0% found this document useful (0 votes)
77 views8 pages

Himachal Pradesh Water IoT Bid

This document is a notice inviting bids for a project in Himachal Pradesh, India. It provides details about: 1) An IoT-based instrumentation project to monitor water quality and quantity in various water supply schemes under the Jal Shakti Circle in Nahan district with an estimated cost of Rs. 1,97,31,610 and a bid security amount of Rs. 2,30,000. 2) Key dates for the bidding process including dates for document downloading, bid submission, opening eligibility criteria, technical bids, and financial bids. 3) Instructions for bidders on obtaining bid documents, requirements, submission process, criteria for evaluation and selecting the successful bidder. Bidd

Uploaded by

mishraanuragipe
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
77 views8 pages

Himachal Pradesh Water IoT Bid

This document is a notice inviting bids for a project in Himachal Pradesh, India. It provides details about: 1) An IoT-based instrumentation project to monitor water quality and quantity in various water supply schemes under the Jal Shakti Circle in Nahan district with an estimated cost of Rs. 1,97,31,610 and a bid security amount of Rs. 2,30,000. 2) Key dates for the bidding process including dates for document downloading, bid submission, opening eligibility criteria, technical bids, and financial bids. 3) Instructions for bidders on obtaining bid documents, requirements, submission process, criteria for evaluation and selecting the successful bidder. Bidd

Uploaded by

mishraanuragipe
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 8

1

PWD-6

GOVERNMENT OF HIMACHAL PRADESH


JAL SHAKTI VIBHAG
NOTICE INVITING BID
NIT No. 15789-869 dated 08/02/2022

 Executive Engineer Jal Shakti Division Nahan, on behalf of Governor of H.P. invites the item rate Contact bids
on “Turn Key” basis from the eligible contactors/firms of Indian Entity through online biding system on or before
at on the site https://hptenders.gov.in. Bidders should be registered with Central Govt. or State Govt. Or
Central/State Govt. Undertakings.
 Providing IoT based instrumentation to monitor quality and quantity of drinking water in various water
supply schemes under Jal Shakti Circle Nahan in District Sirmour HP (Under JJM)

Estimated Cost: - Rs. 1,97,31,610/-


Bid Security Rs. 2,30,000/-only
Cost of Bid document. Rs. 2,500/- only
Time Limit: - 3 Months

Bid shall be inclusive of all items of work as per approved project. The DPR can be seen in the office the
Executive Engineer in the working hours. Before submitting the bid, bidder / firm shall visit the site physically.
I. Bid documents and other instructions can be downloaded or viewed online from the portal
http://hptenders.gov.in, by the Bidders registered on the website which is free of cost.
II. Accordingly, the bidder/firm must make all necessary provision; for required qualified resource personnel, their
time and other costs, and appropriate engineering / technical considerations in resurvey, design, construction,
erection, execution, commissioning process; including necessary documentation and inspections.
III. Competitive Bidding for bidders shall be conducted in accordance with “Two Stage Three Cover” Bidding
Procedure. Eligibility information, Technical Bid and Financial bid should be uploaded online as per
procurement method. The bids shall be submitted online electronically only.
IV. Bid evaluation criteria- Eligible Technically Qualified lowest evaluated bidder (L1) shall be considered as a
successful bidder. However, the acceptance of the proposal shall rest with the Executive Engineer, Jal Shakti
Division Nahan who does not bind itself to accept the lowest proposal, and reserves the right to accept or reject
any or all the proposals received without assigning any reason.
V. As the bids are to be submitted online are required to be encrypted and digitally signed, the bidders are advised
to obtain Digital Signature Certificate (DSC) from suitable vendors or from any authorized agency at the
earliest.
VI. KEY DATES SHALL BE AS UNDER:-
a Date of online Publication 09/02/2022 at 5:00 PM
b Downloading of e-tender documents From 09/02/2022 at 5:00 PM to 25/02/2022 at 09:00 AM

c Date of submission of e tendering From 09/02/2022 at 5:00 PM to 25/02/2022 at 11:00 AM

d Physical submission of earnest money Upto 25/02/2022 at 11:00 AM .


