You are on page 1of 63

JAMNAGAR MUNICIPAL CORPORATION

JAMNAGAR

BID DOCUMENT FOR THE WORK OF


Providing and supplying of DI flange socket spigot bends, tees, Reducers
and cast iron Detachable joints etc for Water Distribution Network in City
area of Jamnagar under Swarnim Jayantj Hon. Chief Minister`s Grant.

VOLUME - I

Technical Bid

Milestone Dates
Start Date for downloading of the Bid
07.02.2024 from 18:00 pm
Document
Last date of online submission of
06.04.2024 up to 18:00 pm
Technical Proposal & Price Bid
Physical Submission of EMD, Tender 08.04.2024 and 09.04.2024 up to 18:00 pm
Fee, and PQ supporting documents during office hours
Opening of the Bid Proposal 12.04.2024 from 16:00 pm

Executive Engineer
Jamnagar Municipal Corporation
Jamnagar
JAMNAGAR MUNICIPAL CORPORATION

JAMNAGAR

BID DOCUMENT FOR THE WORK OF


Providing and supplying of DI flange socket spigot bends, tees, Reducers
and cast iron Detachable joints etc for Water Distribution Network in City
area of Jamnagar under Swarnim Jayantj Hon. Chief Minister`s Grant

VOLUME - I

Technical Bid

Total Volumes:
Issued to MIS.....................................................................................

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

Date of Issue: ____ /____ /2024

Receipt No. of Tender processing fee paid Amount: Rs 2400/-


(Rs. Two Thousand four hundred only)

No. ......... Date: ____ /____ /2023/24

Executive Engineer
Jamnagar Municipal Corporation
Jamnagar
JAMNAGAR MUNICIPAL CORPORATION
WATER WORKS BRANCH
3rd floor JMC building, Lal bungalow
JAMNAGAR

VOLUME – I
QUALIFICATION & TECHNICAL SPECIFICATION
NAME OF WORK : Providing and supplying of DI flange socket
spigot bends, tees, Reducers and cast iron Detachble joints etc
for Water Distribution Network in City area of Jamnagar under
Swarnim Jayanti Hon. Chief Minister`s Grant.

TABLE OF CONTENTS

Sr. No. Section Title Page

1 Section - A Introduction
2 Section - B Important Provision of Tender
3 Section - C General instruction for the tenderers
4 Section - D Special instruction to Tenderer
5 Section - E Financial & Technical (Qualification) Criteria with
formats
6 Section - F Condition of Contract & Technical Specification
7 Section - G Special Terms & Condition
8 Section - H Form of Bid Security/ Contract Agreement/
Performance security.
SECTION – " A "
INTRODUCTION
:: SCOPE OF WORK ::

The contractor’s scope of work is Providing and supplying of DI flange socket


spigot bends, tees, Reducers and cast iron Detachble joints etc for Water
Distribution Network in City area of Jamnagar under Swarnim Jayanti Hon.
Chief Minister`s Grant.

• All supply items should be as per Tender specification and


Schedule B by Manufacturer/Authorized Dealer

Executive Engineer
water works branch
Jamnagar Municipal Corporation
SECTION – " B "
IMPORTANT PROVISIONS
SECTION - "B"
IMPORTANT PROVISIONS

1.1 Name of Project : Providing and supplying of DI flange socket spigot


bends, tees, Reducers and cast iron Detachable
joints etc for Water Distribution Network in City area
of Jamnagar under Swarnim Jayantj Hon. Chief
Minister`s Grant.

1.2 Amount of Earnest : The Tender Fee shall be as Specified in the tender
notice. The tender fee shall have to be paid by DD
Money Deposit
Only
( E. M. D. )
The EMD will be as specified in tender notice
The E. M. D. shall have to be submitted in form of
FDR, D.D. of Nationalized Bank or Reputed Schedule
bank except Co-operative bank only. Payable to
“Commissioner, Jamnagar Municipal Corporation,
Jamnagar.
1.3 Amount of Security : Total 10% (5% Performance Bank Guarantee ) +
Deposit (2.5% S.D ) of the value of work will have to be paid
as security deposit in the form of either DD,or FDR of
Nationalized Bank or Reputed Schedule bank except
Co-operative bank only. Payable to “JMC” at
“Jamnagar”.and Remaining 2.5% S.D will be
Deducted in Every Running Bill

1.4 Time of Completion : 12 Month


1.5 Validity of Tender : 180 days from date of opening of
Technical bids.
SECTION – " C "
GENERAL INSTRUCTIONS
FOR THE TENDERERS
SECTION - "C"

GENERAL INSTRUCTIONS FOR THE TENDERERS


1. INVITATION :

Online Tenders are invited on behalf of the Jamnagar Municipal Corporation, Jamnagar, Gujarat
for the works mentioned in the scope of work below. However no tender will be considered for
only part of the items within a schedule or for any lesser quantity of an item than that specified.

2. WORK SCHEDULE :

All tenderers are cautioned that tenders containing any deviation from the contractual terms and
conditions, specifications or other requirements may be rejected as non-responsive.

Contractors will be post qualified after opening and evaluating the post qualification and
technical bids. Price bid of only such post qualified tenderers will be opened for evaluation of
price and further decision of accepting the tender will be taken.

All tenderers are requested to obtain clarifications or additional information as may be required
by them.

3. SUBMISSION OF DOCUMENTS :

Price Bids should be submitted in an online manner only on website http://nprocure.com


Document Fees, EMD along with supporting documents for pre qualifications per tender has to
be submitted in physical form in hard copy only. and concern data as per format to be submitted
online also.

4. DOWNLOAD OF DOCUMENTS :

Contractor can download the document online which comprises the following:

VOLUME- I POST QUALIFICATION BID &TECHNICAL BID

I. Notice inviting tender

A) Introduction
B) Important provision of tender
C) General Instructions to tenderer
D) Special Instructions to tenderer
E) Financial & Technical (Qualification) Criteria with Formats
F) Conditions of Contract & Technical Specifications
G) Special Terms and Conditions
H) Form of Bid Security and format of Contract agreement, form of performance
security.
VOLUME - II : PRICE BID
1. Tender form
2. Price schedule-B

5. LANGUAGE OF TENDER:

Tender shall be submitted in the prescribed form in English. All literature and correspondence in
connection with tender shall be. in English.

6. SUBMISSION OF TENDER:

Tenderers should go through all instructions, eligibility criteria and specification in tendering
documents carefully, visit and inspect site and submit bids online accordingly. JMC shall
presume that the tenderer who submits his bids online has properly understood the tender and
is fully aware of the site conditions.

7. WHOM TO CONTACT:

The following officers may be contacted for any further information on the tender.

Shri N. M. Patel Executive Engineer Mob : 98795 89599


Water Works Branch
Shri A. M. Charania Dy. Executive Engineer Mob. : 98795 03038
Water Works Branch

8. METHOD OF TENDERING :

If an individual submits the tender, the individual shall digitally sign it.

If the tender is submitted by a Proprietary concern, it shall be digitally signed by the Proprietor.

If the tender is submitted by a partnership firm, it shall be digitally signed by all Partners of the
firm, or by a partner holding the Power of attorney and digital certificate. The partnership deed
of the firm and a certified copy of power of attorney shall accompany the tender.

A certified copy of the Partnership Deed, Current Address of the firm and the full names and the
current address of all the Partners of the firms shall also accompany the tender.

If the tender is submitted by a limited company or a limited corporation the tender shall be
digitally signed by an authorised signatory having such power of attorney and digital certificate
to digitally sign on behalf of the company or corporation and in which case a Certified copy of
the Power of Attorney with evidence of its currency shall accompany the tender. Such limited
company or Corporation may be required to furnish satisfactory evidence of its existence before
the contract is awarded.

If the tender is submitted by a group of firms, the sponsoring firm shall submit complete
information pertaining to each firm in the group and state along with the tender as to which the
firms shall to bear the responsibility for tendering and for completion of the contract document
and furnish evidence admissible in law in respect of the authority assigned to such firm on
behalf of the group of firms for tendering and for the completion of the Contract documents. The
full information and satisfactory evidence pertaining to the participation of each member of the
group of firms in the tender shall be furnished along with the tender.

All witnesses and sureties shall be persons of status and probity.

1. Tenderers must submit tender’s detailed Statements of facts in online bidding forms:

i) Financial, Business and Technical organisation in attached form.

ii) Capabilities with respect to personnel, equipment, plant and past performance as
per attached form.

9. PREPARATION OF TENDERS:

Tenderer must submit:

a) Tender shall be considered only if accompanied by full information as required under


this tender.

b) The tender will not be considered if complete information as called for in this tender is
not given, or if particulars asked for in the Annexure of the Tender form are not fully
furnished. No additional information will be asked, nor will the bidder be allowed to
submit additional information, once the tenders are submitted.

c) The tenderer shall have valid digital certificate issued by competent authority The
tenderer must digitally sign the tender.

d) Tender containing vague and indefinite expressions, which are against the terms and
conditions laid down by JMC, will be considered as non-responsive.

e) Tenderers are requested to furnish all the technical data, description literature, leaflet
and supplementary description and relevant specification, in English Wherever required
the tenderers, to supplement may furnish additional information and data, amplify or
clarify the information required in the specification.

f) The tenders shall indicate in a summary form :

1. Accessories/fitments which are standard with the equipment which though not
specified in the tender are included in the scope of supply and are included in
tender price.

2. Accessories/fitments which may occasionally or frequently be required, but have


been specifically excluded by the tenderers from the scope of supply and which
are not included in tender price.
10. SUFFICIENCY OF TENDERS:

The tenderer shall be entirely responsible for the sufficiency of the rates quoted by him in this
tender. Conditional tender will be out rightly rejected.

11. STAMP DUTY CHARGES:

Stamp Duty charges, wherever necessary shall be borne by the Contractor. The contract
agreement will be executed on non-judicial stamp paper of the value of Rs.300/- ( Rupees
Hundred Only).In case if EMD is paid in form of FDR then stamp duty is borne by contractor as
per government rules.

