public health engineering department - rajsignature of tenderer & seal nit no. : 14 / 2015-16...

25
Signature of tenderer & seal NIT No. : 14 / 2015-16 DUE DATE :31.12.15 PUBLIC HEALTH ENGINEERING DEPARTMENT TENDER DOCUMENT FOR OPERATION & MAINTENANCE OF REGIONAL WATER SUPPLY SCHEME BAGHERA-HISAMPUR-NASIRDAINCLUDING OPERATION & MAINTENANCE OF PUMP HOUSE & PIPELINES OF SCHEME AND DISTRIBUTION OF WATER IN BENEFITED VILLAGES OF REG. WSS BAGHERA-HISAMPUR-NASIRDA TEHSIL – DEOLI DISTRICT - TONK OFFICE OF THE EXECUTIVE ENGINEER PHED DIV - TONK

Upload: others

Post on 24-Aug-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: PUBLIC HEALTH ENGINEERING DEPARTMENT - Rajsignature of tenderer & seal nit no. : 14 / 2015-16 due date :31.12.15 public health engineering department tender document for operation

Signature of tenderer & seal

NIT No. : 14 / 2015-16

DUE DATE :31.12.15

PUBLIC HEALTH ENGINEERING DEPARTMENT

TENDER DOCUMENT

FOR

OPERATION & MAINTENANCE OF REGIONAL WATER SUPPLY SCHEME BAGHERA-HISAMPUR-NASIRDAINCLUDING OPERATION & MAINTENANCE OF PUMP HOUSE & PIPELINES OF SCHEME AND DISTRIBUTION OF WATER IN BENEFITED VILLAGES OF REG. WSS

BAGHERA-HISAMPUR-NASIRDA

TEHSIL – DEOLI DISTRICT - TONK

OFFICE OF THE EXECUTIVE ENGINEER PHED DIV - TONK

Page 2: PUBLIC HEALTH ENGINEERING DEPARTMENT - Rajsignature of tenderer & seal nit no. : 14 / 2015-16 due date :31.12.15 public health engineering department tender document for operation

Signature of tenderer & seal

Public Health Engineering Department Name of work :- Operation & Maintenance of Regional water supply scheme Baghera-Hisampur-Nasirda including Operation & Maintenance of Pump House of this Scheme and distribution of water in benefited villages.

NIT No. : 14/ 2015-16 Issued to : M/s ...................................................................................... ............................................................................................. .............................................................................................

1. Estimated Cost : Rs. 6.50 Lacs

2. Tender Fee : Rs.500-00

3. Earnest money Rs.13000.00

4.. Last Date and Time of selling of tender

: 29.12.15

5. Last date and Time of receiving of tender

: 31.12.15 ( up to 3.00 p.m.)

6. Date &Time of opening of tender : 31.12.15 (3.30p.m.)

7. Place & address of receiving & opening of tenders

: OFFICE OF THE EXECUTIVE ENGINEER PHED DIV TONK Pin - Tel. No. 01432-248009

8. Validity of the Tender : 40 days from the date of opening of tender.

9. Period of contract : One year from award of contract however it may be extended for next one year

EXECUTIVE ENGINEER

PHED DIV TONK I/WE agree to abide by the rates, conditions etc governing the contract as prescribed by government etc. as informed on the date of receipt of tender.

Page 3: PUBLIC HEALTH ENGINEERING DEPARTMENT - Rajsignature of tenderer & seal nit no. : 14 / 2015-16 due date :31.12.15 public health engineering department tender document for operation

Signature of tenderer & seal

INDEX

S.No. Unit Particulars Page No.

1. Unit - A Main features of the head works, rising main & RWSS

2. Unit - B NIT & Instructions to Tenderers

3. Unit -C-I General rules and direction for the guidance of contractor

4. Unit - C - II Special conditions of contract

5. Unit - D Scope of work

6. Unit - E Price Schedule

7. Unit - F Drawings

Page 4: PUBLIC HEALTH ENGINEERING DEPARTMENT - Rajsignature of tenderer & seal nit no. : 14 / 2015-16 due date :31.12.15 public health engineering department tender document for operation

Signature of tenderer & seal

UNIT - A MAIN FEATURES OF THE HEAD WORKS, RISING MAIN AND RWSS

BRIEF DESCRIPTION OF THE REG. W.S.S. BAGHERA-HISAMPUR- NASIRDA

1. INTRODUCTION

In the sanctioned scheme for the proposals for providing potable water to( 5 village and 6 Dhani) village Raghunathpura ,Hisampura,Nasirda, Manpura, Thanwala and Dhani Gopalpura, RH Alexenderapura , RH colony Titariya-I, RH Colony Thanwala, RH Colony Nasirda (Nayabas), RH Colony Dhani Banjara Hisampur etc.of Deoli Tehsil .2 No. pump house constructed at Bghera filter plant and Gopalpura . Water obtain from Baghera filter plant through 300/250/200 mm AC / CI pipe line up to Gopalpura CWR.

