01.02.2015 Views

e-TE DER OTICE O. TE-710/2012-13 - Irrigation Department,Uttar ...

e-TE DER OTICE O. TE-710/2012-13 - Irrigation Department,Uttar ...

e-TE DER OTICE O. TE-710/2012-13 - Irrigation Department,Uttar ...

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

BIDDIG DOCUMET<br />

FOR<br />

MAUFACTURE AD SUPPLY OF<br />

TWO WAY PVC OUTLET VALVE I VARIOUS<br />

TUBEWELL DIVISIOS OF IRRIGATIO DEPARTMET,<br />

UTTAR PRADESH<br />

BID REFERENCE : <strong>TE</strong>-<strong>710</strong>/<strong>2012</strong>-<strong>13</strong><br />

LAST DA<strong>TE</strong> AND TIME FOR : 24.09.<strong>2012</strong> UP TO 14.00 HOURS<br />

SUBMISSION OF e-BIDS<br />

DA<strong>TE</strong> AND TIME OF OPENING : 24.09.<strong>2012</strong> AT 16.00 HOURS<br />

OF e-BIDS<br />

PLACE FOR OPENING OF e-BIDS :<br />

OFFICE OF THE SUPERIN<strong>TE</strong>NDING ENGINEER<br />

Central Equipment & Stores Procurement<br />

Circle-II, Ganga Sinchai Bhawan, Telibagh,<br />

LUCKNOW-226025<br />

ADDRESS FOR COMMUICATIO : SUPERIN<strong>TE</strong>NDING ENGINEER<br />

Central Equipment & Stores Procurement<br />

Circle-II, Ganga Sinchai Bhawan, Telibagh,<br />

LUCKNOW-226025 Ph.no 0522 2442475<br />

E-Mail Address: se_cespoc2_lko@idup.gov.in<br />

BID SECURITY : Rs. 1.37Lacs.<br />

This Document Contains Pages - 57<br />

It will be responsibility of the bidders to check U.P.Government e-procurement<br />

website http://etender.up.nic.in for any amendment through corrigendum in the<br />

tender document. In case of any amendment, bidders shall incorporate the<br />

amendments in their bid accordingly.<br />

Tender Document Fee : Rs.300.00+<br />

VAT @ <strong>13</strong>.5%


2<br />

Index<br />

1. E-Tender otice 03<br />

2. Invitation for Bids 04-05<br />

3. Section I - Instruction to Bidders 06-16<br />

(A) The Bidding Document 06-07<br />

(B) Preparation of Bids 07-<strong>13</strong><br />

(C) Bid Opening and Evaluation of Bid <strong>13</strong>-15<br />

(D) Award of Contract 15-16<br />

4. Section II- Conditions of Contract 17-38<br />

II (A) General Conditions of Contract (GCC) 17-27<br />

II (B) Special Conditions of Contract(SCC) 28-38<br />

5. Section III - Technical Bid 39-51<br />

III (A) Technical Specifications 39-42<br />

III (B) Technical Conditions including 43-46<br />

Qualification Requirements<br />

III (C) Bid Form 47<br />

III (D) Supply Order Statement/Annexure-A1 48<br />

III (E) Performance Certificate Statement/Annexure-A2 49<br />

III (F) Check List/Annexure ’Q’ 50<br />

III (G) Validity Commitment/ Annexure ‘VC’ 51<br />

6. Section IV - Financial Bid 52-53<br />

IV (A) Price Schedule/BOQ/ Schedule ‘A’ 52<br />

IV (B) Form of Agreement 53<br />

7. Section V - Forms of Bank Guarantee for 54-57<br />

Earnest Money and Performance Security<br />

V (A) BG Form for EMD 54-55<br />

V (B) BG Form for Performance Security 56-57


3<br />

Office of The Superintending Engineer<br />

Central Equipment & Stores Procurement Circle-II,<br />

Ganga Sinchai Bhawan, Telibagh,<br />

LUCKOW-226025<br />

IVITATIO FOR BIDS<br />

e-<strong>TE</strong><strong>DER</strong> <strong>OTICE</strong> O. <strong>TE</strong>-<strong>710</strong>/<strong>2012</strong>-<strong>13</strong><br />

Online e-bids on prescribed bid forms in three parts namely (i) Earnest Money Bid (ii) Technical bid (iii) Price bid are<br />

invited simultaneously by the undersigned on behalf of the Governor of <strong>Uttar</strong> Pradesh only from ISO: 9001-2000 certified<br />

Original Manufacturers registered with Director of Industries of the State / N.S.I.C./ D.G.S.& D./ Ministry of Industries.<br />

Government of India as original manufacturers for various type PVC Pipe fittings & PVC Outlet Valve under FIRM & FIXED<br />

PRICE up to 14.00 Hours on 24.09.<strong>2012</strong> and shall be opened at 16.00 Hours on the same prescribed day as stated below but<br />

part ‘C’ i.e. price bid shall be opened later on a specified date i.e. <strong>13</strong>.10.<strong>2012</strong> at 15.00 Hours which shall also be intimated to<br />

the bidding firms after completing technical evaluation. In case the date of opening of bids is declared a holiday then the e-bids<br />

shall be opened on the next working day at the same time. The details for submission of bids are available in the bid document<br />

uploaded on the e-procurement website- http://etender.up.nic.in. The bidder are required to submit one No. Sample of Two<br />

Way PVC Outlet Valve duly manufactured as per <strong>Department</strong>al Technical Specifications at Unit-7, CESPO-II, I.D.U.P.,<br />

Lucknow in the presence of departmental representative on 22.09.<strong>2012</strong> Noon during working hours failing which their offer<br />

shall be treated as non responsive. The undersigned reserves the right to cancel any or all the e-bids/ annul the bidding process<br />

without assigning any reason. The bidders are required to be registered with U.P. Electronic Corporation, Ashok Marg,<br />

Lucknow by depositing Rs. 6000.00 (Rs. Six Thousand only) as fees for participation in the e-Tendering. Those Bidders who<br />

are not registered with Director of Industries of the State/ N.S.I.C./ D.G.S. & D. for participation in bid for bidding item are<br />

required to submit Bid Security(EMD) in amount as stated below which should be pledged in favor of the Superintending<br />

Engineer, CESPO-II, I.D.U.P., Lucknow. But bidders who are intended to seek exemption from submitting bid security (EMD).<br />

Should submit relevant Industries Registration Certificate issued by competent authority with request letter for exemption as<br />

well as the bid document fee through Demand Draft/ Bankers Cheque payable in favor of the Executive Engineer, Inventory<br />

Control Division, Lucknow as stated below, prior to the schedule date & time of opening of bid, failing which bid shall not be<br />

considered/ opened. The quantity mentioned herein under is tentative and subject to change as per actual requirement at the<br />

time of deciding purchase, ordered material shall be delivered through out U.P. at consignee’s stores as per dispatch<br />

instructions. No deviation/ alteration in the technical specifications/ conditions stipulated in the tender documents shall be<br />

allowed.<br />

(a)<br />

Two-Way PVC Outlet Valve suitable for 160mm. diameter<br />

PVC Pipe line as per Drawing & Technical Specifications<br />

stipulated in Tender Document.<br />

10000 os.<br />

(b) Date & time for Availability of the bid document on website. 24.08.<strong>2012</strong> From 17.00Hours onwards<br />

(c) Period for Bid submission along with Bid Document Fee, Bid 25.08.<strong>2012</strong> From 10.00 Hr to 24.09.<strong>2012</strong> up to<br />

Security/ Industries Registration Certificate for exemption from<br />

EMD and other supporting documents in PDF/XLS format.<br />

14.00 Hours<br />

(d) Online opening date & time of Part “A” i.e. Earnest Money Bid. 24.09.<strong>2012</strong> at 16.00 Hours<br />

(e) Online opening date & time of Part “B” i.e. Technical Bid. 29.09.<strong>2012</strong> at 16.00 Hours<br />

(f) Online opening date & time of Part “C” i.e. Price Bid. <strong>13</strong>.10.<strong>2012</strong> at 15.00 Hours<br />

(g) Venue of opening of bid. Office of The Superintending Engineer, Central<br />

Equipment & Stores Procurement Circle-II, Ganga<br />

Sinchai Bhawan, Telibagh, Lucknow(U.P.)-<br />

226025.Ph.No. 0522 2442475<br />

(h) Bid document fee. Rs. 300.00 (Rupees Three Hundred only)+ VAT<br />

@ <strong>13</strong>.5%<br />

(i) Bid Security (Earnest Money Deposit). Rs. 1.37Lacs (Rupees One Lacs Thirty Seven<br />

Thousand only)<br />

Superintending Engineer<br />

Central Equipment & Stores Procurement Circle-II,<br />

<strong>Irrigation</strong> <strong>Department</strong>, U.P., Lucknow.


4<br />

IVITATIO FOR BIDS<br />

This invitation for bids is for Manufacturer & supply of Two-Way PVC Outlet Valve & its<br />

supply for Construction of Tube well in <strong>Irrigation</strong> <strong>Department</strong>, U.P.<br />

1. Bidders are advised to study the Bid Document carefully. Submission of bids against the tender<br />

notice shall be deemed to have been done after careful study and examination of the procedures,<br />

terms and conditions stipulated in the Bid Documents with full understanding of its implications.<br />

2. The bids prepared in accordance with the procedures enumerated in ITB of Section-1 should be<br />

submitted through uploading on e-procurement website http://etender.up.nic.in.<br />

3. The bid document is available at e-procurement website http://etender.up.nic.in. Interested bidders<br />

may view, download the bidding document, seek clarification and submit their bid online up to the<br />

date & time mention in the table below:<br />

(a) Date of publication of tender notice On U.P. Govt. website www.upgov.nic.in<br />

and in various editions of leading<br />

newspaper published after 24.08.<strong>2012</strong><br />

onwards.<br />

(b) Availability of the bid document on e- 24.08.<strong>2012</strong> From 17.00 Hours onwards<br />

(c)<br />

procurement website.<br />

Period for Bid submission along with submission<br />

of bid document fee, EMD and other supporting<br />

documents in PDF/XLS format.<br />

(d) Online opening date & time of Part “A” i.e.<br />

Earnest Money Bid.<br />

(e) Online opening date & time of Part “B” i.e.<br />

Technical Bid.<br />

(f) Online opening date & time of Part “C” i.e.<br />

Price Bid.<br />

(g) Venue for opening of bid.<br />

(h) Bid document fee.<br />

25.08.<strong>2012</strong> From 10.00 Hour to<br />

24.09.<strong>2012</strong> up-to 14.00 Hour<br />

24.09.<strong>2012</strong> at 16.00 Hours<br />

29.09.<strong>2012</strong> at 16.00 Hours<br />

<strong>13</strong>.10.<strong>2012</strong> at 15.00 Hours<br />

Office of The Superintending Engineer,<br />

Central Equipment & Stores Procurement<br />

Circle-II, Ganga Sinchai Bhawan, Telibagh,<br />

Lucknow(U.P.)-226025.<br />

Rs. 300.00 (Rupees Three Hundred only)<br />

+ VAT @ <strong>13</strong>.5%<br />

(i) Bid Security(Earnest Money Deposit) Rs. 1.37Lacs (Rupees One Lacs Thirty<br />

Seven Thousand only)<br />

4. The bidders are required to submit the cost of bidding document as stated above through demand<br />

draft/ Banker’s cheque payable in favor of the Executive Engineer, Inventory Control Division,<br />

Lucknow by post/courier, prior to the scheduled date & time of opening of bid, failing which bid<br />

shall not be considered/opened.<br />

5. All bids must be accompanied by a Bid Security (EMD) in the form of Bank Guarantee in<br />

prescribed proforma annexed in section-V(A) or FDR/TDR of scheduled Bank which shall be duly<br />

pledged in favor of Superintending Engineer, Central Equipment & Stores Procurement Circle-II,<br />

<strong>Irrigation</strong> <strong>Department</strong>, U.P., Lucknow or Registration Certificate for Exemption from Depositing<br />

EMD with request letter for exemption. The scanned copy of the bid document fee Bid Security/<br />

Registration Certificate for Exemption with request letter of power of attorney must be up loaded<br />

electronically along with the bids and the original copy of bid document fee, bid<br />

security/registration certificate for exemption Power of Attorney made in the name of individual


5<br />

whom signed bid document digitally through DSC & Validity Commitment in prescribed format<br />

stipulated as annexure in ITB of Section III(G) on non judicial stamp paper of Rs. 100.00 each<br />

should be furnished to the purchaser’s office at Lucknow before opening of Part “A” of submitted<br />

bid, failing which the bid shall not be considered/ opened.<br />

6. The bids shall be electronically opened in the presence of bidder’s representatives, who choose to<br />

attend, at the venue, date and time mentioned above.<br />

7. The Purchaser reserves the right to cancel any or all the bids/annul the bidding process without<br />

assigning any reason thereof.<br />

8. In the event of date specified for bids opening, being declared a holiday then the bids shall be<br />

opened on the next working date at scheduled time.<br />

9. All the required documents shall be submitted/ uploaded by the bidder electronically in the PDF<br />

format. However, the Financial Bid should be submitted in the XLS format, The required<br />

electronic documents for each document label of Part ‘A’ Earnest Money (Bid Document Fee, Bid<br />

Security or Registration Certificate for Exemption with request letter Power of Attorney &<br />

Validity Commitment), Part ‘B’ Technical (Complete Technical offer, Bid Form, Form of<br />

Agreement, Industries Registration, ISO Certificate, Check List and Document pertaining to<br />

Qualifying & Technical Conditions such as Trade Tax clearance Certificate undertaking for<br />

CANVAT, Technical Literature, Technical/ Financial Capabilities, Testing facilities, List of Plant<br />

& Machinery Installed Quality Assurance system, BIS License, Type Test Report, Guarantee of<br />

Workmanship and material, Detail of supplies made to Govt. Deptt. & Performance Certificate in<br />

respect of supplies referred) and Part ‘C’ financial (Price Schedule/BOQ) schedules/packets can be<br />

clubbed together to make single file for each different label. Each of the files can be zipped<br />

through ``Winzip’’ utility so that the size of the files is reduced for faster online<br />

submission/uploading.<br />

10. Exemption from depositing the earnest money shall be admissible to the firm registered as Small<br />

Scale Unit for participation in store purchase programme with Director of Industries, U.P. or<br />

National Small Scale Industries Corporation as per clause 12.8 of I.T.B. & the bidder is required to<br />

furnish the scanned copy of such valid registration with request for exemption in Part-‘A’ of their<br />

offer to avail the exemption.<br />

11. Quantity as mentioned in e-Tender Notice is tentative and liable to change as per terms and<br />

conditions of Bid Documents.<br />

12. No deviation from the Technical specification & Technical Conditions shall be acceptable in<br />

Technical part-‘B’ of Bid.<br />

<strong>13</strong>. The bidders are required to submit one no. tender sample of Two Way PVC outlet Valve duly<br />

manufactured as per departmental technical specifications at Unit-7, Central Equipment & Stores<br />

Procurement Circle-II, <strong>Irrigation</strong> <strong>Department</strong>, U.P., Lucknow in the presences of departmental<br />

representative on 1.04.2011 to 2.04.2011 during working hours, soiling which their offer shall be<br />

treated as non responsive.<br />

Superintending Engineer<br />

Central Equipment & Stores Procurement Circle-II,<br />

<strong>Irrigation</strong> <strong>Department</strong>, U.P., Lucknow


6<br />

SECTIO I : ISTRUCTIOS TO BID<strong>DER</strong> (ITB)<br />

(A) THE BIDDIG DOCUMETS<br />

1. Cost of Bidding:<br />

a) The Bidder shall bear all cost associated with the preparation and submission of their bid<br />

and Superintending Engineer, Central Equipment & Stores Procurement Circle-II,<br />

<strong>Irrigation</strong> <strong>Department</strong>, U.P., Lucknow hereinafter referred to as “the purchaser”, will in no<br />

case be held responsible or liable for these costs, regardless of the conduct or outcome of<br />

the bidding process.<br />

b) This bid document is available on the website http://etender.up.nic.in to enable the<br />

bidders to view, download the bidding document and submit their bids online up to the last<br />

date and time mentioned in e-tender notice/ tender document against this tender. The<br />

bidders shall have to pay bid document fee of Rs.300.00 (Rupees Three Hundred Only) +<br />

VAT @ <strong>13</strong>.5% non refundable through Demand Draft or Banker’s Cheque payable in<br />

favor of The Executive Engineer, Inventory Control Division, <strong>Irrigation</strong> <strong>Department</strong>,<br />

Lucknow. The original Demand Draft or Banker’s Cheque should be received in the office<br />

of Superintending Engineer, Central Equipment & Stores Procurement Circle-II, <strong>Irrigation</strong><br />

<strong>Department</strong>, U.P., Lucknow before opening the Part “A” of bid.<br />

2. Contents of Bidding Documents:<br />

2.1 The bidding procedures and contract terms & conditions are prescribed in the bidding<br />

documents, which include as mentioned herein under:-<br />

(a) Invitation for Bids<br />

(b) Section I : Instruction to Bidders(ITB);<br />

(c) Section II (A) : General Conditions of Contract(GCC);<br />

(d) Section II (B) : Special Conditions of Contract(SCC)<br />

(e) Section III(A) : Technical Specifications; (TS)<br />

(f) Section III(B) : Technical Conditions; (TC)<br />

(g) Section III(C) : Bid Form<br />

(h) Section III(D) : Supply Order Statement ‘A1’<br />

(i) Section III(E) : Performance Certificate Statement ‘A2’<br />

(j) Section III(F) : Check List<br />

(k) Section III(G) : Form of Agreement for Validity Commitment Annexure-"VC"<br />

(l) Section IV(A) : Schedule of Prices & Quantities/ BOQ Schedule "A"<br />

(m) Section IV(B) : Form of Agreement<br />

(n) Section V(A) : BG Forms for EMD Annexure : EM<br />

(o) Section V(B) : BG Form for Performance Security Annexure: PS<br />

2.2 The Bidder is expected to examine all instructions, forms, terms & conditions and also<br />

technical specifications stipulated in the bidding documents. Failure to furnish all<br />

informations required as per stipulation of the bidding documents or submission of bid not<br />

commensurating to the requirement of the bidding documents in every respect may result in<br />

rejection of the bid.<br />

3. Clarification of Bidding Documents:<br />

A prospective Bidder requiring any clarification of the bidding documents may seek of<br />

clarification through Bid Management window after successfully logging to the<br />

e-procurement website http://etender.up.nic.in. The bidder may seek clarification by<br />

posting query in the relevant window after clicking “Seek Clarification” option in the view<br />

tender details window, which can be selected through tender option of bid submission<br />

menu. The clarification, if any will be replied back by the purchaser through the e-<br />

procurement website which can be read by the bidders through the “Clarification” option


7<br />

under Bid Submission menu. The purchaser may also respond to clarifications sought by<br />

the prospective bidders on purchaser’s e-mail address se_cespoc2@idup.gov.in or through<br />

Post.<br />

4. Amendment of Bidding Documents:<br />

4.1 At any time prior to the deadline for submission of bid, the Purchaser may, for any reason,<br />

whether at its own initiative or in response to a clarification requested by a perspective<br />

bidder, modify the bidding document by amendments. Such amendments shall be<br />

posted/uploaded on the e-procurement website http://etender.up.nic.in. through<br />

corrigendum and shall form an integral part of bid document. The relevant clauses of the<br />

bid document shall be treated as amended accordingly.<br />

4.2 It shall be the sole responsibility of the prospective bidders to check the web site<br />

http://etender.up.nic.in regularly during bidding process for subsequent amendments, if<br />

any in the bid document, failing which the purchaser shall not be liable for any<br />

responsibility.<br />

4.3 The purchaser, at his discretion, may extend the deadline for the submission of bids, which<br />

shall be posted/up-loaded on the e-procurement website http://etender.up.nic.in.<br />

(B) PREPARATIO OF BIDS<br />

5. Language of Bid:<br />

5.1 The bid prepared by the Bidder, as well as correspondence and document relating to the bid<br />

exchanged by the bidder and the purchaser shall be made in Hindi or English language. The<br />

correspondence and document in Hindi must be accompanied by embedded/separate Hindi<br />

Font files. Only English numerals shall be used in the bid.<br />

6. Document Constituting the Bid:<br />

The Bid prepared by the Bidder shall comprise the following parts:<br />

(a) Part “A” Earnest Money will comprise with bid security (EMD) or Registration<br />

Certificate for exemption from depositing EMD with request for exemption, as<br />

applicable furnished in accordance with ITB Clause 12 and pursuant to clause 2.0<br />

of the special conditions of contract mentioned hereinafter with Bid Document Fee<br />

as per ITB Clause 1.0(b) & mentioned in para-4 of Invitation for bids as well as<br />

Power of Attorney in the name of individual whom signed bid document digitally<br />

through DSC & Validity Commitment pursuant to clause 2.00 & 4.00 respectively<br />

of the Technical Conditions of Contract in PDF Format.<br />

(b)<br />

Part “B” Technical will comprise with:<br />

(i) Qualification Details: Copies of required documents as per ITB Clause 10 and 11<br />

& mentioned in para 9 of invitation for bid and pursuant to clause 5.0, 6.0, 7.0, 8.0,<br />

22.00 & 23.00 of the Technical Conditions of Contract for assessment of financial,<br />

technical and production capability of the bidders in order to perform the contract<br />

successfully and that the bidder conform to the technical conditions of the bidding<br />

documents and Technical Specifications, so as to ensure the correct supply of<br />

material.<br />

(ii) Technical Conditions Details: Includes copy of documents as per Section-III(B)<br />

Technical Conditions of tender document i.e. Testing Facilities, List of Plant<br />

installed, Check List, Quality Assurance System followed at manufacturer’s Works,<br />

BIS License & Guarantee of Workmanship and material pursuant to clause 9.00,<br />

11.00, 12.00, 21.00 & 24.00 of the Technical Conditions of contract in PDF format.


