d.i.pipe rc tender 2009-10 - n)procure rc tender...nprocurement technologies pvt. ltd., 301, gnfc...

60
E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 1 “JALBHAVAN”, SECTOR-10-A, GANDHINAGAR (A Government of Gujarat Undertaking) TECHNICAL BID BID DOCUMENTS FOR MANUFACTURE, SUPPLY & DELIVERY OF ISI MARKED DUCTILE IRON PIPE WITH JOINTING MATERIALS (AS PER IS:8329-2000) (FROM INDIAN MANUFACTURERS ONLY) YEAR 2009-2010

Upload: phungquynh

Post on 01-Apr-2018

218 views

Category:

Documents


3 download

TRANSCRIPT

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 1

“JALBHAVAN”, SECTOR-10-A, GANDHINAGAR (A Government of Gujarat Undertaking)

TECHNICAL BID

BID DOCUMENTS FOR MANUFACTURE,

SUPPLY & DELIVERY OF

ISI MARKED DUCTILE IRON PIPE WITH

JOINTING MATERIALS

(AS PER IS:8329-2000)

(FROM INDIAN MANUFACTURERS ONLY)

YEAR 2009-2010

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 2

Tender Number : GWSSB/Material Cell/Civil/Tender Notice/2009

Department : Material Cell (Civil)

Tender in Brief :

Gujarat Water Supply and Sewerage Board, Gandhinagar invites Online Tenders for fixing rate contract for the year 2009-2010 for purchase of 80 mm dia. to 1000 mm dia. ISI marked D. I. Pipes (K-7 & K-9) with jointing material for various water supply schemes from Indian manufacturers only.

Details of Tender :

SAVE WATER, WATER WILL SAVE YOU GUJARAT WATER SUPPLY & SEWERAGE BOARD "Jalseva Bhavan", Sector-10-A, Gandhinagar

No. GWSSB/Material Cell/ Civil/Tender Notice/2009

------------------------------------------------------------------------------- TENDER NOTICE FOR RATE CONTRACT

---------------------------------------------------------------------------------------------------------- GWSSB, Gandhinagar invites Online Tenders for fixing rate contract for the year 2009-10 for

purchase of ISI marked DI Pipes (K-7 & K-9) with jointing material for various water supply schemes

from Indian manufacturers only. HIGH LIGHTS

Eligibility : Indian Manufacturer only having valid ISI

Marking License as per IS 8329-2000 Tender Fees : Rs. 10000/- EMD : Rs. 4,00,000/- Downloading of Documents : Date: 13-8-09 up to 18.00 Hrs. Pre-bid Conference : On date: 3-8-09 at 12.00 Hrs. Online Submission of Tech : Date: 13-8-09 up to 18.00 Hrs & Price Bid Submission of EMD, Tender : On Date: 14-8-09 to Dt. 20-8-09 during Office

Fee and Other Documents Hours at Jal Sewa Bhavan, Sector 10 A,

Gandhinagar in person only.

Online Opening of Tech-Bid : On Date: 21-8-09 at 12.00 Hrs.

Online Opening of Price-Bid : After Evaluation of Tech. Bid

(If Possible) or informed later on. Further Details of this Tender are as under: 1. Particular: Manufacture, Supply and Delivery of ISI Marked DI Pipes (K-7 & K-9) with

jointing material of Sizes from 80 mm to 1000 mm dia. (as per IS 8329-2000). 2. Downloading of Tender document: 2.1 Bid Documents will be available on web site http://www.nprocure.com up to date

as shown above. 2.2 Bidders who wish to participate in this tender will have to register on web site

http://www.nprocure.com

3. Digital Certificate: 3.1 Bidders who wish to participate in this E-Tender will have to procure valid digital certificate as

per Information Technology Act – 2000

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 3

3.2 Bidders can procure this certificate from any of the Government Approved Certifying Agency

i.e.

1. Tata Consultancy Services 2. Safe Scrypt OR

May contact M/s (n) Procurement Technologies Pvt Ltd, for assistance at following

address: M/s (n) Code Solutions.

