessories
and battery charger of required capacity.
The job also includes the cost on account of HSD and skilled operator required for
operation of D.G set for a period of 10 hours continuously during its testing and
commissioning of D.G set at site. the capacity of the D.G set is given below:
67 Providing and fitting of L.T, 1/2/3/3.5 core , capable to work up to 1.1 KV , XLPE
insulated , galvanized steel strip armored copper cable conforming to IS : 7098(part -1)
1988 with latest amendments. The job includes providing and fitting of suitable rating
copper thimbles duly crimped and taped at conductor ends by hydraulic crimping tool.
The job includes earth work in excavation wherever required for laying of cable
underground.
68 Providing corrugated G.S Sheet roofing including vertical/ curved surface fixed with
polymer coated J or L Hooks, bolts and nuts 8 mm dia. diameter with bitumen and G.I
limpet washers filled with white lead, including a coat of approved steel primer and two
coats of approved paint on overlapping of sheets complete (upto any pitch in horizontal
/vertical or curved surface) excluding the cost of purlins, rafters and trusses and
including cutting to size and shape wherever required.
1.25 mm thick with zinc coating not less than 350 gram/m2
69 Providing, cutting , fitting and welding Green PVC Coated welded wire fence with Square
mesh -2 and wire diameter 1.5 mm to be fitted on all open vertical sides of the D.G
Set shed . The job includes cutting, welding, hoisting etc as per site requirement.
70 Providing , fitting , testing and commissioning of FASD Submersible pump controller
having following specification
Rating = As per requirement , 415, 3 Phase
Power Specs = 3 Ф, 415 + 15% V, 50 + 3 % Hz.
Relay range = As per requirement.
Coil Voltage = 380 v
Rated insulation voltage = 690V
Terminal capacity = 50 Sq. mm with lug
Conformity to standard = IS/IES 60947-4-1
No of full starts = 30 Per Hour
Back up Protection = Type 2 with HN Fuse
Protections = Thermal Overload with pre-alarm, Short Circuit, PhaseLoss, current/ voltage
Unbalance, Phase reversal, Under Current, Prolong statrting, Locked Rotor & Earth fault.
71 Providing and Fitting of 35/50/70/95/120 sq. mm, 1/2/3/3.5 Core, XLPE Armored
Aluminum Cable conforming to IS: 7098 part 1st as service line from the HT transformer
to control panel including necessary thimbling, crimping, taping etc.
NOTE:- The cable terminal ends for connection to switchgear at various requisite points
shall be Al. Thimbles of reputed make and of appropriate size and connected by hydraulic
crimp tool only.
72 Providing and fixing of PUF Enclosure in Walls, Ceiling ridges etc made up of 50/60 mm
thick rigid PUF, CFC free with profile surface on one side, conforming to IS-12436-88 with
subsequent amendments having density of 40±2 kg/m3 sandwiched between 0.5 mm pre-
painted Galvanized steel sheet as per IS-14246-95 with subsequent amendments with 18-
20 microns of Exterior Polyester Coating of white color on epoxy primer on both sides. The
basic substrate is Gr-120 Hot dip Galvanized steel. The panels are made by continuous
line and are joined together by means of Tongue-n-groove joint system. The joints shall be
air-tight by using proper sealant (like silicon PU foam etc). The PUF panels have closed cell
content of 90-95%; Thermal Conductivity of 0.023 at 10W/mK; Compressive strength of
2.1 Kg/m2 (at 10% deformation); Water vapor permeability 0.08-0.12 gm/h_m2; Self-
extinguishing fire property.
Make : Conforming to IS code
73 Providing ridges or hips of width 60 cm overall with plain G.S sheets fixed with polymer
coated J- Or L- hooks , Bolts and nuts 8 mm dia. G.I limpet and bitumen washers
complete
0.63 mm thick with zinc coating not less than 275 gram/sq.m
74 Providing and fixing plain eaves boarding 2nd class Kail wood
75 Painting of steel structure by way of providing and applying of metal primer Red oxide
after surface cleaning by using emery paper of proper grade and grit size.