(c)<br />

8<br />

(iii)Bid Form- Copy of filled in Bid form as per Section-III(C), in PDF format in token<br />

of complying with all the conditions of the contract and technical Specifications of<br />

the bidding Document, as no deviation shall be acceptable.<br />

(iv) Check List- Copy of filled in check list in PDF format as per Section-III (F).<br />

(v) Form of Agreement- Includes copy of filled in Form of Agreement as per Section-<br />

IV(B), in PDF format in token of complying with all financial conditions of<br />

contract.<br />

Part “C” Financial will comprise with:<br />

(i) Price Schedule/BOQ- Includes Schedule of Prices & Quantities-“A”-section-IV(A)<br />

in XLS format to be filled in, after downloading from the e-procurement website of<br />

the tender under reference.<br />

7. Form of Agreement:<br />

The Bidder shall complete the Form of Agreement and Price Schedule/BOQ furnished in<br />

the bidding document, including the materials to be supplied, their quantities and prices in<br />

the format given in the bidding document.<br />

8. Bid Price:<br />

8.1 The Bidder shall quote separately in the downloaded spread sheet file for Price<br />

Schedule/BOQ unit price along with basic price, excise duty, Central Sales Tax/VAT and<br />

other charges for Two-Way PVC Outlet Valve along with total bid price.<br />

8.1 Total Bid price for Two-Way PVC Outlet Valve indicated in the price Schedule/ BOQ as<br />

mentioned in para 8.1 above, shall include all expenses in regards to the supply in the<br />

store/destination of various Tubewell Divisions of <strong>Irrigation</strong> <strong>Department</strong>, U.P.<br />

(i) The Price of material (ex-works) as per clause 3.00 & 8.00 of the SCC.<br />

(ii) Excise duty and applicable taxes like CST/ VAT & other statutory applicable taxes<br />

as per Clause 4.00 & 5.00 of SCC.<br />

(iii) The price of inland transportation, insurance and other local expenses for final<br />

delivery in the stores/ at destination station as per Clause 6.00 of SCC.<br />

(iv) The Price of other incidental services listed in Clause 7.00 of the SCC.<br />

9. Bid Currencies:<br />

Prices shall be quoted in Indian Rupees only.<br />

10. Documents Establishing Bidder’s Qualification:<br />

10.1 Pursuant to ITB Clause 6, the bidder shall furnish, its Technical Bid, incorporating<br />

document establishing the bidder’s qualification to perform the contract, in the event of the<br />

bid being accepted. The documentary evidence shall be submitted by the bidder<br />

electronically in the PDF format.<br />

10.2 The documentary evidence establishing bidder’s qualification to perform the contract in the<br />

event of bid being accepted, shall be as per Qualification Requirement specified in Clause<br />

8.0 of Section III(B) of tender document.<br />

10.3 The bidder is required to furnish clause by clause compliance of specification bringing out<br />

clearly deviation from specifications if any. The Firms are advised to submit the


9<br />

compliance statement along with technical bid in the annexed PDF Format as per section<br />

III (G) failing which their offer will be treated as incomplete and are liable to be ignored.<br />

11. Documents Establishing Goods’ Conformity to Bidding Documents:<br />

11.1 Pursuant to ITB Clause-6, the Bidder Shall furnish, documents establishing the conformity<br />

to the bidding documents in respect of material proposed to-be supplied under the contract.<br />

The documentary evidence should be in the PDF format.<br />

11.2 The documentary evidence of conformity of the material to the bidding documents shall<br />

consist of:<br />

(a) The brochures/leaflets/the document of the Original Manufacturer of the material<br />

offered in support of the technical specifications stipulated in the tender.<br />

(b) The bidder shall submit the documentary evidence in support of his being original<br />

(c)<br />

manufacturer of the material under reference.<br />

The bidder shall submit a statement giving reference of the relevant Clause where<br />

there is deviation to the Technical Specifications.<br />

12. Bid Security:<br />

12.1 Pursuant to Clause 2.0 of the Special Conditions of Contract (SCC), the Bidder shall<br />

furnish, a bid security/ EMD in the amount of Rs. 1.37Lacs (Rs. One Lacs Thirty Seven<br />

Thousand Only) in favor of the purchaser i.e. Superintending Engineer, Central<br />

Equipment & Stores Procurement Circle-II, <strong>Irrigation</strong> <strong>Department</strong>, U.P., Lucknow, The<br />

scanned copy of the Bid Security/EMD must be submitted along with the bids and the<br />

original one should reach the purchaser’s office at Lucknow before opening of Part “A”,<br />

failing which their offer shall not be considered.<br />

12.2 The bid security is required to protect the purchaser against the risk of Bidder’s<br />

performance & conduct which would warrant the forfeiture of security, pursuant to ITB<br />

Clause 12.7 as mentioned herein under.<br />

12.3 The bid security shall be in Indian Rupees and shall be in the following instruments only:<br />

A Saving passbook of Post office/Bank Guarantee/TDR/FDR issued by the State Bank of<br />

India or its associate banks or any nationalized/scheduled bank of India, in the prescribed<br />

from annexed as annexure ‘EM’ in the bidding document.<br />

12.4 Any bid not secured in accordance with ITB Clauses 12.1 and 12.3 above shall be treated<br />

as non-responsive and rejected by the Purchaser.<br />

12.5 Unsuccessful bidder’s bid security shall be discharged/ returned after the finalization of<br />

contract, pursuant to ITB Clause <strong>13</strong> as mentioned herein under.<br />

12.6 The successful bidder’s bid security will be discharged upon the Bidder signing the<br />

Contract, pursuant to ITB Clause 28, and furnishing the performance security, pursuant to<br />

ITB Clause 29 as mentioned herein under.<br />

12.7 The bid security may be forfeited:<br />

(a)<br />

(b)<br />

If a Bidder (i) withdraws its bid during the period of bid validity specified by the<br />

purchaser (ii) does not accept the correction of errors pursuant to ITB Clause 22.2;<br />

(iii) modifies its bid price during the period of bid validity specified by the<br />

purchaser.<br />

If the qualified bidder fails:<br />

(i) to sign the Contract with the purchaser in accordance with ITB Clause 28 or<br />

(ii) to furnish performance security in accordance with ITB Clause-29.<br />

12.8 EXEMPTIO FROM EAREST MOEY :- As per U.P. Government G.O. No.<br />

2119/18-5-2002-52(SP)/98 dated 21.11.02, SSI unit registered for participation under<br />

STORES PURCHASE PROGRAMME with Director of Industries, U.P. or National Small<br />

Scale Industries Corporation (NSIC) for the tendered item are exempted from depositing


10<br />

the Earnest Money. However, they are required to submit their request along with copy of<br />

their valid registration as desired, duly attested by Public Notary in Part-‘A’ of their tender<br />

offer, failing which exemption shall not be admissible.<br />

<strong>13</strong>. Period of Validity of Bids:<br />

<strong>13</strong>.1 Bid shall remain valid for 4 month from the due date of opening of Part “C” of Bid,<br />

pursuant to ITB Clause-16, for conformity of the same, the bidder shall be required to<br />

submit form of validity commitment in prescribed form annexed as Section-III(G) duly<br />

filled and signed on Rs. 100.00 Non Judicial Stamp Paper, which shall be submitted in<br />

original along-with Earnest Money and scanned copy of the same shall be submitted alongwith<br />

Part ‘A’ of e-Bid. A bid valid for a shorter period shall be rejected by the purchaser<br />

treating the same as non-responsive.<br />

<strong>13</strong>.2 In exceptional circumstances, the Purchaser may solicit the Bidder’s consent to an<br />

extension of bid security under ITB Clause 12 during the period of validity.<br />

14. Format and Signing of Bid:<br />

14.1 The Bidder shall prepare one electronic copy each of the Earnest Money Bid, Technical<br />

Bid and Financial Bid separately.<br />

14.2 The bid documents shall be digitally signed, at the time of uploading, by the person or<br />

persons duly authorized, the letter of authorization shall be indicated by a scanned copy<br />

through power of attorney, accompanying with the bid. All the pages/documents of the bid<br />

uploaded shall be digitally signed by the person or persons authorized to sign the bid.<br />

14.3 Power of attorney in the name of individual digitally signing the bid document shall be as<br />

per clause 2.00 of Section –III B.<br />

15. Submission of e-Bid:<br />

The Bid Submission module of e-procurement website http://etender.up.nic.in enables the<br />

bidders to submit the e-bids online against the published tender enquiry. Bid may be submitted<br />

only during the period and time stipulated in the tender. Bidders are advised to start the Bid<br />

Submission process well in advance so that they can submit their bid in time. The bidders shall<br />

submit their bids, taking into account the server time, displayed in the e-procurement website. This<br />

server time is the time by which the bid submission activity will be allowed till the permissible<br />

time on the last date of submission stipulated in the schedule. The bidders cannot submit their bids<br />

after the completion of bid submission period. The delay in submission of bids, shall be the<br />

responsibility of the bidder.<br />

The bidders shall follow the instructions mentioned herein under for submission<br />

of their e-bids:<br />

15.1 For participating in bidding process through the e-tendering system, it is necessary for the<br />

bidders to be the registered users of the e-procurement website http://etender.up.nic.in. The<br />

bidders shall first register themselves on the e-tender website, if they have not done so<br />

previously, using the option “Click here to enroll” available on the home page of the<br />

website.<br />

15.2 In addition to the normal registration, the bidder has to register with their Digital Signature<br />

Certificate (DSC) in the e-tendering system and subsequently he/ she will be allowed to<br />

carry out his /her bid submission activities. Registering the Digital Signature Certificate<br />

(DSC) is a one time activity. Before proceeding to register their DSC, the bidder shall first<br />

log on to the e-tendering system using the User Login option on the home page with the<br />

logging Id and Password with which they have registered as per clause 15.1 above.<br />

For successful registration of DSC on e-procurement website<br />

http://etender.up.nic.in, the bidder must ensure that they possess class-2 /Class-3 DSC<br />

issued by any one of the following authorities duly approved by Controller of Certifying<br />

Authorities. Government of India such as Mahanagar Telephones Nigam Ltd.(MTNL), New


11<br />

Delhi and Tata Consultancy Services (TCS) Mumbai as the e-procurement website<br />

http://etender.up.nic.in is presently accepting DSC’s issued by these authorities only. The<br />

bidder is advised to get their DSC issued by Mahanagar Telephones Nigam Ltd.(MTNL)<br />

New Delhi or Tata Consultancy Services (TCS), Mumbai on a safer side for successful<br />

registration of his /her DSC on e-procurement website. The bidder is also advised to<br />

register their DSC on e-procurement website well in advance before bid submission period<br />

& time so that they do not face any problem while submitting their e-bid against this<br />

tender. The bidder can perform User Login creation and DSC registration exercise as<br />

described in clauses 15.1 and 15.2 above even before bid submission period starts. The<br />

purchaser shall not be held responsible if the bidder tries to submit their e-bid at the last<br />

moment of submission of bid, thus failing to submit due to DSC registration problem.<br />

15.3 The bidder can search for active tenders through “Search Active Tenders” link, select a<br />

tender in which they are interested in and then move it to ‘My Tenders’ Folder using the<br />

option available in the Bid Submission menu. After selecting and viewing the tender, for<br />

which the bidder intends to bid, from “My Tenders” folder, the bidder can place their bid<br />

by clicking “pay Offline” option available at the end of the view tender form. Before this,<br />

the bidder should download the tender document and price Schedule/Bill of Quantity<br />

(BOQ) and study them carefully. The bidder shall keep all the documents ready as per the<br />

requirements of tender document in the PDF format except the Price Schedule/Bill of<br />

Quantity (BOQ) which shall be in the XLS format(excel sheet).<br />

15.4 After clicking the ‘Pay offline’ option, the bidder shall be redirected to the relevant page of<br />

Terms and conditions. The bidder shall read the Terms and conditions before proceeding to<br />

fill in the Tender fee EMD offline payment details. After entering and saving the bid<br />

document Fee and EMD or exemption from EMD details, the bidder shall click “Encrypt &<br />

Upload” option given in the offline payment details form so that “Bid Document<br />

Preparation and Submission” window appears to upload the documents as per technical<br />

(Bid Form, Qualification and Technical Specification details etc.) and financial (Price<br />

Schedule/BOQ) schedules/packets given in the tender details. The details of the Demand<br />

Draft or any other accepted instrument which is to be physically sent in the original before<br />

opening of bids, should tally with the details available in the scanned copy and the data<br />

entered during with submission time otherwise the bid submitted shall not be accepted.<br />

15.5 Next the bidder should upload the Bid Documents for fee details (Bid document fee and<br />

EMD or Registration Certificate required for exemption from depositing EMD),<br />

Qualification details as per “ITB Clause 10 or 21”, Bid Form, Technical Specification and<br />

Financial Bid documents as per “Section-IV(A): Price Schedule/BOQ” & “Section-IV(B):<br />

Form of Agreement” of bid document. Before uploading, the bidder has to select the<br />

relevant Digital signature Certificate. They may be prompted to enter the digital signature<br />

Certificate password, if necessary. For uploading, the bidder should click “Browse” button<br />

against each document label in Technical and Financial schedules/packets and then upload<br />

the relevant PDF/XLS files already prepared and stored in the bidder’s computer. The<br />

required document for each document label of Earnest Money (Fee details), Technical<br />

(Qualification details, Bid Form and Technical Specification details) and financial (Form of<br />

Agreement and Price Schedule/BOQ) schedules/ packets can be clubbed together to make<br />

single separate file for each different label.<br />

15.6 The Bidder shall click “Encrypt” next for successfully encrypting and uploading of<br />

required documents. During the above process, the bid documents are encrypted/ locked<br />

electronically with the DSC’s of the Bid openers to ensure that the bid documents are<br />

protected, stored and opened by concerned bid openers only.


12<br />

15.7 After successful submission of bid documents, a page giving the summary of bid<br />

submission will be displayed so as to ensure that the process of e- bid submission is<br />

completed. The bidder can take a printout of the summary using the “print” option<br />

available in the window as an acknowledgement for future reference.<br />

15.8 Purchaser reserves the right to cancel any or all Bids without assigning any reason thereof.<br />

16. Deadline for Submission of e-Bids:<br />

16.1 e-Bids (Earnest Money, Technical and Financial) must be submitted by the bidders at e-<br />

procurement website http://etender.up.nic.in not later than 14.00 Hours on 24.09.<strong>2012</strong>.<br />

16.2 The Purchaser may at his discretion, extends this deadline for submission of bids by<br />

amending the bid documents in accordance with ITB Clause 4.<br />

17. Late Bids:<br />

17.1 The server time indicated in the Bid Management window on the e-procurement website<br />

http://etender.up.nic.in will be the time by which the bid submission activity will be<br />

allowed till the permissible date and time schedule in the tender. Once the bid submission<br />

period is over, the bidders cannot submit their bid. Bidders are advised to start the Bid<br />

Submission well in advance so that the submission process is completed with in the<br />

scheduled period, failing which shall be their responsibility.<br />

18. Withdrawal and Resubmission of e-Bids:<br />

18.1 At any point of time, a bidder may withdraw the bid submitted online before the<br />

completion of bid submission period. For withdrawal, the bidder shall first log in using<br />

their login Id and password and subsequently by their Digital Signature Certificate on the<br />

e-procurement website http://etender.up.nic.in.The bidder shall then select “My Bids”<br />

option in the Bid Submission menu. The page listing all the bids submitted by the bidder<br />

shall be displayed. Click “View” to see the details of the bid to be withdrawn. After<br />

selecting the “Bid Withdrawal” option, the bidder has to click “Yes” to the message “Do<br />

you want to withdraw this bid” displayed in the Bid Information window for the selected<br />

bid. The bidder also has to enter the reasons for withdrawing the bid and upload the same<br />

for withdrawal before clicking the “Submit” button. The bidder has to confirm again by<br />

pressing “OK” button before finally withdrawing their selected bid.<br />

18.2 The bidder has to request the purchaser with a letter, attaching the proof of withdrawal and<br />

submission of bid security/EMD in the office of purchaser for taking back the bid<br />

security/EMD as per the manual procedure.<br />

18.3 No bid may be withdrawn in between the period fixed for submission of bids and the<br />

period of expiry. Withdrawal of a bid during this interval may result in the Bidder’s<br />

forfeiture of their bid security, pursuant to ITB Clause 12.7.<br />

18.4 The bidder can resubmit their bid as and when required till the completion of the period of<br />

its submission. The bid submitted earlier will be replaced by the new one. The bid security<br />

submitted by the bidder earlier will hold good for revised bid and the new bid submission<br />

summary generated after the successful submission of the revised bid will be considered for<br />

evaluation purposes. For resubmission, the bidder shall first log in using their Login Id and<br />

Password and subsequently by their Digital Signature Certificate on the e-procurement<br />

website http://etender.up.nic.in. The bidder should then select “My Bids” option in the<br />

Bid Submission menu. The page listing all the bids submitted by the bidder will be<br />

displayed. Click “View” to see the details of the bid to be resubmitted. After selecting the<br />

“Bid Resubmission” option, click “Encrypt & Upload” to upload the revised bid documents<br />

by following the methodology provided in clauses 15.4 to 15.7.


