GOVERNMENT OF RAJASTHAN OFFICE OF THE EXECUTIVE ENGINEER PHED RURAL DIV-2 ALWAR NCR

Similar documents
Two Part Bid (TECHNICAL BID)

RAJASTHAN STATE GANGANAGAR SUGAR MILLS LTD. 4 th Floor, Bhawani Singh Road, Nehru Sahkar Bhawan, JAIPUR RAJASTHAN

Rajasthan State Ganganagar Sugar Mills Limited 4th Floor, Bhawani Singh Road, Nehru Sahkar Bhawan, JAIPUR RAJASTHAN

Total quantities of surveying work. Places at which to be delivered

Total quantities of surveying work. Places at which to be delivered

Tender document against Short Term Tender No. 134/EUCC (V)/LESA/ Purchase of Slitted Craft paper of size 2.5x8 & 2.5x6 MM.

Tender Notice & Documents for Printing of Examinations Booklet/

Tender Document GOVERNMENT MEDICAL COLLEGE, HALDWANI.

RE-TENDER DOCUMENT FOR SUPPLY OF GENERAL STATIONERY AND COMPUTER STATIONERY ITEMS IN HIGH COURT LUCKNOW BENCH, LUCKNOW

ELECTRCITY URBAN DISTRIBUTION CIRCLE-VII, LESA

Short Term Tender no.91/eudc (VIII)/LESA/

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

Notice Inviting Bid. Two Part Bid (TECHNICAL BID)

Hkkjr ljdkj Hkkjrh; iqjkrro losz{k.k Tkks/kiqj eamy] tks/kiqj. fufonk lwpuk

ALUMINIUM FOIL FOR DAHI CUP 200 GM/400 GM

Hkkjr of India Hkkjrh; iqjkrro Survey of India Tkks/kiqj eamy] Circle.

ICAR-Central Institute for Subtropical Horticulture Rehmankhera, P.O. Kakori, Lucknow (India) Phone: (O) , ; Fax:

dsunzh; ek/;fed f k{kk cksmz

Two Part Bid (TECHNICAL BID)

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

The last date for submission of the bids is at

Government of Himachal Pradesh Printing & Stationery Department No: Mudran (B)10-4/2011 Dated Shimla-2 the

Jaipur Zila Dugdh Utpadak Sahakari Sangh Ltd. Tender document. for PEST CONTROL RATE CONTRACT SIGNATURE OF THE TENDERER

Government of Himachal Pradesh Printing & Stationery Department No: Mudran (B)10-9/2010 Dated Shimla-2 the

PUNJAB TECHNICAL UNIVERSITY,

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

fgekpy izns k ljdkj iz kklfud lq/kkj laxbua vf/klwpuk

us kuy QfVZykbt+lZ fyfevsm (Hkkjr ljdkj dk midze)

THE SALARY AND ALLOWANCES OF THE CHIEF WHIP IN THE LEGISLATIVE ASSEMBLY OF THE NATIONAL CAPITAL TERRITORY OF DELHI (AMENDMENT) BILL, 2015 A BILL

PEC University of Technology, Chandigarh

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

Standard Bid Document

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

fufonk fokfir fo"k; %& funs'kd ch-,e-,p-vkj-lh- Hkksiky }kjk fueukafdr fo"k; gsrq vuqca/k ds fy, fufonk;sa vkeaf=r dh tkrh gsa A

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

(a) Bid Processing fee is mandatory to be paid through online mode i.e., internet payment gateway (Credit/Debit Card), Net Banking, NEFT/RTGS

THE LEADER OF OPPOSITION IN THE LEGISLATIVE ASSEMBLY OF THE NATIONAL CAPITAL TERRITORY OF DELHI (SALARIES AND ALLOWANCES) (AMENDMENT) BILL, 2015 A

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

TENDER DOCUMENT. For. Consultancy for ISO 9001:2008 Certification. Tender Reference Number: 15-5/2012-Lib. Dt

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur

NOTICE INVITING TENDER

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

mrrj izns'k jkt; fo qr mriknu fuxe fy0 fufonk lwpuk

LOK SABHA SECRETARIAT General Procurement Branch

The brief facts of the case, as set out in the contempt application follows:

C.No. I-20(1)ADMN./CE/PALI/ 2015/ TENDER NOTICE

TENDER DOCUMENT FOR UNIVERSITY RATE CONTRACT FOR ONE YEAR ( )

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

JAWAHAR NAVODAYA VIDYALAYA, FATEHPUR RAJPUTAN, DISTRICT PATIALA (PB) TENDER NOTICE

Supply and Installation of A3 Size Scanner

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle

Notice Inviting E-Tender. Single Stage Two Part Bid Part I TECHNICAL BID

Notice inviting e-bids for Printing and Supply of IEC Material

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

Hkk[kM+k C;kl izcu/k cksmz (व द य त श ख )

Tender. for. Indian Institute of Technology Jodhpur

DELHI URBAN SHELTER IMPROVEMENT BOARD OFFICE OF THE EXECUTIVE ENGINEER(E-4) DRAFT NOTICE INVITING TENDER

Air Conditioner Maintenance Committee

KANPUR ELECTRICITY SUPPLY COMPANY LIMITED KANPUR

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

TENDER NOTICE (NIT NO: CDFD/ENGG/HVAC/WORKS/ /05)

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

स एसआईआर-क न द र य इल क ट र न क अभ य त र क अ स ध स स थ

Memo No:1920/WBTDCL-11013(99)/4/2018-GM(WBTDCL)-WBTDCL

National Institute of Fisheries Post Harvest Technology & Training

Tender. for. Indian Institute of Technology Jodhpur

NIT NO.38/EE/E-2/(DUSIB)/ /D-399 Dated: NOTICE RE-INVITING E-TENDER

MINISTRY OF HEALTH. TENDER No. MOH/ONT/001/

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

vkbz-lh-,e-vkj-& jk"vªh; tutkfr LokLF; vuqla/kku lalfkku ICMR - NATIONAL INSTITUTE OF RESEARCH IN TRIBAL HEALTH

TAMIL NADU TEXTBOOK AND EDUATIONAL SERVICES CORPORATION TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF

TENDER FOR INTERIOR WORKS AT BANK OF INDIA, JAUNPUR (ALTERNATE PREMISES), Distt.JAUNPUR

PLEA BARGAINING. A new concept

UV-Visible Spectrophotometer

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

Notice for inviting Tender for hiring of vehicle

COMMERCIAL TERMS AND CONDITIONS

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

GOVERNMENT OF HIMACHAL PARDESH NOTICE INVITING TENDERS IRRIGATION & PUBLIC HEALTH

TENDER ENQUIRY FOR ENGAGING AN ADVERTISING AGENCY FOR PUBLISHING TENDERS AND OTHER ADVERTISEMENTS OF SPM HOSHANGABAD IN NEWS PAPERS

INDIAN INSTITUTE OF TECHNOLOGY INDORE

Job. No.1 GOVERNMENT OF HIMACHAL PRADESH {Form 6) IRRIGATION & PUBLIC HEALTH DEPTT.