76 Painting of steel structure by way of providing and applying of enamel paint of required
shade and colour after surface cleaning by using emery paper of proper grade and grit size
77 P/L of ACSR conductor of size 0.03 and 0.05 as per the relevant IS standard.
78 Providing, Installation, Testing & Commissioning of complete switchgear unit for
protection of D.G Set consisting of 100/200A MCCB 3- pole , 415 V, 50 KV breaking
capacity housed properly in cubical enclosure made up of M.S SWG – 16 sheet steel
(outdoor type) duly powder painted with anti-corrosive paint comprising of three
compartments for incoming / outgoing circuits and MCCB. The panel should have
adequate double locking Arrangement with Cu-. Bus Bar 12x40 mm with Bakelite
insulation and LT Arrangement selector switches, phase indicators. The equipment should
be installed at appropriate height in a stand consisting of 50 x 50 x 6 mm angle grouted in
ground with appropriate cement bottoming as per the IS standard.
79 Carriage of material by mechanical transport including loading , unloading and staking as
per JK SOR2020
80 Providing and fixing aluminum work for doors, windows, ventilators and partitions with
extruded built up standard tubular sections/appropriate Z sections and other sections of
approved make conforming to IS: 733 and IS: 1285, fixed with dash fastener of required
dia. and size including necessary filling up of gaps at junctions i.e, at top, bottom and
sides with required EPDM rubber / neoprene gasket felt etc. Aluminum sections shall be
smooth, rust free, straight, mitered and jointed mechanically wherever required including
cleat angle, Aluminum snap beading for glazing / paneling, C.P. brass / stainless steel
screws, all complete as per architectural drawings and the directions of Engineer-in-
Charge (glazing, paneling and dash fasteners to be paid for separately.)
Powder coated aluminum (minimum thickness of powder coated 50 microns)
81 Providing and fixing glazing in aluminum door, window, ventilator shutters and partitions
etc. with EPDM rubber / neoprene gasket etc. complete as per the architectural drawings
and the directions of engineer in-charge. With floating glass panes of 6.0 mm thickness
(weight not less than 10.00 kg / sqm)
82 Providing and fixing 12mm thick pre laminated particle board flat pressed three layer or
graded wood particle board (conforming to IS:12823 Grade-I type-II) in paneling fixed in
aluminum doors, windows shutters and partition frames with C.P. brass / stainless steel
screws etc. complete as per architectural drawings and directions of engineer-in charge.
Pre-laminated particle board with decorative lamination on one side and balancing
lamination on other side.
83 Providing and fixing aluminum casement windows fastener of required length for
aluminum windows with necessary screws etc. Complete Powder coated minimum
thickness 50 micron aluminum
84 Providing and fixing aluminum round shape handle of outer dia 100mmwith SS screws
etc. Complete as per direction of Engineer-in-charge Powder coated minimum thickness
50 micron aluminum
85 Dewatering by way of installation of dewatering pumping unit at site o during execution
of various works including arrangement of power supply for operation of dewatering
pumping unit
86 Removal of choked filter media from 5000/ 6000 GPH pressure filter vessel. The job
includes all loads and lifts, disposal of choked media to dumping site outside the premises
of the plant within a lead of 5 km. The vessel needs to be cleaned properly and dried
before laying of fresh media.
87 Providing and laying of filter media of specific size and grade to be laid in 5000/6000 GPH
Pressure vessel duly washed, free from dust, dirt, loom and any other inorganic material
or suspension. The job includes carriage of filter media from Ganderbal to site including
all loads and lifts required on the site condition. The media is to be lad in different layers
of specific size and grade from bottom to top over the filter bed plate. The bottom layer is
to be laid without tilling/damaging the pressure nozzles.
88 Providing and fitting of 12 mm dia. Fine threaded PVC nozzles auxiliary type to be fitted on
filter bed plate of pressure vessel.