deposit, cost of tender documents.
e Date of opening bids:
Cover-1 Eligibility Criteria On 25/02/2022 at 11.30 AM
Cover-2 Technical Bid On 25/02/2022 at 11.30 AM
Cover-3 Financial Bid Shall be intimated separately

AVAILABILITY OF FORMS:-

3 Tenders are to be submitted only on PWD forms/BOQ as prescribed above and can be downloaded from
https:hptenders.gov.in. As the bids are to be submitted online are required to be encrypted and digitally
signed, the bidders are advised to obtain Digital Signature Certificate (DSC) from suitable venders or from
any authorized agency at the earliest.
4 The documents consisting of the detailed specification, schedule of quantities of various items of work, and
the set of conditions to be complied which can be downloaded or viewed online from the
portalhttp://hptenders.gov.in on the website which is free of cost.
FILLING, SUBMISSION & OPENING OF TENDER DOCUMENTS:-
5 Tenders will be received by the concerned Executive Engineer, of JSV Division up to date shown/given at
1 and opened on the date & time shown at 1 above.
6 Canvassing/compartmentalization are strictly prohibited and the tenders submitted by the contractors who
resort to same shall be liable for rejection.

Contractor Executive Engineer


2

7 The contractor must quote the rates in figures as well as in words. The amount for each item should be
worked out and the requisite totals be given.
8 When a contractor signs a tender in all Indian Language, the total amount tendered in the case of PWD form
No 6 &8 and shall also be written in the same language. In case of illiterate contractors, the rate or the
amount tendered should be attested by a witness. Such tenders shall not be witness by the contractors who
himself/themselves has /have tenders for the same work. Failure to observe this condition would render
tenders of the contractors tendering as well as witnessing the tenders, liable for rejection.
9 Special care should be taken to write the rates in figure as well as in words and the amount in figures only,
in such a way that interpolation is not possible. The total amount should also be written both in figures and
in words. In case of figures, the word ‟Rs‟ should be written before the figure and word ‟P‟ after the
decimal. i.e. Rs. 2.15 P and in case word, the word Rupee should precede and the word „Paise‟ should be
written at the end. Unless the rate is in whole rupees and followed by the word “only”, it should invariably
be up to two decimal places. While quoting the rate in schedule of quantities, the world only should be
written closely following the amount and not in the next line.
10 Any item rate tender containing percentage below/above shall be summarily rejected however when a
tenderer voluntarily offers a rebate for award of work within validity period, this may be considered by the
authority competent to accept the tender.
11 Tender containing doubtful figures shall be rejected.
12 The contractors should read the specification carefully before submitting the tender.
13 If it is found that the tender is not submitted in proper manner or contains too many corrections or absurd
rates or amounts it would be open for Govt. to take suitable action against the tenderer.
14 The acceptance of a tender after opening will rest with the Executive Engineer, who does not bind himself
to accept the lowest tenders and reserve to him the right to reject any or all of the tenders received without
assigning any reason. All the tenders in whom any of the prescribed conditions are not fulfilled or are
incomplete in any respect are liable to be rejected.
15 The contractors should also see all drawings and in case of doubt, should obtain required clarification from
Executive Engineer, which may in any way influence his tender as no claim whatsoever shall be entertained
for any alleged ignorance therefore, once tender has been opened.
16 If on check there are differences between the rate quoted by the contractor in words and in figures or in the
amount worked out by him, the following procedure shall be followed:
a. When there is a difference between the rates in figure and in words, the rates, which correspond to
the amount of an item is not worked out by the contractor, shall be taken are correct.
b. When the amount of an item is not worked out by the contractor or it does not correspond with the
rates written either in figure or in words, then the rate quoted by the contractor in words shall be
taken correct.
c. When the rate quoted by the contractor in figures and in words tally but the amount is not worked
out correctly the rate quoted by the contractor shall be taken as correct and not the amount.
17 It is in the interest of the contractor that he visits the site of work and acquaints himself with conditions
prevalent there before submitting his tender, as no claim whatsoever shall be entertained once tender has
been submitted.
18 Ambiguous / Telegraphic/ Conditional Tender or Tenders by Fax / e-mail shall not be entertained /
considered in any case.
19 In case, opening day is holiday tenders shall be opened on next working day at the same time.