12. ADDENDA AND CORRIGENDUM:

Addenda and corrigenda will form, a part of the contract documents, and full consideration shall
be given to all addenda and corrigenda in the part of tender documents.

Tenderers shall verify the number of addenda and corrigenda issued. if any and acknowledge
the receipt of all addenda and corrigenda to the Engineer and failure to do so may cause the
tender to be rejected.

All addenda, corrigenda issued by JMC and up loaded shall be a part of the contract.

13. PROCESS TO BE CONFIDENTIAL:

Information relating to the examination, clarification, evaluation and comparison of bids, and
recommendations for the award of a contract shall not be disclosed to bidders or any other
persons not officially concerned with such process until the award to the successful bidder has
been announced. Any effort by a bidder to influence the Employer’s processing of bids or
award decisions may result in the rejection of the bidder’s bid.

14. CLARIFICATION OF BIDS

To assist in the examination, evaluation and comparison of bids, the Employer may, at his
discretion, ask any bidder for clarification of bid, including break up of unit rates. The request
for clarification and the response shall be in writing or by cable, but no change in the price or
substance of the bid shall be sought, offered, or permitted

15. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS

15.1 Prior to the detailed evaluation of bids, the Employer will determine whether each bid (a)
meets the eligibility criteria (b) has been properly digitally signed (c) is accompanied by the
required securities (d) is substantially responsive to the requirements of the bidding documents
and (e) provides any clarification and/or substantiation that the Employer may require to
determine responsiveness pursuant.

15.2 A substantially responsive bid is one that conforms to all the terms, conditions, and
specifications of the bidding documents without material deviation or reservation. A material
deviation or reservation is one (a) which affects in any substantial way the scope, quality, or
performance of the Works (b) which limits in any substantial way, inconsistent with the bidding
documents, the Employer’s rights or the bidder’s obligations under the contract or (c) whose
rectification would affect unfairly the competitive position of other bidders presenting
substantially responsive bids.

15.3 If a bid is not substantially responsive, it will be rejected by the Employer, and can not
subsequently be made responsive by correction or withdrawal of the non-conforming deviation
or reservation.

16. CERTIFICATE:

I / WE certify that I/We have inspected the location of the proposed work before quoting my/our
rates. I/We have also inspected, verified and satisfied myself/ourselves with the availability/non-
availability of all the required labour, materials, plants, equipment , machineries etc. including
transport and other facilities required in connection with the said work.

17. EXAMINATION BY TENDERERS

17.1 Prior to submitting the tender, each tenderer shall

(a) Examine all instructions, eligibility criteria, and specifications in the tendering document.

(b) Visit the site & determine local conditions which may effect the work including prevailing
wages & other pertinent cost factors.

(c) Familiarise himself with all central, state & local laws, ordinance, rules, regulations &
codes affecting the material supply & services including the cost of permits & licenses
required for the work at site.

(d) Co-relate his observations, investigations & determinations with the requirement of the
tender documents.

No additional claim, discrepancy etc shall be entertained after opening of tender.

18. TENDER PRICES

The Tenderer shall fill in the prices in the schedules indicated in Vol –II of the Tender
Document. On acceptance, the prices shall be valid throughout the period of contract.

19 BID CURRENCIES:
The prices shall be quoted on fixed and firm price basis in Indian currency (Le. INR) only
without any price escalation and or statutory variation.

20 BID VALIDITY
Bids shall remain valid for a period of 180 days after the date of opening of Technical Bid.
21. DOCUMENTS COMPRISING THE TENDER:

The Tender documents shall be in two parts comprise the following components:

VOLUME – I, POST QUALIFICATION &TECHNICAL SPECIFICATION

(i) Vol. I of the Tender Documents with all schedules filled in hard copy.
(ii) Tender Fee and EMD
(iii) Certified Photocopies of audited Balance Sheets for preceding three financial
years.
(iv) Power of Attorney authorizing the person for signing the Tender.
(v) Tenderer’s Provident Fund (PF) registration number (If Required)
(vi) PAN Registration
(vii) GST Registration.
(viii) Copy of Manufacturer license/BIS Certificate /Authorized Dealers Certificate
(ix) Solvency Certificate from any nationalize or Schedule Bank.
(x) Experience Certificate of Competent authority.

VOLUME – II PRICE BID

Vol – II of the Tender document with duly filled in online price schedule.

22 BID EARNEST MONEY DEPOSIT :


22.1 The bidder shall furnish, as part, of its bid with the technical proposal, a bid EMD in the amount
of 1 % of amount put to tender. No interest will be paid on Earnest Money Deposit. The EMD
shall be valid for 180 days from the date of opening of Technical-bid.

22.2 Any bid not accompanied by an acceptable bid security shall be rejected by the Employer
as non-responsive.

22.3 The bid securities of unsuccessful bidders will be returned as promptly as possible,

22.4 The bid security of the successful bidder will be returned when the bidder has signed the
Contract Agreement and furnished the required performance security.
22.5 The bid security may be forfeited;
(a) If the Bidder withdraws the bid after Bid opening during the period of Bid
validity.

(b) If the Bidder does not accept the correction of the Bid Price, if any or
(c) In the case of a successful Bidders, if the Bidder fails the specified time limit to
(i) Sign the Agreement; or
(ii) Furnish the requirement Performance Security.
(d) #If found necessary, the bidder will be intimated for negotiation, He will be
intimated maximum three times within the validity period for negotiation, If
contractor does not respond in time, his Bid Security (EMD) will be forfeited and
his tender will be rejected. Punitive action will be taken on such contractors. (As
per GoG R&B Dept’s Gr. No. S/22/2017/6369/D, Dt.08/06/2018)

23 Bid Security
23.1 The Bidder shall furnish, as part of his Bid, a Bid security in the amount as shown in
tender notice. This Bid security shall be in favor of Employer as named in tender notice
and may be in one of the following forms;

Bid Estimated Amount Below 01 Crore in the form of Demand Draft or FDR in favor of The
Municipal commissioner, Jamnagar, payable at Jamnagar from any Nationalized
Bank/Reputed Schedule Bank except Co. Op. Bank.
(Bank Guarantee is applicable only for Bid Estimated Amount of 01 Crore and
above) and Bank Guarantee of in favor of The Municipal commissioner, Jamnagar,
payable at Jamnagar from any Nationalized Bank/Reputed Schedule Bank except Co.
Operative Bank
23.2 Bank guarantees (and other instruments having fixed validity) issued as surety
for the bid shall be valid from 180 days from Date opening of technical bid.

23.3 Any bid not accompanied by an acceptable Bid Security and not secured as
indicated in Sub-Clauses 23.1 and 23.2 above shall be rejected by the Employer
as non-responsive.

23.4 The Bid Security of unsuccessful bidders will be returned within 28 days of the
end of the bid validity period or decided by Executive Engineer.

23.5 The Bid Security of the successful bidder will be discharged when the bidder has
signed the Agreement and furnished the required Performance Security.

23.6 The bid Security may be forfeited

(a) If the Bidder withdraws the bid after Bid opening during the period of Bid
validity.
(b) If the Bidder does not accept the correction of the Bid Price, if any or
(c) In the case of a successful Bidders, if the Bidder fails the specified time limit to
(i) Sign the Agreement; or
(ii) Furnish the requirement Performance Security.
(d) #If found necessary, the bidder will be intimated for negotiation, He will be
intimated maximum three times within the validity period for negotiation, If
contractor does not respond in time, his Bid Security (EMD) will be forfeited
and his tender will be rejected. Punitive action will be taken on such
contractors. (As per GoG R&B Dept’s Gr. No. S/22/2017/6369/D,
Dt.08/06/2018)

24 ALTERNATIVE PROPOSALS BY BIDDERS:


Bidders are not permitted to give any alternative offer containing technical or
other alternatives. Their bid proposals shall be in total conformity of the
employer's requirement as described in the bidding documents.

25. FORMAT AND SIGNING OF BID:

25.1 It will be e-tendering.

25.2 The bidder shall prepare one hard copy plus one CD ROM (CD ROM is
Optional & not a mandatory requirement but a preferential requirement to assist
the employer in speedy evaluation) of 'Technical Proposal' and one hard copy of
the 'Price proposal', clearly marking each one as: "ORIGINAL-TECHNICAL
PROPOSAL".

25.3 The Bidder shall furnish information as described in the Form of bid on
commission or gratuities, if any, paid or to be paid relating to this Bid, and to
contact execution if the bidder is awarded the contract.
SUBMISSSION OF BIDS
26 SEALING AND MARKING OF BIDS:

26.1 The Bid shall be marked and sealed in three envelopes as follows: "Envelope
'A' - Bid Security"; "Envelope 'B'- Technical Bid"; "Envelope 'C' Price
Bid"(submission only online).

(a) Envelope 'A' - 'Bid Security (Submission physical and online)

(b) Envelope 'B' - 'Technical Bid' (Submission physical and online)

One (1) original Technical Bid clearly marked as: "ORIGINALTECHNICAL BID"
& ONE CD ROM (CD ROM is Optional & not a mandatory requirement but a
preferential requirement to assist the employer in speedy evaluation).

(c) 'Price Bid' (Online Submission)

26.2 The bidder shall seal the original bids and each copy of the bids in an inner and
outer envelope duly marking the envelopes as "ORIGINAL".

26.3 The inner and outer envelopes shall:


(a) Be addressed to the Employer at the following address:

Executive Engineer
Water Works project
Municipal Corporation, Jamnagar.
(b) Bear the following identification:

Bid for: DO NOT OPEN BEFORE date specified in tender notice


26.4 In addition to the identification required in Sub-Clause 26.3. The inner envelope
shall indicate the name and address of the bidder to enable the bid to be
returned, unopened in case it is declared "late" pursuant to Clause 28.

26.5 If the outer envelope is not sealed and marked as above the Employer will
assume no responsibility for the misplacement or premature opening of the bid.