89 Providing and fitting of 29 inch. Dia. rubber washers /gaskets for manhole and inspection
chamber and opening of pressure filter vessel.
90 Providing and fitting of 3”x5/8” nuts and bolts.
91 Overhauling of backwash unit of 5000/6000 Pressure vessel by way of dismantling of unit
parts assembling cleaning, oiling, greasing, replacement of any damaged parts, refining of
sub-assemblies & installation of backwash unit with its existing suction & delivery outlet.
Job includes P/F of packing & consumables.
92 Overhauling of air Scavenging/blower unit 5000/6000 GPH Pressure vessel by way of P/F
of reducing pressure weights, filling of oil, replacement of pressure valves. Job includes
oiling, greasing & fitting of consumables.
93 Painting with synthetic enamel paint two or more coats of approved brand and bar
pressure clarifier pressure filter vessel, fittings and complete piping after cleaning of dirt
by kerosene oil and application of steel primer of specific grade.
94 P/I/T/C of horizontal mono-block pumping equipment of following parameters;
a)Discharge :- As per requirement
b)Head: As per requirement
c)Speed: 1440 rpm
Prime mover:
The pump & motor should be mounted on a suitable size MS base frame. The Job also
includes P/F of foundation bolts.
95 Providing and fitting of pressure gauges with adopters to replace damaged ones .these
pressure gauges should be in the range of 0-50 kgf/cm/sg and be reputed make.
96 Replacement of 80 mm dia. cast iron diaphragm valves by way of inducing fresh DI
Gate/Butter fly valves with pressure rating of PN16. The job includes providing and fitting
of nuts and bolts and washers and necessary mechanical works
97 P/F of various size Butterfly Valves. The job includes providing and fitting of nuts and
bolts and washers with allied mechanical works
98 Replacement of agitator in alum solution holding tank fabricated out of wetted parts in
stainless steel .speed 20-30 rpm .intermediate bearing paddle type twin blades free
standing type.
99 Providing & Fitting of Dozing pumps to doze required quantity of alum/Chlorine in the
system. The capacity of the dozing units shall be 0-12 LPH capacity. Dozing pups shall be
provided with all required accessories including 200 ltrs. PVC tanks and cable for
connection. Each pump shall be provided with 20 mtrs. Cable as per required
specification.
100 Providing & Fitting of Dozing pumps to doze required quantity of alum/Chlorine in the
system. The capacity of the dozing units shall be 12-20 LPH capacity Dozing pups shall be
provided with all required accessories including 200 ltrs PVC tank and cable for
connection. Each pump shall be provided with 20 mtrs. Cable as per required
specification.
101 P/I/T/C of backwash pumping equipment of following parametersDischarge-16lpsHP-
5,Head range 6-15mtr
102 P/I/T/C of air scavenging/blower unit of following parameters
Capacity: -As per requirement
Pressure: -5PS10
Speed: - 1450 RPM
Motor As per requirement
103 Providing, fabrication and fitting of welded MS wire mesh (0.50 sq. inch and 1.40mm wire
dia. for Bird screening to the CGI Pressure Filter House.
104 P/F of 03 Nos. (Ball Valves-Reputed make) The job includes providing and fitting of nuts
and bolts and washers with allied mechanical works with fittings etc.
105 Iron Removal Plant
Design, supply, installation and commissioning including 5 years
operation and maintenance for 22500 LPH Iron Removal Plant with all
allied works with following general specifications here as under
Source-Tube well
Iron content in mg / litre –
0.5. Phosphate: 1.8mg/l
Filtration Capacity – 22500 Litres per hour
Quantity of water to be filtrated / day –
360000 Litres Operational Hours – 16
The plant is to be erected on the cerement concrete plant from with 3ft
passage around the plant for easy movement & the plant from shell be above
ground within the premises of tube well above maintain H.F.L in 1:2: 3: C.C
mix & allied civil work and painting work & in full.