<strong>13</strong><br />

18.5 The bidders can submit their revised bids as many times as possible by up loading their<br />

bids within the schedule period for submission of e-bids.<br />

18.6 No bid can be resubmitted subsequently after the period for submission of bid is over.<br />

(C) BID OPEIG AD EVALUATIO OF BIDS<br />

19. (A) Opening of Part “A” Earnest Money & Part “B” Technical by the purchaser.<br />

19.A.1 Earnest Money Part “A” & Technical Part “B” of e-bids shall be opened , in the presence<br />

of Bidders or their representatives, who so ever may like to attend at 16.00 Hours on<br />

24.09.<strong>2012</strong> and 29.09.<strong>2012</strong>, at the office of The Superintending Engineer, Central<br />

Equipment & Stores Procurement Circle-II, Ganga Sinchai Bhawan, Telibagh, <strong>Irrigation</strong><br />

<strong>Department</strong>, U.P., Lucknow-226025. The representatives of the bidder present at the time<br />

of opening are required to sign a register, as a token of their attendance. In the event of the<br />

specified date of e-bid opening being declared a holiday, the e-bids shall be opened at the<br />

scheduled time and location on the next working day.<br />

19.A.2 The important details of the bid, as the purchaser, at its discretion may consider<br />

appropriate, shall be announced at the time of opening.<br />

(B) Opening of Financial Bids:<br />

19.B.1 After evaluation of technical bid, vis-à-vis Conditions of the Contract, technical<br />

specifications and Qualification Requirements, if the technical bid is not found responsive,<br />

their financial bids shall not be opened however the purchaser shall notify the Bidders or<br />

their representative.<br />

19.B.2 The date & time of opening the financial Bids of technically qualified bidder shall be<br />

intimated to all technically qualified bidder. The financial bid shall be opened at specified<br />

date & time at the office of Superintending Engineer, Central Equipment & Stores<br />

Procurement Circle-II, <strong>Irrigation</strong> <strong>Department</strong>, U.P., Lucknow in the presence of Bidders<br />

who choose to attend. The name of Bidder, their Bid Prices and conditions etc. shall be<br />

announced at the time of opening.<br />

20. Clarification of Bids:<br />

20.1 During evaluation of bids, the purchaser may, at his discretion, seek clarification on any<br />

point relating to their bid. The request for clarification and the response shall be in writing.<br />

21. Evaluation of technical bids and Evaluation Criteria:<br />

The purchaser shall evaluate the bids vis-à-vis all the conditions & specifications of the tender<br />

documents. Any of the bid not meeting the requisite, shall be rejected.<br />

The bidders shall submit the scanned copies of following as documentary proof for evaluation of<br />

their technical bids:-<br />

21.1 The Bidder shall be I.S.O. 9001:2000 certified original manufacturers of Two-Way PVC<br />

Outlet Valve and also registered with Director of Industries of the State/ N.S.I.C./<br />

D.G.S.&D as original manufacturer for the above item.<br />

21.2 The bids shall comprises with scanned copy of valid ISO certificate and registration<br />

certificate for the tendered item with Director of Industries/ Small Scale Industries of the<br />

State / N.S.I.C./ D.G.S.& D. issued by any statutory authority, failing which their bid shall<br />

also be rejected.<br />

Bidder’s may please note that each & every Part of the Bids shall be evaluated in<br />

accordance with the relevant clauses of the bid documents.<br />

ote:- Bidders may please note that if any of the preceding part of the bids is not found<br />

responsive, the next part of the bid shall not be opened & no claim what so ever shall<br />

be entertained.


14<br />

21.3 The bidder shall submit statement containing supply details of Two-Way PVC Outlet<br />

Valve or Higher size to Govt. <strong>Department</strong>s / Undertakings during last three financial years<br />

in the format annexed as "Section III(D)- Supply Orders details Form" duly certified by<br />

their statutory auditors/ Chartered Accountant, enclosing copies of Supply Orders &<br />

invoices as a proof of said supplies actually made.<br />

21.4 The bidder shall submit performance certificates of Two-Way PVC Outlet Valve out of the<br />

supplies mentioned in "Section III(D)-Supply Orders details Form", in successful use for a<br />

minimum period of 12 months related to supplies executed during last three financial years.<br />

The bidders shall submit details of Performance Certificates in the format annexed as<br />

“Section III(E)-Performance Certificate Form” here with.<br />

O<strong>TE</strong>: The above conditions (1) & (2) shall not be applicable on those bidder, who have supplied<br />

the Two-Way PVC Outlet Valve or higher size in <strong>Irrigation</strong> <strong>Department</strong>, U.P. but they are<br />

required to submit invariably the details of supplies made to <strong>Irrigation</strong> <strong>Department</strong>, U.P. in<br />

"Section III(D)- Supply Orders details Form".<br />

The performance in such case shall be evaluated on the basis of their past supplies<br />

at the departmental level and in case performance of their past supplies is found<br />

unsatisfactory or wanting, their Technical Part–B shall primarily be rejected on this ground<br />

alone and no further evaluation of Technical Part –B shall be done. Such bidder may also<br />

please note that their consideration in earlier tender shall not be a basis of their claim for<br />

consideration in the ensuing tender.<br />

21.5 All the submitted bid should have conform to minimum technical specifications as<br />

stipulated in the bid.<br />

21.6 The bidder shall submit a notarized affidavit that the bidder has not been black listed from<br />

any State/ Central Government <strong>Department</strong>s/ Organizations. The bids of the black-Listed<br />

bidders or those not submitting the required affidavit shall be rejected.<br />

21.7 The bidder shall invariably furnish following information for assessment of their financial<br />

capability to execute supplies of materials covered under this bid failing which their bid is<br />

liable to be rejected.<br />

(i)<br />

(ii)<br />

(iii)<br />

(iv)<br />

Annual & Monthly manufacturing capacity.<br />

Quantity which can be delivered per month.<br />

Details of pending orders at the time of submitting tenders.<br />

Annual Turn Over of last three financial years duly certified by the statutory<br />

auditors / Chartered Accountant of the firm.<br />

21.8 All bid submitted shall also include the copies of relevant pages of following documents:<br />

a. Memorandum and Article of Association showing objectives of the company and<br />

authority to sign the bid/contract or delegate the power to others for signing the<br />

bid/contract.<br />

b. Place of registration.<br />

c. The power-of-attorney of the person who has digital signature for signing the<br />

bid/contract.<br />

d. Income tax registration number of the company.<br />

e. Central Sales Tax/VAT registration number of the company.<br />

The bid not duly enclosed with the copies of documents mentioned in clause 21.8 above<br />

shall be rejected.


15<br />

21.9 The bids found non responsive shall be rejected. The conditionals bids shall be rejected out<br />

rightly.<br />

21.10 The bidder are advised not to mix financial bidding XLS documents with the PDF<br />

documents submitted for technical bid. The intermixing of the documents in either of the<br />

bids shall be liable for rejection of the bid as a whole.<br />

21.11 Bidder of U.P. based units if intend to seek purchase preference as per the G.O.706/18-5-<br />

2003-9(S.P.)/95, dated 11 June 2003 and 950/18-5-00-0(S.P.)/95 dated 25.08.2009 of Small<br />

Scale Industries <strong>Department</strong>, Govt. of <strong>Uttar</strong> Pradesh shall have to submit the evidence that<br />

their unit is situated in the U.P. state territory along-with their status i.e.<br />

small/medium/Large.<br />

22. Financial Evaluation and Comparison of Bids:<br />

22.1 Financial bids of only those bidder shall be considered for evaluation whose technical bids<br />

have been accepted by the purchaser.<br />

22.2 The bidder not quoting the prices for the materials in the manner as prescribed in the price<br />

schedule/BOQ shall be rejected. If there is a discrepancy between basic price and total<br />

price of the item that is obtained by adding Basic Price, Excise Duty, CST/VAT, Freight<br />

etc., then the basic price shall prevail and the total prices shall be evaluated accordingly.<br />

22.3 No additional payments shall be made for completion of any contractual obligation beyond<br />

the quoted prices.<br />

22.4 No weightage shall be given to the bidder specifying different technical specifications other<br />

than specified in the tender.<br />

22.5 Bidder having their unit in <strong>Uttar</strong> Pradesh, if intend to seek purchase preference for their<br />

manufactured goods as per the G.O.706/18-5-2003-9(S.P.)/95. dated 11 June 2003 and<br />

950/18-5-00-0(S.P.)/95 dated 25.08.2009 of Small Scale Industries <strong>Department</strong>, Govt. of<br />

<strong>Uttar</strong> Pradesh, shall be given purchase preference against their request in writing.<br />

22.6 Financial Evaluation of bids shall be done on the basis of lowest Total/ landed bid<br />

price excluding CST/VAT as stipulated in SECTIO-IV(A) Price Schedule/BOQ<br />

when considering ITB clause 22.5 above. However the purchase shall be decided on<br />

the basis of lowest total/ landed rates which shall include CST/VAT or any other<br />

taxes, even in the cases covered under ITB Clause-22.5.<br />

23. Contacting the purchaser:<br />

23.1 Subject to ITB Clause 20, Bidder shall not contact the purchaser in person on any matter<br />

regarding their bid, from the time of the bid opening to the time of award of contract. If the<br />

bidder wishes to bring additional information to the notice of the purchaser, they can do so<br />

in writing.<br />

23.2 Any effort by a Bidder to influence the decisions on bid evaluation, award of contract, may<br />

result in rejection of the bid.<br />

(D) AWARD OF COTRACT<br />

24. Award criteria:<br />

24.1 The lowest responsive bid meeting all the criteria specified in clauses of ITB.<br />

24.2 The purchaser decision in awarding the contract shall be final.<br />

25. Purchaser’s right to vary Quantities at the Time of Award:<br />

25.1 The purchaser reserves the right to increase or decrease the quantity of material originally<br />

specified in the Schedule of Requirements at the time of award of contract.


16<br />

26. Purchaser’s right to accept any bid and to reject any or all Bid:<br />

26.1 The Purchaser reserves the right to accept or reject any bid, annul the bidding process and<br />

reject all bid at any time prior to award of the contract.<br />

27. otification of Award:<br />

27.1 The purchaser shall notify the successful bidder in writing by letter/e-mail/fax, regarding<br />

acceptance of the bid.<br />

27.2 The notification of award shall constitute the formation of the Contract.<br />

27.3 Bid security of successful Bidder’s deposited as per ITB Clause 12 shall be discharged<br />

after receiving performance security pursuant Two-Way PVC Outlet Valve ITB Clause-29<br />

mentioned as herein after.<br />

28. Signing of Contract:<br />

28.1 The Purchaser shall send the letter of acceptance to the successful bidder.<br />

28.2 The successful bidder shall sign the detailed contract with in the period mentioned therein.<br />

29. Performance Security:<br />

29.1 The supplier shall furnish the performance security in form of bank guarantee or any other<br />

instruments prescribed for an amount equal to 10% of the value of contract from State<br />

Bank of India or its associate banks or any nationalized bank of India or scheduled bank,<br />

valid for 18 months from the date issue of Acceptance Letter, in favor of Superintending<br />

Engineer, Central Equipment & Stores Procurement Circle-II, <strong>Irrigation</strong> <strong>Department</strong>, U.P.,<br />

Lucknow in accordance with the Conditions of Contract, in the prescribed Performance<br />

Security Form provided in the bidding document as annexure ‘PS’.<br />

29.2 Failure of the successful bidder to comply with the requirement of bid shall constitute<br />

sufficient grounds for the annulment of the award and forfeiture of the bid security.<br />

Superintending Engineer<br />

Central Equipment & Stores Procurement Circle-II,<br />

<strong>Irrigation</strong> <strong>Department</strong>, U.P., Lucknow


17<br />

SECTIO II(A) : GEERAL CODITIOS OF COTRACT (GCC)<br />

TABLE OF CLAUSES<br />

Clause<br />

umber<br />

Topic<br />

Page<br />

umber<br />

1 Definitions 18<br />

2 Contractor to inform himself fully 18<br />

3 Signing of Contract 18<br />

4 Sub-letting of contract 19<br />

5 Instructions to Contractor 19<br />

6 Patent rights 19<br />

7 Quality of materials 19<br />

8 Training of Engineers 19<br />

9 Packing 19<br />

10 Power to vary or omit work 19-20<br />

11 Negligence 20<br />

12 Death, bankruptcy etc 20-21<br />

<strong>13</strong> Inspection and testing 21-22<br />

14 Delivery of plant 22<br />

15 Engineer’s Supervision 22<br />

16 Engineer’s Decisions 22<br />

17 Liability for accidents and damage 22<br />

18 Replacement of defective plant or materials 22<br />

19 Deductions from contractor prices 22<br />

20 Terms of payment 22-23<br />

21 Supervision of works 23<br />

22 Extension of time for completion 23<br />

23 Damages for delay in completion 23<br />

24 Rejection of defective plant 24<br />

25 Taking over 24<br />

26 Liability under the workmen’s compensation act 24<br />

27 Increase or decrease of quantity 24<br />

28 Authority of persons signing documents 24-25<br />

29 Use of material secured with Government assistance 25<br />

30 Provisions of fencing, light etc. 25<br />

31 Progress report 25<br />

32 Breach of Contract 25<br />

33 Maintenance 25<br />

34 Certificate not to effect rights of the Purchaser or Contractor 26<br />

35 Arbitration 26<br />

36 Construction of contract 26<br />

37 Vetting charges 27<br />

38 Marginal note 27


18<br />

GEERAL CODITIOS OF COTRACT (GCC)<br />

FOR<br />

MAUFACTURE AD SUPPLY OF TWO-WAY PVC OUTLET VALVE<br />

1. In constructing these general and special conditions and the annexed specifications, the<br />

following words shall have the meaning herein assigned to them unless there is anything in the<br />

subject or context in consistent with such constructions:<br />

(i) “Contract” shall mean and include the general and special conditions,<br />

Specifications, Schedules, drawings, form of bidding, covering letter, schedule of<br />

prices or the final general conditions, Specifications & Technical Conditions, and<br />

drawings, and the agreement to be entered into under clause 3 of these general<br />

conditions.<br />

(ii) “Contractor” shall mean the person, firm or company whose bidding shall be<br />

accepted by the Purchaser and shall be deemed to include the contractor’s<br />

successors (approved by the Purchaser), representatives, legal heirs, executors and<br />

administrators unless excluded by the contract.<br />

(iii) “Sub-Contractor” shall mean the person, firm or company, named in the contract<br />

for any part of the work or any person, firm or company to whom any part of the<br />

contract has been sublet with the consent in writing of the Purchaser.<br />

(iv) “Plant”, “Machinery”, “Equipment” and “Material” shall mean the plant and<br />

material to be provided by the contractor under the contract.<br />

(v) “Specifications” shall mean the specifications annexed to these general conditions<br />

and schedules thereto, if any.<br />

(vi) “Site” shall mean the site of the proposed work as detailed in the specifications or<br />

any other place in <strong>Uttar</strong> Pradesh where works is to be executed under the contract.<br />

(vii) “Month” shall mean calendar month.<br />

(viii) “Writing” shall include any manuscript, type-written or printed statement, under or<br />

over signature or seal, as the case may be:<br />

(ix) “Purchaser” shall mean Governor of <strong>Uttar</strong> Pradesh and shall include his successors<br />

and assignees.<br />

(x) “Engineer” shall mean the officer placing the order for the work with the contractor<br />

(xi)<br />

or his duly authorised representative.<br />

The term “trial” or “test” shall mean such test or tests as are prescribed by the<br />

specifications or considered necessary by the engineer.<br />

2. Contractor to inform himself fully-The contractor shall be deemed to have carefully examined<br />

the general and special conditions, specifications, schedules, Technical Conditions, drawings<br />

and any other details pertaining to the contract. If he shall have any doubt as to the meaning of<br />

any portion of these conditions or of the specifications, schedules or drawings he shall, before<br />

signing the contract, set forth the particulars thereof and submit, them to the engineer in<br />

writing, in order that such doubt may be removed.<br />

3. Signing of Contract-A formal agreement shall, if required by the Purchaser, be entered into<br />

between the Purchaser and the Contractor for the proper fulfillment of the contract. Further, if<br />

required by the Purchaser, the Contractor shall deposit with the Purchaser as security for the<br />

due and faithful performance of the contract such sum not being less than one percent of the<br />

total value of the contract and not exceeding ten percent thereof, as may be fixed by the<br />

Purchaser either in cash or other form approved by the Purchaser. If the Contractor is allowed<br />

to furnish security in the form of bank Guarantee, such guarantee shall be to the satisfaction of<br />

the Purchaser and shall be extended from time to time by the Contractor till the Engineer


19<br />

certifies that the terms and conditions of the contract have been fully and properly carried out<br />

by the Contractor, and any default on the part of the Contractor to extend the guarantee from<br />

time to time as aforesaid, shall be construed to be a breach of the contract. The security deposit<br />

shall be refunded to the Contractor on the delivery and due check and test of the plant at the<br />

site of work and after expiry of the maintenance/ guarantee period.<br />

4. Sub-letting of contract-The Contractor shall not, without consent in writing of the Purchaser,<br />

assign or sub-let his contract, or any part thereof, other than for raw materials, for minor<br />

details, or for any part of the plant of which the makers are named in the contract, provided that<br />

any such consent shall not relieve the Contractor from any obligation, duty or responsibility<br />

under the contract.<br />

5. Instructions to Contractor-After the bidding has been accepted by the Purchaser all orders or<br />

instructions to the Contractor shall except as herein otherwise provided, be given by the<br />

Engineer shall be deemed to have been issued on behalf of the Purchaser.<br />

6. Patent rights-In the event of any claim or demand being made or action being brought against<br />

the Purchaser for infringement or alleged infringement of Letters Patent, in respect of any<br />

plant or materials used or supplied by the Contractor under this contract or in respect of any<br />

method of using or working by the Purchaser of such plant, machinery, equipment or material,<br />

the Contactor will indemnify the Purchaser against such claim or demand and all costs and<br />

expenses arising from or incurred by reason of such claim or demand, PROVIDED THAT the<br />

Purchaser shall notify the Contractor of the same and the Contractor shall be at liberty, if he so<br />

desires, with the assistance of the Purchaser, if required, but at the Contractor’s own expense to<br />

conduct all negotiations for the settlement of the same or any litigation that may arise there<br />

from and PROVIDED THAT no such plant, machinery, equipment or material shall be used by<br />

the Purchaser for any purpose or in any manner other than for which they have been supplied<br />

by the Contractor and specified under this contract.<br />

7. Quality of materials-The plant, machinery, equipment or materials shall be manufactured out<br />

of the best material conforming to standard specification or of the approved quality by the<br />

Purchaser. Manufacture and work shall be carried out with accuracy and in a skilled<br />

workmanship like manner.<br />

8. Training of Engineers-The contractor shall train at his work Engineers of the Purchaser in the<br />

manufacture and assembly [and erection] of plant and its parts for a period of. A separate<br />

agreement for such training shall be assigned by the Engineer or Engineers selected for<br />

training, the Purchaser and the Contractor on the form appended hereto.<br />

9. Packing-The Contractor shall be responsible for protecting and packing the plants<br />

securely so as to avoid damage under normal conditions of transport.<br />

Packing cases, containers, gunny packing etc. which may be used for purposes of<br />

packing and which are delivered with plant will not be returned or paid for unless specifically<br />

stipulated.<br />

10. Power to vary or omit work-No alterations, amendments, omissions, additions, suspensions, or<br />

variations of the plant (hereinafter referred to as “Variations”) under the contract as shown by<br />

the contract drawings or the specifications shall be made by the Contractor except as directed


20<br />

in writing by the Engineer, but the Engineer shall have full power subject to the proviso<br />

hereinafter contained, from time to time during the execution of the contract by notice in<br />

writing to instruct the Contractor to make such variations without prejudice to the contract and<br />

the Contractor shall make such variations and be bound by them, as though the said variations<br />

occurred in the specifications. If any suggested variations would, in the opinion of the<br />