27 DEADLINE FOR SUBMISSION OF BIDS:

27.1 Bids must be received by the Employer at the address specified above not later
than specified in tender notice Up to office hours (i.e. 6.00 PM).

27.2 The Employer may, at its discretion extend the deadline for submission of bids
by issuing an addendum in accordance with Clause 12,in which case all rights
and obligations of the Employer and the bidders previously subject to the
original deadline will thereafter be subject to the deadline as extended.
28 LATE BIDS:
Any bid received by the Employer after the deadline for submission of bids
prescribed in Clause 27 will be rejected and returned unopened to the bidder.

29 MODIFICATION & WITH DRAWL OF BIDS:

29.1 The bidder may modify or withdraw its bid after bid submission provided that
written notice of the modification or withdrawal is received by the Employer prior
to the deadline for submission of bids. However, no modification or withdrawal
shall be permitted and accepted after the deadline for submission of bids.

29.2 The bidder's modification or withdrawal notice shall be prepared. sealed,


marked and delivered in accordance with the provisions of Clause 26, with the
outer and inner envelopes additionally marked "MODIFICATION" or
'WITHDRAWAL", as appropriate prior to the deadline of submission of bids.

29.3 No bid may be modified by the bidder after the deadline for submission of bids,
except in accordance with Sub-Clauses 29.2 and 41.2.

29.4 Except as provided in Sub-Clause 34.2, withdrawal of a bid during the interval
between the deadline for submission of bids and the expiration of the period of
bid validity specified in Sub-Clause 20 shall result in the forfeiture of the bid
security pursuant to Sub-Clause 22.5.
OPENING AND EVALUATION OF TECHNICAL PROPOSAL

30 OPENING OF TECHNICAL PROPOSAL (Online Opening)


30.1 The Employer will open the technical proposals, including modifications made
pursuant to Clause 29, in the presence of bidders' representatives who choose
to attend at:

Venue : Office of the Executive engineer,


Jamnagar Municipal Corporation,
Jamnagar.
Date & Time : specified in tender notice

The bidder's representatives who are present shall sign a register evidencing
their attendance.

30.2 The price proposals will remain unopened and will be held in the custody of the
Employer until the time of bid opening of the price proposals. The time and
date and location of the bid opening of the price proposals will be advised in
writing or by fax by the Employer and will follow the receipt of approval by the
Jamnagar Municipal Corporation of the evaluation of the technical
proposals.

30.3 Envelopes marked "WITHDRAWAL" shall be opened and read out first Bids for
which an acceptable notice of-withdrawal has been submitted pursuant to
Clause 29 shall not be opened.
30.4 The bidders' names, bid modifications and withdrawals, such other details, as
the Employer may consider appropriate, will be announced and recorded by
the Employer at the opening. The bidders' representatives will be required to
sign this record.
30.5 The Employer shall prepare minutes of the bid opening, including the
information disclosed to those present in accordance with Sub-Clause

31 PROCESS TO BE CONFIDENTIAL:
Information relating to the examination, clarification, evaluation and
comparison of bids and recommendations for the award of a contract shall not
be disclosed to bidders or any other persons not officially concerned with such
process. Any effort by a bidder to influence the Employer's processing of bids
or award decisions by any way may result in the rejection of the bidder's bid.
.

32 PRELIMINARY EXAMINATION OF TECHNICAL PROPOSAL:


The Employer will examine the bids to determine whether they are complete,
whether the documents have been properly signed, whether: the required
security is included, and whether the bids are generally in order. Any bids
found to be non- responsive for any reason or not meeting the minimum levels
of the performance or other criteria specified in the bidding documents will be
rejected by the Employer and not included for further consideration.

33 EVALUATION & COMPARSION OF TECHNICAL PROPOSAL:


The Employer will carry out a detailed evaluation of the bids in order to
determine whether the bidders are qualified and whether the technical aspects
are substantially responsive to the requirements set forth in the bidding
documents. In order to reach such a determination, the Employer will examine
the information supplied by the Bidders and other requirements in the bidding
documents, taking into account the following factors:
(a) Qualification:
(1) The determination will take into account the Bidder's financial,
technical and production capabilities and past performance; it will be
based upon an examination of the documentary evidence of the
Bidder's qualifications submitted by the Bidder as well as such other
information as the Employer deems necessary and appropriate; and
(2) An affirmative determination will be a prerequisite for the Employer to
continue with the evaluation of the technical proposal; a negative
determination will result in rejection of the Bidder's bid.
(b) Technical:

(1) Overall completeness and compliance with the Employer's


Requirements; the technical merits of plant and equipment offered and
deviations from the Employer's Requirements; suitability of the facilities
offered in relation to the environmental and climatic conditions
prevailing at the site; quality, function and operation of any process
control concept included in the bid;

(2) Achievement of specified performance criteria by the facilities;

(3) Compliance with the time schedule called for in Technical proposal and
any alternative time schedules offered by Bidders, as evidenced by a
milestone schedule provided in the bid;

(4) Any deviations to the commercial and contractual provisions stipulated


in the bidding documents.
34 CLARIFICATION OF TECHNICAL PROPOSALS:

34.1 The Employer may conduct clarification meetings with any Bidder to discuss
any matters, technical or otherwise, 'where the Employer requires
amendments or changes to be made to the Technical Proposal.

34.2 Any effort by the bidder to influence the employer in the Employer's evaluation
of technical proposals, bid comparison or the Employer's decisions on
acceptance or rejection of bids may result in the rejection of the bidder's bid.

35 INVITATION TO ATTEND OPENING OF PRICE PROPOSALS:


35.1 The end of the evaluation of the technical proposals the Employer will invite
bidders who have submitted substantially responsive technical proposals and
who have been determined as being qualified for award to attend the bid
opening of the price proposals. Bidders shall be given reasonable notice of the
price proposal bid opening.
35.2 The Employer will notify Bidders that have been rejected on the grounds of
being substantially non-responsive to the requirements of the bidding
documents.

OPENING AND EVALUATION OF PRICE PROPOSALS


36 OPENING OF PRICE PROPOSALS:
36.1 The Employer will open the price proposals of all bidders who submitted
substantially responsive technical proposals at the time and date at the location
advised to the bidders. The bidder's representatives who are present shall sign
a register evidencing their attendance.
36.2 The bidder's names, the Bid Prices, the total amount of each bid, any discounts,
and such other details as the Employer may consider appropriate, will be
announced and recorded by the Employer at the opening. The bidder's
representatives will be required to sign this record.

37 PROCESS TO BE CONFIDENTIAL
Information relating to the examination, clarification, evaluation and comparison
of bids and recommendation for the award of a contract shall not be disclosed
to bidders or any other persons not officially concerned with' such process until
the award to the successful bidder has been announced. Any effort by a bidder
to influence the Employer's, processing of bids or award decisions may result in
the rejection of the bidder's bid.

38 JOINT VENTURE CONSORTIUM (JV) –Not allowed


Joint venture consortium of Maximum Two firms/ members / companies, as
partners shall be allowed for the works.
All the Members of the JV shall be jointly and severally responsible for this
Contract. The Member of the JV holding highest stake shall be the Lead
Partner. The JV shall comply with the following requirements:

(a) Joint venture agreement must be submitted along with the documents in
which minimum share of lead member shall have to be 50% and share of other
members, individually shall not be less than 15%.All the members of the Joint
Venture firms shall have to collectively satisfy all the criteria mentioned.
Note: In case, the applicant/JV partner has achieved physical & financial
performance for the criteria mentioned above in past, in joint venture with other
Contractor (other than present JV partner), the portion of the work (physically
and financially) of the contractor included in their Joint Venture Agreement in
original contract work shall only be considered for evaluation purpose.

In joint venture consortium the lead partner shall only be an Indian


citizen, Indian partnership firm or Indian private/ public limited company.
The lead member shall have "AA" class registration with Government of
Gujarat /CPWD/ Railway, Government (State / Central), Board, Corporation,
and Government Undertaking /Organisations of state & central government
equivalent to class "AA" of Gujarat State. Having the above stated criteria,
such bidder shall have to apply on or before the last date of Submission of
registration documents to get himself registered in "AA" class in Government of
Gujarat (R&B/WRD/GWSSB) and obtain registration in AA class before the
date of finalization of regular tender procedure of particular work. The proof of
application for Registration in AA class shall have to be attached with the
registration documents.
The individual members who join in JV shall have to give an undertaking that
they will maintain status-quo till the completion of the work is awarded to the JV
Consortium, the same JV Consortium shall be maintained till the satisfactory
completion of the work. This undertaking shall be submitted on Stamp paper
Rs. 100. Duly signed by authorized signatory, which shall be notarized.
(b) In case of Bidder participating as a Joint Venture, on his selection for award of
contract, all the partners/members of the Joint Venture will have to sign the
Contract with the employer and will be jointly and severally liable for
performance of the contract. Award of Contract will be in the name of Joint
Venture consortium which will be considered as "Legal Entity" as far as this
Bid/ Contract is concerns The Bid, and in case of a successful bid, the Form of
Contract Agreement, shall be signed with the name of Joint Venture which will
be legally binding on all the partners;
(c) Lead partner shall be declared as Prime Bidder authorized to be in charge; and
this
authorization shall be evidenced by submitting a Power of Attorney signed by
legally
authorized signatories of all the partners;
(d) The member in charge shall be authorized to incur liabilities, receive payments
and
receive instructions for and on behalf of any or all partners of the Joint Venture
and
the entire execution of the contract including defect liability period;
(e) All members of the Joint Venture shall be jointly and severally liable for the
execution of the Contract in accordance with the Contract terms, and a relevant
statement to this effect shall be included in the Authorization mentioned under
(b) above as well as in the Bid Form and the Form of Contract Agreement (in
case of a successful Bid); and,
(f) A copy of the stamped and notarized agreement entered into by the Joint
Venture partners shall be submitted with the Bid. Roles, responsibilities and
financial stakes of all members of the Joint Venture consortium shall be
clearly and unambiguously prescribed in the Joint Venture agreement. In
case of non-prescription, the JV agreement will be declared as invalid and
the bid will be treated as non-responsive.
(g) In case of Joint Venture financial strengths of each of the JV members
individually shall not be less than Minimum Qualifying Criteria (worked out in
proportionate to their financial stakes in the JV). Further, combined strength of
the JV shall meet 1.5 times the financial criteria. In case of physical
criteria, the summation of performance of each JV member shall be
considered for fulfilling the criteria without considering their stake in the JV
agreement.
Each JV member shall have required registration certificate, solvency
certificate, project manager having 5 years’ experience, existence of company
as per tender requirement. Each member shall satisfy these requirements
separately.