NORTH EASTERN ELECTRICITY SUPPLY COMPANY OF ORISSA LIMITED OFFICE OF THE CHIEF EXECUTIVE OFFICER

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)

Item Rate BoQ INR Zero Only. Validate Print Help. Tender Inviting Authority: Additional Chief Engineer PHED Region Kota

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

Tender No.3558/H/2012/Roots Dated:

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

Transcription:

GOVERNMENT OF RAJASTHAN OFFICE OF THE EXECUTIVE ENGINEER PHED RURAL DIV-2 ALWAR NCR TENDER DOCUMENT FOR Laying and Jointing work of varius size pipe Lines with material of RWSS of Sub Div Laxmangarh of District Alwar (Annual Rate contract) NIT 84/2015-16 Date of sale. Up to 28.12.2015 Time 5:00P.M Date of receipt. 28.12.2015 up to 5.00 PM Date of opening 29.12.2015 at 11.00 AM M/S... EXECUTIVE ENGINEER PHED RURAL DIVISION-2 ALWAR(NCR) 1

Tender Issuing Form S. No. ITEM Particulars 1. Name of Work Laying and Jointing work of varius size pipe Lines With Material at RWSS of Sub Div Laxmangarh of District Alwar(Annual Rate Contract) 2. NIT No. 84/2015-16 3. NIT COST 50.00 Lacs 4. Tender Fee Rs. 1000.00 (To be paid in favour of, Executive Engineer PHED Rural Div-1 Alwar (NCR) Paybale At Alwar 5. Earnest Money for enlisted Rs.100000.00 (To be paid in favour of, Executive other department Engineer PHED Rural Div-1 Alwar (NCR) Paybale At Alwar 6. Earnest Money for PHED Rs.25000.00 (To be paid in favour of, Executive enlisted Engineer PHED Rural Div-1 Alwar (NCR) Paybale At Alwar 7. E Procurement Fees Rs.1000.00 (To be paid in favour of, Managing Direstor RISL Payable at Jaipur 8. Time Period 365 Days(Annual Rate Contract) 9. Date of online download of Tender Document 10. Date of online Submission of Tender Document 11. Date of technical bid opening (online) Tender documents can be downloaded from website http://eproc.rajasthan.gov.in from 07.12.2015 to 28.12.2015 upto 5.00 Pm Tender documents can be submitted online on the website http://eproc.rajasthan.gov.in from 07.12.2015 to 28.12.2015 upto 5.00 Pm on 29.12.2015 at 11.00 AM EXECUTIVE ENGINEER PHED,RURAL DIV-2 ALWAR (NCR) 2

TENDER DOCUMENT FOR Laying and Jointing work of varius size pipe Lines with material of RWSS of Sub Div Laxmangarh of District Alwar On Annual Rate Contract basis TABLE OF CONTENTS S.No. Particulars 1. Notice inviting tender along with amendment 2. Instruction to Bidders Page No. 3. General Conditions of Contract and Agreement form 4. Special Conditions of Contract Part A 5. Special Conditions of Contract Part B 6. Scope of Work 7. Technical Specifications 8. Agreement 9. H SCHEDULE 3

¼ osclkbv ij izdk ku gsrq½ dk;kzy; vf/k'kk"kh vfhk;urk tu Lok0 vfhk0 fohkkx xzkeh.k [k.m izfke vyoj ¼,u0lh0vkj0½ e-mail-: phed_ee1ncralw@rediffmail.com dzekwd%&1071&88 fnukad% 26-11-2015 bz&fufonk lwpuk la[;k 81&85@2015&16 jktlfkku ds jkt;iky egksn; dh vksj ls o`rr vyoj ¼,u0 lh0 vkj0 ½ ds v/khu fofhkuu {ks=ks es dk;ksz gsrq mi;qdr Js.kh esa tu Lok0 vfhk0 fohkkx es ithad`r losandks,oa jkt; ljdkj @dsunz ljdkj ds vf/kd`r lxabuks @dsunzh; yksd fuek.zk fohkkx@mkd,oa nwj lpkaj fohkkx@ jsyos br;kfn es ithd`r losandks tks fd jktlfkku ljdkj ds l{ke Js.kh ds laosndks ds led{k gks ls fu/kkzfjr izi= es bz&izksd;wjesv izfd;k ds rgr vkwu ykbu fufonk,sa a vkef=ra dh tkrh gsa fufonk QkeZ vkuw ykbu osclkbv http://www.eproc.rajasthan.gov.in ls fueu fooj.k es vfdar vuqlkj vof/k es fufonk izi= izkir dj tek djk;s tk ldrs gsa fu/kkzfjr frffk dks ;fn fdlh dkj.ko k jgrk gsa rks mlds vxys dk;zfnol esa mlh le; ij rduhdh fcm [kksyh tk,xha fueu glrk{kjdrkz dks fcuk dkj.k crk;s fdlh Hkh fufonk vfkok Hkkx dks fujlr djus dk vf/kdkj gksxk A fufonk dh ykxr de o vf/kd dh tk ldrh gs A folr`r fooj.k vkuw ykbu csclkbzv http://dipr.rajasthan.gov.in/tenders.asp, sppp.rajasthan.gov.in, http://www.eproc.rajasthan.gov.in ij ns[kk tk ldrk gs A bpnqd losndks dks vius digital Signature certificate (DSC) ds ek/;e ls osclkbv http://www.eproc.rajasthan.gov.in ij QeZ dks jftlvmz djokuk vko ;d gsa fufonk la[;k dk;z dk uke?kjksgj jkf'k :i;ksa esa vuqykxr ¼yk[kks esa½ fufon k 'kqyd :i;ksa esa 2 izfr'kr 1@2 izfr'k r QkeZ Mkmu yksm djus dh frffk QkeZ tek ¼ viyksm ½ djkus dh frffk osclkbv ij rduhdh fcm [kksyus dh fnukwd ftyk vyoj ds v/khu fueu ipkw;r lfefr;ks ds v/khu jsrhys /kjkry es 125,e-,e- O;kl ds gs.miei fmªfyax o bulvkys ku e; lkexzh dk dk;z ¼ okf kzd nj lfonka ½ 81@15&1 6 82@15&1 6 i-l- jkex< 55-00 1000 110000 27500 07-12-2015 ls 28-12- 2015 lk;w 05 cts rd i-l- y{ek.kx< 55-00 1000 110000 27500 07-12-2015 ls 28-12- 2015 lk;w 05 cts rd 07-12- 2015 ls 28-12- 2015 lk;w 05 cts rd 07-12- 2015 ls 28-12- 2015 lk;w 05 cts rd 29-12-2015 dks izkr%11%00 cts 29-12-2015 dks izkr%11%00 cts dk;z iw.kz djus dh vof/k,d o kz,d o kz ftyk vyoj ds v/khu fueu ipkw;r lfefr;ks ds v/khu fofhkuu ty ;kstukvks ij fofhkuu izdkj dh ikbi ykbu Mkyus o fcnkus dk dk;z e; lkexzh ¼ okf kzd nj lfonka ½ 83@15&1,d o kz 6 i-l- jkex< 50-00 1000 100000 25000 07-12-2015 ls 28-12- 2015 lk;w 05 cts rd 07-12- 2015 ls 28-12- 2015 lk;w 05 cts rd 29-12-2015 dks izkr%11%00 cts 4