Contractor if, carried out, prevent him from fulfilling any of his obligations or guarantees<br />

under the contract, he shall notify the Engineer thereof in writing, and the Engineer shall<br />

decide forthwith whether or not the same shall be carried cut, and if the Engineer confirms his<br />

instructions in writing, the Contractor’s obligations and guarantees shall be modified to such an<br />

extent as may be justified. The difference of cost if any, occasioned by any such variations<br />

shall be added to, or deducted from, the contract price as the case may require. The amount of<br />

such difference, if any, shall be ascertained and determined in accordance with the rates<br />

specified in the schedule of prices, so far as the same may be applicable and where the rates are<br />

not contained in the said schedule, or are not applicable they shall be settled by the Engineer<br />

and the Contractor jointly, as far as possible before such variations are carried out.<br />

Provided that the Purchaser shall not become liable for the payment of any charge<br />

in respect of any such variations, unless the instructions for the performance of the same shall<br />

have been given in writing by the Engineer. In the event of the Engineer requiring any<br />

variations, such reasonable and proper notice shall be given to the Contractor as will enable<br />

him to make his arrangement accordingly, and in cases where goods or materials have already<br />

been prepared, or any designs, drawings, or patterns, have been made or work done that is<br />

required to be altered, the Engineer shall allow such compensation in respect thereof as he shall<br />

consider reasonable:<br />

Provided that no such variations shall, except with consent in writing of the<br />

Contractor, be such as will involve an increase or decrease of the total price payable under the<br />

contract by more than 10 percent thereof.<br />

In every case in which the Contractor shall receive instructions from the Engineer<br />

for carrying out any work which will, in the opinion of the Contractor, involve a claim for<br />

additional payment the Contractor shall, within a week after the receipt of such instructions,<br />

inform the Engineer of such claim for additional payment.<br />

11. egligence-If the Contractor shall neglect to manufacture or supply the plant with due<br />

diligence and expedition, or shall refuse or neglect to comply with any orders given to him in<br />

writing by the Engineer in connection with the manufacture or supply, or shall contravene any<br />

provision of the contract, the Purchaser may give notice in writing to the Contractor, to make<br />

good the failure neglect or contravention complained of and if the Contractor shall fail to<br />

comply with the notice within the time specified therein then it shall be lawful for the<br />

purchaser to take the manufacture or supply of plant wholly, or in part, out of the Contractor’s<br />

hand and give it to another person on contract at a reasonable price and the Purchaser shall be<br />

entitled to retain and apply any balance which may be otherwise due on the contract by him to<br />

the Contractor or such part thereof as may be necessary, to the payment of the additional cost<br />

of manufacture or supply of such plant as aforesaid, and if necessary, may take action for the<br />

recovery of such additional cost from the Contractor.<br />

12. Death, bankruptcy etc.-If the Contractor shall die or commit any act of bankruptcy, or being a<br />

Corporation commence to be wound up except for reconstruction purposes or carry on its


21<br />

business under a Receiver, the executers, successors, or other representative in law of the state<br />

of the Contractor or any such Receiver, liquidator or any person in whom the contract may<br />

become vested shall forth with give notice thereof in writing to the Purchaser and shall for one<br />

month, during which he shall take all reasonable steps to prevent stoppage of the manufacture<br />

or supply of the plant have the option of carrying out the contract subject to his or their<br />

providing such guarantees as may be required by the Purchaser but not exceeding the value of<br />

the plant or the time being remaining unexecuted. In the event of stoppage of the manufacture<br />

of supply or the plant the period of the option under this clause shall be fourteen days only:<br />

Provided that, should the above option not be exercised, the contract may be<br />

determined; by the Purchaser by notice in writing to the Contractor, and the Purchaser may<br />

exercise the same power which he could exercise and will have the same rights which he<br />

would have under the last preceding clause, if the work had been taken out of the Contractor’s<br />

hand under that clause.<br />

<strong>13</strong>. Inspection and testing-The Engineer and his duly authorized representatives shall have at all<br />

reasonable times access to the Contractors premises, and shall have the power at all reasonable<br />

times to inspect and examine the materials and workmanship of the plant during its<br />

manufacture there, and if part of the plant is being manufactured on other premises, the<br />

Contractor shall obtain for the Engineer and for his duly authorized representative permission<br />

to inspect it as if the plant was manufactured on the Contractor’s own premises.<br />

The Engineer shall, on giving seven days notice in writing to the Contractor setting out<br />

any grounds of objections which he may have in respect of the work, be at liberty to reject all<br />

or any plant, or workmanship connected with such work which, in his opinion, are not in<br />

accordance with the contract, or are, in his opinion defective for any reason whatsoever.<br />

Provided that, if such notice be not sent to the Contractor within reasonable time after<br />

the grounds upon which such notice is based have come to the knowledge of the Engineer, he<br />

shall not be entitled to reject the said plant or workmanship on such grounds. Unless<br />

specifically provided otherwise all tests be made at site after the receipt of the plant by the<br />

consignee.<br />

In case of inspection at Contractor’s premises, the Contractor shall inform the Engineer<br />

in writing when any portion of the work is ready for inspection giving him sufficient notice to<br />

enable him to inspect the same without retarding the further progress of the work. The expense<br />

incurred in sending the Engineer to carry out inspection and/or test at the place agreed upon in<br />

the contract will be defrayed, by the Purchaser:<br />

Provided that the results are satisfactory and in accordance with the terms of the<br />

contract. In the event of the inspection and/or tests providing unsatisfactory and resulting in the<br />

non-acceptance of plant or any portion thereof, the cost of such inspection and/or tests<br />

(including the traveling and halting expenses incurred, if any), or such portion thereof as may<br />

be determined by that officer, shall be borne by the Contractor.<br />

In all cases where the contract provides for tests, whether at the premises of the<br />

Contractor or of any Sub-Contractor, the Contractor, except where otherwise specified, shall<br />

provide, free of charge such labor, materials, electricity fuel, water, stores apparatus and<br />

instruments to carry out test of plant in accordance with the contract and shall give facilities to<br />

the Engineer or to his authorized representative to accomplish such testing.


22<br />

If special tests other than those specified in the contract are required they shall be paid<br />

for by the Purchaser as “variations” under clause 10.<br />

When the tests have been satisfactorily completed at the Contractor’s works, the<br />

Engineer shall issue a certificate to that effect.<br />

In all cases where the contract provides for tests on the site, the Purchaser, except<br />

otherwise specified shall provide, free of charges, such labor, materials, fuel, water, apparatus,<br />

and instruments as may be required from time to time and as may reasonably be demanded to<br />

carry out efficiently such tests of the plant or workmanship in accordance with the contract.<br />

14. Delivery of plant-No plant shall be forwarded until shipping or dispatch instructions shall have<br />

been given to the Contractor.<br />

Notifications of delivery or dispatch in regard to each and every consignment shall be<br />

made to the Purchaser immediately after dispatch or delivery. The Contractor shall further<br />

supply to the consignee a price invoice and packing account of all plant delivered or dispatched<br />

by him. All packages, containers, bundles, and loose material forming part of each and every<br />

consignment shall be described fully in the packing account, and full details of contents of<br />

packages and quantity of materials shall be given to enable the consignee to check the plant on<br />

arrival at destination.<br />

15. Engineer’s supervision-The manufacture and supply of plant shall be carried out under the<br />

direction and to the satisfaction of the Engineer.<br />

16. Engineer’s decisions-In respect of all matters which are left to the decision of the Engineer,<br />

including the granting or withholding of the certificates the Engineer shall, if required, so to do<br />

by the Contractor, give in writing a decision thereon and his reasons for such decision. If the<br />

decision is not accepted by the Contractor, the matter shall at the request of the Contractor, be<br />

referred to arbitration under the provision for arbitration hereinafter contained, but subject to<br />

the right of reference to arbitration such decision shall be final and binding on the Contractor.<br />

17. Liability for accidents and damage-The Contractor shall be responsible for loss, damage or<br />

depreciation to plant up to delivery at site.<br />

18. Replacement of defective plant or materials-If during the progress of manufacture or supply of<br />

plant the Engineer shall decide and notify in writing to the Contractor that the Contractor has<br />

manufactured any plant or part of plant unsound or imperfect, on has supplied any plant<br />

inferior in quality to that specified, the Contractor on receiving details of such defect or<br />

deficiency shall, at his own expense, within such time as may be reasonably necessary for the<br />

purpose proceed to alter, reconstruct or remove such plant or part of plant or supply fresh<br />

materials up to the standard of the specifications and in case the Contractor shall fail so to do,<br />

the Purchaser may on giving the Contractor a notice of not less than seven days in writing of<br />

his intention so to do, proceed to alter, reconstruct or remove such plant or part of plant or<br />

supply all such plant at the Contractor’s cost:<br />

Providing that nothing in this clause shall be deemed to deprive the Purchaser of, or<br />

affect any rights under the Contract which he may otherwise have in respect of such defects or<br />

deficiencies.<br />

19. Deduction from contract prices-All costs, damages or expenses which the Purchaser may<br />

have paid, for which under the contract, the Contractor is liable, may be deducted by the<br />

Purchaser from any amount due or which may become due by him to the Contractor clause 10,<br />

under this Contract, or may be recovered by suit or otherwise from the Contractor.


23<br />

20. Terms of payment-Subject to any deduction which the Purchaser may be authorized to make<br />

under the contract or subject to any additions or deductions provided for under clause 10 the<br />

Contractor shall be entitled to payment as follows:<br />

(a) Eighty percent of the f. o .r. Contract value of each consignment of the plant in rupees on<br />

receipt by the consignee of the clear railway receipt together with stamped and prereceipted<br />

Contractor’s bill giving the number and date of the railway receipt covering the<br />

dispatch of the plant from a station in India and to the advice-note giving case number and<br />

contents, together with a certificate by the Contractor to the effect that the plant detailed in<br />

the said advice-note has actually been dispatched under the said railway receipt and that the<br />

contract value of the said plant so dispatched is not less than the amount entered in the<br />

invoice.<br />

(b) Balance 20 percent of the f. o .r. Contract value of the plant after erection, test and check<br />

at site, but within 30 days of receipt of material.<br />

PROVIDED THAT in cases where the erection, tests and check of the plant at site<br />

is delayed for any reasons for which the Purchaser is responsible, 10 percent of the f. o .r.<br />

Contract value of the plant shall become payable, after the expiry of three months from the<br />

date of receipt of the last consignment at the destination railway station the remaining 10<br />

percent being payable after erection and test and acceptance of the plant after proper<br />

operation by the consignee.<br />

21. Suspension of works-The Purchaser shall pay to the Contractor all reasonable expenses<br />

incurred by the Contractor by reason of suspension of the manufacture of plant or delay in<br />

shipment or dispatched by order in writing of the Purchaser or the Engineer, unless such<br />

suspension or delay shall be due to some default on the part of the Contractor or sub-<br />

Contractor.<br />

22. Extension of time for completion- The time given to Contractor for dispatch or delivery shall<br />

be reckoned from the date of receipt, by the Contractor of the order, together with all necessary<br />

information and drawings, to enable the work to be put in hand.<br />

In all cases in which progress shall be delayed by strikes, lockouts, fire, accidents, delay in<br />

approval of drawings or any cause whatsoever beyond the reasonable control of the Contractor<br />

and whether such delays or impediments shall occur before or after time or extended time, for<br />

dispatch or delivery, a reasonable extension of time shall be granted.<br />

23. Damages for delay in completion-<br />

Applicable in case of materials only-<br />

The time for and the date of delivery of plant stipulated in the letter of acceptance of bidding<br />

shall be deemed to be of the essence of the contract and delivery must be completed not later<br />

than the dates specified therein, If the Contractor shall fail in the due performance of his<br />

contract within the time fixed by the contractor any extension thereof the Contractor agrees to<br />

accept a reduction of the contract price by ½ percent per week reckoned on the contract value<br />

of such portion only of the plant for which there has been delay in supply and such reduction<br />

shall not in any cash exceed 10 per cent of the contract value of such portion of the plant.<br />

Applicable in case of machinery and equipment –<br />

The time for and the date of delivery of plant stipulated in the letter of acceptance of bidding<br />

shall be deemed to be of the essence of the contract and delivery must be completed not later<br />

than the dates specified therein. If the Contractor shall fail in the due performance of his


24<br />

contract within the time fixed by the contractor any extension thereof, the Contractor agrees to<br />

accept a reduction of the contract price by ½ per cent per week reckoned on the contract value<br />

of such portion only of the plant as cannot in consequence of the delay be used during each<br />

week after the appointment or extended time as the case may be, and such reduction shall not<br />

in any case exceed 10 per cent of the contract of such portion of the plant.<br />

24. Rejection of defective plant-If the completed plant or any portion thereof before it is taken<br />

over under clause 25 be found to be defective, or fails to fulfill the requirement of the contract<br />

the Engineer shall give the Contractor notice setting forth particulars of defects or failure, and<br />

the Contractor shall forthwith make good the defect, or alter the same to make it comply with<br />

the requirements of the contract. If the Contractor fails to do so within reasonable time, the<br />

Purchaser may reject and replace it at the cost of the Contractor, the whole or any portion of<br />

the plant as the case may be, which is defective or fails to fulfill the requirements of the<br />

contract. Such replacement shall be carried out by the Purchaser within a reasonable time and<br />

at a reasonable price, and where reasonably, possible to the same specifications and under<br />

competitive conditions. In case of such replacement by the Purchaser the Contractor shall be<br />

liable to pay to the Purchaser the extra cost, if any, of such replacement delivered and/or<br />

erected as provided for in the original contract, such extra cost, being the ascertained difference<br />

between the price paid by the Purchaser under the provisions above mentioned, for such<br />

replacement and the contract price for the plant so replaced, and also to repay any sum paid by<br />

the Purchaser to the Contractor in respect of such defective plant. If the Purchaser does not so<br />

replace the rejected plant within a reasonable time, the Contractor shall be liable only to repay<br />

on to the Purchaser all amount paid by the Purchaser to him in respect of such plant.<br />

In the event of such rejection, the Purchaser shall be entitled to the use of plant in<br />

reasonable and proper manner for a time reasonably sufficient to enable him to obtain other<br />

replacement plant. During the period the rejected plant if used commercially the contractor<br />

shall be entitled to a reasonable amount as payment for such use.<br />

25. Taking over-Where the specifications call for performance tests before shipment of dispatch<br />

and these have been successfully carried out the plant shall be accepted and taken over and the<br />

Engineer shall notify the Contractor to that effect. When the specifications call for test on site<br />

the plant shall be taken over after such test have been satisfactorily carried out and the<br />

Engineer shall notify the Contractor to that effect.<br />

Such notification shall not be unreasonably withheld nor shall the Engineer delay<br />

giving such notification on account of minor omission and defects, which do not affect the use<br />

of the plant without any serious risk: PROVIDED ALWAYS that the Contractor undertakes to<br />

make good such omissions and defects at the earliest possible moment.<br />

26. Liability under the workmen’s Compensation Act-The Contractor shall at all times indemnify<br />

the Purchaser against any claims which may be made under the Workmen’s Compensation<br />

Act, 1923, or under third party risk or under any statutory modifications thereof or otherwise,<br />

or in respect of any damages or compensation payable in consequence of any accident or injury<br />

sustained by any workman or other person whether in the employment of the Contractor or not.<br />

27. Increase or decrease of quantity-The Purchaser will be entitled at any time to increase or<br />

decrease the total quantities of each description of the plant or material in the said schedule by<br />

not more than 25 percent and will give reasonable notice in writing of any such increase or


25<br />

decrease to the Contractor during the period of validity of the Contract as provided in the<br />

bidding notice.<br />

28. Authority of persons signing documents-The person signing the bidding form or any<br />

documents forming part of the contract on behalf of another warrants that he has authority to<br />

bind such other, and if, on enquiry, it appears that the person so signing had no authority to do<br />

so, the Purchaser may, without prejudice to other civil and criminal remedies, cancel the<br />

Contract and hold the signatory liable for all costs and damages.<br />

29. Use of material secured with Government assistance-Where any materials for the execution<br />

of the contract are procured with the assistance of the Government either by issue from<br />

Government stocks or purchase under arrangements made or permit or license issued by<br />

Government, the Contractor shall hold the said materials as trustee for Government and use<br />

such materials economically and solely for the purpose of the contract against which they are<br />

issued and not dispose them off without the permission of the Engineer and return, if required<br />

by the Engineer, all surplus or unserviceable materials that may be left with him after the<br />

completion of the contract or its termination for any reason whatsoever, on his being paid such<br />

price as the Purchaser may fix with due regard to the condition of the material. The freight<br />

charges for the return of the materials according to the directions of the Engineer shall be borne<br />

by the Contractor in the event of the contract being cancelled for any fault of his part. The<br />

decision of the Engineer shall be final and conclusive.<br />

30. Provision of fencing, light etc.-In case of erection or assembly of plant at site, the Contractor<br />

shall at all time provide sufficient fencing, notice boards, light and watchmen to protect and<br />

warn the public and guard the works and in default thereof the Engineer may provide such<br />

fencing notice boards, lights, watchmen as he may deem necessary and charge the cost thereof<br />

to Contractor.<br />

31. Progress reports-The Contractor shall render such reports as to the progress of the contract and<br />

in such form as may be called for the Engineer. The submission and acceptance of these reports<br />

shall not prejudice the rights of the Purchaser under clause 24.<br />

32. Breach of contract-In case of non-performance in any form or shape of the covenants, and<br />

conditions of this contract, Purchaser shall have power to annual, rescind, cancel the contract<br />

and upon his notifying in writing to the Contractor that he has so done this contract shall<br />

absolutely determine and the amount deposited as security for due performance of this contract<br />

may be forfeited by him and upon his doing so shall become the property of the Purchaser.’<br />

33. Maintenance-For a period of 12 calendars months commencing immediately upon the setting<br />

to work of the plant called “the maintenance period”, the contractor shall remain liable to<br />

replace any defective parts that may develop in plant whether supplied by the original supplier<br />

or manufacturer or of his own manufacture or those of his Sub-Contractors approved under<br />

clause 4 under conditions provided for by the Contract under proper use and arising solely<br />

from faulty design, materials or workmanship : PROVIDED ALWAYS that such defective<br />

parts as are not repairable at site and are not essential in the meantime to the maintenance in<br />

use of the plant, are returned to the Contractor’s works at the expenses of the Contractor<br />

unless otherwise arranged.