(h) The contractors participating in the name and form of a Joint Venture
consortium shall have to clearly and unambiguously define the role,
responsibilities and financial stake of each of the partners, the lead partner
shall also have to be defined. On award of contract to such a Joint Venture
consortium, each of the members of the
Joint Venture consortium shall have to sign the Contract. Each member of the JV
shall be jointly and severally responsible for the performance of the contract.
(l) An original notarized copy of the agreement as prescribed in Form-22 entered
into by the joint venture partners shall be submitted with the bid. It should also
distinctly show the financial participation of each member of the joint venture and
the responsibility of each member as regards planning and execution of the
work.
(i) In case of conflict between the terms in contract agreement and the Joint
Venture documents, the terms in the contract agreement shall prevail.
39 CLARIFICATION OF PRICE PROPOSALS AND CONTACTING THE
EMPLOYER:

39.1 To assist in the examination, evaluation and comparison of price proposals, the
Employer may, at its discretion, ask any bidder for clarification of its bid. The
request for clarification and the response shall be in writing or by cable, but no
change in the price or substance of the bid shall be sought, offered or permitted
except as required to confirm the correction of arithmetic errors discovered by
the employee in the evaluation the bids in accordance with clause 36 except as
required to confirm the correction of arithmetic errors discovered by the
employer in the evaluation of the bids in accordance with Clause 36.
39.2 Subject to Sub-clause 38.1, no bidder shall contact the employer on any matter
relating to its bid from the time of opening of price proposals to the time the
contract is awarded. If the bidder wishes to bring additional information to the
notice of the Employer, it should do so in writing.
39.3 Any effort by the bidder to influence the Employer in the Employer's evaluation
of price, proposals, bid comparison or contract award decisions may result in
the rejection of the bidder's bid.

40 PRELIMINARY EXAMINATION OF PRICE PROPOSALS & DETERMINATION


OF RESPONSIVENESS:

40.1 The Employer will examine the bids to determine whether they are complete,
whether the documents have been properly signed, whether the required
security is included, whether the bids are substantially responsive to the
requirements of the bidding documents; and whether the bids provide any
clarification
40.2 A substantially responsive bid is one which conforms to all the terms, conditions
and requirements of the bidding documents, without material deviation or
reservation and includes the amendments and changes, if any, requested by
the Employer during the evaluation of the bidder’s technical proposal.
40.3 If a price proposal is not substantially responsive, it will be rejected by the
Employer, and may not subsequently be made responsive by correction or
withdrawal of the nonconforming deviation or reservation.
41 CORRECTION OF ERRORS:
41.1 Price Proposals determined to be substantially responsive will be checked by
the Employer for any arithmetic errors. Arithmetic errors will be rectified on the
following basis. If there is a discrepancy between the unit rate and the total cost
that is obtained by multiplying the unit rate and quantity, the unit rate shall
prevail and the total cost will be corrected unless in the opinion of the Employer
there is an obvious misplacement of the decimal point in the unit rate, in which
case the total cost as quoted will govern and the unit rate corrected. If there is a
discrepancy between the total bid amount and the sum of total costs, the sum of
the total costs shall prevail and to total bid amount will be corrected. .
41.2 The amount stated in the Form of Bid for Price Proposal Will be adjusted by the
Employer in accordance with the above procedure for the correction of errors
and, shall be considered as binding- upon the bidder. If the bidder does not
accept the corrected amount of bid, its bid will be rejected, and the bid security
may be forfeited in accordance with Sub-Clause 22.5(b)

42 EVALUATIONS AND COMPARISION OF PRICE PROPOSAL:

42.1 The Employer will evaluate and compare only the bids determined to be
substantially responsive in accordance with Clause 39.

42.2 The Employer's evaluation of a bid will take into account, in addition to the bid
prices indicated in the Schedule of Prices he following costs and factors that will
be added to each Bidder's bid price in the evaluation using pricing information
available to the Employer.
(a) The additional price, if any, reflected in the price proposal. If the price stated is
not realistic the bid is liable to be rejected,

(b) Compliance with the time schedule called for in the Appendix to Price Proposal
and evidenced as needed in a milestone schedule provided in the bid;

(c) The projected operating costs during the initial period of operation of the
facilities,

(d) The functional guarantees of the facilities offered against the specified
performance criteria of the plant and equipment; and

(e) The extra cost of work, services, facilities etc., required to be provided by the
Employer or third parties.

42.3 The Employer reserves the right to accept or reject any variation or deviation.
Variations, deviations, and other factors which are in excess of the
requirements of the bidding documents or otherwise result in the accrual of
unsolicited benefits to the Employer shall not be taken into account in bid
evaluation.

(a) The Employer reserves the right to accept or reject any variation or deviation.
Variations, deviations, and other factors which are in excess of the
requirements of the bidding documents or otherwise result in the accrual of
unsolicited benefits to the Employer shall not be taken into account in bid
evaluation.

(b) The estimated effect of the price adjustment, provisions of the Conditions of
Particular Application, applied over the period of execution of the Contract, shall
not be taken into account in bid evaluation.

(c) If the bid of the successful bidder is substantially below the Employer's estimate
for the contract, the Employer may require the bidder to produce detailed price
analyses to demonstrate prices. After evaluation of the price analysis,
the Employer may require that the amount of the performance security set forth
in Clause 48 be increased at the expense of the successful bidder to a level
sufficient to protect the Employer against financial loss in the event of default of
the successful bidder under the Contract.
43 AWARD OF THE CONTRACT

Subject to Clause 45, The Employer will award the Contract to the bidder whose
bid has been determined to be substantially responsive to the bidding documents
and who has offered the Lowest Evaluated Bid Price.
44 EMPLOYER'S RIGHT TO ACCEPT ANY BID OR TO REJECT ANY OR ALL
BIDS:
The Employer reserves the right to accept or reject any bid, and to allow the
bidding process and reject all bids, at any time prior to award of Contract, without
thereby incurring any liability to the affected bidder or bidders or any obligation to
inform the affected bidder or bidders of the grounds for the Employer's action.
45 NOTIFICATION OF AWARD:
45.1 Prior to expiration of the period of bid validity prescribed by the Employer, the
Employer will notify the successful bidder by E-mail, confirmed by registered
letter, that its bid has been accepted. This letter (hereinafter and in the
Conditions of Contract called the "Letter of Acceptance") shall name the sum-
which the Employer will pay the Contractor in consideration of the execution,
completion and maintenance of the Works by the Contractor as prescribed by
the Contract (hereinafter and in the Conditions of Contract Called "the Contract
Price").
45.2 The notification of award will constitute the formation of the Contract.
45.3 Upon the furnishing by the successful bidder of a performance security (and
domestic preference security where required), the Employer will promptly notify
the other bidders that their bids have been unsuccessful.

46 SIGNING OF CONTRACT AGREEMENT:


46.1 At the same time that he notifies the successful bidder that its bid has been
accepted, the Employer will send the bidder the Form of Contract Agreement
provided in the bidding documents, incorporating all agreements between the
parties.
46.2 Within 10 days of receipt of the Form of Agreement, the successful bidder shall
sign the Form and return it to the Employer.

47 PERFORMANCE SECURITY:
47.1 The successful bidder shall have to pay Performance Security 5% of Tender
amount or Sanctioned amount whichever is higher in the form of Unequivocal
bank guarantee issued by any nationalized or scheduled (other than co-operative
bank) or a foreign bank having branch at Jamnagar and the same shall become
refundable after successful completion Warranty/Guarantee period.
47.2 (A) Within 10 (Ten) days of receipt of Letter of Acceptance, the successful Bidder
shall furnish to the Employer an irrevocable and unconditional guarantee (the
“Performance Security”) for an amount equal to 5% (five percent) of its Contract
Price. In case of bids mentioned below, the successful Bidder, along with the
Performance Security,
shall also furnish to the Authority an irrevocable and unconditional guarantee as
an Additional Performance Security (The “Additional Performance Security”)
for an amount calculated as under:

(a) If the Contract Price offered by the Selected Bidder is lower than 10% but upto
20% of the Estimated Project Cost, then the Additional Performance Security
shall be calculated @ 20% of the difference in the (i) Estimated Project Cost (as
mentioned in Bid Document) - Minus 10% of the Estimated Project Cost and (ii)
Contract Price offered by the selected Bidder.
(b) If the Contract Price offered by the Selected Bidder is lower than 20% of the
Estimated Project Cost, then the Additional Performance Security shall be
calculated @ 30% of the difference in the (i) Estimated Project Cost (as
mentioned in Bid Document) - Minus 10% of the Estimated Project Cost and (ii)
Contract Price offered by the selected Bidder.
(c) This Additional Performance Security shall be treated as part of the
Performance Security.
(d) The Performance Security shall be valid beyond 60(sixty) days of the Defects
Liability Period and the Additional Performance Security shall be valid beyond
28 (twenty-eight) days of Project Completion Date.