EARNEST MONEY:-
20 Earnest money shown at 1 above must accompany each tender in the shape of National Saving
Certificate/Fixed Deposit Receipts of a Nationalized bank dully pledged in the name of concerned
Executive Engineer. Exemption of bid money shall not be allowed.
21 The tenders of those contractors who do not deposit the Earnest money in the prescribed manner will not be
opened and summarily rejected.
22 In case where a tender was lowest or other than the lowest & whose offer has been accepted, either
withdraws the offer or fails to commence the work on written order of the Executive Engineer, the earnest
money so deposited by the tenderer shall stand forfeited.
23. Earnest Money of L1, L2& L3 shall be retained for a period of 120 days.
PERFORMANCE BOND
24 The contractor whose tender is accepted will be required to furnish performance bond for the fulfillment of
his contract to be submitted at award of work. Performance guarantee should be 5% of contract amount and
should be submitted as bank guarantee, Govt. Securities, FDR within 28 days of receipt of letter of
acceptance.

SECURITY DEPOSIT:
25 The contractors whose tender is accepted will be required to furnish by way of security deposit for the due
fulfillment of his contract, such sum as under:-
(i) For work costing up to 2, 00,000/-@10% of the tendered amount of the work.

Contractor Executive Engineer


3

(ii) For works costing above Rs. 2,00,000 and up to 5,00,000 @ (i)+7.5 % of remaining
amount.
(iii) For work costing above 5 lacs and up to 50 lacs@(ii) +5% of remaining amount.
(iv) For work costing above 50 lacs @ (iii)+ 2.5 % of remaining amount (without any limit)
The security deposit will be collected by deduction from the running bills of the contractor at the
rates mentioned above. However, the security amounting excess of Rs. 2.00 lacs may be submitted in the
shape of national Saving Certificate/Fixed Deposited Receipt in any scheduled Bank or in any Post Office in
HP duly pledged in favor of Executive Engineer JSV Division at Nahan
The earnest money shall however be adjusted against the security deposit.
50% of the security will be returned on completion/handing over of works and remaining security
will be released after the defect liability period is over.

GENERAL CONDITIONS:-
26. INSTRUCTIONS FOR E-TENDERING
 The Contractor should register himself on website https://hptenders.gov.in and obtain user ID, Pass Word
before bidding.
 Entire tender process will be carried out on line through above mentioned website.
 Contractor/ firms are advised to procure e-token/Digital Signature Certificate from suitable venders or from
any authorized agency.
 The tenderer should quote their firm price subject to no escalation what so ever till successful fulfillment of
contract. The financial bid should be inclusive of all Taxes and no extra claim will be entertained.
Central/State/Local taxes Vat and any levy charges should be included in the Financial Body by the
contractor / Firm nothing extra will be claimed.
 The successful bidder shall get himself registered with HP JSV Department before acceptance of the Bid.
They shall have to maintain EPF accounts and bear EPF contribution of its workers/employees.
 Contractor / Firm shall get the working / Payment schedule approved from the competent authority before
taking up the work for execution.
 EPF Shall be paid extra as per actual base and reimbursement shall be made as per bill produced by the
firm.
 The Technical Bid of the Firm shall not be considered for opening if the required documents as per“cover-
1” are not uploaded or not to the satisfaction of tender opening committee. Tender/ Financial Bid shall be
opened only of those contractors who qualify the eligibility criteria as per”Cover-1” Eligibility
information”& Cover-2 “Technical Bid”. Documentary proof in lieu of eligibility should be uploaded on
line.
27. The e-tender documents shall be uploaded online in three (3) covers:-
Cover -1 shall contain scanned copies of “eligibility information”.
Cover- 2 shall contain “Technical Bid”.
Cover -3 shall contain “Financial Bid” on the prescribed form.