2. DETAILS OF HEAD WORKS, RISING MAIN & REGIONAL WATER SUPPLY

SCHEMES -

From the Bghera filter plant water is being pumped to CWR constructed at Gopalpura of Reg. WSS Baghera-Hisampur-Nasirda by centrifugal pump set installed at Baghera pump house. From Gopalpura pumping station by mono block pump set water pumped in Raghunathpura ,Hisampura,Nasirda, Manpura, Thanwala and Dhani Gopalpura, RH Alexenderapura , RH colony Titariya-I, RH Colony Thanwala, RH Colony Nasirda (Nayabas) RH Colony Dhani Banjara Hisampur etc are tapped from rising main from Baghera to Gopalpura CWR.

Page 5: PUBLIC HEALTH ENGINEERING DEPARTMENT - Rajsignature of tenderer & seal nit no. : 14 / 2015-16 due date :31.12.15 public health engineering department tender document for operation

Signature of tenderer & seal

SUMMARY

Source : Filter plant Baghera Tehsil Kekari -

Pumping Station : Gopalpura and Baghera

Rising mains : 80/125/150/200/250/300 MM dia AC pipe line

from Baghera pump house to Gopalpura CWR

and different enrooted villages of scheme

No. of Villages covered : 5 village & 6 Dhanies

Power supply : Electricity, 33/0.415 KV

Page 6: PUBLIC HEALTH ENGINEERING DEPARTMENT - Rajsignature of tenderer & seal nit no. : 14 / 2015-16 due date :31.12.15 public health engineering department tender document for operation

Signature of tenderer & seal

Table 1.0

Detail of Pipe Lines

Size of Pipe Line Length of Pipe Line (m)

Laid and operational

80mm 16625 100mm 10000 125mm 7000 150mm 5000 200mm 4565 250mm 5250 300 mm 1600

50040

Page 7: PUBLIC HEALTH ENGINEERING DEPARTMENT - Rajsignature of tenderer & seal nit no. : 14 / 2015-16 due date :31.12.15 public health engineering department tender document for operation

Signature of tenderer & seal

Table 2.0

DETAILS OF PUMPING MACHINERY

Mono-block/Submersible Pump Sets

Place of

Installation Pump set Submersible Pump set

Monoblock/couple set No. of

Pump Sets

Remark

HP Make Q (LPS)

H (m)

HP Make Q (LPS)

H (m)

Bagera

pump

house

- - - - 20 - 27.76 32 1+1

Gopalpura

Pump

house

- - - - 7.5

10 7.5

6.67

13.52 7.46

45

35 40

1+1

1+1 1+1

Page 8: PUBLIC HEALTH ENGINEERING DEPARTMENT - Rajsignature of tenderer & seal nit no. : 14 / 2015-16 due date :31.12.15 public health engineering department tender document for operation

Signature of tenderer & seal

Table 3.0 Village Covered & Details of GLR, GLR under RWSS Baghera-Hisampur-

Nasirda S. No.

Name of Village No of GLR/ CWR/SR

Capacity of each of GLR

No. of GLR Remark

1 Raghunath pura GLR 10 KL 1

2 Hisampura GLR 50 KL 1

3 Nasirda SR-2 125 KL each 2

4 Manpura GLR 18 KL 1

5 Thanwala PSP - 1

6 Dhani Alexenderpura

GLR 10 KL 1

7. Dhani Gopalpura

GLR 1 Nos. / CWR - 1

10 KL /

180 KL

1

1

8 RH colony Titariya-I

PSP’s -- --

9 RH Colony Thanwala

GLR 10 KL 1

10 RH Banjara Colony HIsampur

GLR 10 KL 1

11-

RH Colony Nasirda (Nayabas

GLR 10 KL 1

CWR Bagera CWR 200 KL 1

Note: At present total number of benefited villages- 5 /Dhani- 6 total 11 Nos These benefited villages/dhani are required to be daily water supplied. In future other villages are to be commissioned . Contractor is liable to operate and maintain these villages also. The payment shall be made proportionately to the contractor in the ratio of commissioned length of line and/ or length put into breakdown maintenance to total length of line for Fixed cost under item B & C.

Page 9: PUBLIC HEALTH ENGINEERING DEPARTMENT - Rajsignature of tenderer & seal nit no. : 14 / 2015-16 due date :31.12.15 public health engineering department tender document for operation

Signature of tenderer & seal

INDEX

UNIT - B

NIT & INSTRUCTION TO TENDERERS

S.No. Particulars Page No.

1. NIT

2. B - 1 Interpretation of Tender Document

3. B - 2 Earnest Money

4. B - 3 Preparation of Tenders

5. B - 4 Bill of Quantities

6. B - 5 Submission of Tenders

7. B - 6 Withdrawal of Tenders

8. B - 7 Opening, Scrutiny & Evaluation of Tender

9. B - 8 Effect of Tenders

10. B - 9 Award of Contract

11. B - 10 Quotation of Rates in Price Schedule

Page 10: PUBLIC HEALTH ENGINEERING DEPARTMENT - Rajsignature of tenderer & seal nit no. : 14 / 2015-16 due date :31.12.15 public health engineering department tender document for operation

Signature of tenderer & seal

OFFICE OF THE EXECUTIVE ENGINEER, PHED, DIV-TONK

Name of work:- Operation & Maintenance of Regional water supply scheme

Baghera-Hisampur-Nasirda including Operation & Maintenance of Pump House & pipe ines of this Scheme and distribution of water in villages

NOTICE INVITING TENDERS FOR WORKS

1- Tenders are hereby invited on behalf of the Governor of Rajasthan for the work of NIT No.20 /

2012-13 for Operation & Maintenance of Regional water supply scheme Baghera-Hisampur-Nasirda including Operation & Maintenance of Pump House & pipelines of this Scheme and distribution of water in villages from contractors enlisted in appropriate class.