47.3 If the performance security is provided by the successful Bidder in the form of a
Bank Guarantee, it shall be issued either (a) at the Bidder’s option, by a
Nationalized/Scheduled Indian bank or (b) by a foreign bank located in India and
acceptable to the Employer. As per GoG Finance Department’s Circular No.
FD/MSM/e-file/4/2023/0057/D.M.O. Date 21/04/2023 or as per their latest
amendment

48 CORRUPT OR FRAUDULENT PRACTICES:


48.1 The Municipal Corporation, Jamnagar requires that bidders/suppliers/contractors
have followed the highest standard of ethics during the procurement and
execution of such contracts. In pursuance of this policy:
(a) Defines for the purposes of this provision, the terms set forth below as
follows:
(i) "Corrupt practices" means behavior on the part of officials in the public or
private sectors by which they improperly and unlawfully enrich
themselves and/or those close to them, or induce others to do so, by
misusing the position in which they are placed, and it includes the
offering, giving, receiving, or soliciting of anything of value to influence
the action of any such official in the procurement process or in contract
execution; and

(ii) "Fraudulent practice" means a misrepresentation of facts in order to


Influence a procurement process or the execution of a contract to the
determination of the Borrower, and includes collusive practice among
bidders (prior to or after bid submission) designed to establish bid prices
at artificial non-competitive levels and to deprive the borrower of the
benefits of free arid open competition;

(c) Will reject a proposal for award if it determines that the bidder
recommended for award has engaged in corrupt or fraudulent practices in
competing for the contract in question;

(d) Will declare a firm ineligible, either indefinitely or for a stated period of time,
to be awarded an contract if it at any time determines that the firm has
engaged in corrupt and fraudulent practices in competing for, or in executing,
an contract.
49 TERMINATION OF RATE CONTRACT:-
If the supply performance of supplier will not be found good i.e. supplier fails to deliver
the goods within the time period mentioned in the work order or materials is not found as
per prescribed specifications, Jamnagar Municipal Corporation will terminate the rate
contract and will procure the material from other supplier at his rick and cost. In this case,
JMC will have powers to forfeit his full security deposit and to purchase the material from
the other supplier at L1 supplier’s risk & cost. The supplier who breaches the terms and
conditions of this tender, may be black listed, he will be banned for participating from
JMC rate contract for the period of 3 years.

50 DURATION OF CONTRACT:-
Term for this contract is one year and that will be counted from the date of Work order
Supplier is bounded to receive work order for supplying material till last date of contract
and shall have to supply as per given work order as per requirement of JMC
This contract can be extended for next 1 year as same rate after mutual consent of
supplier before 30 days of contract period and will be sanction by JMC for next year.
51. GUARANTEE / WARRANTY:-
The supplier at the time of entering into rate contract agreement shall give Replacement
WARRANTY against technical and manufacturing defects in materials supply and free
replacement of defective materials at his own cost up to a period of 12 months from the
date of receipt final lot of material at Jamnagar Municipal Corporation and for this
purpose Jamnagar Municipal Corporation may keep pending somewhat part of payment
of supplied material.

52 DEFECTIVE MATERIAL:-
Defective items or items which are not as per specification will not be accepted. Such
items shall be taken back by the supplier at his own risk and cost. Payment will not be
made in such cases and failing to this, damage charges will be charged. If
manufacturing defect comes under attendance in material at time of fixing or after fixing
it, the total expense i.e. labour of fixing that and transportation charges of that as
decided by Deputy Executive Engineer shall have to be paid by supplier.
The tenderer shall have to submit a “test report” as to examination analysis having been
done regarding purity, geniuses, fitness, satisfaction of the product, material, goods,
articles supplied every time.

53 FORCE MAJEURE:-
The supplier will not be liable for the penalty nor his security deposit be forfeited when
failure of the supplier in making delivery is due to any event beyond the control of the
supplier and could not have been foreseen, prevented OR avoided by a prudent person
provided a notice of the happening is given within 15 days from the date of occurrence
thereof by supplier to the purchaser.

These events include but are not restricted to ACTS of GOD, ACTS of Enemy, ACTS of
GOVT., fire, floods, explosion, riot, strikes, lockout, civil commotion, sabotage, terrorism,
epidemics etc.

54 JURISIDICTION:-
In the event of any dispute or difference arising out of this tender shall be subject to
JAMNAGAR CITY JURISDICTION.

55 DISPUTE:-
In the event of any problem, dispute or difference arising out of or under this contract, the
decision of Municipal Commissioner, Jamnagar Municipal Corporation, which shall be
the final and binding to the all bidders and suppliers of this tender and contract.

Page 29 of 63
56 INTERPRETATION:-
If there is any difficulty in understanding the specification or any other matter, contact to
Executive Engineer Interpretation made by Executive Engineer Water Works will be
considered as final.

57 PRICE ESCALATION:-
The contract shall be firm and fixed without any price escalation during the contract
period i.e. no statutory variation is permitted.

58 TIME LIMIT FOR SUPPLY AND PENALTY:-


The time limit for supplying material in particular WORK ORDER will be proportionate to
the quantity of material. No any non-working period for monsoon, Government holidays.
And time limit will be counted from the date of work-order. Time limit will be considered
from the date of work order The goods shall be supplied during Water Store office
working days & hours. maximum time limit will be 90 days for supply for each lot That
much order may or may not be reduced from original supply order.
Penalty will be charged for delay in supply at the below mentioned rules, even though
supplier will not deliver goods for long time i.e. for fully incomplete order for long time. In
performing this procedure if any extra expenditure will be there, it will be recovered from
the supplier.
The competent Authority will have power to recover the concern penalty for late supply
from the same or any other supply bill i.e. any other dues of relevant agency. If penalty
cannot be recovered by this way that will be recovered by forfeiting the full security
deposit and in this case The Municipal Commissioner will have power to forfeiting the full
security deposit.

Materials so approved in tender and as per agreement made including what is shown in
work-order will be supplied within the specified period of time. For Delayed supply for
every lot penalty will be imposed Zero Point one percent (0.1 %) of the value of
unexecuted ordered material maximum up to 10 (ten) % of the value of un executed
ordered material. Final Decision will be decided by Municipal commissioner.

59 The Contractor will not be entitled to subcontract any part of his obligation to any third
party.

60 JMC HAS RIGHT TO ACCEPT ANY TENDER AND TO REJECT ANY OR ALL
TENDERS.

Page 30 of 63
PROFILE OF THE TENDERER

1. Name of the Company :

2. Type of the tenderer’s firm:

3. Date of incorporation of firm:

4. Nature of main business of the firm:

5. Since when dealing the business of similar Nature work ………….years.

6. Total No of employees on the (who can act as “key personnel”)

7. Name and address and designation of contact

Person, At head office/main office :

Telephone No.

Fax No.

E-mail

SEAL OF THE COMPANY SIGNATURE:

DESIGNATION:

DATE :

Page 31 of 63
SECTION - "D"
SPECIAL INSTRUCTIONS

TO THE TENDERERS

Page 32 of 63
SECTION - "D"

SPECIAL INSTRUCTIONS TO THE TENDERERS.


1. The intending tenderer should visit the site, examine the site details and verify the
technical details given in the tender, collect additional or supplementary data as may be
required and formulate their offer accordingly.

2. Intending tenderers shall have the liberty to obtain Technical clarification relating to the
work and the Tender Document.

2.1 All Tenderers are cautioned that tenders containing any deviation from the
contractual terms and conditions, specifications or other requirements will be
treated as non-responsive and rejected outright.

2.2 Conditional tenders shall be treated as non-responsive and rejected outright.


2.3 Contractors will have to quote for entire work and all items mentioned in the
schedules containing bill of quantities and scope of work. Alternative offer is not
acceptable and such offers will be considered non-responsive and out rightly
rejected.
2.4 Tender offer without Tender fee and EMD as specified in the documents shall be
out right rejected.
3. Contractors should invariably give elaborate and correct information in Schedules
enclosed with this Post qualification Bid. They should also give whatever additional
information in support of their claim for qualifying them as technically competent and
financially sound agency to carry out the work under this contract and for evaluation of
Post qualification Bid and selection of contractors for opening of the Price Bid.

3.1 Post qualification and Technical Bid will be opened physically.

3.2 After opening the Post qualification and Technical Bids, the procedure of Post
qualification will be adopted and Price Bid of only such Post qualified contractors
will be opened.

Page 33 of 63
SECTION - "E"
FINANCIAL AND
TECHNICAL CRITERIA

Page 34 of 63
SECTION - "E"
FINANCIAL AND TECHNICAL CRITERIA
CRITERIA FOR POST QUALIFICATION

1 Tenderers who have submitted the tenders will be evaluated for Post qualification on the
basis of information supplied by them in Performa provided in this volume of the tender
and on the basis of any additional information they may have submitted with the tender.

2 Post qualification will be based on assessing the contractor's ability to carry out the
similar nature work of the projects ( i.e. Providing and supplying CI/DI pipe, DI Flange,
Socket Spigot Bends, Tees, Reducers, Cast iron Detachable Joints ,EPDM Ring etc )
put to tender, and within the stipulated time. the weightage of different criteria is given in
this bid.

3 The factors affecting the contractors Post qualification will be the contractor’s experience
of carrying out similar works, his financial soundness, equipment and personnel
available with him and which he intends to spare for the project put to tender, quality of
works carried out and performance of similar works carried out by him in the past.

4 The contractor should invariably give a brief note on their methodology and work plan
for this tender.. This should include:

a) Plan for deployment of machinery

b) Quantity planning.

c) Details of supply Items

The total tendered cost including prices for all materials/supply items will be firm and
fixed. The prices are firm and fixed. No escalation shall be allowed under any
circumstances. The applicable taxes like GST, income tax, labour cess will be borne by
contractor, JMC will pay extra for GST (18% of sanctioned rate) to contractor.
Contractor has to quote rate in price bid without GST.

5 Tenderers who are partnership firms should attach certified copy of partnership deed.
Tenderers who are limited companies should enclose the certified copies of the
certificate of incorporation, Memorandum and Articles of association and Resolution of
company authorising the person who shall sign and submit the tender documents.