Cover-1: shall contain Scanned copies of “eligibility information”. (Scanned Copies to be uploaded)
 The Bid security duly pledged in favor of Executive Engineer, Jal Shakti Division Nahan, shall be
submitted online “as per online payment gateway on www.hptenders.gov.in” or shall be
submitted offline in the shape of CDR or FDR of National bank duly pledged in favour of
“Executive Engineer” Jal Shakti Division, Nahan. Exemption of Earnest Money is not allowed.
 The cost of bid form as shown above submitted online “as per online payment gateway on
www.hptenders.gov.in” or shall be submitted offline in shape of Demand Draft only drawn in favour
of “Executive Engineer” Jal Shakti Division, Nahan Distt. Sirmour, H.P payable at Nahan.
 Copy of Certificate of registration with Jal Shakti Vibhag or any other state/central Govt. Vibhag
or Govt. Undertakings in appropriate class. The successful bidder should get himself registered in
appropriate class with HP Jal Shakti Vibhag before award of work.
 Bidder PAN (Permanent Account No.) and EPF registration (if EPF not registered then the
successful bidder should get registered within one month after acceptance of the bid by the
employer).
 GST registration and latest clearance certificate upto 31/12/2021.
 Latest Income Tax return filed.
 Joint venture is not allowed. The firm shall be free to engage any number of specialists firms for
execution of any component for the timely completion of the project. Undertaking thereof.
 Banker‟s certificate as proof of availability of minimum fund of 30% of estimated cost not more
than 6 months prior to upload to tender paper.
 Work done, Experience Certificates as per NIT Condition eligibility criteria.
 The authorization letter regarding digital Signature Certificate (DSC) of the person authorized by
the registered tenderer to upload the bid be uploaded along with the other documents online.
 A scanned copy of undertaking that I have carefully studied all the terms & Conditions stipulated
in form PWD 6 & 8 as well as special Terms & Conditions appended along with scheduled of

Contractor Executive Engineer


4

quantity before quoting the rates in the BOQ chart and that I have visited the site of work before
quoting the rates.
 A scanned copy of undertaking (as per Chapter IV of Form–6, 8) that I have carefully studied all
the terms and conditions stipulated in the contract document before quoting the rates.
Note:
1. The statements showing the value of existing commitments and on-going works as well as the
stipulated period of completion remaining for each of the works listed should be countersigned by
the Engineer- in-Charge, not below the rank of an Executive Engineer or equivalent. These
statements can also be submitted in the shape of legally valid affidavit if the situation warrants for
certain works.
2. The bidder shall calculate and online submit his Bid Capacity as given in above of Pre - qualification
documents. The financial bids shall be announced in the descending order according to PAC of the
bids due for opening on the scheduled date. The financial offer of the bidder shall not be opened,
whose bid capacity is exhausted or is lower than the probable amount of contract given in the NIT.

Eligibility Criteria:
A Contractor / Firm will be considered pre-qualified for the work if he has:-
a) An average annual financial turnover during last three years ending 31 st March, 2021 of the
year should be at least 30% of the estimated cost i.e. from 2018-19 to 2020-21.
b) Bidder must have Experience of having completed similar work during last Seven years ending
last day of month previous to the one in which applications are invited i.e. from 2015-16 to
2021-22 (Upto 31/12/2021).
Note:-Similar work means:-
A. Manufacture bidders:
i). The bidder must have manufactured and supplied equipment‟s related to type specified in
schedule of quantity in any one of the last five years(prior to the year of bid opening) and
should be in use satisfactorily with no adverse report for at least two years preceding the date
of bid opening.
ii). The bidder should clearly confirm that all the facilities exist in his factory for inspection and
testing and these will be made available to the purchaser or his representative for inspection.
B. Non- Manufacture bidders:
i) In case of a bidder offering to supply goods under the contract that the bidder does not
manufacture or otherwise produce, the bidder must be duly authorized by the manufacture of
the goods.
ii) The bidder must have supplied and commissioned any one of the following items in any of
the last 7 years along-with communication devices instrumentation including sensor data
logging data transmission related to water quality/ Air quality/Wastewater quality/climate
monitoring system/Flow meter/consumer flow meter/Turbidity sensor/Pressure
Sensor/Residual Chlorine Sensor/Air Quality Devices along-with sensor/Real Time river
water quality monitoring system/Automatic Rain guage or Snow guage/Automatic weather
station will be eligible for tendering.