2- Contract document consisting of the detailed plan, complete specifications, the schedule of the quantities of the various classes of work to be done and the set of conditions of the contract to be complied with by the persons whose tender may be accepted, which will also be found printed in the form of tenders can be seen at the office of EXECUTIVE ENGINEER PHED, DIV TONK & Superintending Engineer, PHED, Bisalpur Ajmer every day except on Sundays and public holidays, during the office hours.

3- Tenders, which should always be placed in sealed cover with the name of the work written on the envelop will be received by the EXECUTIVE ENGINEER PHED, DIV-TONK up to 3.00 PM on dated 10.9.2012 and will be opened by him in his office at 3.30 P.M. on 10.9.2012 in the presence of such contractors or their authorized representatives, as are present.

4- Tenders are to be submitted on a prescribed form, which can be obtained from the office of the EXECUTIVE ENGINEER PHED DIV-TONK, on payment of Rs. 400/- in cash.. The sale of tenders will be closed at 6.00 P.M. on dated 7.9.2012. Before submitting tenders it should be ensured that all the tender papers including conditions of the contract are signed by the tenderer. Eligibility to get tender forms shall be with reference to the amount mentioned in the NIT.

5- The period of contact is 1 years for the work of O & M of pipeline and Pump House after 10 days from the date of written order to commence the work.

6- Earnest money, amounting to Rs.14000/- must accompany each tender and each tender is to be in a sealed cover super scribed "Tender for the work of NIT No.20/2012-13 for Operation & Maintenance of Regional water supply scheme Baghera-Hisampur-Nasirda including Operation & Maintenance of Pump House & pipelines of these Schemes and distribution of water in villages” and addressed to the EXECUTIVE ENGINEER PHED DIV TONK. Earnest money, in cash or Bankers Cheque in the name of officer inviting tender or Demand Draft of Nationalized/ scheduled banks should be deposited with the cashier or authorized clerk and his receipt, should be attached with tenders. Enlisted contractors shall be required to deposit 0.5% of estimated cost of work as Earnest money while tendering within their enlistment zone. For outside their zone, 2% earnest money shall be required to be deposited.

7- The Security deposit @10% of the gross amount of the running will shall be deducted from each running bill and shall be refunded as per rules on completion of the contract as per terms and conditions. However, the amount of security deposit deducted from running bill shall not be converted into any mode of securities like bank guarantee, FDR etc. The earnest money deposited shall however adjusted while deducting security deposit from first running bill of the contractor. There will be no maximum limit of security deposit.

However, a contractor may elect to deposit full amount of 10% Security deposit in the shape of bank guarantee or any acceptable form of security before or at the time of executing of agreement. In that case earnest money may be refunded only after deposition of full 10% as above. However , in case during execution cost of works exceeds as shown at the time of depositing 10% as above, balance security deposit shall be deducted from the Running Account Bills.

8- The acceptance of the tender will rest with the competent authority who does not bind itself to accept the lowest tender, and reserves to itself the authority to reject and or all of the tenders received without assigning any reason.

Page 11: PUBLIC HEALTH ENGINEERING DEPARTMENT - Rajsignature of tenderer & seal nit no. : 14 / 2015-16 due date :31.12.15 public health engineering department tender document for operation

Signature of tenderer & seal

9- Tender forms, as issued from the office mentioned above Para & must be returned with all enclosures to the office of the Executive Engineer, PHED,DN Tonk on the date of receipt of tenders.

10- No refund tender fees is claimable for tenders not accepted of forms returned or for tenders not submitted.

11- The tenders for work shall remain open for acceptance for the 30 days from the date of opening of potential assessment bid/ post qualification bid/ pre-qualification bid, where 2 envelopment system is followed otherwise from the date of opening of financial bid. If any tenderer withdraws his tender prior to expiry of said validity period or mutually extended period or makes modifications in the rates, terms and conditions of the tender within the said period, which are not acceptable to the department or fails to commence the work in the specified period/ fails to execute the agreement the department shall, without prejudice to any other right of remedy, be at liberty to forfeit the amount of earnest money given in any form absolutely. If any contractor, who having submitted a tender does not execute the agreement or start the work or does not complete the work and the work has to be put to retendering, he shall stand debarred from participation in such retendering in addition to forfeiture of Earnest Money/Security deposit and other actions under agreement.

12- All tenders, in which any of the prescribed conditions are not fulfilled or which have been vitiated by errors in calculations, totalling or other discrepancies or which contain over-writing in figures or words or corrections not initialled and dated, will be liable to rejection.

13- Enlisted contractors, will be required to pay Earnest money @ 1/2% of estimated cost of work put to tender in case of work for which they are authorized to tender under rules for enlistment of contractors, but the amount to the extent of full Earnest money shall be liable to be forfeited in the event of circumstances explained in clause 11 above. Degree / Diploma holder Engineers may pay Earnest money equal to one half of the normal rates, subject to the provision of Rules for enlistment of contractors.