6 No part of this contract or any share or interest therein shall be in any manner or extent
be transferred or assigned or sublet, directly or indirectly to any persons / firms or
organisation what soever.

7 Tenderers shall submit Notarized copy of Affidavit on Rs. 300 Non-Judicial Stamp
paper for not blacklisted anywhere in India in Govt/Semi Govt Sector.

Page 35 of 63
8 JOINT VENTURE
Joint venture shall be Not allowed for qualification.

FINANCIAL PARAMETERS: For post qualification,


a) FINANCIAL CRITERIA:-
An average annual turnover of last seven year should not be less than 40% of tender
cost. .And solvency should not be less than 20% of tender Cost.

Note:-
Enhancement factor will be applicable as per tender protocol of JMC. It will be applicable to
derive average annual turnover and finalize the magnitude of work done in last seven years.

b) EXPERIENCE CRITERIA:-
The bidder should posses following minimum experience,
The agency should have experience one work of supplying similar type materials worth
60% in any Government or Semi-Government department in last seven year as a main
supplier.
OR
Two work of supplying similar type materials worth 40% in any Government or Semi-
Government department in last seven year as a main supplier.
OR
Three work of supplying similar type materials worth 30% in any Government or Semi-
Government department in last seven year as a main supplier.

Note:
1. Work-order will not be considered as experience certificate; bidder shall have to
submit certified completion certificate copy with outward no & date of the concern
department. work completion certificate from the officers not below the rank of
Executive Engineer. or equivalent rank. Data given without such supporting certificate
will not be considered.

2. Enhancement factor will be applicable as per tender protocol of JMC.

Escalation factor as mentioned below shall be used to bring the value turnover and
completed works to the level of financial year 2023-24

Effective cost of executed work at


Turnover / Cost of
Financial Year previous completed financial year’s
Executed work / O & M
price level
2016-2017 G 1.77 x G
2017-2018 F 1.61 x F
2018-2019 E 1.46 x E
2019-2020 D 1.33 x D
2020-2021 C 1.21 x C
2021-2022 B 1.10 x B
2022-2023 A 1.00 x A

c) The Bidder must have available bid capacity note less than the amount put to tender.

Available Bid Capacity-ABC will be finding out by the following method.


ABC is calculated as ABC=2*A*N-B Where,

Page 36 of 63
A = Maximum value of works executed in any one year during the last seven years
(updated to present price level by applying enhancement factor) taking into account the
completed as well as works in progress.

N = Number of years prescribed for completion of the works for which tenders are invited.

B = Value (present price level by applying enhancement factor) of existing commitments


and on-going works to be completed during that next N year (period of completion of the
works for which the tenders are invited.)

• The above details have to be supported by audited balance sheet/annual reports.

TECHNICAL PARAMETERS:
• Data given by the bidder must be supported by the work order and the work completion
certificate from the officers not below the rank of Executive Engineer. Data given without
such supporting certificate will not be considered.

• In the completion certificate completed Similar Nature work must be mentioned by the
bidder, if bidders fail to give this details the completion certificate will not be considered
for Qualification.

• Tenderer must have Experience of similar nature work like Providing and
supplying CI/DI pipe, DI Flange, Socket Spigot Bends, Tees, Reducers, Cast iron
Detachable Joints ,EPDM Ring in Govt/Semi Govt Sector

Note :
1. Experience of supplying private housing societies will not be considered as experience
in any form of civil works.
2. The bidders should state in detail about the contracts where delay has occurred, the
period of delay and the reasons thereof. Details of works under litigation must also be
furnished. Details of works that have been abandoned for reasons whatsoever should
also be furnished.
3. Even though the bidder meets the above qualifying criteria, he shall be disqualified if he
has made misleading or false representation in the forms, statements and
attachments submitted in proof of the qualification requirements and / or record of
poor performance such as abandoning the works, not properly completing the contract,
inordinate delays in completion, litigation history or financial failures etc.
4. The above experience will be taken into consideration only for completed works carried
out for Only Government or semi-Government departments,
5. The evaluation will be done only basis of information submitted with the tender.
6. Fresh details if required will have to be submitted.
7. The bidders are requested to furnish their Technical & Financial details in the prescribed
format given in this bid by the department.

Page 37 of 63
8. All certificates & reports regarding financial & technical capacity & experience shall be
attested by gazetted officer.
9. If required Original Certificate / Balance sheet shall have to be produced by the
Contractor at the time of evaluation of tender.
10. Tenderers shall have minimum “Key Personnel” on their employment roll (“The key
personnel”) shall mean as defined in category of manpower schedule.
11. Any organization or firm interested to quote the tender must have registration of their
firm – organization.
12. Offer of a joint venture will not be considered.
.
.

Page 38 of 63
APPENDIX – A
Statement of Details of Financial parameters

1) Annual turn over for last 7 financial years.

Financial Year 2016-2017 2017-2018 2018-2019 2019-2020 2020-2021 2021-2022 2022-2023 Maximum in
last 7 years

Turn over (Rs. in lakhs)

Copies of the audited balance sheets of last (7) seven years should be enclosed.

Signature of Contractor

Page 39 of 63
Appendix - A1
Statement showing the details of work on hand (on date of tender)

Sr. No. Name of Work Name of Client Date of Award with Cost of work
duration

Signature of Contractor .

Page 40 of 63
APPENDIX : 1

supply items of similar nature work such Di specials , joints, EPDM Ring etc for last seven years
(i.e. year 2016 to 2017, 2017 to2018, 2018 to 2019, 2019 to 2020, 2020 to 2021, 2021 to 2022, 2022 to 2023)

Sr. No. Name of Name of Value of Estimated Cost Duration of Contract Whether project Quantity / Size
Project location & contract in Date of Start Date of under litigation with Qty
address Rs. completion (Yes/No) & reasons
thereof
1 2 3 4 5 6 7 8 9

Brief Description:
1. Type of long joints
2. Type of Short Joints
3. Type of DI specials
4. EPDM Rubber Ring

Signature of Contractor

Page 41 of 63
Section : F

CONDITIONS OF CONTRACT
& TECHNICAL SPECIFICATION

Page 42 of 63
• "CAST IRON DETACHABLE JOINTS WITH EPDM RUBBER
RING CONFIRMING TO RELEVANT INDIAN STANDARDS."

1. STANDARD :
a) CID joints confirming to IS:8794-1988 or its latest revision.
b) EPDM RUBBER RING confirming to IS:5382-1969 and IS:10292(Part -.11) 1982.

2. TENDER PRICE:
The prices are inclusive of all labor, material and machinery cost necessitated to be
utilized for:
a) Proper manufacturing of the cast iron detachable joints.
b) All tests required to be undertaken at manufacturer's premises.
c) Transportation of the joints wither by Rail and/or Road services with all the covers duly
and appropriately insured;
d) Delivery of joints with proper loading, unloading stacking at MUNICIPAL
CORPORATION store as indicated by Engineer-in-charge.
e) Further towards proper discharge of all contractual obligations. The storage of all joints
to be manufactured, supplied and delivered under the scope of contracts shall be in
general be made as described in technical specification attached in this tender
document.

3. MARKING:
The methods of marking all the joints to be delivered under scope of contract
shall ensure that all the information will remain legible even after transportation storage
in open space, etc. In general the legible and indelible marking upon the goods shall
indicate the followings:
i) manufacturer's brand name and/or trade mark.
ii) purchaser's mark as " Jamnagar Municipal Corporation" be inscribed.
iii) Diameter and class of joints.
iv) Any other important matter that the manufacturer deems fit to be inscribed.
ISI certification mark on each joints in case of joints with ISI mark.

4. PACKING AND HANDLING:


4.1. The materials shall always be packed separately and dispatch a from manufacturer's
works with adequate protective measures to prevent damages and deterioration while
in transport or stored at any place.

Page 43 of 63
4.2 When the materials are transported at Railway Risk. Special packing as per IRCA
Rules are absolutely necessary for which the extra cost, if any shall be borne. in total
by supplier only.
4.3 The supplier shall use proper handling instrument /equipment and shall follow to a
suitable method of handling of joints as may be approved by Engineer, while unloading
and stacking material in the stores.

5 MATERIAL AND WORKMANSHIP:


5.1 General requirements of materials and workmanship shall mean any material or article
either raw or finished one required to be used in the manufacturing process of joints.
5.2 All the material shall be new and of high quality.
5.3 In case, if materials is not specified by relevant ISS for manufacturing part or the whole
as item, the supplier shall also produce in addition to manufacturer and shall seek an
approval of Engineer prior to its use in the manufacture.

6. TEST CERTIFICATE:
6.1 The supplier shall always provide manufacturer's test certificate in accordance with
every batch/lot of goods so manufactured and supplied.
6.2 Third party inspection will be carried out by M/s. SGS /RITES LTD/ GUDM impaneled
agency. Inspection certificate issued by authorized person of TPI. All type of The cost
of TPI charges including testing will be borne by contractor JMC will not given any
charge.

• TECHNICAL SPECIFICATIONS FOR C.I.D. JOINTS:


1. All CID joints shall be well machined and suitable for the AC. PRESSURE pipes
manufactured as per the ISS No. 1592/1989 with its latest revision if any. The CID
joints upto 700 mm dia (Short Collar) shall be as per ISS No. 8794/1988 with its latest
revision if any. The materials composition and test criteria shall be as per ISS
8794/1988 OR with its latest revision if any. For long collar joints the material
composition and test criteria shall be as per ISS-8794/1988 or with its latest revision if
any.
2 All CID joints shall withstand the pressure to the particular class of AC. pressure pipes
for which they are use. The materials specification for all' joints shall as per ISS
8794/1988 with its latest revision if any. Bolts of CID joints .shall be of adequate
lengths and full threaded so that while fitting the joints by hand the bolt end shall
project for screwing on the nuts and at the end of the fitted nuts. The nuts and bolts
shall be approved by the inspecting authority.
Each set CID joints shall consist of the following accessories:
Page 44 of 63
a) Joint flanges. 2 Nos.
b) EPDM RUBBER RINGS. 2 Nos.
c) Joint Collar 1 No.
d) M.S. bolts and nuts as per the ISS per CID joint one set of M.S. Bolts (full
threaded) and nuts sufficient in number for one joint:
.
3 TOLERANCE :

Permissible tolerance on standard weight for -


For any ISI mark and Non ISI mark materials / items of this tender shall have
fulfill
their mfg.alloy mix material content, size, thickness, weight etc. must as per the
latest
relevant ISI standard specification.

