DELHI JAL BOARD

OFFICE OF THE EXECUTIVE ENGINEER WEST –III

NANGLOI PH-III:NEAR BARAT GHAR: NEW DELHI-41

SHORT NIT No. 04.(2008-09)

Separate and sealed tenders for the following work on item rate basis are hereby Re- invited from the Registered Contractors of Delhi Jal Board others may also apply. The tender will be received and opened in the office of the undersigned in the presence of contractors or their authorize representatives who may like to attend as per the time schedule of submission of tender documents is as under:

Last date of receipt of application for issue of

Manual tender up to 2.00PM : 03.05.08

Last date of issue of tender documents up to 2.00 P.M from

Office of EE (WEST)-III : 05.05.08

Date of receipt of bids (Part-A & Part-B) up to 3.00 PM : 06.05.08

Date of opening of (Part-A) bids at 3.05 PM. : 06.05.08

Date of opening of (Part-B) bids at 2.30 PM. : 07.05.08

S.No. / Description / Amount put to Tender / E/Money / T/Fee / Completion
Period
1. / Supply of different size of Tyres, Tubes and Flaps for Departmental Mounted tankers at Water emergency Paschim vihar under EE West III / Item Rate / Rs.6000/- / 800/- / 15 days
  1. The E/Money must be submitted by the contractors with requisition/application for issue of tenders in the shape of Demand Draft/Call Deposit Receipt in favour of Delhi Jal Board. In case of cash, it will have to be deposited in advance with Cashier) West-III.
  2. Valid Registration Certificate under D-VAT (TIN) & VAT clearance certificate to be submitted at the time of requisition for tender.
  3. The conditional tenders are liable to be rejected. Validity period of rates will be 90days from the date of opening of tenders.
  4. Tender forms and other specification etc. are available in the office of undersigned and can be obtained against stipulated tender fee (Non-refundable) and complete bid along with application form, all other relevant documents, are also available on Website address of Delhi Jal Board i.e. / and www. delhigovt.nic.in/tender.
  5. For submission of tenders, the firm shall have to submit bid in the Two Envelops. One Envelop will contain the E/Money deposit eligibility documents, technical bid, super scribed as applicable (PART-A) 2nd envelop will contain the financial bid of the firm (PART-B) along with bill of quantities.
  6. NOTE: Each & every paper of the bid has to be attested by the authorized representative of the bidder.
  7. Department reserves right to get the work checked as mentioned above through THIRD PARTY for quality check.
  8. All materials like cement, steel pipes etc. required for execution of the work shall be provided by the Contractors as per direction of Engineer-in-Charge.
  9. If due to one or other reason, the office is closed on any of the above dates, the sale & opening of tenders will be on the next working day.
  10. List of works in hand in the current financial up to one week prior to date of opening of tender & progress status of work has to be submitted in the following form in the part-A.

S.No. / Name of work / Amount / Division / Work Status

Note:

  1. The successful bidder shall ensure that the safety measures mentioned in the contract conditions are followed strictly. In case of any accident/ death, the contractor shall be liable to pay minimum compensation as provided under workmen compensation Act-1923. In case of failure, DJB shall have the right to make the compensation & recover the amount from the contractor. Further DJB reserves the right to debar the firm from tendering/ black listing if the above condition is not adhered to by the firm/ contractor.) for sewer work & related jobs only.
  2. Non Compliance with any of above directions during the submission of Bids will result in the rejection of bids without any further notice.
  3. Building and other construction work cess @ 1% shall be deducted from the contactor’s bills.
  4. The T/Fee & E. Money document shall have validity upto 1 month beyond the date of opening of tender.
  5. Bidder has to submit the necessary certificate of having got the labour insured to be deployed for the work.
  6. The bidder has to submit information/documents about Engineer/ Diploma holder likely to supervise the work as per the case. Necessary documents like appointment letter, certificate of qualification & proof of payment of salary/benefit has to be submitted. In case of non submission it shall be presumed that no engineer is being employed by the firm & necessary recoveries as per the contractual provisions shall be made.
  7. During the submission of Bids (Annexure –B), the bidder has to be clearly mentioned the option C.I/DI with quoted rates (without option bids will be rejected without any further notice).
  8. Bidder has to be submit Pan Number & it documentary proof.
  9. For Item No.01: The bidder should quote the rate inclusive all taxies/ V.A.T etc. & nothing extra will be paid for the same.
  10. Being an urgent work date of start shall be reckoned as 5 days since the date of issue of work order. The firm shall have to enter into contract agreement with in 5 days of issue of work order and also submit performance guarantee @ 5% of tendered amount in a addition to other deposits mentioned elsewhere in the contract for his performance of contract agreement. This gurantee shall be in form of Cash/ CDR/Bank Draft// Bankers Cheque in favour Delhi Jal Board. This clause supersedes similar such clause of performace guarantee or other similar clause as mentioned in the contract agreement / clauses of contract unless until other wise specified.