14- The tender should be accompanied with sales tax clearance certificates from concerned department authorities, without which the tenders may not be entertained.

15- The whole work may be split up between two or more contractors on accepted in part and not in entirety if considered expedient.

Executive Engineer,

PHED, DIV TONK

(For and on behalf of the Governor of Rajasthan)

Page 12: PUBLIC HEALTH ENGINEERING DEPARTMENT - Rajsignature of tenderer & seal nit no. : 14 / 2015-16 due date :31.12.15 public health engineering department tender document for operation

Signature of tenderer & seal

UNIT - B

INSTRUCTION TO TENDERERS

B-1. INTERPRETATION OF TENDER DOCUMENT :

Any clarification with regard to interpretation or of ambiguities discovered or pointed out after the issue of the tender document but prior to the receipt to tenders, as to the meaning, conditions or instruction contained in any of the issued documents, shall be valid only when such a clarification, is made by the Executive Engineer, DIV TONK through written instruments signed by him. Any such written clarification or amendment shall be distributed to such intending tenderer who (or his authorized representative) shall acknowledge receipt there of by signing and returning to the issuing office. Addenda and circular letter thus issued (if any) shall form part and partial of the relevant tender documents.

If the stipulations in the various conditions in tender documents be found to be at variance in any respect, one will over ride others (but only to the extent these are at a variance) in the order precedence as given below i.e. any particular item in the list will take precedence over all those placed lower down there to in the list :-

i) NIT & Instruction to tenderers (Unit 'B')

ii) Scope of work (Unit 'D')

iii) Special conditions of contract (Unit C-II)

iv) General rules & directions for the guidance of the contractors RPWA-101 (Unit C-I).

B-2 EARNEST MONY (BID GUARANTEE)

B-2.1 A participating tenderer will have to deposit earnest money in cash, DD or banker cheque

Only

B-2.2 The earnest money would be returned to the unsuccessful tenderer after taking taking.

decision about the award of contract. If the validity period is not extended by tenderer

the earnest money can be returned after expiry of the validity period of the tender. No

interest shall be paid for this amount

B-2.3 in the event if the successful tenderer fail to accept the contract and execute the

agreement within validity period after receiving notice of award of contract the earnest.

money submitted will be forfeited

B-3. PREPARATION OF TENDERS :

B-3.1 The tenderers are required to carefully study all the tender documents and prepare the tender to comply with the provisions thereof. Submission of a tender shall be taken as an evidence and confirmation that the tenderer has acknowledged all the provisions of the Tender Documents and has fully acquainted him with site conditions and all

Page 13: PUBLIC HEALTH ENGINEERING DEPARTMENT - Rajsignature of tenderer & seal nit no. : 14 / 2015-16 due date :31.12.15 public health engineering department tender document for operation

Signature of tenderer & seal

factors which may influence the tender. Error in observing instructions in preparing his tender shall be at his own risk and shall not be a ground for securing relief from any discrepancies contained in his tender.

All expenses incurred for site inspection and all activities related to it shall be borne by the tenderer himself.

B-3.2 Tender for the works shall be submitted in the form provided in the tender documents and that be completed in accordance with the requirements of the documents. The tender shall be prepared in indelible ink and legibly written. Overwriting should not be done. Corrections should be avoided but if indispensable the portion to be corrected should be scared through under the signature of the tenderer and written afresh.

The contractor should quote his rates only in one language i.e. either in Hindi or in English. Rates should be quoted in figures as well as in words. In case a contractor has quoted rates in both the languages and rates so quoted differ, then the lower of the two shall be treated as the rate quoted by the contractor.

B-3.3 The Tenderer is to sign at all places indicated in the tender documents and where required the signature is to be dully witnessed. The person signing on behalf on the Tenderer must have legal authority to do so, and the evidence to his effect must be attached with the tender documents. In addition to above, the Tenderer has to sign (or put its initials on Tenderers stamp or seal) on every page of the Tender documents including Addenda and circular letters (if any) that may have been issued in terms of the provisions of clause 1.1 hereof.

B-4. BILL OF QUANTITIES:

The bills of quantities are enclosed with the tender document. The lowest offer shall be one whose sum total cost of all the items is the least.

B-5. SUBMISSION OF TENDER:

B-5.1 Tenders are to be submitted in sealed envelope and shall consist of the following duly completed and signed by the Tenderer.

(a) Tender documents duly completed and signed by the tenderer.

(b) Addenda and circular letters (if any) issued by the tender inviting authority signed by the tenderer.

(c) Bill of quantities with the rates offered by the tenderer, duly signed.

Tender will not be considered unless the above information is provided or if the information is considered unsatisfactory.

B-5.2 Tender shall be received by the Executive Engineer, PHED, DIV-TONK. The sealed envelopes, completed shall be addressed to the tender receiving authority (as aforesaid) and delivered by hand under proper acknowledgment, within the stipulated date & time. Tenders received after the expiry of the stipulated date and time shall not be considered.

Page 14: PUBLIC HEALTH ENGINEERING DEPARTMENT - Rajsignature of tenderer & seal nit no. : 14 / 2015-16 due date :31.12.15 public health engineering department tender document for operation

Signature of tenderer & seal

B-6. WITHDRAWAL OF TENDER:

If any tenderer withdraws his tender prior to expiry of said validity period or mutually extended period or makes modifications in the rates, terms and conditions of the tender within the said period, which are not acceptable to the department or fails to commence the work in the specified period/ fails to execute the agreement the department shall, without prejudice to any other right of remedy, be at liberty to forfeit the amount of earnest money given in any form absolutely.