Item non-ISI ISI mark


+/- +/-
CI Joints 15% 8%

4. LONG COLLAR DIMENSION:


4.1 Thickness at end:
Thickness of long collars at ends shall be kept similar to the thickness of short collars
at ends as per the IS:8794-1988.
4.2 Width of long collars:
Width of long collars shall be as per the IS:8794-1988

• DI Specials and fittings


A) Manufacture, supply and delivery of Ductile Iron Flange Socket spigot bends, tees,
reducers or any other specials as per BS-EN-545 /1995 class-A series K-12 suitable
for use with DI pipes manufactured as per IS 8329/1994 or its latest revision. delivery
of specials is to be made to site of works including all taxes, loading, unloading,
carting, stacking, insurance, inspection charges, Octroi etc. complete with internal
cement mortar lining with EPDM rubber gaskets.
B) Manufacture, supply and delivery of CID joints with Rubber Rings of Standard quality
or any other specials suitable for use with M.S., A.C., DI. and PVC pipes and delivery
of specials is to be made to site of works in Jamnagar including all taxes, loading,
unloading, carting, stacking, insurance, inspection charges, Octroi etc. complete. DI
Specials with all types of diameters suitable of K9 and K7 grade pipes with inner

Page 45 of 63
cement mortal lining. The payment shall be made as per the approved rates
sanctioned by JMC.

• Joints
General
Jointing of DI pipes and fittings shall be done as per IS 12288 and manufacturer’s
recommendations. Rubber sealing rings/gaskets used for jointing shall conform to IS 638,
IS 12820 and IS 5382.

Spigot and Socket joints


These shall have sockets which are integral with the pipe and incorporate an elastomeric
rubber ring gasket conforming to IS 12820. The gaskets/sealant used for joints shall be
suitable for water conveyance. The material of rubber gaskets for use with mechanical
joints and push-on-joints shall conform to IS: 5382.

Flanged Joints
These shall be of 10 bar rating and shall comply with dimensions and drilling details as
specified in IS 8329. These shall have isolation gaskets between the flanges, isolation
sleeves around all bolts and isolation washers under all bolt heads and nuts. The bolts
shall be of mild steel unless otherwise specified. They shall be coated with cal tar epoxy
coating after tightening.

Specials and fittings


All DI specials and fittings shall be manufactured and tested in accordance with IS: 9523
or BS: 4772. All DI fittings shall be supplied with one rubber ring gasket for each socket.
The rubber ring shall conform to IS: 12820 and IS: 5382. Flanged fittings shall be supplied
with one rubber gasket per flange along with the required number of nuts and bolts.

Contractor Sign.
Executive Engineer
Water Works Branch
Jamnagar Municipal Corporation

Page 46 of 63
FOR EPDM RUBBER RINGS

1. The standard defines requirements and test methods for the rings made of
EPDM rubber for joints in pipeline to transport drinking water.

2. STANDARDS :
The rubber ring to be supplied and delivered under the scope of this
tender shall be manufactured in accordance and confirming to IS:5382-
1985 and IS:10292-1982 (Part-I & II) its latest revision/amendment with ISI
certification mark.

3. DIMENSIONS AND VOLUME :


The nominal dimension and the nominal volume of the rubber rings and
the permitted tolerance shall be same as per natural rubber rings.

The stated value shall be such that the joints in which the rubber rings are
used to meet the requirements to make the joints solid water tight.

4. MATERIAL :
EPDM shall be used to produce the rubber ring. The manufacturer shall
specify the blending components used for manufacturing the ring and it
shall be strictly 100% EPDM.

5. REQUIREMENTS :
General Functional Requirement :

The rubber rings shall suit their purpose, the composition, the appearance,
the form and the dimensions shall be such that in view the type of
application a good sealing of the joint under normal operating condition
during the life of the pipe system will be ensured.

6. INFLUEANCE ON POTABLE WATER :


The rubber rings shall not contain nor secrete components under normal,
operating, conditions that can have a negative influence on the quality of
the potable water or can cause damage to the health. When tested, no
taste and/or odour deviations compared with the blank beaker shall be
detected.

7. RESISTANCE TO MICRO BIOLOGICAL ATTACK :


The rubber ring are regarded to be resistant to micro biological attack.

The supplier shall have to give guarantee in writing and if any attack is
visualized or seen on ring within a period of 12 months the supplier shall
have to replace the same without any cost.

8. RESISTANT TO DEVIATING TEMPERATURES :


The rubber rings shall be resistant to normally occurring temperatures the
rings be used in a pipe system in which for longer period of the
temperature of 60C. occur, they shall be resistant to that temperature
Page 47 of 63
9. RESISTANT TO CHEMICALS :
The rubber rings shall be resistant to chemicals that can be found in
potable water and in discharge water in connection that are considered to
be normal.

10. APPEARANCE AND HOMOGENITY :

When inspected, the rubber rings shall not contain foreign components
and be free of internal cracks, air inclusions and porosity which can be
detected with the naked eye. The filling and other additives shall be
distributed homogenously in the rubber. The appearance of the rubber
rings shall be smooth and clean (with exception of marking and split lines)

11. WELDED RINGS :


In a ring made of previously vulcanized material only one weld is
permitted. The weld shall be made with a vulcanization process.

12. PHYSICAL AND MECHANICAL PROPERTIES :


Physical and mechanical properties shall be as per type-3 specified in
table 1 & 2 of IS:5382-1985 or its latest revision/amendments. The
material of entire lot shall be accepted on receipt of satisfactory test.

13. MARKING :
The rubber rings shall be marked in clear and durable way with the
following indications.
The factory name or registered trade mark.
The nominal diameter or dimensions
The year of production.
The used rubber type using the sticker of wording as EPDM
The lot number, month and year of production should be mentioned on the
table of the packed bag duly sealed.

Page 48 of 63
14 TESTING:
The supplier shall always provide manufacturer's test certificate in
accordance with every batch/lot of goods so manufactured and supplied
Third party inspection will be carried out by M/s. SGS /RITES LTD/ GUDM
impaneled agency. Inspection certificate issued by authorized person of
TPI. All type of The cost of TPI charges including testing will be borne by
contractor at Manufacturer site JMC will not given any charge. if required
JMC representative will be present with TPI authorised person.

Seal and Signature Executive Engineer


of Supplier Water Works Branch

Page 49 of 63
Section G
Special term and
condition

Page 50 of 63
JAMNAGAR MUNICIPAL CORPORATION
JUBILEE GARDEN, JAMNAGAR - 361 001
PHONE: 2550231-35, Ext. : 408

WATER WORKS BRANCH


CONDITIONS OF TENDER
1. The party / contractor supplying material should: procure Goods & Service
Tax number without which no tender will be accepted. A certified copy of
GST number should be attached with the tender form.

2. The total tendered cost including prices for all materials/supply items will be
firm and fixed. The prices are firm and fixed. No escalation shall be allowed
under any circumstances. The applicable taxes ,income tax, labour cess etc.
will be borne by contractor, JMC will pay extra for GST (18% of sanctioned
rate) to contractor. Contractor has to quote rate in price bid without GST.

3. Tenders without earnest money will be cancelled at the time of opening the
tender..

4. As per specification shown in tender, the party should specify the make and
the brand. The party desiring to supply the material of the brand should
clearly mention it.

5. It should be presumed that this tender has been filled in accordance with the
current Rules, sub-rules and within the legal provisions of B.P.M.C./GPMC
Act. 1949.

6. No reason will be given for acceptance of any or all tender in case of


undertaking of tender or increase in the volume of more or less demand of
the material irrespective of the demand shown in the tender. The Jamnagar
Municipal Corporation reserves this right of speculation and decision.

7. The rates should be quoted on the online e-tender form itself. The seal and
signature will be within the condition laid down.

8. If any tender is found to have been filled in contravention of the stipulated


condition such as not providing the right brand, quality and make will stand
automatically cancelled.

9. As soon as the party is informed of the approval of tender, he will have to


deposit security money as directed under the stipulated terms within the
approved time limit. At the same time, a legal stamp paper of current cost will

Page 51 of 63
be raised for agreement and record. Expenditure incurred on this account will
be borne by the party, including cost of typing etc.

10. Materials intended for supply an approved with tender form will be subject to
clearance in regard to payment of any kind of taxes, such as levy, excise
duty by party concerned. The Jamnagar Municipal Corporation will not take
upon itself any responsibility in this regard.

11 The Commissioner, Jamnagar Municipal Corporation will in the event of non


delivery of materials within the specified period of time, impose a penalty at
his discretion in accordance with the provision of the B.P.M.C. Act of 1949
including any legal action as per existing rules and regulation applicable for
the loss / damage caused to the Jamnagar Municipal Corporation.

12. If the supply of material is not carried out within the specified period by the
party / contractor then the same material will be purchased to meet the
demand of J.M.C. and the cost thereof will be recovered from the concerned
party / contractor for causing such loss / damage / inconvenience as per the
B.P.M.C. Act of 1949, and such other rules as applicable.

13. Before taking upon the responsibility of delivery of material, the contractor /
party should understand that any loss / theft caused during loading and
unloading of the material will be the sole responsibility of the contractor /
party.
14. The Contractor has to furnish performance Security and security deposit in
the forms and of value specified in the Conditions of Contract of a Sum
equivalent to 10% of the Contract value with 5%+2.5%=7.5% to be paid while
signing the contract & 2.5% to be deducted from the running bills for due
performance of the Contract.