26<br />

If it becomes necessary for the Contractor to replace or renew any defective parts of the<br />

plant under this clause, the provisions of the first paragraph of this clause shall apply to the<br />

parts of the plant so replaced or removed until the expiration of six months from the date of<br />

such replacement or renewal or until the end of the above-mentioned period of twelve months<br />

whichever may be the later.<br />

If any defects be not remedied within a reasonable time the Engineer may proceed to do<br />

the work at the Contractor’s risk and expense, but without prejudice to any other rights which<br />

the Purchaser may have against the Contractor in respect of such defects.<br />

The repaired or new parts will be delivered at site. The Contractor shall bear the cost of<br />

repairs carried out on his behalf at site.<br />

At the end of the maintenance period the Contractor’s liability shall cease.<br />

34. Certificate not to effect rights of the Purchaser or Contractor-No certificate of the Engineer<br />

on account, nor any sum paid on account by the Purchaser, nor any extension of time granted<br />

under clause 22 shall affect or prejudice the rights of the Purchaser against the Contractor<br />

either under this agreement or under the law, or relieve the Contractor of his obligations for the<br />

due performance of the contract, of the Engineer shall create liability if the Purchaser to pay for<br />

any alterations, amendments, variations, or additions not ordered in writing by the Engineer, or<br />

absolve the Contractor of his liability for the payment of damage whether due, ascertained or<br />

certified or not or of any sum against the payment of which he is bound to indemnify the<br />

Purchaser nor shall any such certificate nor the acceptance by him of any sum paid on account<br />

or otherwise affect or prejudice the rights of the Contractor against the Purchaser, either under<br />

this Agreement or under the law.<br />

35. Arbitration-Every dispute, difference or question which may at any time arise between the<br />

parties hereto or any person claiming under them, touching of arising out or in respect of this<br />

deed or the subject-matter thereof shall be referred to the arbitration of Engineer in chief<br />

(Mech.) I. D.,U.P, Lucknow or any person nominated by him. It will be no objection to any<br />

such appointment that the arbitrator so appointed is a Government Servant, that he had to deal<br />

with the matters to which the contract relates and that in the course of his duties as Government<br />

Servant he had expressed views on all or any of the matters in dispute or difference. In the<br />

event of the arbitrator to whom the matter is originally referred being transferred or vacating<br />

his office or being unable to act for any reason. Engineer-in-chief (Mech.) I.D.,U.P., Lucknow<br />

shall either enter upon the reference himself or appoint another person to act as arbitrator. Such<br />

person shall be entitled to proceed with the reference from the stage it was, left by his<br />

predecessor. It is also a term of this contract that no person other than a person appointed as<br />

aforesaid should act as arbitrator and if for any reason that is not possible the matter is not to be<br />

referred to arbitration at all. In all cases where the amount of the claim in dispute is Rs.50, 000<br />

(Rupees Fifty thousand) and above the arbitrator shall give reasons for the award.<br />

It is a term of the Contract that the party invoking the arbitration shall specify the<br />

dispute or disputes to be referred to arbitration together with the amount or amounts claimed in<br />

respect of each such dispute.<br />

Subject as aforesaid the provisions of the Indian Arbitration & conciliation Act,1996 or<br />

any statutory modification or re-enactment thereof and the rules made there under and for the<br />

time being in force shall apply to the arbitration proceeding.


27<br />

The arbitrator may from time to time with the consent of the parties enlarge the time for<br />

making and publishing the award.<br />

36. Construction of contract-The contract shall in all respects be construed and operate as a<br />

contract as defined in the Indian Contract Act,1872, and all payment there under shall be made<br />

in rupees unless otherwise specified.<br />

37. Vetting charges-The Government Conveyancer’s fees for vetting the contract documents, shall<br />

be paid by the Contractor.<br />

38. Marginal note-The marginal note to any clause of this contract shall not affect or control the<br />

construction of such clause.<br />

Superintending Engineer<br />

Central Equipment & Stores Procurement Circle-II<br />

<strong>Irrigation</strong> <strong>Department</strong>, U.P., Lucknow


O<strong>TE</strong>: (i)<br />

(ii)<br />

1.00 SCOPE:<br />

28<br />

SECTIO-II(B)<br />

SPECIAL CODITIOS OF COTRACT (SCC)<br />

These Special Conditions shall be read and construed along with the annexed General<br />

Condition of Contract Form ‘B’ but in case of any contradiction or inconsistency between<br />

these special Conditions and the General Conditions of contract in Form ‘B’, the Special<br />

Conditions mentioned here in under shall prevail.<br />

If any addition, deletion or alteration in the conditions of Contract is made consequent to<br />

directions given by Government Conveyancer/ Technical Audit cell/ Any other<br />

Government agency, and if on account of such changes any financial liability is created,<br />

the same shall be to the contractor’s account.<br />

(iii) No deviations from the technical specifications/ conditions laid down shall be accepted in<br />

Technical Part-‘B’ of the e-Bid.<br />

(iv) The purchaser is not bound to accept the lowest of any bid and may reject any or all the<br />

bids with out assigning any reason. The purchaser may negotiate or re-tender on limited<br />

tender basis, if substantial financial benefit is likely to accrue to <strong>Irrigation</strong> <strong>Department</strong>,<br />

U.P. This is known as inviting Rock Bottom Rates’ where in the bidders are given the<br />

choice to reduce their rates to the minimum level possible. The purchaser may also provide<br />

the counter offer rates, if need be, to the various bidders in the best interest of the<br />

Government.<br />

This bid is for the manufacture & supply of Two Way PVC Outlet Valve capable of withstanding<br />

hydraulic working pressure of 4.00 Kg./cm 2 as per <strong>Department</strong>al Technical<br />

Specifications & Drawings stipulated in the tender documents to <strong>Irrigation</strong> <strong>Department</strong>, U.P.<br />

1.1 This e-Bid/ Contract shall be exclusively governed by the terms and conditions noted in the<br />

following headings:-<br />

(a) Invitation for Bids<br />

(b) Section I : Instruction to Bidders(ITB);<br />

(c) Section II (A) : General Conditions of Contract(GCC);<br />

(d) Section II (B) : Special Conditions of Contract(SCC)<br />

(e) Section III(A) : Technical Specifications; (TS)<br />

(f) Section III(B) : Technical Conditions; (TC)<br />

(g) Section III(C) : Bid Form<br />

(h) Section III(D) : Supply Order Statement ‘A1’<br />

(i) Section III(E) : Performance Certificate Statement ‘A2’<br />

(j) Section III(F) : Check List<br />

(k) Section III(G) : Form of Agreement for Validity Commitment Annexure-"VC"<br />

(l) Section IV(A) : Schedule of Prices & Quantities/ BOQ Schedule "A"<br />

(m) Section IV(B) : Form of Agreement<br />

(n) Section V(A) : BG Forms for EMD Annexure : EM<br />

(o) Section V(B) : BG Form for Performance Security Annexure: PS<br />

Subsequent amendments/ Corrigendum issued from time to time under the provisions of the<br />

Contract by Superintending Engineer, Central Equipment & Stores Procurement Circle-II, I.D.,<br />

U.P, Lucknow shall prevail and no other conditions other than those contained therein shall apply.


29<br />

2.00 EAREST MOEY:<br />

2.10 The Bidder shall furnish, a bid security (EMD) in the amount of Rs. 1.37Lacs (Rs. One Lacs<br />

Thirty Seven Thousand Only) in favor of the purchaser i.e. Superintending Engineer, Central<br />

Equipment & Stores Procurement Circle-II, <strong>Irrigation</strong> <strong>Department</strong>, U.P., Lucknow, valid for a period<br />

of 4 months from the date of opening of financial part –‘C’ i.e. up to 12.02.20<strong>13</strong>, if presented in any<br />

of the following instruments mentioned herein under at (a)/(b)/(c)/(d) and 10 months from the date<br />

of opening of financial part –C i.e. up to 12.08.20<strong>13</strong>, if presented in the form of Bank Guarantee as<br />

mentioned herein under at (e), failing which their offer may not be considered. In case the opening<br />

of Part "C" is rescheduled, the validity shall be extended accordingly by the bidder.<br />

(a) Post Office’s Cash Certificate<br />

(b) Post Office’s Saving Account<br />

(c) Call deposit Receipt of State Bank of India or any other Scheduled Bank<br />

(d)<br />

(e)<br />

Term Deposit Receipt / Fixed Deposit Receipt of a Scheduled Bank.<br />

Bank Guarantee of a Scheduled Bank on Non Judicial Stamp paper of worth<br />

Rs. 900.00 as per prevailing Government orders of U.P. duly affixing Revenue<br />

Stamp of Rs. 1.00 there-upon on enclosed prescribed proforma (Annexure “EM”).<br />

Due precautions shall be taken in preparation of Bank Guarantee in respect of<br />

following:-<br />

(i)<br />

(ii)<br />

The non-judicial stamp paper used in preparation of B.G. must be issued from<br />

Govt. Treasury/ Authorized Bank/ Authorized Vendors and must be legally<br />

acceptable.<br />

As per Indian Stamp Act 1899, the duty shall be payable by the person drawing,<br />

making and executing the bond. The stamp paper used in Bank Guarantee shall<br />

be issued in the name of Bank issuing the Bank Guarantee from the Treasury or<br />

authorized vendor.<br />

(iii) Reference of offer of bidder shall be properly entered in the blank spaces of<br />

prescribed Bank Guarantee format.<br />

(iv) The Bank Guarantee Bond shall be written in such manner that stamp may<br />

appear on the face of the bond.<br />

(i) All the cutting and erasures shall be properly authenticated. Only water marked<br />

paper shall be used, if required additionally.<br />

ote:- Bank Guarantee Bond not complying with the above stipulations shall not be accepted.<br />

2.20 FORFEITURE OF EAREST MOEY:<br />

The Bidder shall note carefully that in the event of the breach of any terms and conditions or<br />

subsequent commitment of assurance forming part of their bid, purchaser shall have<br />

unquestionable right to reject the offer and forfeiture of Earnest Money. In the event of bidder’s<br />

offer being accepted and failure for signing the agreement on or before the scheduled date as<br />

stipulated in the acceptance letter, earnest money deposited with the department, shall be liable for<br />

forfeiture and no claim whatsoever shall be entertained in such case.<br />

2.30 RELEASE OF EAREST MOEY :<br />

The Earnest Money shall be released after the finalisation of contract, however the earnest money<br />

of the bidder failing to qualify Part-"A" of the tender may be released earlier.<br />

3.00 PRICES:<br />

3.10 The prices quoted in Column-4 of the Schedule of Prices & Quantities Schedule-“A” shall be per<br />

unit & exclusive of excise duty and Central Sales Tax/ VAT, Packing, Forwarding, Transit<br />

Insurance & Freight Charges up to destination which shall be distinctly shown in respective<br />

columns along with the quoted prices, failing which offer may not be considered.


30<br />

3.20 It is mandatory for the bidders to furnish the breakup of prices as required in schedule-A (Schedule<br />

of Prices & Quantities) failing which the offer shall not be considered.<br />

3.30 The prices quoted in Column-8 of Schedule “A”, should be F.O.R. destination for any station in<br />

U.P., duly insured for any loss/ damage during transit including Excise duty, CST/VAT and<br />

packing, forwarding & freight and any other charges if applicable.<br />

3.40 The bidders are required to quote FIRM & FIXED PRICES, In case prices quoted are variable,<br />

their offer is liable to be ignored.<br />

4.00 EXCISE DUTY:<br />

4.10 EXCISE DUTY as leviable on AD-VALOREM basis), along with cess if intend to be claimed,<br />

shall be quoted Separately in Column-5 of annexed Schedule of Prices & Quantities, Schedule -<br />

“A”, in section IV (A) of bid document, as applicable at present on actual basis which shall be<br />

reimbursed to the contractor against documentary evidence i.e. photocopy of the Invoice duly<br />

attested & signed by firm’s Managing Director or his authorized signatory for this purpose.<br />

4.20 If reimbursement of the Excise Duty is intended as extra over the quoted price, the bidder must<br />

specifically say so. In the absence of any such stipulation, it will be presumed that the prices<br />

quoted are firm and final and no claim on account of excise duty will be entertained after the<br />

opening of bids.<br />

4.30 If a bidder chooses to quote a price inclusive of excise duty and does not confirm that the excise<br />

duty not included is firm and final, he should clearly indicate the rate of excise duty and quantum<br />

of excise duty included in the price, Failure to do so may result in ignoring of such bid summarily.<br />

4.40 Any statutory variation in Excise Duty during validity of contract shall be to the purchaser’s<br />

account, duly supported by government notifications.<br />

4.50 In case, Excise Duty is Nil or not applicable or exempted, it shall be distinctly mentioned in the<br />

offer, and in case firm is eligible for concessional Excise Duty on slab basis as per prevailing Govt.<br />

notification, the same shall be clearly mentioned in the firm’s offer, indicating the rate of Excise<br />

Duty that shall be charged by them in case their offer is accepted. No claim of the bidder,<br />

thereafter for extra Excise Duty shall be tenable on the ground of the Bidder having crossed a<br />

particular slab.<br />

4.60 Contractor shall record a certificate on each bill that the excise duty charged on the bill is not more<br />

than the payable under the provisions of the relevant enactments or the rules in force and also<br />

certify that the amount claimed towards Excise Duty in the bill is in accordance with the<br />

provisions of the rules in force and that the same has been paid to the excise authorities in respect<br />

of the stores covered by the bill.<br />

4.70 During validity of contract, if on account of statutory provisions, any amount of the Excise Duty as<br />

claimed from the purchaser and paid to Excise <strong>Department</strong> is reimbursed to the contractor, the<br />

same shall have to be declared to the purchaser for onward adjustment and in case of default, the<br />

same shall be treated as breach of contract and necessary action as per provisions stipulated in<br />

terms and conditions of contract shall be initiated/taken against the contractor.<br />

4.80 For period of validity of contract, Bidder shall give an undertaking along-with their offer in Part<br />

"B" on Rs. 100.00 Non-Judicial stamp paper that prices of required stores/equipment & Excise<br />

Duty have been quoted after taking CENVAT CREDIT of the inputs in to account and same has<br />

been passed on the purchasers account.<br />

5.00 CETRAL SALES TAX / VAT:<br />

5.10 Central Sales Tax/ VAT of any description whatsoever where leviable and intended to-be claimed<br />

from the purchaser, whether as part of price or by way of tax in pursuance of statutory provisions<br />

applicable to the Bidder, the same shall be distinctly shown along-with the prices quoted in<br />

Column-6 of annexed Schedule of prices & Quantities Schedule-‘A’ in section IV(A) of bid


31<br />

document. Where this is not done, all claims for payment or reimbursement of Trade / Sales Tax of<br />

any description what so ever whether as a part of the prices or as tax shall be deemed to have been<br />

waived off on all the occasions and no such claims shall be entertained on any ground whatsoever.<br />

5.20 If any bidder desires to ask for Central Sales Tax/ VAT to be paid extra, the same must be<br />

specifically stated. In the absence of any such stipulation in the bid, it will be presumed that the<br />

prices quoted by the bidder are inclusive of Central Sales Tax/ VAT and the liability for payment<br />

of the CST/VAT will be developed upon the purchaser.<br />

5.30 The Central Sales Tax / VAT shall be payable at concessional rates as admissible against Govt.<br />

Supplies as the case may be and against specific mention of the same, failing which no such form<br />

shall be issued.<br />

5.40 In case Central Sales Tax / VAT and other duties / levies, if any, is quoted as inclusive in the<br />

prices, the contractor shall clearly mention the rate at which it is included in the prices with<br />

documentary proof.<br />

5.50 Any statutory variation in the tariff of Central Sales Tax / VAT shall be to purchaser’s account<br />

during the stipulated delivery period of contract.<br />

5.60 Any other statutory orders of the Govt., applicable at the time of supplies, shall come in force after<br />

due approval by the purchaser.<br />

6.00 PACKIG, FORWARDIG TRASIT ISURACE & FREIGHT :-<br />

6.10 Packing, Forwarding & Freight Charges with Transit Insurance shall be quoted separately in<br />

Column-7 of Schedule of Prices & Quantities Schedule-“A”. It is Contractor’s responsibility to<br />

ensure safe delivery of the ordered material to the consignee’s Stores.<br />

6.20 The responsibility in transit from works to the destination shall lay with the bidder, and as such the<br />

Transit risk in this respect may be covered the bidder, by getting the stores duly insured, if he so<br />

desires. The insurance cover shall be obtained by the contractor in his own name and not in the<br />

name of the consignee. The consignee will as soon as possible but not letter than 45days of the<br />

date of arrival of stores at destination, notify the contractor of any loss or damage to the stores that<br />

may have occurred during transit.<br />

7.00 OCTROI, TOLL TAX, ETRY TAX & OTHER TAXES:-<br />

The prices shall be quoted exclusive of Octroi, Toll Tax, Entry Tax , other taxes and local duties<br />

imposed by State/ Central Govt., if any but the same shall be distinctly mentioned in the Bidder’s<br />

offer, in case they are intended to be claimed, which shall be paid extra on actual basis on<br />

production of documentary proof. Any statutory variation in the same during stipulated delivery<br />

period shall be to the purchaser’s account.<br />

8.00 DISCOUT:<br />

Any discount, other than prompt payment discount, shall be distinctly mentioned in commercial<br />

offer.<br />

9.00 COMPARISIO OF PRICES:<br />

9.10 The comparison of the prices shall be on the basis of F.O.R. Destination (Landed Rates) inclusive<br />

of Basic Rates with Excise Duty, Education Cess, CST/ VAT, Packing & Forwarding Charges,<br />

Freight and Transit Insurance & other taxes etc. However the purchase shall be decided on the<br />

basis of total/ landed rates, inclusive of CST/ VAT.<br />

9.20 Any rebate/ discount linked with quantity terms of payment any other conditions shall not be<br />

considered for the purpose of evaluation and comparison of such offer vis-à-vis others. However,<br />

the same may be availed while placing orders with such successful bidders.


32<br />

10.00 PRICE/ PURCHASE PREFERECE:<br />

The firm shall furnish documentary proof for being registered as small / medium / large scale unit<br />

by any statutory body along-with location of their unit indicating the state where it is located.<br />

Bidder must distinctly mention the clause of the relevant Government order under which price/<br />

Purchase preference is being claimed for. Price/Purchase preference to the firm shall be considered<br />

only as per prevalent rules/ Govt. orders in force, on the request of the firm. Bidder found eligible<br />

for preference, shall have to match his price with the lowest bidder in case he is willing to work on<br />

the lowest rate.<br />

11.00 PERFORMACE GUARA<strong>TE</strong>E:<br />

The performance of the material conforming to the Detailed Technical Specifications annexed and<br />

as to be supplied shall have to be guaranteed for a period of 12 months from the date of supply,<br />

and to cover the guarantee, the contractor shall submit the performance security in the manner<br />

prescribed in clause-12.00 hereinafter. If any defect in respect of Design, Inferior Material,<br />

Workmanship or Quality etc. is noticed during guarantee period, the material shall be replaced as<br />

the case may be, by the Contractor at his own cost & risk within one month positively from the<br />

date of intimation of the defect.<br />

12.00 PERFORMACE SECURITY:-<br />

In the event of a contract being placed on a contractor, he shall have to deposit performance<br />

Security amounting to 10% value of the Contract within 15 days from the date of issuance of<br />

acceptance letter, failing which it will be presumed that the firm is not interested in entering into<br />

Agreement and the offer of the firm shall be ignored at the risk and expenses of the firm and<br />

earnest money deposited shall be forfeited.<br />

The aforesaid Performance Security if deposited in the form of Bank Guarantee issued by a<br />

scheduled Bank on non judicial stamp papers legally acceptable as per stamp act 1899, equivalent<br />

to 0.5% of the performance security amount, subject to the maximum Rs.10,000.00 on the<br />

prescribed proforma annexed as Annexure “PS” in section-V(B), valid for payment for a<br />

period of 18 months from the last date of stipulated delivery period, pledged for payment in the<br />

name of Superintending Engineer, Central Equipment and Stores Procurement Circle-II <strong>Irrigation</strong><br />

<strong>Department</strong>, U.P. Lucknow for the purpose mentioned above and mentioned hereinafter. The<br />

performance security may also be deposited in any of the following instruments.<br />

(a) Post Office’s Cash Certificate.<br />

(b) Post Office’s Saving Account,<br />

(c) Call deposit Receipt/ TDR/FDR of State Bank of India or any Scheduled Bank.<br />

The Superintending Engineer, Central Equipment and Stores Procurement Circle-II, <strong>Irrigation</strong><br />

<strong>Department</strong> U.P., Lucknow shall be at liberty at any time to appropriate and apply any security so<br />

deposited as aforesaid in or towards payment or satisfaction of purchaser or any amount which<br />

shall become due for owing by the Contractor to the Purchaser by virtue of this Contract or other<br />

contracts provided anything contained in this clause shall not prejudice any other remedy to which<br />

the Purchaser may be entitled for the recovery of such moneys available and this Performance<br />

Security subject to such deductions as aforesaid be refundable to the Contractor after 18 months<br />

from the date of satisfactory completion of supplies in accordance with the terms and conditions<br />

of the Contract.<br />

(i) If the quantity to-be supplied is enhanced at any stage, the Contractor shall be required to<br />

deposit additional Performance Security @10% of the value of enhanced quantity in the<br />

manner as mentioned above enhanced quantities only then the contractor shall have the right to<br />

supply the enhanced quantity.