B-7. OPENING SCRUTINY & EVALUATION OF TENDER:

B-7.1 The tenders received within the stipulated time shall be opened immediately by the tender receiving authority in the presence of such of the Tenderers or their authorized representative as may be present on the occasion. Tenderers in their own interest are advised to be present or be represented at the time of opening of tenders.

B-7.2 Contents of the individual tenders shall first be examined at the time of opening of tenders in a general way as to their conformity and agreement with the tendering requirements. The name of Tenderer and the rates and particulars quoted by him shall be recorded by the authority opening the tenders.

B-7.3 Notwithstanding the general examination carried out earlier, the tender receiving authority reserves the right of rejection of any tender which may found to be defective during the scrutiny.

B-8. EFFECT OF TENDER:

The submission of any tender connected with invitation to Tender and instruction of Tenderers shall constitute an agreement that the Tenderer and all have no cause of action or claim against the Department or its officers, employees, successors or assignees for rejection of its tender.

B-9. AWARD OF CONTRACT:

Notification of award will be made in writing to the successful tenderer. The contract will be awarded to the best qualified and responsible tenderer in conformance with the specifications.

B-10. QUOTATION OF RATES IN PRICE SCHEDULE:

B-10.1 Lump sum rate shall have to be quoted for one month operation & maintenance of the head works & Regional water Supply Schemes for supply water to the required service level as detailed in Price-schedule in three parts viz A,B & C. The rates are to be quoted only for labour component of the works as specified in the scope of work.

B-10.2 Rates for removal of leakages/ bursts shall be included in Break down maintenance cost in Part ‘C”, no separate payment will be made on this account.

B-10.3 The complete work as defined in the tender document includes maintenance, operation, periodical overhauling of pump sets/equipments etc and all associated units of water supply scheme. Any associated work which has not been mentioned here in the tender document but

Page 15: PUBLIC HEALTH ENGINEERING DEPARTMENT - Rajsignature of tenderer & seal nit no. : 14 / 2015-16 due date :31.12.15 public health engineering department tender document for operation

Signature of tenderer & seal

required or anticipated to be done by the tenderer, he should include cost of such work in his offer. The offered rate shall be deemed as inclusive of all such works and items.

B-10.4 The work shall initially be awarded for a period of one year which may further be extended by

mutual consent for subsequent one year.

Executive Engineer PHED DIV- TONK

Page 16: PUBLIC HEALTH ENGINEERING DEPARTMENT - Rajsignature of tenderer & seal nit no. : 14 / 2015-16 due date :31.12.15 public health engineering department tender document for operation

Signature of tenderer & seal

INDEX

UNIT - C -II

SPECIAL CONDITIONS OF CONTRACT

S.No. Particulars Page No.

1. Handing over & Taking over the Scheme

2. Information & Records

3. Maintenance of Pumping sets & Switch Gears

4. Rewinding of Motors

5. Maintenance of Pipe Lines & Specials

6. Maintenance of Distribution System

7. Material for Maintenance

8. Staff for Operation & Maintenance

9. Theft & loss of fixed Assets etc.

10. Safety Precaution

11. Compensation for Damage/ Loss

12. General Maintenance and Cleaning of headworks

13. Payment Terms

14. Failure of Contractor

Page 17: PUBLIC HEALTH ENGINEERING DEPARTMENT - Rajsignature of tenderer & seal nit no. : 14 / 2015-16 due date :31.12.15 public health engineering department tender document for operation

Signature of tenderer & seal

UNIT C - II

SPECIAL CONDITIONS

1. HANDING OVER & TAKING OVER THE SCHEME.

The department shall hand over the complete scheme along with all ancillary units in working condition to the contractor. The contractor shall hand over the entire scheme and appurtenances in working condition on completion of contract.

2. INFORMATION & RECORDS :

Contractor shall have to maintain following records. However the performa for the up keeping of records shall be provided by the department. All records shall be kept in good position, binded or as required & as instructed by the Engineer-in-Charge.

i) Pumping Log books at Head Works:

One log book for pumping sets running at head works for recording voltage, ampere of each connected pump set, pressure of each pipe line etc shall have to be entered on hourly basis. The time of running & close of pump sets shall be marked in the log book. All entries shall be marked clearly. All other information regarding operation of pump sets, operation of valves for taking water in GLR etc shall be marked in the log books.

ii) Information regarding water supply in villages

a) Log book for each village

One log book for each village shall have to be maintained by the contractor. The Log book shall contain the information regarding water supply duly verified by Sarpanch / Ward Member/ Patwari/ Teacher/ Retired Government Servant/ Any other public Representative/ Other such authorized person.. The log book shall be available every time with the incumbent of the contractor. This log book shall be verified on monthly basis by the Engineer-in-Charge or his representative.

b) Distribution Register

A separate register at head works shall have to be maintained showing daily pumping hours & distribution of water in each Regional Scheme. However separate register shall have to be maintained for keeping village wise water distribution information.