a) Pre-filtration unit. Iron Removal Unit should be equipped with Pre-
Filtration unit (MSEP construction) and the raw water should pass through
Pre filter before entering iron removal unit. Pre-filter unit should be fitted
with necessary pipelines, fittings, nest of valves, sampling cocks, Pressure
Gauges and initial charge of filtering media Their task should be to protect
the IRP unit against mechanical damage by coarse particles often present in
raw water & remove the suspended solids. Size and No. of Pre filtration
vessels as per design parameters of quality & quantity of water to be filtered.
b) Iron Removal Filtration Unit (MSEP construction) measuring as
per design parameters of quality & Quantity of water to be filtrated on
straight fitted with necessary pipelines, fittings, nest of valves, sampling
cocks. Pressure Gauges and initial charge of filtering media.
SHELL THICK: As per vessel size
DISH THICK : As per vessel size
FRONTAL PIPE SIZE : As per requirement
No. of Vessels: As per requirement .
Working pressure: As per design. Total Pressure: As per design.
Filter media: The media should have extremely high capabilities of
removing Iron through low cost catalytic oxidation and retention of
precipitate. Media should be certified to NSF/ANSI 61 / NABL/ISO for
drinking water applications. Media should not require any recharge or
regeneration. It should work on back wash only. The active components
should be permanently fused to the surface and shall not be subjected to
depletion through abrasion during the service and backwash. IRF plant
should be compact, sturdy designed and easy to operate. It should remove
Iron either below or upto WHO standards (≤ 0.3ppm)
c) The filter units should require periodic backwashing at least once in a day
depending on the pressure drop across the filter beds. The backwashing shall
be accomplished with filtered water to be made available from clear water
sump (to be constructed at site) by Horizontal / submersible pumping unit
of required head and discharge as per design requirements with proper
sluicing, controlling and to and fro piping arrangement with all allied works
(all in scope of work) as per site requirement including necessary
arrangement for disposal of drain outs as per latest government norms. A
simple water backwash should remove trapped iron particles from the bed
and same to be disposed off as per laid environmental norms.
d) Suitable mechanism should be put in place for removal of microbial
infections to enhance the quality of water. The treated water from plant
should be as per IS 10500/2012 norms.
e) The scope of work shall include pipe line(s) from feed pump to pre-filter
unit through IRP unit to clear water sump to and fro piping for
backwashing, necessary control valves, pressure regulating valves, pressure
gauges, necessary interconnecting pipelines, fittings, valves (with standby
valves) etc., as required for all the above mentioned equipment for efficient
operation of the system. Necessary interconnecting MS pipelines, fittings of
valves REPUTED MAKE etc., as required for all the above mentioned
equipment for efficient operation of the system.
f) The scope of work shall include supply, installation of raw water
submersible pumping unit AS PER IS 8034 of required head and discharge as
per design requirements to be installed inside production tube well. (Qty. 0 1
No. one working and one as standby).
g) The scope of work shall include supply, installation of horizontal/ open well
submersible pumping unit AS PER IS 14220 of required head and discharge
as per design requirements to be installed for backwashing. (Qty. 1No. stand
by: one)
h) Electrical switch gear protection equipment panel with all
electromagnetic protections, change over switch, bus-bar and required
number of MCCB’s and DOL/ star delta Starters for control of various
electric motors/ operating system as per designed equipment parameters.
i) Suitable capacity of submersible/ copper cables and other accessories for
successful commissioning of all pumping units, electrical gadgets on full load.
j) The Firm has to supply compact Iron Test Kits. (10 Nos.)
k) All the fittings and accessories required as per the design and site
conditions for supply, installation and commissioning of IRP shall be
included in the contract on SITC/Turnkey Basic
l) The equipment drawings with every detail is to be provided to this office
along with technical specification & also prior to dispatch of equipment for
land development with allied works as per site are carried out.