Any bid without above shall be deemed to be incomplete & will be rejected without any further notice.

EXECUTIVE ENGINEER (WEST) III

NO. DJB /EE (W) III/ 2008/Date.

Copy to: -1. PA TO MEMBER (ADMN). 2. MEMBER (W)/DR 3. CE (WEST).

4. DIRECTOR (F&A) 5. ADOV (W) 6. SE (West) 7. ACA 8. ACCTT. (WEST) 9. ALL ZEs UNDER EE (W)-III 10. PRO (W)

11. JR. ACCTT. 12. DM-I 13. CASHIER 14. NOTICE BOARD

15. CONTRACTORS ASSOCIATION, JHANDEWALAN

16. DWS & SDUCONTRACTORS ASSOCIATION, JHANDEWALAN

17.CONTRACTORS WELFARE ASSOCIATION, PASCHIM VIHAR.

EXECUTIVE ENGINEER (WEST) III

DELHI JAL BOARD

OFFICE OF THE EXECUTIVE ENGINEER (WEST) –III

NANGLOI PH-III:NEAR BARAT GHAR: NEW DELHI-41

Subject: Performa about the No. of pages in the bid to be submitted in part –A

Ref: SHORT/ NIT No. 04 (2008-09)

S.No / Total No of pages in the Envelop marked
Earnest Money (Part-A) / Total No of pages in the Envelop marked TENDER (Part-B)

Note: The total No. of pages is inclusive of Annexure.

It is hereby certified that the above-mentioned information is correct & in case either this information is left incomplete or there is discrepancy between the information in above Performa & No. of pages in the bid, the bid will be considered as NON RESPONSIVE & Department reserves full right to Cancelsuch NON RESPONSIVE bids.

Dated______

SIGNATURE OF THE CONTRACTOR/BIDDER

WITH SEAL, Reg. No.and Date

(Annexure A)

APPLICATION FOR TENDER DOCUMENTS

APPLICATION FORM

OFFICE OF THE EXECUTIVE ENGINEER WEST –III

NANGLOI PH-III:NEAR BARAT GHAR: NEW DELHI-41

To

The Executive Engineer (West)-III

Nangloi Ph-III, Near Barat Ghar,

New Delhi-110041.

Subject: Tender for the work of,” .

1Supply of different size of Tyres, Tubes and Flaps for Departmental Mounted tankers at Water emergency Paschim vihar under EE West III

Press Notification/ Press./ Short /NIT No.04. (2008-09) item No. 1.

Sir,

I/we am /are registered with the DJB as Class ______contract/contractors eligible to tender up to Rs.______. Our Registration No. is______. It is further certified that the said registration is valid on date______.

2.I/we am/are not registered with DJB. (In the case of manufacturer detail of manufacturing license/registration with State Industry Department is attached at page______

I/we am/are registered contractor with ______. Particulars of the Authority, Class and Tendered amount/ limit up to which I/We am/are eligible to tender are furnished below:

Name of department/Authority / Class/category / Tendering Limit

It is certified (confirmed) that this registration/these registration is/are valid as on date and we shall inform the department ourselves as soon as our registration expires or is cancelled/revoked.

The particulars of work done are furnished /enclosed as per the eligibility criteria set out in the Press Notification. The tender fee (Non-refundable) & Earnest Money is also enclosed in the enveloped marked EARNEST MONEY (Part-A)

I/We certify that we have gone through the General Conditions 1 to 45, Clauses of contract Sl.No.1 to 45, Instructions to bidders SL. No. 1 to 11, DJB safety codes Sl. No.1 to 16, Model rules for protection of Health & Sanitary arrangements for workers employed in or by Delhi Jal Board or its contractor Sl. No. 1 to 12, Contractors Labour Regulations 1 to 18. We further confirm of having full knowledge that the above conditions are to form a part of the contract agreement executed with the successful contractor.