84@15-16 i-l- y{e.kx< 50-00 1000 100000 25000 07-12-2015 ls 28-12- 2015 lk;w 05 cts rd 85@15&1 6 i-l- Fkkukxkth 50-00 1000 100000 25000 07-12-2015 ls 28-12- 2015 lk;w 05 cts rd 07-12- 2015 ls 28-12- 2015 lk;w 05 cts rd 07-12- 2015 ls 28-12- 2015 lk;w 05 cts rd 29-12-2015 dks izkr%11%00 cts 29-12-2015 dks izkr%11%00 cts,d o kz,d o kz vf/k kk kh vfhk;urk tu Lok- vfhk- fohkkx xzkeh.k [k.m] izfke vyoj ¼,u0lh0vkj0½ uksv%& fufonk ls lacaf/kr folr`r fooj.k fueufyf[kr osclkbv ij ns[ks tk ldrs gsaa fufonk dh egroiw.kz 'krsza fueukuqlkj gs %& vkwu ykbzu fcm djrs le; laosnd ;fn fdlh rduhdh [kkeh vfkok lozj dh O;Lrrk ds dkj.k fcm ugh dj ikrk gs rks fohkkx dh dksbz fteesokjh ugh gksxha mdr ifjflfkfr;ksa ls cpus ds fy, laosnd dks lq>ko fn;s tkrs gs fd os fcm djus ds fy, vafre le; rd dk burtkj ugh djsa 1- fufonk izi=ks dks osc lkbzv http://eproc.rajasthan.gov.in ls MkmuyksM fd;k tk ldrk gsa bu fufonkvksa eas Hkkx ysus okys laosndksa dks fufonk dks bysdvªksfud QkWjesV esa osclkbzv http://eproc.rajasthan.gov.in ij tek djkuh gksxha 2- fufonk QkeZ vkwu ykbu osclkbv http://www.eproc.rajasthan.gov.in ls mdr lkj.kh es vafdr frffk rd MkÅuyksM fd;s tk ldrs gsaa 3- vkwu ykbu fufonk,a blh osclkbv ij bpnqd laosndksa }kjk mdr lkj.kh es vafdr frffk rd tek djk;s tk ldrs gsaa 4- osclkbv ij rduhdh fcm mdr lkj.kh es vafdr frffk dks bl dk;kzy; esa [kksyh tkosxha ;fn fdlh dkj.ko k ml fnu vodk k jgrk gs rks mlds vxys dk;zfnol dks mlh le; ij rduhdh fcm [kksyh tkosxha 5- fufonk tek djokus ds ckn fufonk dh izfdz;k vkwu ykbzu gksxh A 6- fufonk [kksyus dh frffk dks fdlh dkj.ko k ;fn lkjh fufonk,sa ugha [kksyh tk ldrh gs rks mlds vxys dk;z fnol dks 'ks"k fufonk,sa [kksyus dk dk;z tkjh j[kk tk;sxk A 7- rduhdh vkdayu esa lqy fufonknkrkvkas dh forrh; fcm dks [kksyus dh fnukad,oa le; dh lwpuk fufonknkrkvksa dks bz& esy ls nh tk;sxh A 8-,ulhvkj o`r@ xzkeh.k [k.m izfke vyoj dk;kzy; esa laosnd }kjk lkj.kh es vafdr frffk,oa le; rd fdlh Hkh dk;z fnol esa fufonk izi= dks ns[kk tk ldrk gs vfkok osclkbzv http://eproc.rajasthan.gov.in ij Hkh ns[kk tk ldrk gsa fufonk izi=ksa esa fufonkdrkz ds fy, ;ksx;rk lwpuk rfkk fufonkdrkz dh ik=rk,oa dk;z dk Iyku] LisflfQds ku] MªkbZax fofhkuu dk;ksz dh ek=k] fu;e] krsz,oa vu; fooj.k of.kzr gs A 9- fufonknkrk }kjk fufonk 'kqyd] /kjksgj jkf k,oa izfdz;k 'kqyd gsrq fueufyf[kr jkf k xzkeh.k [k.m izfke vyoj glu [kkww esokr uxj vyoj @,u-lh-vkj- o`rr vyoj dk;kzy; esa fu;ekuqlkj 28-12--2015 dks lk;w 05 cts rd tek djkuk vko ;d gsa 5

dz-la- 'kqyd fooj.k 'kqyd Hkqxrku dk izdkj ns; 1 fufonk 'kqyd 1000@& fmek.m MªkQ~V vfkok vf/k kk kh vfhk;urk] tu LOkk0 csadj psd vfhk0 fohkkx xzkeh.k [k.m 2 /kjksgj jkf k vuqekfur ykxr dk 2 % fmek.m MªkQ~V vfkok csadj psd izfke vyoj ¼,u0lh0vkj0 ½ vf/k kk kh vfhk;urk] tu LOkk0 vfhk0 fohkkx xzkeh.k [k.m izfke vyoj ¼,u0lh0vkj0 ½ 3 bz&vs.mfjax izfdz;k 'kqyd 3(i) NIT cost less than 50.00 lacs 500@& fmek.m MªkQ~V vfkok csadj psd 3(ii) NIT cost more than and equal 50.00 lacs 1000@& fmek.m MªkQ~V vfkok csadj psd Managing Director, RISL, ( payable at Jaipur) Managing Director, RISL, ( payable at Jaipur) fohkkx esa iathd`r l{ke Js.kh ds laosnd /kjksgj jkf k gsrq fufonk ykxr dk 0.50% ¼izfr kr½ jkf k fmek.m MªkQ~V vfkok csadj psd ds }kjk tks fd vf/k kk kh vfhk;urk] tu LOkk0 vfhk0 fohkkx xzkeh.k [k.m izfke vyoj ¼,u0lh0vkj0½ds uke ns; gks tek djk ldrs gsaa 10- iznùk njsa fufonk [kksyus dh fnukad ls 70 fnolksa rd fufonk Lohd`fr gsr eku;(valid) jgsxha ;fn fufonkdrkz ml vof/k esa viuh fufonk vfkok 'krksz esa fdlh izdkj dk la kks/ku djrk gs vfkok viuh fufonk okil ys ysrk gs rks mldh /kjksgj jkf k tcr dj yh tkosxha 11- ;fn laosnd ds utnhdh fj rsnkj ¼izFke jdr lecu/kh o muds ifr@ifru½ dk;z ls lecfu/kr o`rr vfkok v/khulfk dk;kzy; esa [k.mh; ys[kkdkj vfkok lgk;d vfhk;urk ls ysdj v/kh{k.k vfhk;aurk Lrj dk fdlh Hkh Lrj ij inlfkkfir gks rks mlds dk;z ij fu;qdr djus ij izfrcu/k jgsxka 12- jkt; ljdkj esa fdlh Hkh vfhk;kaf=dh fohkkx easa fdlh Hkh bathfu;j vfkok bathfu;fjax ;k iz kklfud dk;z ij fu;qdr jktif=r vf/kdkjh jkt; ljdkj dh vuqefr ds fcuk lsok fuo`fr ds 2 o"kz rd laonsd vfkok mlds dezpkjh ds :i eas dk;z ugha dj ldsxsa ;fn laonsd vfkok mlds dezpkfj;ksa eas dksbz,slk O;fDr ftlus jkt; ljdkj dh mdr fyf[kr vuqefr fufonk tek djkus ls igys vfkok laosnd ds ;gkw lsok,sa ysus ls igys vuqefr ugha yh gs rks vuqcu/k jn~n fd;k tk ldsxka 13- fdlh Hkh fufonk dks Lohdkj djus,oa fcuk dkj.k crk;s fujlr djus ds lelr vf/kdkj fueuglrk{kjdrkz dks gkasxsa 14- dk;z iw.kz djus dh vof/k dk;kzns k nsus dh frffk ds 10 fnol i'pkr~ mijksdrkuqlkj gksxha 15- dk;z dh nks"k nkf;ro vof/k ¼fMQsDV ykbfcfyfv fijh;m ½ fufonk izi= ds vuqlkj gksxha 16- bz&vsumfjax ds fy, fufonk nkrk gsrq funsz k%& v- mdr fufonk eas Hkkx ysus okys fufonknkrkvksa dks buvjusv lkbzv http://eproc.rajasthan.gov.in ij jftlvj djokuk gksxka vkwu ykbzu fufonk esa Hkkx ysus ds fy, fmftvy lkfvzfqdsv buqksjes ku VsDuksykWth,DV 2000 ds rgr izkir djuk gksxk tks bysdvªksfud fufonk esa lkbu djus gsrq dke vk;sxka fufonknkrk mijksdr fmftvy lfvzfqdsv lh lh, (CCA) }kjk Lohd`r,tsUlh ls izkir dj ldrs gs A ftu fufonknkrkvksa ds ikl iwoz esa oss/k fmftvy flxuspj lfvzfqdsv gs] mugsa u;k fmftvy flxuspj lfvzfqdsv ysus dh vko ;drk ugha gsa c- fufonk nkrkvksa dks fufonk izi= bysdvªksfud QkesZV esa mijksdr osclkbv ij fmftvy lkbu ds lkfk izlrqr djuk gksxka ftlds izlrko fmftvy lkbu ds lkfk ugha gksxsa ]muds izlrko Lohdkj ugha fd;s tk;sxsa A 6