c) Material Consumption Records

Contractor shall have to maintain the stock register for receipt, consumption & balance of the material. Contractor shall have to maintain a performa showing the work done & material consumed. This performa shall be numbered & material consumption shall be verified by the representative of Engineer-in-Charge after completion of the maintenance work & respective entries shall be made in stock register. Contractor should be very particular about receipt & consumption of material. The contractor shall provide statement of receipt, consumption & MAS account. The stock register shall be verified before submitting the RA bill.

v) Complaint Register :

Page 18: PUBLIC HEALTH ENGINEERING DEPARTMENT - Rajsignature of tenderer & seal nit no. : 14 / 2015-16 due date :31.12.15 public health engineering department tender document for operation

Signature of tenderer & seal

The contractor shall maintain a complaint register at head works. It should be easily available at pump house, so that any person from the public or any public representative can register his complaint about water supply in the villages. Compliance of the complaint shall have to be recorded with date and time.

vi) Inspection Register :

The contractor shall maintain an inspection register at head works. Contractor should produce the register whenever departmental authority visit the head works. Compliance of any instructions given by inspecting authority shall have to be done immediately & remark for the compliance with date & time shall have to be recorded.

3. MAINTENANCE OF SWITCH GEARS, VALVES etc

The contractor shall carryout both preventive & breakdown maintenance of the switch gear, valves etc. The contractor shall be responsible for safety of switchgears, he shall repair it at his own cost within reasonable time period.

Preventive maintenance shall have to be done as directed by Engineer-in-Charge. Break down maintenance shall have to be carried out immediately & not later than 24 Hrs. Maintenance of suction, delivery header, valves etc installed in the pump house shall be done by the contractor.

All material & spares required for preventive as well as for breakdown maintenance shall arranged by contractor at his own cost. No extra payment shall be admissible to the contractor on account of preventive & break down or other type of maintenance.

4. REPAIRS AND REWINDING OF PUMPING MACHINERY :

The contractor shall carryout both preventive & breakdown maintenance of the pump sets.

Repair and rewinding of pump sets shall be carried out by contractor at his own cost within 7

days time from date of burning of motor or stopping of pump, including transportation,

loading, unloading, dismantling and re-fixing of pump sets. No extra payment shall be made to

the contractor on this account.

5. MAINTENANCE OF PIPE LINES & SPECIALS :

The contractor shall have to do both preventive & breakdown maintenance of pipe lines of all sizes & types of material. The contractor shall be responsible for patrolling of pipe lines, identifying leakage/ burst, repairing of leakage/ burst, identifying any type of choking in pipe line, removing the chocking (by deploying required labour, T & P etc at earliest possible), transportation of material for the same from the store located at Kekri/ Borada to site of work. Contractor shall make his own arrangement for dewatering of pipe line, means of conveyance for labour etc. Contractor shall be responsible for repair & maintenance of all air valve, sluice valves, scour valves & non-return valves, other specials & appurtenances fixed in pipe line. The contractor shall be responsible for general repair & maintenance of all types of pipes AC of 200mm, 150mm to 80mm dia, & CI/DI of 200mm to 80mm dia. Repair of pipelines shall be completed in reasonable time period as directed by Engineer in Charge.

Page 19: PUBLIC HEALTH ENGINEERING DEPARTMENT - Rajsignature of tenderer & seal nit no. : 14 / 2015-16 due date :31.12.15 public health engineering department tender document for operation

Signature of tenderer & seal

6. MAINTENANCE OF DISTRIBUTION SYSTEM :

Contractor shall be responsible for maintenance of distribution system in each village. He shall operate the control valves for filling of GLR's/SR’s if required. Contractor shall be responsible for watch & ward of GLR, CWT, PSP & CI/ GI or other fittings of GLR, PSP & CWT. He shall repair any leakage found in distribution system. He shall be responsible for daily water supply as per standard norms i.e. full capacity of GLR's/ SR’s in every village. He shall be also responsible for chlorination, if required. Bleaching powder for chlorination will be provided by the department.

7. MATERIAL FOR MAINTENANCE:

All material required for maintenance of pipeline only shall be arranged by department except consumables like glands, grease etc which will be arranged by contractor at his own cost. Also all T& P required for operation and maintenance shall be arranged by contractor.

The contractor has to maintain hygienic condition around GLR, PSP & CWT for which he shall make arrangement to drain out the waste water at somewhat distance, or as directed by Engineer-in-Charge.

8. STAFF FOR OPERATION & MAINTENANCE:

The contractor shall employ sufficient number of staff, for the operation and maintenance of the scheme, only such persons who are skilled & experienced in their trades including electrician & fitter and the Engineer-in-Charges shall be at liberty to object to and ask the contractor to remove from the site any person employed by the contractor for the operation & maintenance of the work, who in the opinion of the Engineer-in-Charge misconduct or is incompetent or negligent, shall not be again employed upon work without permission of the Engineer-in-Charge.

9. THEFT & LOSS OF FIXED ASSETS ETC:

The cost of material like pump sets, switchgears, valves, pipe line appurtenance, etc. if theft or damaged, replaced, lost or not used properly shall be recovered from the contractor.

10. SAFETY PRECAUTION:

Necessary safety of equipments/ accessories shall be provided by the contractor to his employees to carryout the work of operation of electric pump sets etc.