I/We request, the permission may be granted to me/us for the purchase of tender

Encl: - a) Tender Fee Rs.______in the shape of______

b)EMD Rs.______in the shape of______

c)Documents in support of fulfilling the eligibility criteria, registration etc. placed from page No.______to ______

Yours faithfully,

CONTRACTOR

Name

(Annexure-B)

DELHI JAL BOARD: GOVT.OF N.C.T.OF DELHI

TENDER FORM

PERCENTAGE/ITEM RATE TENDER

OFFICE OF THE EXECUTIVE ENGINEER WEST –III

NANGLOI PH-III:NEAR BARAT GHAR: NEW DELHI-41

TENDER FEE RS. ***

TO BE FILLED IN BY THE CONTRACTOR, TENDER DOWNLOADED FROM THE WEB SITE OR COLLECTED MANUALLY.

Name of work:

1Supply of different size of Tyres, Tubes and Flaps for Departmental Mounted tankers at Water emergency Paschim vihar under EE West III

a)To be submitted by______(date & time)

b)To be opened in the presence of tenderer who may be like to attend _____at (time)

1.Issued to/downloaded by ______(contractor)

2.Signature______

TENDER

I/We have read and examined the press notification/Notice Inviting Tender, specifications of the works as applicable, general conditions. The Instructions to the bidder Sl. No. 1 to 11, General conditions of contract Sl. No. 1 to 45, Clauses of contract Sl. No. 1 to 45, DJB safety code SL. No. 1 to 16, Model Rules for the protection of Health & sanitary arrangements for workers employed in or by Delhi Jal Board or its contractors Sl. No. 1 to 12, Contractors Labour regulations Sl. No. 1 to 18 and others relevant specifications given in I.S. codes, CPWD specifications 1996 to 2002 along with other documents of the work.

I/We hereby tender for the execution of the work specified by Delhi Jal Board within the specified time and schedule of quantities in accordance in all respects with specifications, design, drawings and instructions in writing referred to the General Conditions/Clauses of contract etc. as given in the aforesaid Para.

We agree to keep the tender rate shall hold good for period given in NIT. The date of its submission and not to make any modification in its terms & conditions.

We are aware that the conditional tender is liable for rejection. Delhi Jal Board has a right to reject any tender or all the tenders without assigning any reasons.

A sum of Rs.______has been submitted with the tender in the required form as Earnest Money. If I/We fails to commence the work within specified period, I/We agree that the Delhi Jal Board or designated office shall without prejudice to any other right or remedy, be at liberty to forfeit the Earnest Money absolutely otherwise the said earnest money shall be retained by him/DJB towards security deposit to execute all the work referred to in the tender documents upon the terms & conditions contained or referred to therein and to carry out such deviations as may be ordered.

I/We hereby declared that I/We shall treat the tender documents and other records connected with the works as secret/confidential documents and shall not communicate information/derive there from to any person other than a person to whom I/We am/are authorize to communicate the same or use the information in any manner prejudicial to the safety of the Govt.

I/We agree that should I/We fails to commence the work specified as above an equal amount to the amount of earnest money mentioned in the form of invitation of tender and performance guarantee shall be absolutely forfeited to the DJB and the same may be at the opinion of the competent authority on behalf of DJB be recovered without prejudice to any other right or remedy available in the law out of the deposit in so far as the same extend in terms of the said bond and in the event of deficiency out of any other money due to me/us under the said contract or otherwise.

I/We confirm that I/We are duly authorized to sign the tender documents.

I/We are aware and agree to the terms & conditions as mentioned in the aforesaid Para, which will form the contract documents to be placed in the contract agreement to be signed by the DJB and the successful tenderer.

I/We hereby tender for the execution of work @ Item Rate% above/below (in figure) @ Item Rate% above/below (in words) on the bill of quantity.

Signature of the contractor

*** Tender Fee unless otherwise specifically specified

Work costing upto 1 lacRs. 250/-

Work costing more than 1 lac upto 50 lacsRs.800/-

Work costing more than 50 lacs upto 2 croresRs.1500/-

Work costing above 2 croresRs. 2500/-

1

Name of work: Supply of different size of Tyres, Tubes and Flaps for Departmental Mounted tankers at Water emergency Paschim vihar under EE West III.