Note:- To demonstrate experience of the similar work as per Eligibility criteria, the
Bidder/Contractor shall submit the certificate of completion or commissioning of project/work
issued by an officer not below the rank of Executive Engineer or equivalent. Copy of Award letters
to corroborate the experience certificate should also be attached.

For computing the cost of the completed work in the base year, the following multiplying factor
will be used for the completed works so as to bring the financial figures to a common base:
Financial Year of work completed Multiplying Factor
One year old 1.07
Two years old 1.140
Three years old 1.210
Four Years old 1.280
Five years old 1.350
Six years old 1.420
Seven years old 1.490

C. Only following agencies/firm will be eligible for participation in the tender: -


I. The bidder who has experience in installation of similar nature of work such as IOT based
instrumentation including sensor data logging data transmission related to water quality/ Air
quality/Wastewater quality/climate monitoring system/Flow meter/consumer flow
meter/Turbidity sensor/Pressure Sensor/Residual Chlorine Sensor/Air Quality Devices along-
with sensor/Real Time river water quality monitoring system/Automatic Rain guage or Snow
guage/Automatic weather station will be eligible for tendering.

Contractor Executive Engineer


5

II. The bidder must have supplied, tested and commissioned IOT base instrumentation sensors
based system schemes with Satellite/GSM/GPRS/ based telemetry to the extent of at least 1
station (comprising of minimum 1 DATA logger and sensor at such station) total in any two
years during a period of at least 7 years from the last date of submission of bid document and
should be in use satisfactorily with no adverse report for at least one year preceding the date
of bid opening.
III. Clarification if any will be taken from the contractors only in respect of error and omissions,
technical aspects.
IV. The representative of the firm should inspect the site himself and make conversant with the
site conditions. Executing Firm shall inspect each of the schemes proposed for IOT before
procurement to ascertain the number and size of flow meters, LORA GATEWAY units,
sensors, Solar units, Signal booster units, and other accessories required as per site condition
keeping in view the geographical/ topographical conditions, availability of power and mobile
network signal in the area including scheme functionality status; • Service delivery – quantity
of water supplied, hours of supply; • Water quality in respect of parameters. Firm shall get
approve the size and quantity of each unit from the concerned executive engineer before
procurement/ placing order for the same as per site inspection of respective scheme.

Cover-2: shall contain “Technical Bid” which will be opened only of those Contractors /Firms whose
documents as per Eligibility Information Cover-1 will be found in order. Technical bid shall
contain:
The Contractor shall submit technical specifications along with planning, make and model of
offered equipment‟s, material /hardware.
Note: Only physical submission of payment of Bid Documents and deposit of earnest money etc. will be
allowed in both options i.e. online and offline. No physical submission of other documents will be
allowed. Any document / information found false / fabricated during scrutiny or later anytime, the bid
is liable to be cancelled immediately. In such case „Bid Security‟ shall be forfeited.

Cover-3: shall contain “Financial Bid” which will be opened at a later date to be notified separately & Financial
Bids shall be opened only of those contractors /Firms whose documents as per Eligibility
Information Cover-1 and Technical Bid, Cover-2 will be found in order.
Cover-3 shall contain only Financial Bid /Offer on departmental schedule of quantity/BOQ where contractor
/firms will quote his /their offer for each item.