33<br />

(ii) The Bidder shall, on requisition from time to time, renew, enhance or replenish the<br />

performance security. The Superintending Engineer, Central Equipment & Stores Procurement<br />

Circle-II, <strong>Irrigation</strong> <strong>Department</strong>, U.P., Lucknow shall be at liberty at any time to appropriate &<br />

encase any security so deposited, in the event of his failure to fulfill the terms & conditions of<br />

the contract.<br />

(iii)In the event of grant of any extension in completion schedule of the Contract, due to any<br />

reason whatsoever it shall be mandatory for the contractor to extend the validity of their<br />

performance security / Bank Guarantee for further period of extension, in case there refusal to<br />

do so, it shall be treated as breach of contract and necessary action as deemed fit shall be taken,<br />

in view of the terms & conditions of the contract.<br />

(iv) The above stipulations shall not override the stipulations of Financial Hand Book.<br />

<strong>13</strong>.00 PRE - DESPATCH THIRD PARTY ISPECTIO :<br />

(i) The entire Supply of Two-Way PVC Outlet Valve shall be pre-dispatch inspected by 3 rd<br />

Party Inspecting Agency nominated by Superintending Engineer, Central Equipment<br />

& Stores Procurement Circle-II, <strong>Irrigation</strong> <strong>Department</strong>, U.P., Lucknow as per relevant<br />

Indian Standard & Detailed Technical Specifications stipulated in the tender, documents at<br />

manufacturer’s works. The contractor shall offer material for inspection along with<br />

consignee wise quantity detail to inspecting agency and also provide all necessary<br />

facilities / documents desired by the inspection authority at the time of inspection The<br />

inspection charges shall be initially borne by the Contractor, which shall be claimed from<br />

the consignee in his bills/ invoices of the supplies on actual/ pro-rata basis against<br />

documentary proof. In case the material offered for inspection is rejected in the first<br />

inspection, the charges for second inspection shall be borne by the contractor, and the same<br />

shall not be reimbursed. In case the material offered for inspection is rejected after the<br />

second inspection, Purchaser may annul / rescind the contract and forfeit the Performance<br />

Guarantee / security for which no claim of contractor shall be admissible.<br />

(ii) In the event of delay in the inspection at the level of designated Inspection Agency and the<br />

material being urgently required, Superintending Engineer, Central Equipment & Stores<br />

Procurement Circle-II, <strong>Irrigation</strong> <strong>Department</strong>, U.P., Lucknow may designate alternative<br />

third party inspection agency or his representative for the inspection of material.<br />

(iii) The contractor shall submit Quality Assurance Plan (Q.A.P) to inspection Agency at the<br />

time of offering the material for inspection with a copy to Superintending Engineer, Central<br />

Equipment & Stores Procurement Circle-II, I.D.U.P., Lucknow.<br />

(iv) The purchaser or his authorized representative shall be free to inspect the material at any<br />

time during or after manufacturing process at the time of completion of supplies and<br />

afterwards also. The contractor shall provide all facilities required for such inspection at<br />

their works free of cost. In case any further inspection is necessitated through other<br />

inspecting agency, then in that case inspection charges shall be borne by the purchaser.<br />

(v)<br />

(vi)<br />

The bidder shall make the Inspection Call to the nominated III rd Party Inspection Agency<br />

duly indicating up to which period the delivery period of the relevant contract is valid.<br />

If the Inspection Call for supply of stores with ISI marking the contractor should clearly<br />

indicate validity period of BIS License and also confirm that the same has not been revoked<br />

or no legal action has been initiated by BIS while requesting for pre dispatch inspection.


14.00 COMPLETIO PERIOD :<br />

34<br />

14.10 DELIVERY OF MA<strong>TE</strong>RIAL:<br />

These supply shall commence within ONE month after 15 days of the date of issue of acceptance<br />

letter and shall be completed within ONE month thereafter i.e. total delivery period is TWO & half<br />

months from the date of issue of acceptance letter. This period of completion may be altered at the<br />

time of Agreement / Supply Order by the Purchaser with mutual consent of the contractor. The<br />

date of actual receipt of the material in consignee’s store shall be treated as the date of completion<br />

of delivery.<br />

15.00 DESPATCHES:<br />

The inspected material covered by this contract shall be dispatched freight paid duly insured by<br />

goods train directly from manufacturer’s works to destination railway station / by road transport<br />

for delivery up to consignee’s stores.<br />

15.10 Unloading at destination railway station, unloading, carriage up to consignee’s Stores / Site and<br />

stacking at consignee’s store in case of dispatch by rail and unloading & stacking at consignee’s<br />

Store in case of road transport shall be contractor’s liability.<br />

15.20 In case of dispatch by road, the contractor shall request the consignees for issue of Road<br />

Permit Form-38 in advance, if applicable so that dispatches are not delayed & are expedited<br />

in time.<br />

16.00 FAILURE TO EXECU<strong>TE</strong> SUPPLIES WITH I DELIVERY PERIOD: If the contractor fails<br />

to supply the material with in the stipulated delivery period, the Superintending Engineer issuing<br />

Agreement /Contract shall be at liberty to, rescind/ cancel the order placed on the contractor and<br />

arrange the same supplies at prevailing market rate and the higher price if any paid against such<br />

supplies shall be recoverable from the contractor from Performance Security/Pending claimed due<br />

in the department.<br />

17.00 RESPOSIBILITY FOR SAFE TRASPORTATIO:<br />

The firm shall ensure safe delivery of material up to the railway destination / consignee’s stores as<br />

the case may be. Incase of material being dispatched by rail & there is any evidence of loss or<br />

damage, the consignee shall acquire necessary certificate for such loss / damage / shortage from<br />

the appropriate Railway Officials before taking delivery and lodge the claims with the Railways at<br />

once within 15 days from the date of receipt of Consignment under intimation to the firm and<br />

Superintending Engineer, Central Equipment & Stores Procurement Circle-II, <strong>Irrigation</strong><br />

<strong>Department</strong> U.P. Lucknow In case of material dispatched through road transport, the<br />

consignee shall report the loss/damage/shortage in the consignment received at consignee’s store<br />

to the firm under registered cover within 15 days of receipt of material under intimation to<br />

Superintending Engineer, Central Equipment & Stores Procurement Circle-II irrigation<br />

<strong>Department</strong> U.P. Lucknow.<br />

18.00 SUPPLY OF CORRECT STORES / EQUIPMET:<br />

The contractor shall ensure that only those stores, which are correct and according to stipulated<br />

technical specifications of tender/ contract, are supplied. In the event of discrepancies being found<br />

subsequent to the completion of the supply, the contractor shall be bound to replace/ rectify them<br />

by correct stores free of cost to the purchaser as per “PERFORMANCE<br />

GUARAN<strong>TE</strong>E/SECURITY” Clause 11.00/12.00 given herein before.


35<br />

19.00 REPLACEMET / RECTIFICATIO OF DEFECTIVE SUPPLIES:<br />

If the supply is found defective / unsuitable / sub standard or rejected at consignee’s stores / sites,<br />

the same will be reported to the Contractor along with the defect details with in 15 days from the<br />

date of notice of such defect by the consignee. The contractor shall replace/rectify the<br />

defective/rejected material free of cost within one month of receiving such information from<br />

consignee, failing which the cost of material inclusive of all taxes and duties shall be recovered<br />

from the performance Security / pending claim in the department . In the event of Govt. work<br />

being suffered on account of delay in replacement/rectification of material by the contractor, the<br />

purchaser shall be at discretion to purchase the material at the prevailing market price and in such<br />

case Contractor shall have to reimburse the excess amount if paid or else the same shall be<br />

recovered from the performance Security pending claims due in the department.<br />

20.00 LIQUIDA<strong>TE</strong>D DAMAGE:<br />

If the entire supply or any part thereof is not completed by the due-date the liquidated damage as<br />

provided in Clause 23 of annexed General Conditions of Contract Form-‘B’ shall become payable<br />

at the rate of ½% per week of the contract value exclusive duties & taxes of unsupplied / delayed<br />

supplies subject to a maximum of 10% of contract value of such supplies.<br />

21.00 FORCE MEJEURE CLAUSE :<br />

If at any time during the pendency of this contract , the performance in whole or in part without the<br />

consent of purchaser or any obligation under this contract is prevented or delayed by the reasons of<br />

any war, sabotage, fires, floods, strikes, lock-out, explosion, epidemics, quarantine restriction or<br />

other act of God, King, Government or ruler (hereinafter referred as eventuality), if the notice of<br />

happening of such eventuality is given by the Supplier to the purchaser purchaser within 15 days<br />

from the date of occurrence of such eventuality thereof, the purchaser shall neither terminate<br />

contract nor claim any damages in respect of such non-performance or delay for the reasons as<br />

mentioned herein before, but the supply shall be resumed as soon as possible after such<br />

eventualities have come to an end or seized to exist. However, the decision of Superintending<br />

Engineer, Central Equipment & Stores Procurement Circle-II, I.D.,U.P., Lucknow shall be be final<br />

in such case.<br />

22.00 VALIDITY OF COTRACT :<br />

The contract shall be valid till the validity of the Performance Security as stipulated in Clause<br />

12.00 herein above.<br />

23.00 REQUEST FOR TIME EX<strong>TE</strong>SIO:<br />

The contractor shall apply for the extension of time at least 15 days in advance reckoned from the<br />

date of completion of supplies along with necessary documentary proof in support of their<br />

contention for extension of time, to the Superintending Engineer, Central Equipment & Stores<br />

Procurement Circle-II <strong>Irrigation</strong> <strong>Department</strong>, U.P., Lucknow, failing which request for extension of<br />

time is liable to-be rejected and liquidated damages as per Clause 23 of General Condition of<br />

Contract-Form “B” shall become payable.<br />

24.00 RESPOSIBILITY FOR COMPLE<strong>TE</strong>ESS:<br />

Any other material/ item which may not have been specifically mentioned in the Schedule of Prices<br />

and Quantity but are usual or necessary, shall be provided by the contractor without extra charges, so<br />

that ordered material are complete in all respect.<br />

25.00 OMIATIO OF EGIEERS:<br />

The Superintending Engineer, Central Equipment & Stores Procurement Circle-II, <strong>Irrigation</strong><br />

<strong>Department</strong> U.P., Lucknow would act as Engineer for the purpose of this contract as defined in<br />

Clause-I(x) of General Condition of Contract form “B” annexed.


36<br />

26.00 <strong>OTICE</strong> TO COTRACTOR:<br />

Any notice given to the contractor shall be posted under Registered Cover / Speed Post /Fax to their<br />

address. The Bidder is therefore required to give their complete postal, telephonic & telegraphic &<br />

Email address including fax no. Such posting other than fax message shall deemed good service of<br />

such notice and the time mentioned therein for doing any act after notice shall be reckoned from the<br />

date on which such notice should normally reach him i.e. One Week.<br />

27.00 RESPOSIBILITY OF THE COTRACTOR:<br />

The contractor shall be entirely responsible for execution of the contract in accordance with the<br />

Terms and Conditions contained in Invitation for Bids Instructions to bidder, Special conditions<br />

of Contract, General Conditions of Contract Form “B”, Technical Specifications, Technical<br />

conditions, Bid Form, Form of Agreement, Prices schedule (BOQ), Letter of Acceptance of Tender<br />

and Agreement issued by Superintending Engineer Central Equipment & stores procurement circle-<br />

II, IDUP, Lucknow.<br />

28.00 PAYMET <strong>TE</strong>RMS:<br />

28.10 AGAIST DISPATCH THROUGH RAIL :-<br />

(In case material is dispatched through Rail) Bills in triplicate duly stamped and pre receipted alongwith<br />

a clear Railway Receipt in the name of consignee (Freight paid), complete dispatch particulars,<br />

Inspection certificate / Release note shall be submitted to the consignees against which payment<br />

shall be admissible in accordance with following schedule:-<br />

90% (Ninety percent) of the Ex-works Prices including packing charges plus 100%<br />

(Hundred percent) Taxes & Duties and inspection charges against clear Railway Receipt (not<br />

through Bank) along with Inspection certificate / Release note Contractor’s Invoice giving no. and<br />

date of the Railway Receipt covering dispatch of material from Manufacture’s works to Consignee’s<br />

Destination Railway Station, the Advice Note / Delivery Challan giving case no. and contents<br />

together with a certificate by the contractor to the effect that the material detailed in the said advice<br />

note has actually been dispatched under the said Railway Receipt and that the Contract Value of the<br />

material as dispatched is not less than the amount entered in the Invoice / Bill and that only those<br />

stores which are correct and according to the Technical specifications of the tender/ contract have<br />

been dispatched.<br />

28.20 AGAIST DESPATCH THROUGH ROAD TASPORT :-<br />

For dispatches through Road Transport 90% of the Ex-Work prices including Packing, forwarding<br />

and freight charges plus100% taxes & duties and inspection charges of each consignment of stores<br />

shall be paid against actual receipt of material in satisfactory conditions at Consignee stores.<br />

28.30 Balance 10% (Ten percent) of the Ex-works price including packing, forwarding & freight charges<br />

shall be payable after check and verification of material within a month from the date of receipt of<br />

material.<br />

28.40 The aforesaid payment terms of sub-clause 28.30 are applicable when supplies have been completed<br />

within the stipulated delivery period.<br />

28.50 The purchaser reserves the right to modify the above payment terms.


37<br />

28.60 If the contractor is found charging price more than the prices declared by the purchaser in writing in<br />

their bill / invoice/ letter of credit sent through Bank and consignee/ paying authority having no option<br />

except to make payment of such letter of credit, the excess amount so paid and found in excess of the<br />

amount due as per contract shall be reimbursed by the contractor to the consignee immediately within 7<br />

days at their level failing which same shall be recovered from the performance security deposited by the<br />

contractor / any other dues pending with the department and further action as per Clause 32 of General<br />

Conditions of Contract Form ‘B’ shall be taken for which no claim of contractor shall be entertained.<br />

28.70 No interest shall be paid for delayed payments what so ever delay may be.<br />

29.00 PROMPT PAYMET DISCOUT:<br />

½ %(Half percent) prompt payment discount on Prices of material as shown in Column 4 of<br />

Schedule of Prices & Quantities, Schedule-A shall be allowed by the Contractor if his balance<br />

payment as given above in Clause 28.3 is made within 30 days from the date of receipt of supplies<br />

in satisfactory condition.<br />

30.00 QUATITY VARIATIO:<br />

Quantity mentioned of tendered item is tentative & subject to change up to any extent as per actual<br />

requirement till the time of finalization of Contract. However, the purchaser is also entitled to<br />

increase/decrease the quantities after signing the agreement during validity of contract as per<br />

stipulation in clause-27 of General conditions of contract-Form-‘B’, and quantities are further<br />

proposed to be increased / decreased, are subject to the prior consent of the contractor.<br />

31.00 PROGRESS OF SUPPLY :-<br />

The Contractor shall report progress of supplies from time to time to the office of Superintending<br />

Engineer, Central Equipment & Stores Procurement Circle-II <strong>Irrigation</strong> <strong>Department</strong>, U.P., Lucknow,<br />

failing which it shall be deemed as non-performance.<br />

32.00 DTSTRIBUTIO OF QUATITY :<br />

The purchaser reserves the right to distribute the quantities between different bidders on the lowest<br />

tendered rates in the public interest.<br />

33.00 TRADE/SALES TAX CLEARACE CERTIFICA<strong>TE</strong>:<br />

Bidder shall submit Trade/ Sales Tax Clearance Certificate / No dues Certificate issued within 364<br />

days prior to opening of tender, duly signed by the Trade/Sales Tax Officer concerned under the seal<br />

of their office along with Part ‘C’ Financial of their bid, Failure to produce the said certificate will<br />

render their tender liable to be ignored.<br />

34.00 DEVIATIO:<br />

No deviation from the technical specifications & technical conditions shall be acceptable in Part "B"<br />

Technical of their bid.<br />

35.00 EVALUATIO OF <strong>TE</strong><strong>DER</strong>S:<br />

Bidders may please note that each & every Part of the bid shall be evaluated in accordance with the<br />

relevant clauses of the bid documents.<br />

ote:- Bidders may please note that if any of the preceding part of the bid is not found responsive, the<br />

next Part of the bid shall not be opened & no claim what so ever shall be entertained<br />

36.00 O-PERFORMACE:<br />

In the event of non-performance of any kind during the pendency of the contract, this shall be treated<br />

as misconduct on the part of the firm and the firm may be Black-listed along with penal action as per<br />

conditions stipulated in bid document / contract.


38<br />

37.00 DISPU<strong>TE</strong>:<br />

All disputes arising out of this Contract shall be subjected to the provisions of Arbitration and<br />

Conciliation Act–1996 and subsequent amendment thereof. Disputes not covered under the<br />

arbitration provisions shall be subjected to the territorial jurisdiction of Lucknow Courts only.<br />

Superintending Engineer<br />

Central Equipment & Stores Procurement Circle-II,<br />

<strong>Irrigation</strong> <strong>Department</strong>, U. P., Lucknow.