Adequate safety precautions against accident during carrying out the work of operation & maintenance shall be strictly followed by the contractor at his own cost. Necessary medical first aid kit should be available at head works at all time.

Department shall not be responsible for any accident caused due to non compliance of safety precautions whatever it may be.

11. COMPENSATIONS FOR DAMAGE/ LOSS:

In the event of any damage/ loss of life and property during operation & maintenance of scheme, the contractor shall be solely responsible and liable for loss/ damage & compensation thereof. The department shall not be responsible for any such loss/ damage of life & property & shall not pay anything against the same.

Page 20: PUBLIC HEALTH ENGINEERING DEPARTMENT - Rajsignature of tenderer & seal nit no. : 14 / 2015-16 due date :31.12.15 public health engineering department tender document for operation

Signature of tenderer & seal

12. GENERAL MAINTENANCE AND CLEANING OF HEADWORK’S

Contractor shall make arrangement for sweeping & cleaning of pump houses regularly.

13. PAYMENT TERMS :

Common conditions -

a) The operation & maintenance cost be payable on monthly basis after completion of a month's period on presentation of the bill by the firm.

b) All statutory deductions of security deposit, Income tax, Sales tax etc shall be made from all running account bills & final bill as per prevalent departmental rules. The amount against security deposit shall be refunded after 6 month of completion of the contract.

c) In case of non supply of water in a village, except non-availability of electricity & force-majeure conditions, Rs. 500/- per village per day shall be deducted from the RA bills of contractor.

d) No extra payment for loading, unloading and transportation of material and T&P shall be payable to contractor.

In case of unsatisfactory performance by the contractor in operation and maintenance, liquidated damages @ 0.25% of contract value per week of unsatisfactory performance, subject to maximum of 10% of contract value shall be levied as compensation. Regarding such compensation the decision of department shall be final & binding upon the contractor. This compensation shall be over and above the other penalty charges.

14. FAILURE OF CONTRACTOR

In the event of failure of the contractor or strike by the O&M staff the department shall be empowered to operate and maintain the water supply at the sole risk and cost of the contractor.

15 CLEANING OF CWR & GLR’s

Cleaning of CWR & GLR’s would be carried out at the interval of 6 month OR as per direction given by engineer in charge. . Arrangement of labour, pumping set with fuel for dewatering would be done by contractor on own cost. No payment shall be made for this regard. All the dust, silt and other undesirable element would be cleaned from the floor and all the internal surface would be washed with bleaching powder and water (high dose mix).

Cleaning work may be done in presence of health officer (if necessary). It is responsibility of the contractor to maintain contact with health officer with this regard. It is necessary to obtain certificates for the cleaning of CWR &GLR’s from the ward panch/ sarpanch/Teacher/ authorised parsons of their respective zone. it is responsibility of the contractor to develop hygienic condition around the GLR’s by means of making appropriate drainage arrangement

Executive Engineer PHED DIV-TONK

Page 21: PUBLIC HEALTH ENGINEERING DEPARTMENT - Rajsignature of tenderer & seal nit no. : 14 / 2015-16 due date :31.12.15 public health engineering department tender document for operation

Signature of tenderer & seal

UNIT - D

SCOPE OF WORK

i) Operation of pumping sets etc at pump house, round the clock according to availability of electricity, requirement of water & as per direction of Engineer-in-Charge.

ii) Preventive, Periodical & break down maintenance of mono-blocks/submersible pump set, switch gear, suction & delivery pipes, valves etc at headworks.

iii) Rewinding of motors of mono-blocks/submersible pump sets as per special terms & condition.

iv) Patrolling of pipe lines as described in Table No.1, identifying leakages in various pipe lines, repairing of all type of leakages & bursts in PVC, CI & AC pipe lines of sizes varying from 200mm to 63mm, including dewatering, transportation of material from store/ site etc, identifying choking in pipe lines, and removing choking of pipe lines.

v) Preventive & repair maintenance of all special of pipe lines & valves like air valves, scour valves, sluice valves, non-return valves etc.

vi) Operation of all control valves of rising main, distribution main, pump house, GLR, OHSR and GLR, removing of leakage, repair & replacement of any control valve, as required.

vii) Preventive & repair maintenance of all CI/GI fittings, valves etc of OHSR, GLR, , CWT & PSP.

viii) Cleaning of all assets, brooming & cleaning of pump house.

ix) All suitable safety measures against the properties handed over to the contractor at the time of award of contract.

x) All T&P shall be arranged by contractor himself for all type of operation & maintenance work.

xi) Following records shall be maintained by the contractor & produced periodically by the contractor for effective monitoring of the system.

a) Log book at pump house for operation of pumping sets.

b) Register at headworks showing water distribution in each village.

c) Material consumption records.

d) Complaint Register

e) Inspection Register

f) Log book for each village showing position of water supply, work carried out & material consumed in repair & maintenance work, consumption of bleaching powder, cleaning of GLR, OHSR etc.

g) Other records as directed by Engineer-in-Charge.

xii) General maintenance of PSP, CWT, control valves etc.

xiii) Liasoning with villagers, public representatives, Jaipur Vidhyut Vitran Nigam Limited & other concerning agencies.

xiv) Contractor shall be liable for carrying out any such work, not included here in but required for satisfying public complaints, avoid disruption of water supply & loss of water etc as per direction of Engineer-in-Charge. However he will not extend the distribution pipe line, increase the PSP/CWT and will not provide any water connection from rising main or