l- bysdvªksfud fufonk izi=ksa dks tek djkus ls iwoz fufonknkrk ;g lqfuf pr dj ysos fd fufonk izi=ksa ls lacaf/kr lhkh vko ;d nlrkostksa dh Ldsu dkwih fufonk izi=ksa ds lkfk layxu dj nh x;h gsa n- dksbz Hkh fufonknkrk] fufonkvksa dks bysdvªksfudyh tek djkus esa fdlh dkj.k ls ysv gks tkrk gs rks mldh fteesnkjh fohkkx dh ugha gksxha ;- lelr fufonknkrk] fufonk ds lhkh izi=ksa esa vko ;d lhkh lwfp;ksa dks laiw.kz :i ls Hkjdj vkwu ykbzu ntz djsa j- vkwu ykbzu fufonk Hkjrs le; lacaf/kr funsz kksa dk ikyu ugha djus ds ifj.kke Lo:Ik fufonk izfdz;k esa mriuu fdlh Hkh izdkj dh ck/kk ds fy;s fohkkx fteesnkj ugha gksxka ¼/kesZUnz ;kno½ vf/k kk kh vfhk;urk tu Lok-vfHk- fohkkx xzkeh.k [k.m izfke vyoj ¼,u0lh0vkj0½ 7

OFFICE OF THE EXECUTIVE ENGINEER Public Health Engineering Department Rural Div-2 Alwar (NCR) NOTICE INVITING TENDERS FOR WORKS Online tenders are invited on behalf of the Governor of Rajasthan for the following works from enlisted contractors as per PWF&AR Part II Appendix 16 dated 1-07-199 and amendment issued by concerned department up to date. Tender documents can be downloaded from website http://www.eproc.rajasthan.gov.in from 07.12.2015 to 28.12.2015 up to 5 Pm. Duly filed tenders shall be received electronically on http://www.eproc.rajasthan.gov.in up to 28.12.2015 upto 5.00 Pm. The tenders shall be opened on 11 Am on 29.12.2015 in presence of tenderers or their authorized representatives present. 1. PARTICULAR DETAIL OF TENDER : S.No. Item DETAILS a) Name of Work Laying and Jointing work of varius size pipe Lines With Material at RWSS of Sub Div Laxmangarh of District Alwar(Annual Rate Contract) b) Estimated Cost Rs 50.00 Lacs c) Completion Period ANNUAL RATE CONTRACT d) Defect Liability 06 MONTHS after the successful completion of the Work. e) Type of contract Annual Rate Contract on SPR Basis. f) Validity of tender The tender for the works shall remain open for acceptance for the period of 70 days from date of opening of the PQ tender or munually extended period. g) Price of Tender Document (Non Refundable) h) E-Procurement processing fees (Non Refundable) Rs. 1000/- To be paid in the form of bankers cheque / DD of Nationalized/ Scheduled Bank in favour of Executive Engineer PHED Rural Div-1 Alwar (NCR) payable at Alwar. Rs. 1000/- (To be paid in the form of bankers cheque / DD of Nationalized/ Scheduled Bank in favor of Managing Director, RISL, payable at Jaipur) i) Earnest Money Deposit Rs. 100000.00 /- or as per rules, to be deposited in the form of bankers cheque / DD of Nationalized/ Scheduled Bank in favour of Executive Engineer PHED Rural Div-1 Alwar (NCR) payable at Alwar. j) Date of downloading of Tender Document on website k) Last Date and time of submission of Tender Document on website Tender documents can be downloaded from website http://eproc.rajasthan.gov.in From 07.12.2015 to 28.12.2015 upto 5.00PM The Tenders can be submitted electronically on website http://eproc.rajasthan.gov.in Up to 28.12.2015 upto 5.00 Pm l) Date of opening of technical bid. at 11:00 AM on 29.12.2015 in the Office of Executive m) Place and date of opening of financial bid. Engineer PHED Rural Div-1 Alwar (NCR) Office of Executive Engineer PHED Rural Div-1 Alwar (NCR) The date shall be intimated to successful tenderer separately. 8

1. General Information 2. Content of Tender Document 3. Responsibilit ies of the tenderer Part A - Instructions to Tenderers (ITT) A. INTRODUCTION 1.1. EXECUTING AGENCY The Executing Agency of this project is the Public Health Engineering Department (PHED) of Rajasthan through the Executive Engineer PHED, Rural Div-2, Alwar (NCR) Volume I Notice inviting Tender Instruction of Tenderers Conditions of Contract General Conditions of Contract Special Conditions of Contract Part A Scope of work & Technical Specifications Volume II Schedule of Prices 3.1 The Tenderer shall read the specification and study the conceptual drawings carefully before submitting the tender. 3.2 TENDERER TO INFORM HIMSELF FULLY The Tenderer shall be deemed to have satisfied himself as to all the conditions and circumstances affecting the Contract price, as to the general circumstances at the site of the work, as to the general labour position at the site, as to the availability of construction material, water, electricity, as to the transport conditions, as to the climatic and meteorological conditions and to have quoted his prices according to his own view. The Department will not be responsible for the personnel of the Tenderer and for all acts in relation with the site inspection. No claims except as otherwise expressly provided will afterwards be accepted due to non-inspection of the site. The Tenderer shall be responsible for any misunderstanding or incorrect information however obtained except the information given in writing by the Department 3.3 The Tenderer is required to study all instructions, forms, terms, conditions and other details in the tender documents. Failure to furnish all information required by the tender documents or submission of a tender not substantially responsive to the tender documents in every respect will be at the Tenderer s risk and may result in rejection of its tender. 3.4 The Tenderer shall bear all costs associated with the preparation and submission of its tender, and the Department will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the tendering process. 3.5 The tenderer shall sign a declaration under the official Secrets Act for maintaining secrecy of the tender documents, drawings or other records connected with the work given to him in form given below. The unsuccessful tenderer shall return all the drawings given to them. 9