 The acceptance of a bid will rest with the Engineer-in-Charge, Jal Shakti Vibhag Himachal Pradesh who does not
bind itself to accept the lowest bid and reserve to himself the authority to reject any or all the bids received
without assigning any reason. All the bids in which any of the prescribed conditions are not fulfilled or are
incomplete in any respect are liable to be rejected.
 All rates shall be quoted on the proper form as per NIT and no special condition shall be uploaded in Cover-3
containing “Financial bid”. The bid is liable to be rejected in such case.
 The acceptance of a bid, the name of the accredited representative(s) of the bidder or who would be responsible
for taking instruction from the Engineer-in-Charge shall be communicated to the Engineer-in-Charge.
 Special care should be taken to enter the rates in figures as well as in words and the amount in figures
 The Governor of H.P. does not bind himself to accept the lowest or any bid and reserves to himself the right of
accepting the whole or any part of the bid and the bidder shall be bound to perform the same at the rate quoted.
 GST or any other tax on material in respect of this contract shall be payable by the bidder and government will
not entertain any claim whatsoever in this respect. The variations shall be paid as per Clause 60 of the PWD
Form 6,8 and GCC & SCC(The bid rates shall be firm and fixed which include all taxes and levies on bid)
 The bidder shall not be permitted to bid for the work in the Jal Shakti Vibhag Himachal Pradesh (responsible for
award and execution of contract) in which his near relative is posted as Divisional Accountant or as an Officer in
any capacity between the grades of Superintending Engineer & Assistant Engineer (both inclusive). He shall also
intimate the name of persons who are working with him in any capacity or are subsequently employed by him and
who are near relative to any gazetted officer in the JSV. Any breach of this condition by the bidder would render
him liable to be removed from the approved list of contractors of this Department.
 The bidder shall give a list of non-Gazetted JSV employees related to him.
 No Engineer of Gazetted rank or other Gazetted officer employed in JSV of the government of H.P. is allowed to
work as bidder for a period of two years of his retirement from Government service, without the permission of the
Government of H.P. This contract is liable to be cancelled if lowest bidder if found at any time relates to a person
who had not obtained the permission of the Government of H.P. as aforesaid before submission of the bid of
engagement in the bidder's service.
 The rates quoted in bid for a work in H.P. shall remain open for acceptance for a period of one hundred and
eighty (120) days from the date of opening of bid.
 If opening day is a holiday or on technical hurdles the tender shall be opened on next working day.
 The bidder shall submit a list of similar works which are in progress or in hand on the Performa as below:

Contractor Executive Engineer


6

Sr. Name & Particulars of Division Amount of Position of Remarks


No where works are being executed. work works in
progress.

28. The site for the work shall be made available as soon as the work is awarded. In case it is not possible for the
department to make the entire site available on the award of work, the contractor /firm shall arrange his working
programme accordingly. No claim whatsoever for not giving the site in full on award of work or for giving the
site gradually in parts will be tenable.
29. On acceptance of the tender, the name of the authorized representative(s) of the contractor who would be
responsible for taking instructions from the Engineer-in-Charge shall be communicated to the Engineer-in-
Charge.
30. The time allowed for completion of the work as shown at 1 (vi) above shall be reckoned from the fifteenth day
of the date of written orders to commence the work, by the Engineer-in-Charge.
31. All statuary deductions such as sales tax/ income tax/ labourcess or any other statuary levies as levied by Govt.
of Himachal Pradesh or Govt of India from time to time shall be payable and deducted from the bills of
contractor at the prescribed rates and govt. will not entertain any claim whatsoever on this account.
32. The contractor shall not be permitted to tender for work in HP JSV Circle responsible for award and execution of
contract in which his near relative is posted as Divisional Accountant or as an officer, in any capacity between
the rank of Superintending Engineer and Assistant engineer (Both inclusive). He shall also intimate the name of
persons who are working with him in any capacity or are subsequently employed by him who is near relative to
any Gazetted officer in HP JSV. Any breach of this condition by the contractor would render him liable to be
removed from the approved list of contractors of this Department. The contractor shall give a list of such officers
posted in JSV Department who are related to him.
33. The contractor shall give a list of Non-Gazetted HP JSV employees related to him. No Engineer of Gazetted rank
or other Gazetted officer employed in engineering/administrative duties in an Engineering Department of the
Govt. of HP is allowed to work as a contractor for a period of two years of his retirement without the previous
permission of the Govt. The contract is liable to be cancelled if either the contractor or any of his employees is
found at any time to be such a person who had not obtained the permission of the Govt. as aforesaid before
submission of the tender or engagement in the contractor‟s service.
34. The contractor shall submit a list of the works which are in hand/in progress on a form as specified as per
condition No. 26 (eligibility Criteria).
35. No subletting of work as a whole by the contractor is permissible.
36. Any enquiry regarding tender can be obtained on e-mail of the divisional officer under e-mail
addresseeiphnahan@gmail.com
37. If the bid of the successful Bidder is seriously unbalanced in relation to Engineer‟s estimate of the cost of work
to be performed under the control, the Engineer-in-Charge may require the Bidder to produce detailed price
analysis for any or all items of the Bill of Quantities to demonstrate the internal consistency of those prices with
the construction methods and schedule proposed. After evaluation of the price analysis, the Engineer-in-Charge
require that the amount of the performance security set forth in relevant clause be increased 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.