39<br />

SECTIO-III-<strong>TE</strong>CHICAL BID<br />

<strong>TE</strong>CHICAL SPECIFICATIOS FOR THE SUPPLY OF TWO-WAY PVC OUTLET<br />

VALVE<br />

1.00 GEERAL:<br />

PVC Outlet Valve as shown in enclosed sheet-1 read with sheet-2 on page 41 & 42, are required<br />

for use in PVC pipe line distribution system of State Tubewells for irrigation purpose. The PVC<br />

Outlet Valve shall be in accordance with the enclosed drawings. The basic requirement of this<br />

valve apart from discharging water without appreciable head loss is tamperproofness so that it may<br />

not be damaged, disturbed or mishandled by the miscreants. The all joints of valve should be leak<br />

proof.<br />

2.00 MA<strong>TE</strong>RIAL SPECIFICATIO:–<br />

The Unplasticized PVC (Poly-Vinyl Chloride) material as per IS: 4985:2000 or its latest<br />

amendments if any. The additives shall be as per IS: 10148:1982 or its latest amendments if any<br />

suitable for potable water.<br />

3.00 SPECIFICATIOS OF IDIVIDUAL PARTS:<br />

The detailed technical requirements of individual parts of the “TWO WAY P.V.C. OUTLET<br />

VALVE” are as under:-<br />

3.10 PVC TOP FLAGE: (Part no.-1)<br />

The PVC top flange of Two Way P.V.C. Outlet Valve shall be injection moulded, made of<br />

Unplasticized PVC material. Top flange shall be tight fit in PVC upper case and it shall be<br />

clamped by two steel screws 3x10 mm long to fix the top flange duly jointed with good quality<br />

solvent cement as per IS : 14182:1994 or its latest amendments if any. In the PVC upper case, it<br />

shall be provided with an integrally moulded guide for movement of push rod in running fit<br />

conditions. Prominent Dimensions of Top Flange are as shown in the drawing.<br />

3.20 TWO- WAY PVC UPPER CASE (Part no.2)<br />

This shall be made out of Unplasticized PVC material as per IS: 4985:2000 or its latest<br />

amendments if any. This shall be injection moulded and shall conform to IS 7834 (Part 4): 1987<br />

according to the dimensions shown in the drawing.<br />

3.30 PVC BALL HOUSIG FLAGE (Part no.-3)<br />

The Unplasticized PVC Ball housing flange dimensions are shown in drawing. The material and<br />

chemical composition is similar as of PVC Top flange. The flange shall be injection moulded<br />

and shall have hole of dimensions as <strong>13</strong>8±0.2 mm at top and 142±0.2 mm at bottom suitable<br />

with profile of ball to make joint leak proof. The inner taper surface of hole shall have one<br />

vertical slot of max 0.5 mm x 0.5 mm to release the air/surge pressure generated in the pipe line.<br />

The flange will have both side tail end pieces of 14.0 mm length and 4.0 mm thick with no<br />

negative tolerance duly solvent cement jointed in PVC upper case and PVC Ball housing parts<br />

of the valve with good quality solvent cement as per IS : 14182:1994 or its latest amendments if<br />

any.<br />

3.40 PUSH ROD (Part no.-4)<br />

The Push Rod shall be used to open the valve for discharging the water from it by pushing<br />

HDPE Ball down words. It shall be made out of 9 mm dia minimum steel Rod insert moulded in<br />

poly propylene co polymer (PPCP) as per drawing. In the bottom portion of Spindle a Semi


40<br />

Circular Canopy should be provided so that Point-Contact between Spindle & Ball can be<br />

avoided. The outer profile of canopy which is to remain in contact with the ball shall have a<br />

circular profile having a radius equal to ball radius as shown in drawing so that point-contact<br />

between spindle & ball can be avoided.<br />

The outer dimensions of Push Rod should be such that it can move upward & downward<br />

in the guiding of top flange in close running fit and shall be provided with suitable arrangement<br />

on top to lock it when valve is in running position.<br />

3.50 HDPE BALL: (Part no.-5)<br />

The High Density Polyethylene Ball of natural colour. It shall be made by Blow Moulding with<br />

virgin High Density Polyethylene material as per IS: 7328:1992 or its latest amendment, if any.<br />

The HDPE material shall be such as it can be used in potable water supply. The material<br />

composition shall be as per IS: 10146:1982 or its latest amendments. Outer diameter of the ball<br />

shall be 150±1 mm. The weight of the ball shall be 300±10 gm. Surface of the ball shall be<br />

smooth at every point. If the ball is made by Blowing methods, the blowing hole shall be<br />

plugged with the same material in continuity with the process. No plugs are acceptable for<br />

sealing the hole.<br />

3.60 LATCHIG ARRAGEMET: (Part no.-6)<br />

Suitable locking arrangement shall be provided on top of valve so that valve can be locked in<br />

running position, this arrangement is to be welded with U-Type hold fast for protection of Top<br />

Flange.<br />

3.70 U-TYPE HOLD FAST : (Part no.-7)<br />

U type hold fast of 5mm. dia MS bar tag welded at latching rod as per drawing.<br />

3.80 PVC BALL HOUSIG (Part no.-8)<br />

The PVC Ball housing shall be injection molded made of PVC material confirming to IS:<br />

4985:2000 or its latest amendments if any. M.S. round bar of 9 mm dia minimum and 210.0<br />

mm minimum long to be fitted as per drawing to prevent the ball from falling into the pipe. The<br />

MS bar should be fixed with suitable resin & fiber glass mats so as to make it leak proof. The<br />

lower end of PVC ball housing shall be made as per IS: 4985:2000 or its latest amendments if<br />

any to fit suitably on PVC riser pipe of 160 mm dia.<br />

3.90 M.S. OZZLE: (Part no.-9)<br />

Two numbers of M.S. Nozzle of size 4”( inch) ¾ Approx. 100mm. nominal dia shall be<br />

provided separately with four number of steel screw (3X10mm. long) on both sides of Valve as<br />

per drawing, for discharging the water and clamping of lay-flat hose pipe for irrigation purpose.<br />

These nozzles shall be connected to PVC projections by tight fit.<br />

ote: Tolerances in the dimensions included in parts of Tendered item, shall be as per relevant<br />

Indian Standard.<br />

Superintending Engineer<br />

Central Equipment & Stores Procurement Circle-II,<br />

<strong>Irrigation</strong> <strong>Department</strong>, U.P., Lucknow


41<br />

Sheet-1


42<br />

Sheet-2


43<br />

SECTIO-III(B) <strong>TE</strong>CHICAL CODITIOS<br />

FOR THE SUPPLY OF TWO-WAY PVC OUTLET VALVE<br />

1.00 COMPLE<strong>TE</strong> <strong>TE</strong>CHICAL OFFER:-<br />

Bidder shall submit all details as per tender requirement along with all documents i.e. Invitation for<br />

bids, Instructions to Bidders, Special Conditions of Contract, General Conditions of Contact Form<br />

“B” and Technical Specifications with Drawing & Technical Conditions in duplicate duly digitally<br />

signed and stamped on each page by the bidder in lieu of firms acceptance of all the tender<br />

conditions in toto.<br />

2.00 POWER OF ATTOREY:-<br />

Pursuant to Clause 21.7 of ITB Power of attorney in the name of individual signing tender<br />

document or other documents connected with the contract must write his name in block letters<br />

under his signature and must specify whether he/they signs/sign as:<br />

(i) a “Sole Proprietor” of the Firm or his ‘Attorney”.<br />

(ii)<br />

(iii)<br />

(iv)<br />

(v)<br />

a “Procurator” of the Firm.<br />

an active Partner of the Firm in case where authority to refer to arbitration disputes<br />

concerning the business of the partnership has been conferred on every partner by<br />

Partnership Agreement.<br />

a person or persons duly authorized by a power of attorney to bind all the Partners of<br />

the Firm in all matters pertaining to the Agreement including the arbitration clause.<br />

In case the tender is submitted by a company/corporation, the same shall be signed by<br />

the authorized signatory and evidence/authority of the person signing on behalf of the<br />

bidder shall be furnished along with tender.<br />

ote:<br />

(a) In case of (iii) & (iv) above, a copy of Partnership Deed Agreement or General Power Of<br />

Attorney attested by The Public Notary should be furnished.<br />

(b) In case of the Partnership Firm, where authority as aforesaid has not been conferred upon any<br />

individual by Partnership Agreement or Power Of Attorney, tenders and other related documents<br />

must be signed by every Partner.<br />

(c) A person signing the tender form or any document forming part of the contract on behalf of<br />

another shall be deemed to warranty that he has authority to do so and if found that the person so<br />

signing had no authority to do so, the Purchaser, without prejudice to other civil and criminal<br />

remedies may cancel the tender/ Contract & hold the signatory liable for all cost of damages.<br />

(d) Each page of the tender documents schedules and annexures shall be signed and stamped by the<br />

Bidder. Cuttings/over writings/erase, if any, must invariably be initialed by the person signing<br />

the bid document.<br />

3.00 BIDFORM:-<br />

As annexed hereinafter duly filled, signed and stamped by the Bidders is to be submitted.<br />

4.00 VALIDITY COMMITMET:-<br />

Agreement (for Validity Commitment) in prescribed proforma (Annexure-‘VC’) on Rs. 100.00<br />

Non Judicial Stamp Papers, duly signed by the Bidder is to be submitted. The tender offer shall<br />

remain valid for acceptance for a minimum period of 4 months from the scheduled date of opening<br />

of Commercial Part-‘C’ of the bid i.e. 12.02.20<strong>13</strong>.


44<br />

5.00 <strong>TE</strong>CHICAL LI<strong>TE</strong>RATURE:-<br />

Bidder shall submit relevant illustrated technical literature having detailed technical<br />

Specifications, drawings, data, catalogue & quality control systems for ISI Marked PVC Fittings /<br />

Outlet Valve, capable of with-standing hydraulic working pressure of 4.00 Kg./cm 2 .<br />

6.00 IDUSTRY’S REGISTRATIO:-<br />

Bidder shall submit copy of firm’s Industry’s registration with D.G.S.& D. /N.S.I.C./Director of<br />

Industries /Small Scale Industries Centers of State/ Govt. of India as original manufacturer of the<br />

ISI Marked PVC Fittings / Valve, duly attested by public notary.<br />

7.00 I<strong>TE</strong>RATIOAL QUALITY ISO SYS<strong>TE</strong>M:<br />

The bidder shall submit a valid ISO 9001-2000 certificate duly certified by Public Notary, issued<br />

by statutory authority certifying firm as original manufacturer of the tendered item or PVC fittings.<br />

8.00 IFORMATIO ABOUT FIRM’S MAUFACTURIG / FIACIAL CAPACITY:-<br />

Bidder shall invariably furnish following information for assessment of their technical/financial<br />

capability to execute supplies of materials covered under this tender failing which their tender is<br />

liable to be rejected.<br />

(i) Annual & Monthly manufacturing capacity.<br />

(ii) Quantity which can be delivered per month.<br />

(iii) Details of pending orders at the time of submitting tenders.<br />

(iv) Annual Turn Over of last three financial years duly certified by the statutory auditors /<br />

Chartered Accountant of the firm.<br />

9.00 <strong>TE</strong>STIG FACILITIES / EQUIPMETS:-<br />

Bidder shall submit complete List of Plant & Machinery , comprising in-house testing facility<br />

available at the works required for pre-dispatch inspection and testing of the tendered item to<br />

ensure conformity of the tests required as per relevant IS and the technical specifications annexed<br />

hereto.<br />

10.00 CHECK LIST:-<br />

Bidder shall submit Annexure “Q” as annexed herewith duly filled in and digitally signed .<br />

11.00 QUALITY ASSURACE SYS<strong>TE</strong>M FOLLOWED AT MAUFACTURER’S WORKS:<br />

11.01 The manufacturer must have a proper and independent set up for quality control with adequate<br />

necessary equipments, facilities and personnel for this purpose, to ensure quality control from<br />

procurement of material to incoming, intermediate and final stage along-with quality control of<br />

raw material / equipments supplied by sub-suppliers.<br />

11.02 Ordered Two Way PVC Outlet Valve are subject to check at any time by purchaser’s<br />

representatives/ representative of inspecting authority deputed by the purchaser. Proper written<br />

record of quality assurance system must, therefore, be kept by the manufacturers.<br />

12.00 B.I.S. LICESE:-<br />

Offer of the bidder who have B.I.S. Certification License for manufacturing PVC Fittings as per IS<br />

7834:1987 or IS 10124:1988 shall only be considered. Bidder must furnish copy of Latest B.I.S.<br />

License for manufacturing ISI marked PVC Fittings conforming to IS 7834:1987 or IS<br />

10124:1988, valid on the date of submission of tender.


45<br />

<strong>13</strong>.00 ELIGIBILITY REQUIREMETS:-<br />

(1) ELIGIBILITY :-<br />

The offer of only those bidder will be considered who have manufactured and sold PVC<br />

Outlet Valve / PVC Fittings Costing Rs 10,00,000.00 ( Rs Ten Lac) to the Govt.<br />

<strong>Department</strong>s / Govt. Undertakings / Public Undertakings during the last 3 financial years<br />

upto the date of opening of bidder. Bidder shall invariably furnish the following<br />

informations / documents in the Technical Part-‘B’ of their tender offer for evaluation of their<br />

eligibility, failing which their tender shall be rejected.<br />

(2) DETAILS OF SUPPLIES MADE TO GOVT. DEPARTMET/ GOVT. UDETAKIG :-<br />

Bidders shall submit the details of such supplies as desired in clause <strong>13</strong>.00 (1), in the format<br />

stipulated in the Annexure A-1 hereinafter, duly certified by their statutory auditor / chartered<br />

accountant along with copies of supply orders and invoices, for assessment of supplies<br />

actually made against the same. However, The bidder who had supplied the PVC Outlet Valve<br />

/ PVC Fittings to UP <strong>Irrigation</strong> department during the last 3 financial years need not submit<br />

the certificates.<br />

(3) PERFORMACE CERTIFICA<strong>TE</strong>S I RESPECT OF SUPPLIES REFERRED ABOVE:-<br />

The bidder shall submit performance certificates of PVC Outlet Valve/ PVC Fittings costing<br />

Rs 5,00,000.00 ( Rs Five Lac ), supplies made to the Govt. <strong>Department</strong>s / Govt. Undertakings /<br />

Public Undertakings as desired in clause <strong>13</strong>.00 (2) above, in successful use for a minimum<br />

period of one year.<br />

However , The bidder who had supplied the PVC Outlet Valve / PVC Fittings<br />

to <strong>Irrigation</strong> department U.P. during the last 3 financial need not submit the performance<br />

certificate as required above. However their performance shall be evaluated at departmental<br />

level on the basis of their performance of the past supplies till the time of evaluation and in the<br />

event of unsatisfactory performance of their past supplies, their Technical Part –B shall<br />

primarily be rejected on this ground alone and no further evaluation of Technical Part –B shall<br />

be done. Such bidders may also please note that their consideration in earlier tender in the<br />

department shall not be a basis of their claim for consideration in the ensuing tender.<br />

14.00 <strong>TE</strong><strong>DER</strong> SAMPLE:-<br />

The Bidder are required to submit one No. sample of Two Way PVC Outlet Valve duly<br />

manufactured as per departmental technical specifications & Drawings annexed with tender<br />

document in the office of the Superintending Engineer, Central Equipment & Stores Procurement<br />

Circle-II, I.D., U.P., Telibagh, Lucknow, to the Junior Engineer nominated to receive the same on<br />

22.09.<strong>2012</strong> during working hours failing which their offer shall be treated as non responsive.<br />

14.01 The Bidders should note that the sample of Two Way PVC Outlet Valve submitted by them will be<br />

inspected and checked as per Technical Specifications and drawing of Two Way PVC Valve Outlet<br />

by the committee of the officer’s constituted for this job which will submit its report regarding<br />

sample. The decision of the committee will be final and binding to all the bidders.<br />

14.02 The Part “C” of only those bidders will be opened whose sample and part “B” are found<br />

responsive as per tender conditions.<br />

14.03 No modification alteration in sample will be allowed later on.


46<br />

14.04 The above sample should be properly packed and sealed.<br />

15.00 GUARA<strong>TE</strong>E OF WORKMASHIP AD MA<strong>TE</strong>RIAL:-<br />

The supplied material shall be guaranteed against defects in material and workmanship under<br />

normal use and service for a period for at least 12 months from the date of supply. If any defect in<br />

respect of design, inferior material, workmanship or quality is noticed during this period, the<br />

material shall be made good by the contractor free of cost within one month positively from the<br />

date of intimation of the defect.<br />

16.00 No deviation from the technical specifications/ conditions shall be acceptable in Technical Part<br />

"B" of the tender offer.<br />

Superintending Engineer<br />

Central Equipment & Stores Procurement Circle–II,<br />

<strong>Irrigation</strong> <strong>Department</strong>, U.P. Lucknow.


47<br />

SECTIO-III(C)-BID/<strong>TE</strong><strong>DER</strong> FORM<br />

(TO-BE SUBMIT<strong>TE</strong>D DULY FILLED WITH <strong>TE</strong>CHNICAL PART “B” OF THE OFFER<br />

IN PDF FORMAT)<br />

e-<strong>TE</strong><strong>DER</strong> <strong>OTICE</strong> O. <strong>TE</strong>-<strong>710</strong>/<strong>2012</strong>-<strong>13</strong><br />

MAUFACTURE & SUPPLY OF TWO-WAY PVC OUTLET VALVE<br />

From,<br />

To,<br />

…………………………………………………………….<br />

…………………………………………………………….<br />

…………………………………………………………….<br />

…………………………………………………………….<br />

(Bidder)<br />

The Superintending Engineer<br />

Central Equipment & Stores Procurement Circle-II,<br />

<strong>Irrigation</strong> <strong>Department</strong>, U.P.,<br />

Lucknow.<br />

Sir,<br />

In reference to your invitation to tender for the above, I/ We hereby offer to the Governor of <strong>Uttar</strong><br />

Pradesh, the item in the schedule annexed or such portion thereof, as you may determine in strict accordance with<br />

the annexed General Conditions Of Contract Form “B”, Special Conditions Of Contract, Technical Specifications,<br />

Form of Agreement for Validity Commitment of Offer and Schedule Of Prices & Quantities to the satisfaction of<br />

the Purchaser or in default thereof to forfeit and pay to the Governor of <strong>Uttar</strong> Pradesh, the sum of money mentioned<br />

in the said conditions.<br />

2. I/We agree to abide by this tender for a period of Four Months from the date fixed for opening of<br />

Commercial Part of tender. The period of validity can be increased, if necessary. In consideration of the<br />

Government having treated the Bidder to be an eligible person whose tender may be considered, the Bidder shall<br />

agree to the condition that the proposal in response to this invitation shall not be withdrawn by the Bidder within<br />

Four Months from the date of opening of Commercial Part of tender, and also to the condition that if thereafter the<br />

Bidder does withdraw his proposal within the said period, the Earnest Money deposited by him be forfeited.<br />

3. A sum of Rs………………………………………...in the form of…………………..(Earnest Money) has<br />

been forwarded to The Superintending Engineer, Central Equipment & Stores Procurement Circle-II, <strong>Irrigation</strong><br />

<strong>Department</strong>, U.P., Lucknow, duly pledged in his favour, the full value of which, if required, may be retained by the<br />

Governor against the Security Deposit specified in clause-2.0 of the Special Conditions Of Contract if my/our<br />

tender is accepted.<br />

4. I/We hereby undertake and agree to execute a contract in the form of Agreement annexed hereto in<br />

accordance with the conditions of contract, if my/our tender is accepted.<br />

5. Further an Agreement for the validity commitment along with this tender form as per annexure overleaf has<br />

been forwarded on the prescribed proforma on General Stamp of Rs.100.00 affixing Rs.1.00 Revenue Stamp<br />

thereon failing which the tender shall be liable for rejection.<br />

Signed this…………………day of…… ……………….<strong>2012</strong>.<br />

Yours faithfully,<br />

(Signature of Bidder in full)<br />

Name………………………...