15. Materials for site delivery will have to be entered at the main security gate.
The duplicate bill / challan should be surrendered at the gate. Also the
contractor / party will make sure that the material meant for delivery at site
mentioned will secure, the seal and signature of the site supervisor / officer
as having received the material. This will be the responsibility of contractor /
party. The J.M.C. will not take any responsibility for payment of such bill both
in the case of having failed to make gate entry and securing the seal and
signature of the site supervisor / officer.

16. Materials which have been guaranteed to function for the expected period will
have to be replaced or repaired in the event of premature damage / un
serviceability. The cost of repairs or replacement will not be borne by the
J.M.C.

Page 52 of 63
17. The material subject to acceptability in accordance with the specification,
brand, quality and make by the J.M.C. In case of default, the J.M.C. will not
take any responsibility for any payment.

18. Party / Supplier will attach a certificate of GST number and financial capacity
experience of work in the line to be supported with certified testimonials
along with the tender.
19. Prices quoted by the bidder shall be firm for the entire period of Contract
without any escalation. Prices shall be inclusive of all the taxes and duties
prevailing at the time of tender submission or implemented in future, statutory
variation if any will be on account of Contractor.

20. No change in the conditions, description of items, specification shall be


permitted. If any tender is found with any alteration in terms of condition,
specification will be cancelled.

21. The supplies will be paid according to prevailing rates for the material
supplied as per work order.

22. For payment of supplied material, deposit, quality or anything pertaining to


legal matter arising out of such transaction / dispute the area of legal
jurisdiction shall be Jamnagar City.

23. Vendor shall guarantee supplied material under the order for a period of
Twelve (12) months from the date of Delivery of final lot. Vendor has to
submit 5% amount of bank guarantee/deposit of total cost during guarantee
period.

Executive Engineer
Water Works Branch

Page 53 of 63
SECTION – H
FORM OF BID SECURITY,
CONTRACT AGREEMENT AND
PERFORMANCE SECURITY

Page 54 of 63
Section – "I"
Form of Bid Security (Bank Guarantee)

WHEREAS, _________________________________ [Name of Bidder] (hereinafter called “the


Bidder") has submitted his bid dated _________________ [Date] for the construction of'
______________ [Name of Contract] (hereinafter called "the Bid").

KNOW ALL MEN by these presents that We ________________________________ [Name of


Bank] of ________________________________ [Name of Country] having our registered office at
________________________________ (hereinafter called "the Bank) are bound as principal
obligator unto _____________________________ [Name of Employer] (hereinafter called "the
Employer") and unconditionally and irrevocably guarantee the payment to the sum of
______________________ for which payment well and. truly to be made to the said Employer the
Bank binds himself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this ___ day of _________ 20__ .

THE CONDITIONS of this obligation are:

(1) If the bidder withdraws his Bid during the period of bid validity specified in the Form of Bid:

or

(2) If the Bidder refuses to accept the correction of errors in his Bid;

or

(3) if the Bidder, having been notified of the acceptance of his Bid by the Employer during the
period of Bid validity;

(a) fairs or refuses to execute the Form of Contract Agreement in accordance with the'
Instructions to Bidders, if required; or

(b) fails or refuses to furnish the Performance Security, in accordance with the
Instructions to Bidders;

We undertake to pay to the Employer up to the above amount upon receipt of its first written
demand, without the Employer having to substantiate its demand, provided that in its demand the
Employer will note that the amount claimed by it is due to it owing to the .occurrence of one or all
of the three conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date ________________ days after the

Page 55 of 63
deadline for submission of bids as such deadline is stated in the Instructions to Bidders or as it
may be extended by the Employer, notice of which extension(s) to the Bank is hereby waived. Any
demand in respect of this Guarantee should reach the Bank not later than the above date.

DATE ______________ SIGNATURE OF THE BANK _______________

WITNESS _ SEAL __________________________

___________________________
(Signature, Name, and Address )

Page 56 of 63
FORM OF CONTRACT AGREEMENT

AGREEMENT

THIS AGREEMENT made the _______day of_____________20__________


between ____________________________________________________________
of__________________________________________________________________
______________________(hereinafter called “the Employer”) of the one part
and______________________________________________of _______________
(hereinafter called “the Contractor” of the other part.
WHEREAS the Employer is desirous that certain Works should be executed by the Contractor,
viz., ____________________________________________________
and has accepted a Bid by the Contractor for the execution and completion of such Works and the
remedying of any defects therein at a cost of Rs.__________________________and
__________________________________

NOW THIS AGREEMENT WITNESSETH as follows:


In this Agreement, words and expressions shall have the same meanings as are respectively
assigned to them in the Conditions of Contract hereinafter referred to.
The following documents shall be deemed to form and be read and construed as part of this
Agreement, viz:
a) The Contract Agreement;
b) The Letter of Acceptance;
c) The Employer’s Requirements;
d) The Bid;
e) The Conditions of Contract - Part II;
f) The Conditions of Contract - Part I;
g) The Specifications;
h) The Bid Drawings;
i) The Schedules; and
j) The Contractor’s Proposal
In consideration of the payments to be made by the Employer to the Contractor as hereinafter
mentioned, the Contractor hereby covenants with the Employer to execute and complete the
Works and remedy any defects therein in conformity in all respects with the provisions of the
Contract.
The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Work and the remedying of defects therein the Contract Price or such other sum
as may become payable under the provisions of the Contract at the times and in the manner
prescribed by the Contract.

Page 57 of 63
IN WITNESS whereof the parties hereto have caused this Agreement to be executed the day and
year first before written.
The Common Seal of______________________________________________
_________________________________________________________was hereunto affixed in the
presence of :
___________________________________or__________________________
Signed, sealed, and delivered by the said______________________________
in the presence of:________________________________________________
Binding Signature of Employer______________________________________
Binding Signature of Contractor_____________________________________

Page 58 of 63
FORM OF PERFORMANCE SECURITY (BANK GUARANTEE)
To: ____________________________(name of Employer)
____________________________(address of Employer)
WHEREAS_________________________(name and address of Contractor) (hereinafter
called “the Contractor”) 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 Contractor shall
furnish you with a Bank Guarantee by a recognized 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 Contractor such as Bank Guarantee;
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you as
principal obligator, on behalf of the Contractor, un conditionally and irrevocably guarantee
the payment of an amount to 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
Contractor 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 and the Contractor 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 the date of issue of the performance certificate.

SIGNATURE AND SEAL OF THE GUARANTOR


Name of Bank _______________________
Address _______________________
Date ______________________

Page 59 of 63
ADDITIONAL PERFORMANCE SECURITY
TO,
------------------------------------------------------------------ (Name of Employer)
------------------------------------------------------------------- (Address of Employer)
-------------------------------------------------------------------

WHEREAS ----------------------------------------------------------- (Name and address


of
contractor) (hereafter called “The Contractor”) has undertaken, in pursuance of
Contracts No. ------------------------- dates -------------------------- 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
Contractor shall furnish you with a Bank Guarantee by a recognized bank for the
sum specified therein as security for compliance with his obligation in accordance
with the Contract.

AND WHEREAS we have agreed to give the Contractors such a bank Guarantee:

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible
to you on behalf of the Contractor, up to a total of ---------------------------------
---------
(amount of guarantee)-------------------------------- (in words), such sum being payable in
types and proportions of currencies in which the Contract prices 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
contractorbefore presenting is with the demand

We further agree that no change or addition to or other modification of the terms


of the Contract to of the Works to be performed thereunder or of any of the
Contract documents which may be made between your and the Contractor shall in
any way release us from any liability under this guarantee, and we hereby waive
notice of any such charge, addition or modifications.

This guarantee shall be valid until 28 days from the project completion date.

Signature and Seal of the guarantor -----------------------------

Name of Bank -----------------------------------------------

Address ------------------------------------------------

Date ---------------------------------------------------

Page 60 of 63
Note:- The Declaration submitted earlier to this office will not be considered as
such a fresh declaration shall have to be done as on the milestone dates of this
tender document

( Declaration To be submitted on Non-Judicial Stamp Paper Of Rs. 300/-)


DECLARATION

I/We hereby declare that I/ We am/ are not partner(s) black listed /
Terminated / Debarred or connected with firm black listed in any States,
CPWD/MES/Railways or ant Government, Semi-Government, Autonomous Body or
Private body. Also, no complaint is lodged against the Firm/ Company.
At Present I./We am/ are registered as approved contractor(s), firms in
__________ State , CPWD/MES/Railways .
We , the partners/ owners of this firm, hereby give an undertaking that we
are jointly and severally responsible to meet all the liabilities ever and above the
business of this firm and make good the above financial loss sustained by the
Jamnagar Municipal Corporation as a result of our abandoning the works entrusted
to us.

Date:-

Seal and Signature of the Bidder

Page 61 of 63
એને ર – એ

Page 62 of 63

મનગર મહાનગરપા લકા •
કો ા ટર ડો ુ ે ટ ર ુ કરતી વખતે નીચે
મ ુ બના ડો
જ ુ ે ટ ર ુ કરવાના

રહશે.

૧) ર શનની નકલ •

૨) સોલવંશી સટ%ફ'કટની નકલ•

૩) પાન કાડ* ની નકલ •

૪) પાટ* નરશીપ ડ'ડની નલક (ભાગીદાર' પેઢ' માટ)•

૫) ભાગીદાર' પેઢ' હોય તો સહ' કરનાર3ુ ં પાવર ઓફ એટન6•

૬) ઇ કમટ9 લીયર સ/ર'ટન* સટ%ફ'કટની નકલ •

૭) ઈ.પી.એફ. નંબર3ું ર શનની નકલ (લા=ુ પડ>ું હોય તો) •

૮) @ોફશનલ ટ સ ભયા*ના આધારો •

૯) .એસ.ટ'. ર શનની નકલ •


૧૦) ટ ડર માં માEયા ુ બના તમામ આધારો •

Page 63 of 63

You might also like