38. In addition to above further clarifications are as under:-


(i) The completion period of the project shall be 3 months from the fifteenth day of issue of letter of intent by
the department.
(ii) The cost of all machinery, equipment‟s, materials, water, electricity charges requirement for welding of pipes
etc., for execution and commissioning the project complete in all respect, will be quoted by the firm.
(iii) Mandatory clearance like forest, sanctuary, highway, railway crossings, tunnels and bridge crossing etc.
will be obtained by the department for each site before commencement of the work at that particular site.
(iv) The CPM chart involving all major activities shall be submitted by successful bidder as per NIT.
(v) The bidder shall give energy efficient electrical equipment.
39. Canvassing in connection with bids is strictly prohibited and the bids submitted by the bidders who resort to
canvassing will be liable to rejection.
40. It will be obligatory on the part of the bidder to bid and sign the bid documents for all the components complete
in all respect after the work is awarded.
41. Before bidding the bidder shall inspect the site to fully acquaint himself about the condition in regard to
accessibility of site, nature and extent of ground working condition including stacking of materials of T&P
availability of signal etc. conditions affecting accommodation and movement of labouretc. required for the
satisfactory execution of the work contract. No claim whatsoever on such account shall be entertained by the
Department in any circumstances.
42. On acceptance of the offer, if the bidder fails to commence the work within the stipulated period as per the
Award Letter and the agreement the earnest money deposited with bid will be forfeited and will be absolutely at
the disposal of the H.P. Govt. without any right on the part of the bidder.
43. In case the lowest bidder withdraws the offer or fails to start the work or refuses to carry out the work for which
he has bided and found to be the lowest after its opening within the validity period the earnest money so

Contractor Executive Engineer


7

deposited by the bidder shall stand forfeited and will be absolutely at the disposal of the H.P. Govt. without any
right on the part of the bidder. The offer of the second lowest bidder shall not be considered.