Page 22: PUBLIC HEALTH ENGINEERING DEPARTMENT - Rajsignature of tenderer & seal nit no. : 14 / 2015-16 due date :31.12.15 public health engineering department tender document for operation

Signature of tenderer & seal

distribution main without written permission of Engineer-in-Charge. He will have to keep strict supervision regarding pilferages of water & illegal water connections, extension of pipe line, PSP & CWTs.

xv) The contractor will return all types of used/ unserviceable material to the JEN/AEN in charge, immediately after repair and maintenance.

xvi) General watch and ward of every property of department like OHSR, GLR, GLR, CWT, PSP, other civil works, pipe line, special etc.

xvii) Dewatering of pump house so as to make dry condition in pump house. Pump set for dewatering in pump house will be provided if available, otherwise contractor has to arrange the same at his own cost.

Total numbers of benefited villages are 5 Nos and 6 dhani is benefited. These benefited villages and dhani are required to be daily water supplied. In future remaining villages are to be commissioned. Contractor is liable to operate and maintain these villages also. However at present breakdown maintenance of all pipe line is to be done by original contractor of laying up to defect liability period. In future remaining villages are to be commissioned. Contractor is liable to operate and maintain these villages also. The payment shall be made proportionately to the contractor in the ratio of commissioned length of line and/ or length put into breakdown maintenance to total length of line for Fixed cost under item B & C.

Executive Engineer PHED DIV-TONK

Page 23: PUBLIC HEALTH ENGINEERING DEPARTMENT - Rajsignature of tenderer & seal nit no. : 14 / 2015-16 due date :31.12.15 public health engineering department tender document for operation

Signature of tenderer & seal

UNIT - E

G - SCHEDULE Name of Work :- Operation & Maintenance of Regional water supply scheme

Baghera-Hisampur-Nasirdaincluding Operation & Maintenance of Pump House

& pipelines of the Scheme and distribution of water in villages.

S.N. Particulars Qty. Rate Unit Amount

1. FIXED COST

A) Operation and maintenance of

Pumping machinery installed at

Bagheara and Gopalpura pump houses

by round the clock, preventive,

Periodical and breakdown

maintenance of pumping set, stators,

panel board, switch gears etc., for

regional water supply scheme

Baghera-Hisampur-Nasirda

12months

Rs……..

Per month

Rs……..

2. B) Operation and preventive

maintenance of all valves in villages,

in pipelines and GLR’s as detailed in

UNIT - A of regional water supply

scheme Baghera-Hisampur- Nasirda

and proper distribution of water in all

villages as per requirement.

12months

Rs……..

Per month

Rs……..

C) All type of break down maintenance

of all PVC/DI/AC/CI pipe lines, valves,

specials of regional water supply schemes

Baghera- Hisampur- Nasirda. Payment of

Removal of leakages/Illegal connection,

pipe line burst of PVC/AC/DI/CI pipeline

shall not be paid separately. Cost of all

Page 24: PUBLIC HEALTH ENGINEERING DEPARTMENT - Rajsignature of tenderer & seal nit no. : 14 / 2015-16 due date :31.12.15 public health engineering department tender document for operation

Signature of tenderer & seal

work shall be included in fixed cost. 50.04 km

Rs……..

per km per

month

Rs……..

Note: At present total number of benefited villages/Dhani are 11 Nos. This

benefited villages/dhanis are required to be daily water supply. In future other

villages are to be commissioned. Contractor is liable to operate and maintain

these villages also. The payment shall be made proportionately to the contractor

in the ratio of commissioned length of line and/ or length put into breakdown

maintenance to total length of line for Fixed cost under item B & C.

Executive Engineer PHED DIV-TONK

I/ We hereby agree to execute the job on quoted rates in accordance with

provisions of the tender documents.

Signature of Tenderer

Executive Engineer PHED DIV-TONK

Page 25: PUBLIC HEALTH ENGINEERING DEPARTMENT - Rajsignature of tenderer & seal nit no. : 14 / 2015-16 due date :31.12.15 public health engineering department tender document for operation

Signature of tenderer & seal

Periodical Check list equipments/other structure

S.No.

Particulars of equipment

Locations Type of preventive maintenance

Time interval when required

1. 415V control panel.

Bgheara and Gopalpura pump houses

a. Voltage Checking Continuous watch and recording at one hour interval.

b. Preventive maintenance, checking of contractors, wiring etc

Fortnightly checking.

2. Pump set Bgheara and Gopalpura pump houses

a. Vibration, temperature of bearing by visual inspection

Daily.

b. Greasing, gland packing

Weekly

3 Sluice Valves, NRV

Rising & Distribution pipelines

a. Stopping Leakage from valve tightening of nut bolt.

Daily

b. Gland checking & tightening.

Fortnightly

4 PSP Distribution pipelines

a. overall checking & removing defects.

Weekly or whenever found defect.

5 CWT Distribution pipelines

b. overall checking & removing defects.

Weekly or whenever found defect.

6 SERVICE RESERVOIR,CWR & GLR

VILLAGES a. Cleaning of reservoir.

Six monthly.

EXECUTIVE ENGINEER PHED,DIV-TONK.