m) The contractor shall supply, free of cost to the Department, three
complete sets of operation and maintenance manuals for the entire
equipment. The delivery of these manuals shall be made by the contractor
along with the supply of equipment. The manuals shall be appropriately
bound in book form and shall contain all necessary instructions regarding
operation, preventive maintenance, repairs, troubleshooting, overhauling,
etc. The manuals shall also include detailed drawings of the equipment,
circuit diagrams wherever applicable. The manuals shall also include the
spare parts catalogues with part numbers clearly given, which must tally
with index numbers in the drawings.
n) The contractor shall provide all the material such as filter media, oxidising
media, chemicals, disinfecting chemicals lubricants, pipe breakage (if any)
replacements as required for smooth operation of the plant for a period of 5
years. The contract shall include all kinds of consumables required for
smooth operation for a period of 05 years which shall be borne by the
contractor and have to be supplied and fitted/installed by the contractor
from time to time and as and when required.
o) Cost on account of 05 year operation & maintenance of plant involving
engagement of sufficient No. (minimum three) of skilled / trained person in
the said field, who shall be responsible for exclusively operating and
maintaining the plant for first three months and subsequently engagement of
at least one number of skilled labour for the next nine months and
subsequent half yearly inspections by experts besides imparting training to
the staff to be posted by the department at the said plant and the contractor
shall comply with the portions of all labor laws & rules framed there under,
repair/ replacement cost, daily water quality analysis, chemical cost, grease,
m- oil, annual painting of structures, water quality recording ,training of
departmental employees etc. shall be included in the contract on
SITC/Turnkey Basic. The defective parts shall have to be replaced by the
agency / manufacturer during the contract period. The turnkey job shall
include all kinds of consumables and spares required for smooth operation
for a period of 05 years and have to be supplied and installed by the
contractor from time to time and as and when required. The firm has to
attend the site immediately as and when the quality of water is found to be
below acceptable norms.
Note:-
The above laid down specifications are broad based and generic in nature. The specifications
in respect of capacity/rating etc for each item shall be further specified in the BOQ of work wise
estimates. For execution of electro-mechanical works civil items like earth work, cement concrete
are required to be executed.
Further in addition to the above works, other minor works which are integral and necessary for
execution of electro-mechanical works like cable trays, copper conductor for interconnections etc,
shall be specified in the BOQ of composite works.
In respect of civil works the specifications of all the items shall be in conformity with the CPWD
specifications and the relevant IS code.
Sd/-
Executive Engineer
Jal Shakti (PHE) Mechanical Division
North Sopore
Appendix
CERTIFICATE OF FAMILIARISATION
A. I/We hereby solemnly declare that I/We have visited the site of work and have
familiarized myself /ourselves of the working conditions there in all respects and in
particular, the following:
a) Topography of the Area.
b) Soil & rock conditions at the site of work.
c) Sources & availability of construction material.
d) Borrow areas of earth and Muck dumping sites.
e) Rates for construction materials.
f) Availability of local labour, both skilled and unskilled and the prevailing labour rates.
g) Availability of water & electricity.
h) The existing roads and access to the site of work.
i) Availability of space for putting labour camps, Offices, stores, Explosive magazine, go-
down, Engineering yard etc.
j) Climatic condition and availability of working days.
k) Law & Order, Security & Working conditions.
l) Methodology to be adopted for successful completion of work.
m) Working hours and shifts for completing the work as per tender conditions.
B. I/We have kept myself/ourselves fully informed of the provisions of this tender
document comprising E-NIT, General Information, Form of Bid, Instructions to the
Tenderers & Appendices, General Conditions of the Contract and Specifications,
Annexure and Statement of advertised Quantities apart from information conveyed to
me / us through various other provisions in this tender document.
C. I/We have quoted my / our rates for each of the items in “Schedule of Items, as per
the SSR-2020 Quantities and Rates” /Statement of advertised Quantities taking into
account all the factors given above and elsewhere in tender document.
(Signature of Tenderer/s)