DECLARATION 3.6 I/We hereby declare that I/We shall treat the tender documents, drawings and other records, connected with the work, as secret confidential documents and shall not communicate information derived therefrom to any person other than a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the same. 3.7 The site for execution of the work will be made available as soon as the work is awarded. In case, it is not possible for the Department to make the entire site available on the award of the work, the Tenderer shall arrange his working program accordingly. No claim, whatsoever, for not giving the site in full on award of the work or for giving the site gradually in parts will be tenable. The Tenderer may satisfy himself regarding site, acquisition of land approach roads etc. 3.8 Tenderers shall submit only unconditional tenders. Conditional tenders are liable to be rejected summarily. The tender documents show already the specific terms and conditions on which tenders are required by the Department, Hence all tenders should be in strict conformity with the tender documents and should be fulfilled in, wherever necessary, and initialed. Incomplete tender is liable to be rejected. The terms and conditions of the tender documents are Firm; as such conditional tenders are liable to be rejected. 3.9 The contractor shall comply with the provisions of the Apprenticeship Act, 1961, and the rules and orders issued, thereunder, from time to time. If he fails to do so, his fail ure will be a breach of the contract and the original sanctioning authority in his discretion may cancel the contract The Contractor shall also be liable for any pecuniary liability arising on account of violations by him of the provisions of the Act. The tender should be accompanied with Sales tax clearance certificates from the concerned departmental authorities, without which the tenders may not be entertained. STC valid up to date of opening shall be submitted along with the Pre-qualification tenders in envelope A. If it is found that the tender is not submitted in proper manner, or contains too many corrections and or unreasonable rates or amounts, it would be open for the competent authority not to consider the tender, forfeit the amount of earnest money and/or delist the contractor. 10

4. 5. Address for Communicati on Time for Execution 4.1. All communications in reference to this tender must be made to The Executive Engineer PHED, Rural Div-1 Alwar (NCR), Alwar. 5.1. The work is to be completely finished to the satisfaction of Engineer-in- charge within One year on Annual Rate Contract Basis, However the period of individual work order assumed the 10 th day after the date of written order to commence the work for the individual work orders will be given at the time of work award. The defect liability period for the material/equipments supplied by the contractor shall be 06 month after the successful completion and commissioning of work. The commencement of defect liability period shall start from the date of completion of execution of work. Executive Engineer PHED Rural Div-2 Alwar(ncr) 11

C. TENDER DOCUMENT 6. Stamp Cost 7. Amendment of Tendering Documents 8. Language of Tender 9. Tender Prices 6.1 It shall be obligatory on the successful tenderer to pay stamp cost on the contract for preparation of contract agreement, as ruling on date of execution of the contract. 7.1 At any time prior to the deadline for submission of tenders, the Department may, for any reason, whether at its own initiative, or in response to a clarification requested by a prospective Tenderer, amend the tender documents. 7.2 The amendment will be notified in writing or by fax to all prospective Tenderers who have received the tender documents and it shall be binding on them. Tenderers are required to immediately acknowledge receipt of any such amendment. It will be assumed that the Tenderer in its tender has taken the information contained therein into account. 7.3 In order to provide prospective Tenderers reasonable time to take the amendment into account, in preparing their tender, the Department may, at its discretion, extend the deadline for the submission of tenders, in which case, the Department will notify all tenderers in writing of the extended deadline, for submission of tenders. D. PREPARATION OF TENDERS 8.1 The tender prepared by the Tenderer and all correspondence and documents related to the tender exchanged by the Tenderer and the Department shall be written either in Hindi or English provided that any printed literature furnished by the Tenderer may be written in another language, as long as such literature is accompanied by a translation of its pertinent passages in the language mentioned herein, in which case, for purposes of interpretation of the tender, the translation shall govern. 9.1 Tenderers shall carefully examine the scope of work and specifications and fully inform themselves as to the conditions and matters, which may in any way affect the work or the cost thereof. 9.2 No claims except as otherwise expressly provided will afterwards be accepted due to non-understanding or misinterpretation of the tender documents. 9.3 The Contract shall be for the complete Work as described in scope of work. 9.4 The Tenderer should quote his rates only in one language i.e. either in Hindi or English. Rates should be quoted in figures as well as in words and in case a Tenderer has quoted rates in both the languages, the rates so quoted differ, then the lower of the two shall be treated as the rate quoted by the Tenderer. 9.5 The tenderer shall quote his rates for the complete work in prescribed format 12

10. Tender Form and Schedule of Prices 11. Tender Currency 12. Earnest Money given in Volume II of the tender document. 9.6 The prices and amounts quoted by the Tenderer shall allow for all costs including labour, materials, construction plant and equipment, transport charges, any other expenses to fulfill the obligations towards any ITT clause of the tender document, Custom Duty, Octroi, Excise Duty, Income Tax, Sales Tax, Turnover Tax, Service Tax, Professional Tax or any other duties, levies, taxes or charges whatsoever to the State or Central Department or to the Local Bodies on the components or the completed Works or the operation and maintenance works and for satisfactory performance of the Tenderer s obligations under this contract (including defect liability). The cost of water and power shall be payable as per the provisions of General conditions and Special Conditions of contract. 9.7 Clause for exemption of excise duty: As per central Govt. notification no 47/2002-excise duty exemption is available for material use in specified component of water supply project. Bidders may study the notification carefully and account for the exemption that are to be availed while preparing their price bid necessary certificates from the District Collector shall be arranged by the department. as and when required. 10.1 The Tenderer shall submit the Schedule of Prices on line on e-procurement website furnished in the tender documents as indicated therein. The terms and conditions for payments shall be in accordance with the provisions of the conditions of contract(s) in Volume-I to II of tender document referred in ITT Clause 5.1 11.1 All prices shall be quoted in the Indian Rupee. The department will not arrange any foreign currencies for import of any type of material/plant/spares etc. 12.1 An Earnest money of in Indian Rupees should be deposited in form of DD or Bankers Cheque in the name Executive Engineer PHED Rural Div-1 Alwar (NCR) payable at Alwar of Nationalized /Scheduled Banks before due date as given in NIT. 12.2 Enlisted contractors with CPWD/ Postal, Telecom, Railway, MES, other state Govt / Central Govt undertaking/ organizations equivalent to 'AA' Class of Rajasthan and listed contractors outside their zone, 2%. Earnest Money shall be required to be deposited 12.3 Class "AA" tenderers, enlisted in PHED, Class "A" tenderers, enlisted in O/o Chief Engineer (HQ). Class "B" tenderers, enlisted in concerned O/o Additional Chief Engineer. PHED Region and C class enlisted in NCR Circle Alwar shall be required to deposit 1/2% of estimated cost of work as Earnest Money while tendering within their enlistment zone. 12.4 Class "AA", "A" and "B" Enlisted Tenderers, will be required to pay Earnest Money @ 1/2 % of estimated cost of work in case of work for which they are authorised to tender under Rules for enlistment of Tenderers, but the amount to the extent of full Earnest money shall be liable to be forfeited in the event of circumstances explained in ITT Clause 14.8 below 12.5 The format of the bank guarantee for earnest money shall be in accordance with the form of Earnest Money included as Annexure 2 to ITT in Volume I of the tender documents. The Bank Guarantee submitted for earnest money must be valid for six (6) months, from the date of submission of tender as per ITT clause 15.1 12 6 The Bidder should upload scanned copy of DD/BC on e-procurement website along with documentary proof of depositing the earnest money in the office of Executive Engineer PHED Rural Div-1 Alwar HKM Nagar /Superintending Enginner PHED Circle, NCR, Alwar. The receipt of an Accountant, Cashier or any 13