48<br />

AEXURE"A1"<br />

SECTIO-III(D) SUPPLY OR<strong>DER</strong> STA<strong>TE</strong>MET<br />

DETAILS OF SUPPLIES MADE TO GOVT. DEPARTMETS/GOVT.U<strong>DER</strong>TAKIGS<br />

e-<strong>TE</strong><strong>DER</strong> <strong>OTICE</strong> O. <strong>TE</strong>-<strong>710</strong>/<strong>2012</strong>-<strong>13</strong><br />

Manufacture & Supply of Two-Way PVC Outlet Valve<br />

Sl.<br />

No.<br />

Brief Description of<br />

Two-Way PVC Outlet<br />

Valve<br />

(To-Be Submitted with Technical Part “B” of the Offer Duly Filled In PDF Form)<br />

Name of<br />

Agency<br />

issuing Supply<br />

Order<br />

Supply Order<br />

Nos. & Date<br />

Date of<br />

Delivery<br />

Remarks<br />

1 2 3 4 5 6<br />

Note: Copies of Supply orders and invoices shall be enclosed as a proof of supplies actually made.<br />

(Signature of the bidder along with Seal of Contractor)


49<br />

AEXURE"A2"<br />

SECTIO-III(E) PERFORMACE CERTIFICA<strong>TE</strong><br />

DETAILS OF SUPPLIES MADE TO GOVT. DEPARTMETS/GOVT.U<strong>DER</strong>TAKIGS<br />

e-<strong>TE</strong><strong>DER</strong> <strong>OTICE</strong> O. <strong>TE</strong>-<strong>710</strong>/<strong>2012</strong>-<strong>13</strong><br />

Manufacture & Supply of Two-Way PVC Outlet Valve<br />

S.No.<br />

Brief Description of<br />

Two-Way PVC Outlet<br />

Valve<br />

(To-Be Submitted with Technical Part “B” of the Offer Duly Filled In PDF Form)<br />

Reference of<br />

Supply Order i.e.<br />

No. & Date<br />

against which<br />

Performance<br />

Certificate is<br />

given<br />

Name of Authority<br />

issuing Performance<br />

Certificate<br />

( Clearly mentioning<br />

whether Govt. /<br />

Govt. Undertaking)<br />

Reference of letter<br />

of Performance<br />

Certificate i.e. No.<br />

& Date<br />

1 2 3 4 5<br />

Note: Copies of Performance Certificates corresponding to supplies made as shown in Annexure A-1 shall be<br />

enclosed.<br />

(To be filled and returned with the tender)<br />

(Signature of Bidder)


50<br />

SECTIO-III(F) e-<strong>TE</strong><strong>DER</strong> <strong>OTICE</strong> O. <strong>TE</strong>-<strong>710</strong>/<strong>2012</strong>-<strong>13</strong><br />

Manufacture & Supply of Two-Way PVC Outlet Valve<br />

CHECK – LIST<br />

(MUST BE FILLED BY THE BID<strong>DER</strong>)<br />

Sl.<br />

o.<br />

Ref. of Tender<br />

Conditions<br />

Check in reference to condition given in col.2<br />

Submitted or / ot<br />

Reference Page o.<br />

1 2 3 4<br />

1 Instruction to Bidders Tender offer submitted as per ITB. Submitted / or not<br />

2 Technical Conditions<br />

Clause No. 1.00<br />

3 Technical Conditions<br />

Clause No. 2.00<br />

4 Technical Conditions<br />

Clause No. 3.00<br />

5 Technical Conditions<br />

Clause No. 4.00<br />

6 Technical Conditions<br />

Clause No. 6.00<br />

7 Technical Conditions<br />

Clause No. 7.00<br />

8 Technical Conditions<br />

Clause No. 5.00 &<br />

9.00<br />

9 Technical Conditions<br />

Clause No. 8.00<br />

10 Technical conditions<br />

Clause No. 11.00<br />

11 Technical conditions<br />

Clause No.12.00<br />

12 Technical conditions<br />

Clause No. <strong>13</strong>.00<br />

<strong>13</strong> Special Conditions of<br />

Contract Clause No.<br />

33.00<br />

Tender documents duly digitally signed.<br />

Power of attorney.<br />

Bid Form. Duly filled & signed.<br />

Agreement for validity commitment in prescribed proforma.<br />

Information regarding Industry’s Registration in the manner as mentioned<br />

here in under.<br />

Name of institution registering the firm as original manufacturer<br />

Registration no.<br />

Validity of registration<br />

Item for which firm is registered<br />

Location of their unit indicating the state<br />

Firm’s ISO:9001-2000 certificate validity<br />

Technical Literature incorporating following information :-<br />

(i) Data / Specifications<br />

(ii) Design / Drawing<br />

(iii) Catalogue<br />

(iv) Quality Control System<br />

(v) List of Plant Machineries and test equipments.<br />

Information :-<br />

(i) Annual & Monthly manufacturing capacity.<br />

(ii) Quantity which can be delivered per month.<br />

(iii)<br />

(iv)<br />

Details of pending orders at the time of submitting tenders.<br />

Annual Turn Over of last financial years duly certified by the<br />

statutory auditors / Chartered Accountant of the firm.<br />

Complete details of Quality Assurance System.<br />

Copy of Latest B.I.S. License for manufacturing PVC Fittings as<br />

per IS: 7834-1987 or IS: 10124-1988, comprising validity period<br />

as desired.<br />

(1) DETAILS OF SUPPLIES MADE TO GOVERNMENT DEPARTMENTS/<br />

GOVERNMENT UN<strong>DER</strong>TAKINGS FOR BEING ELIGIBLE FOR CONSI<strong>DER</strong>ATION IN<br />

THE ENSUING <strong>TE</strong>N<strong>DER</strong>.<br />

(2) PERFORMANCE CERTIFICA<strong>TE</strong>S IN RESPECT OF SUPPLIES REFERED ABOVE<br />

ALONG WITH COPIES OF SUPPLY OR<strong>DER</strong> AND INVOICES.<br />

Sales Tax/ VAT Clearance Certificate issued within 364 days prior<br />

to opening of tender, duly signed, by the Officer.<br />

Yes/No<br />

Submitted / or not<br />

Submitted / or not<br />

Submitted / or not<br />

.......................<br />

........................<br />

........................<br />

........................<br />

Submitted / or not<br />

Valid up-to............<br />

Submitted / or not<br />

.......................<br />

.......................<br />

.......................<br />

.......................<br />

Submitted / or not<br />

Submitted / or not<br />

Submitted/ or not alongwith<br />

Supply Order,<br />

Invoices and Performance<br />

certificate<br />

Submitted / or not<br />

(Signature of Bidder)


51<br />

AEXURE “VC”<br />

SECTIO-III(G) FORM OF AGREEMET FOR VALIDITY COMMITMET<br />

e-<strong>TE</strong><strong>DER</strong> <strong>OTICE</strong> O. <strong>TE</strong>-<strong>710</strong>/<strong>2012</strong>-<strong>13</strong><br />

Manufacture & Supply of Two-Way PVC Outlet Valve<br />

e-Tender Notice No. & Date<br />

……………………………………………………………………………………………………………...<br />

Name of Bidders<br />

………………………………………………………………………………………………………………<br />

……………………………………………………………………………………………………………….<br />

………………………………………………………………………………………………………………<br />

………………………………………………………………………………………………………….……<br />

In Consideration of the Government Of <strong>Uttar</strong> Pradesh having treated the Bidder to be an eligible<br />

person whose Bid may be considered, the Bidder hereby agrees to the condition that the proposal in<br />

response to the above invitation shall not be withdrawn within four months from the date of opening of<br />

Commercial Part of tender, also to the condition that if thereafter, the Bidder does withdraw his proposal<br />

within the said period, Earnest Money deposited by him may be forfeited.<br />

Signed this………………day of ……………………<strong>2012</strong>.<br />

Signed By<br />

(Witnesses)<br />

Signed By<br />

(Bidder)<br />

1………………………………………<br />

………………………….<br />

2………………………………………<br />

Name………………….<br />

ote: The above Agreement is to be submitted on Rs.100.00 General Stamp Paper affixing Rs.1.00<br />

Revenue Stamp thereupon.


52<br />

Schedule “A”<br />

SECTIO-IV(A)-SCHEDULE OF PRICES & QUATITIES/BOQ<br />

e-<strong>TE</strong><strong>DER</strong> <strong>OTICE</strong> O. <strong>TE</strong>-<strong>710</strong>/<strong>2012</strong>-<strong>13</strong><br />

Manufacture & Supply of Two-Way PVC Outlet Valve<br />

ame of the Firm :<br />

(To be filled in XLS Format)<br />

Sl.<br />

No<br />

Tendered Item<br />

Qty.<br />

Required<br />

Ex-<br />

Works<br />

Prices<br />

(Rs./mtr)<br />

Excise<br />

Duty<br />

with<br />

Edu.<br />

Cess<br />

(Rs./<br />

mtr)<br />

CST /<br />

VAT<br />

(Rs./ mtr)<br />

Packing,<br />

Forwarding,<br />

Transit<br />

Insurance &<br />

Freight<br />

Charges Upto<br />

destination<br />

any where in<br />

U.P. (Rs./<br />

mtr)<br />

Total Landed FOR<br />

Destination<br />

Prices(4+5+6+7)<br />

inclusive of Ex-<br />

Works Prices with<br />

Excise Duty,<br />

Education Cess,<br />

CST/ VAT, Packing<br />

& Forwarding,<br />

Freight Charges and<br />

Transit Insurance etc<br />

(Rs./ mtr)<br />

1 2 3 4 5 6 7 8<br />

1. Manufacture &<br />

Supply of Two Way<br />

PVC Outlet Valve<br />

suitable for 160mm.<br />

diameter PVC Pipe<br />

line as per Drawing<br />

& Technical<br />

Specifications<br />

stipulated in<br />

Tender Document.<br />

10000<br />

os.<br />

Any statutory tax other than mentioned above…………………………………….<br />

Prompt Payment Discount…………………………………………………………..<br />

Discount other than Prompt Payment Discount, if any…………………………...<br />

Note : 1- F.O.R. Destination prices shall be calculated for evaluation purpose taking into account of the<br />

component noted in column 4,5,6 & 7 and the purchase shall be decided on the basis of total<br />

landed F.O.R. destination prices as mentioned in Column 8 .<br />

2- Excise Duty will be admissible on only those items for which bidder are original manufacturer.<br />

(Signature of the Bidder)


53<br />

SECTIO-IV(B)- FORM OF AGREEMET<br />

(TO-BE SUBMIT<strong>TE</strong>D DULY FILLED WITH <strong>TE</strong>CHNICAL PART “B” OF THE OFFER IN PDF FORMAT)<br />

e-<strong>TE</strong><strong>DER</strong> <strong>OTICE</strong> O. <strong>TE</strong>-<strong>710</strong>/<strong>2012</strong>-<strong>13</strong><br />

Manufacture & Supply of Two-Way PVC Outlet Valve<br />

This Agreement made on the……………….……day of……. ……………………..…….<br />

2011 between …………………………………………… (Hereinafter referred to as “The Contractor”) of<br />

the one part and the Governor of <strong>Uttar</strong> Pradesh (hereinafter called “The Purchaser”) of the other part.<br />

Whereas, the Purchaser requires the material mentioned and a specified in the General<br />

Conditions Of Contract Form “B”, Special Conditions Of Contract, Detailed Technical Specifications,<br />

Schedule Of Prices & Quantities including Delivery, Form Of Tender, Covering Letter and Letter Of<br />

Acceptance Of Tender which for the purposes of identification have been signed by Sri………………. on<br />

behalf the Contractor and Superintending Engineer, Central Equipment & Stores Procurement Circle-II,<br />

<strong>Irrigation</strong> <strong>Department</strong>, U. P., Lucknow on behalf of the Purchaser, all of which are deemed to form the<br />

part of this Contract as though separately set out herein and are included in the expression “Contract”<br />

wherever herein used.<br />

And whereas, the Purchaser has accepted the tender of the Contractor for the supply and<br />

delivery of the said material for the sum of Rs……………………<br />

(Rs………………………………………...) upon the terms and subject to the conditions hereinafter<br />

mentioned.<br />

And now these present witness and the parties herein hereby agree and declare as follows, that<br />

is to say in consideration of the payment to be made to the Contractor by the Purchaser as hereinafter<br />

mentioned the Contractor shall duly provide the said material for the said works on the terms and<br />

conditions mentioned in the Contract.<br />

And in consideration of the due provisions of the material received by the Purchaser and due<br />

performance on his part of the Contract, the Purchaser does hereby for himself, his successor or assignees<br />

covenant with the Contractor that he, the Purchaser, his successor or assignees, will pay to the<br />

Contractor the sum of Rs…………………….or such other sums as may become payable to the Contractor<br />

under the provisions of this Contract and such payments to be made at such time and in such manner as is<br />

provided by this Contract.<br />

In witness whereof the parties hereto have signed this deed hereunder on the dates respectively<br />

mentioned against the signature of each.<br />

Place: Lucknow<br />

Signed By<br />

(For & On Behalf of the Contractor)


54<br />

SECTIO-V(A)<br />

AEXURE : EM<br />

FOR EAREST MOEY<br />

FORM OF BAK GUARA<strong>TE</strong>E BOD<br />

PRESCRIBED VIDE G.O.O.A-1-5256/X-15(1)-1962,DA<strong>TE</strong>D 5.12.63<br />

(Applicable to the State Bank of India and other Scheduled Bank for guarantees without deposit of<br />

securities upto prescribed limit).<br />

To,<br />

The Superintending Engineer,<br />

Central Equipment & Stores Procurement Circle-II,<br />

<strong>Irrigation</strong> <strong>Department</strong>, U.P.,<br />

Lucknow.<br />

(For the Governor of <strong>Uttar</strong> Pradesh)<br />

Sir,<br />

Whereas M/s . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .a company<br />

incorporated under the Indian Companies Act having its registered office at . . . . . . . . . . . . . . . . . . . . ./ a<br />

firm registered under the Indian Partnership Act and having its business office at . . . . . . . . . . . . . . . . . . . .<br />

. . . . . . . . . . . . . . . .Sri . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Son of . . . . . . . . . . . . . . . . . . . .<br />

. . . . . . . . . . . . . . . . . . . . . resident of . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .<br />

. . . . . . . . . . . . . . . . . carrying on business under the firm’s name and style of M/s . . . . . . . . . . . . . . . . . . . .<br />

. . . . . . . . . . . . . . . . . . . . .at . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Sri . . . . . . . . . . . . . . . .<br />

. . . . . . . . . . . . . . . . . . . . . . . . .Son of . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . resident of . . . . . . . . . . . . .<br />

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . Sri. . . . . . . . . . . . . . . . . . . . . . . . .<br />

. . . . . . . . . . . . . . . .Son of . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . resident of . . . . . . . . . . . . . . . . . . . . . .<br />

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Partners carrying on business under the firm’s<br />

name and style of M/s . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .<br />

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .<br />

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . at . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .<br />

. . . . . . . . . . . . . . . . .which is an unregistered partnership firm (hereinafter called the Bidder) has/have in<br />

response to your tender notice against e-Tender Enquiry o. <strong>TE</strong>-<strong>710</strong>/<strong>2012</strong>-20<strong>13</strong> for supply the of Two-<br />

Way PVC Outlet Valve offered to supply and execute the works as contained in the offer<br />

submitted/intended to submitted by Bidder letter No. . . . . . . . . . . . . . . . . . . . . . . . dated . . . . . . . . . . . .<br />

And whereas the Bidder is required to furnish a Bank Guarantee for the sum of Rs. . . . . . . . . as<br />

Earnest Money against the Bidder offer as aforesaid, duly pledged for payment in the name of<br />

Superintending Engineer, Central Equipment & Stores Procurement Circle-II, <strong>Irrigation</strong> <strong>Department</strong>, U.P.,<br />

Lucknow.<br />

And whereas we . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . .(Name of the Bank)<br />

have at the request of the Bidder agreed to give you this Guarantee as hereinafter contained.


55<br />

Now therefore, in consideration of the promises we, the undersigned hereby covenant that, subject<br />

to Clause (C), below the aforesaid tender of the bidder shall remain open for acceptance by you during the<br />

period of validity as mentioned in the tender or any extension thereof as you and the bidder may<br />

subsequently agree and if the bidder shall for any reason back out, whether expressly or impliedly, from<br />

his said tender during the period of its validity or any extension thereof as aforesaid, we hereby guarantee<br />

to you the payment of the sum of Rs. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .on demand notwithstanding<br />

the existence of any dispute between the Governor and the bidder in this regard and we hereby further<br />

agree as follows :-<br />

(a)<br />

(b)<br />

(c)<br />

(d)<br />

That you may, subject to Clause (c), below without affecting his guarantee extend the period of<br />

validity of the said tender or grant other indulgence to or negotiate further with the tenderer in<br />

regard to the conditions contained in the said tender and thereby modify those conditions or and<br />

thereto any further conditions as may be mutually agreed upon between you and the bidder.<br />

That the guarantee herein before contained shall not be affected by any change in the constitution<br />

of our Bank or in the constitution of the bidder.<br />

That this guarantee shall commence from the date hereof and shall remain in force till the bidder, if<br />

his tender is accepted by you, furnishes the security as required under the specifications and<br />

executes a formal agreement as therein provided or till the expiry of . . . . . . . . . . . . . . . . . . . . . . . . .<br />

. . . . . . . . . . . . .from the date hereof, whichever is earlier, the period of the validity of the<br />

guarantee may be extended for further period, if mutually agreed upon between you and ourselves.<br />

That the expression the bidder’ and ‘the Bank’ and ‘Governor of <strong>Uttar</strong> Pradesh’ herein used shall,<br />

unless an interpretation is repugnant to the subject or context, include their representatives,<br />

successors and/or assigns.<br />

Yours faithfully,<br />

Dated. . . . . . . . . . day of . . . . . . . . . .(Indicate the name of Bank)


56<br />

SECTIO-V(B)<br />

AEXURE: PS<br />

FOR PERFORMACE SECURITY<br />

FORM OF BAK GUARA<strong>TE</strong>E BOD<br />

In consideration for the Governor of <strong>Uttar</strong> Pradesh (hereinafter called “The Government”) having<br />

agreed to exempt.<br />

(hereinafter called “the said Contractor(s)”) from the demand, under the terms and conditions of any<br />

Agreement dated_________________made between _____________________and ______________<br />

(hereinafter called the said “Agreement”), of security deposit for the due fulfillment by the said<br />

Contractor(s) of the terms and conditions contained in the said Agreement, on production of Bank<br />

Guarantee for Rs.___________________(Rupees____________________________________only)<br />

we,________________________________(hereinafter referred to as “the bank”) at (indicate the name of<br />

the bank) the request of ______________________________/Contractor(s)/do hereby undertake to pay to<br />

the Government an amount not exceeding Rs._____________________________against any loss or<br />

damage caused to or suffered or would be caused to or suffered by the Government by reason of any<br />

breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement.<br />

2. We________________________ (indicate the name of Bank) do hereby undertake to pay the<br />

amount due and payable under this guarantee without any demur, merely on a demand from the<br />

Government stating that the amount claimed is due by way of loss or damage caused to or would be<br />

caused to or suffered by the Government by reason of breach by the said contractor(s) of any of the terms<br />

and conditions contained in the said Agreement or by reason of the contractor(s) failure to perform the<br />

said Agreement . Any such demand made on the bank shall be conclusive as regards the amount due and<br />

payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to<br />

an amount not exceeding Rs._____________________________________.<br />

3. We undertake to pay to the Government any money so demanded notwithstanding any dispute or<br />

disputes raised by the contractor(s)/supplier(s) in any suit or proceeding pending before any court or<br />

Tribunal relating there to our liability under this present being absolute and unequivocal.<br />

The payment so made by us under this bond shall be a valid discharge of our liability for payment<br />

thereunder and the contractor(s)/supplier(s) shall have no claim against us for making such payment .<br />

4. We______________________________(indicate the name of bank) further agree that the<br />

guarantee herein shall remain in full force and effect during the period that would be taken for the<br />

performance of the said Agreement and that it shall continue to be enforceable till all the dues of the<br />

Government under or by virtue of the said Agreement have been fully paid and its claims satisfied or<br />

discharged or filed_____________________________________Office/<strong>Department</strong>_______________<br />

___________________________________certificate that the terms and conditions of the said Agreement,<br />

have been fully and properly carried out by the said Contractor(s) and accordingly discharges this<br />

guarantee. Unless a demand or claim under this guarantee is made on us in writhing on/before the<br />

_________________________________________ we shall be discharged from all liability under this<br />

guarantee thereafter.


57<br />

5. We_____________________________(indicate the name of bank) further agree with the<br />

Government that the Government shall have the fullest liberty without our consent and without affecting<br />

in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or<br />

to extend time of performance by the said contractor(s) from time to time or to postpone for anytime or<br />

from time to time any of the powers exercisable by the Government against the said Contractor(s) and to<br />

forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be<br />

relieved from our liability by reason of any such variation or extension being granted to the<br />

said Contractor(s) or for any forbearance, act or omission on the part of the Government or any indulgence<br />

by the Government of <strong>Uttar</strong> Pradesh to the said Contractor(s) or by any such matter or this whatsoever<br />

which under the law relating to sureties would but for this provision, have effect of so relieving us.<br />

6. We ___________________________________(indicate the name of bank) lastly undertake not to<br />

revoke this guarantee during its currency except with the previous consent of the Government in writhing.<br />

Dated the _______________________day of ___________________________<br />

For _____________________________________________________________<br />

(Indicate the name of bank)

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!