S.N / DISCRIPTION OF ITEM / QTY / RATE / UNIT / AMOUNT
1 / Supply of different size of Tyres
1) 900 x 20-14PR Fleet King / 8.0 / Each
2) 900 x 20-16 PR Jet King / 16.00 / Each
3) 750 x 16-16 PR JM-19 / 10.00 / Each
4) 750 x 16-16 PR Jet Speed / 4.00 / Each
5) 600 x 16-8 PR Sona / 2.00 / Each
2 / Supply of different size of Tube
1) 900 - 20 / 24.00 / Each
2) 750 - 16 / 14.00 / Each
3) 600 - 16 / 2.00 / Each
3 / Supply of different size of Flaps
1) 900 - 20 / 24.00 / Each
2) 750 - 16 / 14.00 / Each
Total Inclusive all taxes / VAT

EE West IIID M I

CONDITIONS OF PARTICULAR APPLICATION

:

NAME OF WORK:

1Supply of different size of Tyres, Tubes and Flaps for Departmental Mounted tankers at Water emergency Paschim vihar under EE West III

The contractor before tendering should visit the site and acquaint him with the nature of the work, the accessibility of site and all other details connected with the work. The contract documents consisting of detailed plans, specifications, schedule of various classes of works to be done, can be seen and any other information required in this work can be had from the office of the undersigned, whose address is given in the NIT. The submission of tender by a contractor implies that he has read the tender notice, conditions of tender and all other contract conditions and has made himself aware of the standard and procedure in this respect laid down in the relevant Indian standard codes of practice and latest CPWD specification and made himself aware of scope and specification of the work to be done and has satisfied himself regarding approaches to the site of work and other difficulties and no claim on the ground of ignorance of any such details shall be entertained at any time.

2.SUBMISSION OF TENDERS:

The tender must be submitted in the office of EE (WEST)-III, Nangloi Ph-III, New Delhi on the prescribed time and date as mentioned in the NIT and shall be opened on the same day in the presence of the tendering Contractors, if any. The tenders submitted by the contractors should be fault less in figures and entirely free from erasures/over writing. Rates quoted by the contractor should be in words also; otherwise the tender is liable to be rejected.

3.No alternation whatsoever should be made in the text of the tenders. Any remarks or explanations shall be set out in covering letter. Item rates/percentage rate on the basis of bill of quantities as mentioned in the tender documents should be quoted only.

i)Any tender containing corrections, alterations, erasures mistake in figures, which are not purely clerical, will be rejected, unless the Engineer-in-Charge directs, otherwise after personal inspection.

ii)The tenderers are required to sign and stamp the form of tender, the schedule of rates and all documents appended with the tender. Tenders not so signed shall be liable for rejection.

iii)Engineer-in-Charge reserves the right to reject any/ all tenders without assigning any reason.

iv) The conditional tender will be treated as invalid and areliable for rejection.

The tender should be submitted in sealed cover super scribed tender for the work of: -

4. VALIDITY OF OFFER: The quoted rates shall hold good for period given in NIT.

5.ACCEPTANCE OF TENDER:

Engineer-in-Charge does not bind himself to accept the lowest or any other tender for this work and reserves the right to reduce the work and the tenderer will be bound to execute the portion of work, allotted to him. The contractor will carry out the work on part site as made available and no claim for this will be entertained. The period for completion will also be amended on prorate basis keeping in view the quantum of work allotted.

6.ENTERING INTO CONTRACT AGREEMENT

After the acceptance of the tender, the tenderer will have to sign the necessary contract within 10 days of the above intimation. In case of delay the Engineer-in-Charge reserves the right to forfeit the earnest money without any legal notice.

i)SECURITY DEPOSIT/DEFECT LIABILITY/REFUND OF SECURITY

(This condition supersedes the clause 40.1 of General Conditions)

The defect liability period for the work shall be one year from the date of completion of work/commissioning of the work which ever is later and in case of any defective work coming to notice within the period, shall be made good by the contractor. If required the contractor shall dewater, remove the earth/sludge and expose the work at his own cost wherever any damage may be suspected to have occurred.

The security amount shall be refunded after one year of completion /commissioning of work, whichever is later, if no defects are noticed in the work.

Earnest money deposited at the time of tender will be treated as the part of security deposit.

The contractor shall arrange all raw materials required for successful completion of work.

The contractor shall have to make the desired and satisfactory arrangements from time to time for completion of work within schedule. In case of labour strike or lockout or any other unforeseen contingencies at the worksite/work shop or labour camp, which has directly, or indirectly effect on this work, the department shall not entertain any claim of the contractor whatsoever.

10.If there is a bonafide error in the rates per unit etc. the same will be revised on the basis of CPWD, 2002 Delhi Schedule of rates or approved rate analysis of the department on which the B.Q. is based.