13. Period of Validity of Tender other official, not authorized to receive such amount, will not be considered as an acknowledgment of payment to Superintending Enginner PHED Circle,, NCR, Alwar or other duly authorized Engineer 12.7 The Earnest Money lodged by the successful tenderer, will be adjusted towards Security Deposits The remaining Security Deposits may be furnished in the form of Bank Guarantee or in any other approved form of security in Item Rate/ Percentage/ Lump sum contract on single responsibility Basis or the Contractor may choose to allow deduction from running account bills to be made on account of the gross work done, as detailed in Clause 1 of General Conditions of Contract. 12.8 The tenderer shall also deposit e-procurement fees of Rs. 1000.00 in the form of Demand Draft / Banker Cheque in the name of Managing Director, RISL Payable at Jaipur in this office along with Tender Cost and Earnest Money. The Bidder should upload scanned copy of DD/BC on e-procurement fees website and Deposit the DD /BC at Executive Engineer PHED Rural Div-1 Alwar HKM Nagar /Superintending Enginner PHED Circle, NCR, Alwar. The receipt of an Accountant, Cashier or any other official, not authorized to receive such amount, will not be considered as an acknowledgment of payment to Superintending Enginner PHED Circle,, NCR, Alwar or EE or other duly authorized Engineer 12.9 The Earnest Money may be forfeited (a) if the Tenderer withdraws its tender during the period of tender validity (b) (c) (d) (e) if the Tenderer fails within the specified time limit - to sign the Contract Agreement, in accordance with ITT Clause 0. If a tenderer reduces the rates voluntarily or modifies his offer voluntarily after opening of the financial tenders/ negotiations, his offer shall stand cancelled automatically, his earnest money shall be forfeited and action for debarring him from business shall be taken as per enlistment rules. If a non-tenderer offers lower rates after opening of tenders, action for debarring him from business shall be taken as per enlistment rules. For any other act of the tenderer detailed herein, for forfeiture of Earnest Money. 13.1 The tenders for the works shall remain open for acceptance for the period of 70 days or mutually extended from the date of opening of the Pre- Qualification tender. The Department as being non-responsive shall reject a tender valid for a shorter period. If any tenderer withdraws his tender prior to expiry of said validity period or mutually extended period or makes modification in the rates, terms and conditions of the tender within the said period, which are not acceptable to the department, or fails to commence the work in the specified period/fails to execute the agreement, the department shall, without prejudice to any other right or remedy, be at liberty to forfeit the amount of earnest money given in any form absolutely. If any Tenderer, who having submitted a tender does not execute the agreement or start the work or does not complete the work and the work has to be put to re-tendering, he shall stand debarred from participating in such re-tendering in addition to forfeiture of Earnest Money/Security Deposit and other action under agreement. 13.2 In exceptional circumstances, the Department may seek the Tenderer s 14

14. Format and Signing of Tender consent to an extension of the tender validity period. The request and responses thereto shall be made in writing or by fax. If a Tenderer accepts to prolong the period of validity, the Earnest Money shall also be suitably extended. 14.1 Wherever required, the representative of the firm, as below, must sign the tender document. In the event of the tender being submitted by a firm, it must be signed separately by each partner, thereof, or in the event of the absence of any partner, it must be signed on his behalf, by a person holding a power of Attorney, authorizing him to do so. Such power of Attorney will be submitted with the tender and it must disclose that the firm is duly registered under the Indian Partnership Act, By submitting the copy of registration certificate. In case of a Company, the duly authorized representative of the company holding a valid power of attorney on the date of respective correspondence. 14.2 The original and photocopy of the tender documents, each consisting of the documents listed in ITT Clause, along with the addendum s issued till the date of tender submission, shall be typed or written in ink and shall be signed by the Tenderer or a person or persons duly authorized to bind the Tenderer to the contract. All pages of the tender shall be initialed and stamped by the person or persons signing the tender. 14.3 The printed document of the tender shall contain no alterations, or additions, unless notified. In case the tenderer makes any addition or correction, the provisions written in the original document, read with the addendum or corrigendum issued shall prevail. 14.4 All additions, deletions, corrections and over writings in the Schedule of Prices, must be serially numbered and attested by the Tenderer at every page, so also by the officer opening the tenders, so as to make further disputes impossible on this score. 14.5 Tender documents, as issued from the office mentioned above, along with all addendums issued till the date of tender submission, must be returned, with all enclosures, with the tender submission, on the date of receipt of tenders. 14.6 All tenders, in which any of the prescribed conditions are not fulfilled or which have been vitiated by errors in calculations, totaling or other discrepancies or which contain over-writing in figures or words or corrections not initialed and dated, may be liable to rejection. 14.7 The Tender to the work shall not be witnessed by a Tenderer or Tenderers who himself/themselves has/have not tendered or who may not and has/have not tendered for the same work. 15

E. SUBMISSION OF TENDERS 15. Sealing and Marking of Tenders Contents of Envelope A General requirements 15.1 The tenders shall be submitted in two envelopes. Envelope A shall contain the tender documents with Pre-qualification documents and related documents. The envelope B shall contain the financial offer. Envelopes A & B shall be kept in an outer envelope. 15.1 Pre-Qualification bid should contain all the documents required to fulfill the eligibility and pre-qualification criteria along with tender documents should be placed in this envelope. The envelope shall also contain: a. Earnest Money - The Receipt of the Earnest Money furnished in accordance with Clause of ITT or Demand draft in favour of Executive Engineer, PHED Rural Div-1 Alwar (NCR) to fulfill the requirement of clause. Firms who are availing the benefits of concessional Earnest Money Deposit shall also enclose a certified copy of the valid enlistment order issued by the competent authority of department. b. The Bidder should upload scanned copy of DD/BC on e-procurement website www.eproc.rajasthan.gov.in or documentary proof of depositing the earnest money in the office of EE PHED RURAL DIV-1 ALWAR NCR / Superintending Enginner PHED Circle, NCR, Alwar The receipt of an Accountant, Cashier or any other official, net authorized to receive such amount, will not be considered as an acknowledgment of payment to SE PHED Clrcle NCR Alwar other duly authorized Engineer c. The name and designation of person signing shall be clearly indicated. In case of partnership firm / limited company / group of companies, a power of attorney for the person authorized to sign issued by the partners or authorized signatory shall accompany the tender. d. The Tender Letter, as per Annexure 1. e. An undertaking confirming that for modifications/deviations to Conditions of Contract/Technical Specifications no price information is indicated in Envelope A, shall be enclosed. Tenders not containing such undertaking will not be considered for further evaluation. As per Annexure 4. f. A declaration under the official Secrets Act for maintaining secrecy of the tender documents, drawings or other records connected with the work given to him as indicated in clause 0 of ITT. As per Annexure 6. g. The tender letter in form of tender for works, given with General conditions of contract shall be duly filled in and signed by an individual/proprietor of the firm/all partners of the firm or the authorized partner/duly authorized person when the tender is made by an individual/proprietary firm /partnership firm/ limited. All signatures shall be dated 16