ESSENTIAL AND NON NEGOTIABLE INSTRUCTIONS FOR THE BIDDERS


1. No conditional tender shall be accepted under any circumstances whatsoever
2. The Payments shall be made as per the Schedule of Payments–break up for interim Payments. All the processes,
drawings and designs must be got approved from the Jal Shakti Vibhag. As per the clause 17 of the NIT Form -6.
Bidders shall keep their offer open for acceptance for a period as prescribed in this N.I.T. i.e. 120 days from the
date of opening of financial bid. The validity of the bid can be extended by mutual consent in writing.
3. As a matter of abundant caution, the bidders are advised to carefully read the bid document, and visit the site
before submitting the bid.
4. The bidder shall be fully responsible and accountable to obtain all required permissions from the concerned
departments/authorities. and shall be fully responsible for abiding by all the laws, rules, bye laws and regulations
(for the time being in force in India) relating to water,However JSV will help in arranging the same.
5. The bidders, who are not registered with centralized system of registration in Govt. of HPJal Shakti Vibhag, will
have to get themselves registered therewith, before the drawl of the agreement, if their bid is accepted.
6. The bidder is advised to visit and examine the site of works and its surroundings and obtain by himself on his
own responsibility all information that may be necessary for preparing the BID and entering into Contract. The
cost of any such visits shall be entirely at the bidder‟s own expense.
7. The bidder shall not be responsible for any acquisition of land, which shall be done by the employer.
8. The bidder is expected to examine carefully all instructions, conditions forms, and appendix to bid terms,
specifications, annexure, schedules and specifications, drawings in the bid documents. Failure to comply with the
requirements of bid, submission will be at the Bidder own risk.
9. The Bidder shall be deemed to have inspected and examined the site and its surroundings and to have satisfied
him-self before submitting his bid as to the nature of site conditions having taken into account and information in
connection therewith which may have been provided by or on behalf of Jal Shakti Vibhag. The extent and nature
of work, the mean of communication with and access to the site, the accommodation which may require and in
general shall be deemed to have obtained for himself all necessary information as to the risks, contingencies and
all other circumstances influencing or affecting his bid.
10. The financial offer quoted by the bidder shall be entirely in Indian rupees. All payments to the successful bidder
under the proposed contract shall be made entirely in Indian Rupees.
11. Any prospective bidder may raise his queries and / or seek clarifications in writing before or during the pre-bid
meeting. The purpose of such meeting is to clarify issues and answer questions on any matter that may be raised
at that stage. The employer may, at his option, give such clarifications as are felt necessary.
12. Pursuant to the pre-bid meeting if the Employer deems it necessary to amend the Bid Document, it shall be done
by issuing amendment to the Online NIT.
13. After submission of final offer no modification or withdrawal of bid will be permitted.
14. Amendments to NIT, if any, shall be published on web site only and not in the newspapers.
15. Amendments of Bid Documents
(a) Before the deadline for submission of bids, the employer may amend or modify the bid documents by
publication of the same on the website.
(b) All amendments shall form part of the Bid Document.
(c) The Employer may, at its discretion, extend the last date for submission of bids by publication of the same on
the website.
16. Definitions: In this NIT, the following words shall mean
a. Completion means completion of the work, as certified by the Engineer-in-Charge, in accordance with the
provisions of the agreement.
b. Contract means the Contract between the Employer and the Contractor to execute, complete and perform the
work. The term agreement is synonym of Contract and carries the same meaning wherever used.
c. Contract Data means all the documents and other information which forms part of the Contract or are annexed to
the NIT and contract.
d. Contractor: means a person or legal entity whose bid to carry out the work has been accepted by the Employer.
e. Bidder‟s bid: means the completed bid document submitted by the Bidder to the Employer.
f. Contract amount: means the amount of contract worked out in Indian Rupees Only (INR) on the basis of
accepted bid.
g. Completion of work: means completion of the entire contracted work including trial-run of the whole scheme.
Exhaustion of quantity of any particular item mentioned in the bid document shall not imply completion of work
or any component thereof.
h. Defect: means any part of the work not completed in accordance with the specification included in the contract.
i. Employer: means the party as defined in the Contract Data, who employs the Contractor to carry out the work.
The Employer may delegate any or all functions to a person of body nominated by him for specified function.
The word Employer/ Government/ Department wherever used denote the Employer.
j. Engineer/Engineer in Charge: means the person named in the Contract Data.
k. Equipment: means the Contractor‟s machinery and vehicles brought temporarily to the site for execution of work.
l. Government: means Government of Himachal Pradesh.

Contractor Executive Engineer


8

m. In Writing: means communicated in written form, signed by the authorized signatory, and delivered against
receipt.
n. Material: means all supplies, including consumables, used by the Bidder for incorporation in the work.
o. NIT: means Notice Inviting Tender/Bid
p. Stipulated date of completion: means the date on which the bidder is required to complete the work. The
stipulated date is specified in the Contract Data.
q. Specification: means the specification of the work included in the contract and any modification of addition made
or approved by the Engineer-in-Charge.
r. Tender/Bid, Tenderer/Bidder: are the synonyms and carry the same meaning wherever used.
s. Variation: means any variation in the work as approved by the employer under this contract.
t. Work: means the work by virtue of contract, contracted to be executed, whether temporary or permanent and
whether original, altered, substituted or additional.

Executive Engineer
Jal Shakti Division
Nahan

Contractor Executive Engineer

You might also like