15. Contents of Envelope A Requirements for Pre Qualification of Firms 16. Format and Signing of Tender & Submission of tenders h. A declaration shall have to be made by the tenderer that he has read, understood and accepted without changes, revisions or conditions, the tender documents and addenda (if any) issued by the Department. As per Annexure 5. i. The sales tax clearance certificate Valid up to 30.09.2015 j. The tenderer shall also deposit e-procurement fees of Rs. 1000.00 in the form of Demand Draft / Banker Cheque in the name of Managing Director, RISL Payable at Jaipur in this office along with Tender Cost and Earnest Money. The Bidder should upload scanned copy of DD/BC on e- procurement fees website OR with documentary proof of depositing the in the office of EE PHED RURAL DIV-1 ALWAR NCR Superintending Engineer, PHED, Circle NCR, Alwar. k. Pre-Qualification Schedules along with supporting documents, consisting of : (i) STCC Valid up to 30.09.2015 (ii) Contractor Registration Certificate 15.2 The envelopes shall (a) Be addressed to Executive Engineer PHED Rural Div-1 Alwar (ncr) /SE PHED NCR CIRCLE ALWAR (b) Bear the contract name, and number and date of NIT, indicated in the NIT, and the statement DO NOT OPEN BEFORE [date], to be completed with the time and date specified. 16.1 The Bidder shall submit their bid in electronic format Digitally signing the same. Bidder shall procure digital certificate as per requirement of IT Act -2000. In the event of the tender being submitted by a firm, it must be signed separately by each partner, thereof, or in the event of the absence of any partner, it must be signed on his behalf, by a person holding a power of Attorney, authorizing him to do so Such power of Attorney will be submitted with the tender and it must disclose that the firm is duly registered under the Indian Partnership Act, By submitting the copy of registration certificate. In case of a Company, the duly authorised representative of the company holding a valid power of attorney on the date of respective correspondence. Submission of tenders 16.2 Tender documents shall be submitted on line e-procurement website http://www.eproc.rajasthan.gov.in with their digital Signature. The Bid is to be submitted in 2 Covers which shall comprise of Cover-1 Scanned copy of DD/BC of Tender Cost, Earnest Money and e- procurement fees Or with documentary proof of depositing the same in the office of Executive Engineer, PHED Rural Div-1 Alwar (NCR)/Superintending Engineer, PHED Circle, NCR, Alwar. Complete Tender Document along with addendums/ amendments issued and uploaded by the Department on the above website, Tender form and schedules for pre-qualification Bid and scanned copies of supporting Documents. Cover-2 Financial offer. 16.3 The uploaded document of the tender shall contain no alterations, or additions, unless notified In case the tenderer makes any addition or correction, the provisions written in the original document, read with the addendum or corrigendum issued, shall prevail 16.4 Tender documents, as downloaded from website (Clause 5.1), along with all 17

addendums issued till the date of tender submission, must be uploaded on website, with all enclosures, with the tender submission, up till the date of receipt of tenders 16.5 All tenders, in which any of the prescribed conditions are not fulfilled or which have been vitiated by errors in calculations, totaling or other discrepancies or which contain over-writing in figures or words or corrections not initialed and dated, may be liable to rejection 16.6 The Tender to the work shall not be witnessed by a Tenderer or Tenderers who himself/themselves has/have not bided or who may not and has/have not bided for the same work 16.7 Bidder shall submit their offer in Electronic format on above mentioned web site up to the time & date specified in NIT, after Signing the same. Online offers, which are not digitally signed, will not be accepted. 16.8 Online tenders will be opened on the scheduled date at specified time mentioned above in the NIT by tender opening committee in the office Executive Engineer, PHED Rural Div-1 Alwar (NCR) 16.9 Before electronically submitting the tenders, it should be ensured that all the tender papers including conditions of contract are digitally signed by the tenderer. 17. Sealing and Marking of Tenders 17.1 The Tenderer shall submit the tender along with all addendums as downloaded from website in electronic format digitally signing each page/document on website Http://www.eproc.rajasthan.gov.in 17.2 The tenders shall be submitted in Two Covers. Cover-1 Scanned copy of DD/BC of Tender Cost, Earnest Money and e- procurement fees or documentary proof of depositing the same in the office of Executive Engineer, PHED Rural Div-1 Alwar (NCR)/Superintending Engineer, PHED Circle, NCR, Alwar. Complete Tender Document along with addendums/ amendments issued and uploaded by the Department on the above website, Tender form and schedules for pre-qualification Bid and scanned copies of supporting Documents and related documents as detailed in clause 17.3 Cover-2 Financial offer 17.3 Cover-1 It should contain Pre-Qualification bid and Technical Bid along with a) The name and designation of person signing shall be clearly indicated. In case of partnership firm / limited company / group of companies, a power of attorney for the person authorized to sign issued by the partners or authorized signatory shall accompany the tender in Format at Annexure -3. b) The Tender Letter, as per Annexure - 1 c) An undertaking confirming that "for modifications/deviations to Conditions of Contract / Technical Specifications no price information is indicated m Envelope A. shall be enclosed. Tenders not containing such undertaking will not be considered for further evaluation As per Annexure-4 d) A declaration under the official Secrets Act for maintaining secrecy of the tender documents, drawings or other records connected with the work given to him as indicated in clause 1.6 of ITT As per Annexure-6 e) The tender letter in form of "tender for works" given with General conditions of contract shall be electronically filled and digitally signed. All signatures shall be digitized. f) A declaration shall have to be made by the tenderer that he has read, understood and accepted without changes, revisions or conditions, the tender 18

Contents of Cover-2 18. Deadline for Submission of Tenders documents and addenda (if any) issued by the Deptt As per Annexure 5 g) The contractor shall submit scanned copy of registration certificate. h) The contractor shall submit an oath on Rs. 100 Stamp paper regarding considering excise duty exemption as per central government notification i) The tender should be accompanied with Sales tax clearance certificates from the concerned departmental authorities, without which the tenders may not be entertained STCC valid upto 30.09.2015 or there after shall be submitted. j) Pre-Qualification Schedules as required in this Vol-I along with supporting documents, consisting of Pre-Qualification Schedules ( 1,2 and 3 ) dully filled and signed along with scanned copies of supporting documents, consisting of: i. Summary of the relevant experience of the work as desired in schedules 2.1, 2.2, 2.3, 2.4 and 2.5 digitally signed along with attested copies of respective work order and successful completion certificate. ii. Summary of completed water supply projects, which best illustrate the experience of the work in execution of Single Responsibility contracts k) The pre-qualification and technical schedules have to be prepared very carefully since they will be the basis for the evaluation of the proposals. Only relevant & to the point information shall be indicated in the schedules. The supporting documents must contain all the complementary information to assess the quality & the conformity of the proposed material with the specification of the tender documents. Tenderer must not give the information not requested in the tender document nor make any comments. The tenderer shall not furnish indiscriminately complete catalogue of manufactures & suppliers but only project specific information. l) Tender document, Volume I, II, with each page digitally signed m) addendums/ amendments issued by the Department on the above website till date of Tender submission digitally signed., 17.4 Cover-2 -Financial Tender Volume II, along with all addendums issued till the date of tender submission digitally signed 18.1 Tenders shall be submitted on website http://www.eproc.rajasthan.gov.in as per ITT Clause 17 duly signed digitally by the authorized signatory before the scheduled date and time for submission prescribed for on line submission. 19. Late Tenders 19.1 The system does not permit electronic submission of tenders after the due date and time. F. TENDER OPENING AND EVALUATION 20. Opening of Tenders by Department 20.1 The Superintending Engineer/EE or other duly authorized Committee will open the tenders online on website in the presence of Tenderer(s) or their authorized representative(s) who may choose to be present at the time of tender opening The tenders shall be opened in two stages. In first stage the pre - qualification bid shall be opened and evaluated The financial part shall be opened of responsive tenderers pre-qualified by competent authority, at a later date, which will be informed to all responsive and pre-qualified tenderers. 20.2 In first stage, Cover 1 of the Bid, as per clause 17 will be opened. The tenderers' names, the presence (or absence) of Earnest Money / Tender cost/ e- procurement fees, and other details such as deviations proposed in Covering letter as per clause 10 1, will be announced by the Tender Opening Committee at the time of opening. 19

21. Preliminary Examina- 2 2. tion of Tenders Substantial Tender Evaluation for Pre- Qualification Evaluation for Pre- Qualification 21.1 The contents of the Cover 1 of the individual tenders will be examined summarily in order to assess their formal conformity and agreement with the instructions and guidance to the Tenderers and t he completeness Any tender not conforming to any of these requirements may be disqualified forthwith at the discretion of Deptt 21.2 The Deptt will evaluate the tender Information relating to the examination, clarification and comparison of the tenderers and recommendations for the award of the Contract shall not be disclosed to tenderers or to any other person not officially concerned with the evaluation process until the award to the successful -Tenderer has been announced Any effort by a Tenderer to influence the evaluation process or the recommendations and decisions for award may result in the rejection of its tender. 21.3. Notwithstanding the preliminary examination, the Deptt. Will determine the substantial tenderer. Substantial tenders are those which meet the following requirements: Properly digitally signed, Earnest money,tender Fee & processing fees in the required format from a Nationalized / Scheduled bank, Responsive to all requirements of the tender documents and the instructions to tenderers, Clarification and substantiation required to assess the quality of the offer, No deviations other than those specified in clause 10.1 above and reservations affecting the scope and quality of the work, limiti ng the rights of the Deptt. Or the tenderers obligations, or whose rectification would affect the competitive position of the other substantial tenderer. 2 1. 4 If a tender Is not substantially responsive it will be rejected by the Deptt. And will rot be used for further evaluation. The financial offers of insubstantial tenderer will not be opened. The Department's determination of a tender's responsiveness is to be based on the contents of the tender itself without recourse to extrinsi c evidence. It is expressly stated that the information contained in the Cover -1 tender will be used to define whet her a tender is substantial or not.the Tenderers are. therefore, advised to submit complete tenders only of the 22.1 The Department will carry out a detailed evaluation of the tenders previously determined to be substantially responsive in order to determine whether the firm is qualified in accordance with the requirements set forth in the tender documents at clause 4 In order to reach such a determination, the Department will examine the information provided in the schedules and the submitted supporting documents, on the basis of the information supplied by the tenderers 22.2 The firms Qualified will be informed by the Department in due course of time through email. 22.3 The Department reserves the right not to consider any deviation that in the sole discretion of the Department is found unacceptable The Department shall require such deviations to be withdrawn, for the unaccepted deviations The evaluation subsequently will be made on the rates quoted for such items in original offer. 22.4 The Superintending Enginner or other duly authorized Engineer reserves the right to ask for submission of the source of procurement for the materials for which the tenderer has quoted his rates before the tender can be considered for 20

acceptance. If the tenderer, who is called upon to do so, does not submit within a reasonable time of written order to do so, the Depart ment shall be at liberty to forfeit the said earnest money absolutely. 23.1 The original financial offer or the revised financial offer, as the case may be, of the Pre qualified tenderers whose tenders are determined responsive will b e opened at a date as notified by the department. 23.2 The Superintending Enginner PHED Circle,, NCR, Alwar Engineer /EE or other duly authorized Committee will open the tenders on line on website in the presence of any Tenderer(s) or their authorized representatives who choose to be present at the time of opening of financial tenders, and will enter the rate/amount of all tenders in the register of Opening of Tenders. 23.3 If on check, there are some discrepancies, the following procedure shall be followed: - When there is a difference between the rate quoted by the tenderer in words and figures, the lower of the two rates shall be taken as valid and correct rate When the rate quoted by the contractor in fiqures and words tallies, but has to be put to re-tendering, he shall stand debarred from participating in such retendering in addition to forfeiture of Earnest Money/Security Deposit and other action under agreement the amount is not worked out correctly, the rate quoted by the contractor shall be taken as correct and not the amount work ed out. 23 4. The financial evaluation shall be done on the sum of : i) Capital cost of work quoted. The Tenders shall be ranked on increasing order of the Tender Price 21

G. Award of Contract Award Criteria Department's Right to Accept Any Tender and to Reject Any or All Tenders Notification of Award Signing the Contract Agreement 24.1 Subject to ITT clause 23, the Department will award the contract normally to the lowest evaluated tenderer. 25.1.The acceptance of the tender will rest with the Department who does not bind itself to accept the lowest tender and reserves to itself the authority to reject any or all of tenders received without assigning any reason. 25.2 The Department's right to accept or reject any or all tenders at any time prior to award of contract, will not incur any liability, to the affected Tenderer or tenderers or any obligation to inform the affected Tenderer or tenderers, of the grounds for the Department's action 26.1 Prior to the expiry of the period of tender validity, the Department will notify the successful Tenderer through email or in writing by registered letter or by fax, to be confirmed in writing by registered letter, that its tender has been accepted The notification of award will constitute the formation of the contract, for all legal purposes 27 1 Within Ten (10) days of department's notice, the successful tenderer shall sign the contract agreement The following, duly filled in and signed documents, shall form the contract agreement, a) Agreement (format placed at Annex 7') b) Letter of award and any pre-award correspondence between Department and the Tenderer c)tender documents contained in; Vol-I - Conditions of Contract, Pre-qualification Schedules, Scope of Work and Technical Specification. Annexures Vol-ll -Schedule of Prices d) The Tender Offer 27.2 On acceptance of the tender, the name of the accredited representative(s) of the Tenderer (with a photograph and signature attested), who would be responsible for taking instructions from the Department / Engineer in charge, shall be communicated to the Engineer-in- 27.3 After acceptance of the tender, the Tenderer or all partners (in the case of partnership firm) or the authorized representative of the firm with a valid power of attorney will append photographs and signatures duly attested at the time of execution of Agreement 27.4 Receipts for payments, made on account of a work when executed, by a firm must also be signed by the several partners, except where the contractors are described in their tender as a firm, in which case the receipts must be sighed in the name of the firm by one of the partners or by some other person having authority to give effectual receipts for the firm 27.5 Sales tax or any other tax on materials, or Income Tax in respect of the contract shall be governed by provisions given in the Conditions of Contract Deduction of Income Tax at source will be made as per provisions of the Income Tax Act, in force from time to time 27.6 If any Tenderer, who having submitted a tender does not execute the agreement or start the work or does not complete the work and the work has to be put to retendering, he shall stand debarred from participating in such retendering in adittion t o forfeiture of earnest money/ security deposit and other action under agreement. 22