A Division of Gujarat Narmada Valley Fertilizers Comapny Ltd. 301, GNFC Infotower, Bodak Dev, Ahmedabad-300 054 Phone: 079-26857316,

26857317/18,

Fax: +91-79-26857321

Email: [email protected] or www.nprocurement.com

3.3 Bidders who already have a valid Digital Certificate need not procure a new Digital Certificate. 4. Pre–Bid Conference: 4.1 Pre-bid conference for this tender shall be conducted on date 3-8-09 at 12.00 Hrs. at

Gujarat Water Supply & Sewerage Board, Head-Office, Sector 10/A, Opp. Air Force Station, Gandhinagar.

4.2 The Bidders shall obtain the clarifications to the queries raised in form of Minutes of Meeting

which will be uploaded by GWSSB on the web site. These Minutes shall be a part of Tender

Document. 5. Online Submission of Tech-Bid & Price bid: 5.1 Bidders can prepare and edit their offers number of times before final submission. Once finally

submitted bidder cannot edit or view their offers submitted in any case. No written or online

request in this regards shall be granted. 5.2 Tenderer shall submit their offer i.e. Technical bid as well as price Bid in Electronic format only

on above mentioned web site http://www.nprocurement.com up to date 13-8-09, 18.00 Hrs.

after Digitally signing the same. 5.3 Offers submitted without digitally signed will not be accepted. 5.4 Offers in physical form will not be accepted in any case. 6 TENDER FEE & EARNEST MONEY:

Demand Draft / FDR / BG for EMD & DD for Tender fee shall be submitted in electronic format

only through online (by scanning) while uploading the bid. This submission shall mean that EMD

& tender fee are received for purpose of opening the bid. Accordingly offer of those shall be

opened whose EMD & tender fee is received electronically. However for the purpose of

realization of DD/FDR/BG, bidder shall send the DD/FDR/BG in original through RPAD/Speed

Post so as to reach to concerned office as mentioned in the tender documents within 7 days

from the last date of uploading. For not submitting DD/FDR/BG in original bidder shall be

banned to participate in any tender of the board for period of 3 years as a penaltive action.

Any document in supporting of tender bid shall be submitted in electronic format only through

online (by scanning etc) & hard copy will not be accepted separately"

Tender fee and EMD in form of Demand Draft shall be paid in favour of "Member Secretary"

GWSSB payable at Gandhinagar issued by any of following banks.

1. All Nationalized bank

2. Private Banks (i) IDBI Bank (ii) Axis Bank

(iii) HDFC Bank (Iv) ICICI Bank.

(A) Tender fee: Rs 10000/- (Rupees Ten thousand only)

(B) EMD : Rs 4,00,000/(Rupees Four Lacs only)

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 4

6.1 Other Documents :

Scanned copy of following documents should be invariably incorporated / uploaded with online

tender offer in electronic format only.

a. ISI Marking License (As per tender clause no. 31) b. Sales Tax Registration c. Certificate from NSIC/DGS&D/Industries Dept. regarding installed capacity of the firm. d. Undertaking on Non Judicial stamp paper of Rs. 100/- duly notarized regarding his

firm being not black listed. e. Valid SSI registration certificate & (as per tender clause no. 25) undertaking on Non

Judicial Stamp Paper of Rs. 100/- regarding SSI registration. f. Statement showing the rate of RC’s of other states if bidder has entered into rate

contract with other states. g. Partnership Deed if any. h. Sales Tax exemption Certificate if any.

7. Opening of Tender: 7.1 Opening of Technical Bid will be held on 21-8-09 at 12.00 Hrs in the office of

Chief/Executive Engineer, Material Cell (Civil) GWSSB, Gandhinagar. 7.2 Intending bidders or their representative who wish to participate in online tender opening can

remain present at GWSSB, Head Office, Sector-10 A, Opp. Airforce Station, Gandhinagar on

the due date and time as mentioned in 7.1. 7.3 The Offline technical evaluation of the tenders received on or before last date of submission

would be done and results will be displayed on website. 7.4After Successful completion of Technical Evaluation, price bid of only those bidders would be

opened online who are found to be substantially responsive. 8 Contacting Officer:

8.1 Further Details/Clarifications if any required will be available from Chief/Executive Engineer,

Material Cell (Civil) GWSSB, Gandhinagar. Ph. – 079-23251087/23251092 8.2 In case bidder needs any clarification/assistance or if any training required for participating in

online tender, they can contact the following office.

M/s nProcurement Technologies Pvt. Ltd. M/s (n) Code Solutions.

A Division of Gujarat Narmada Valley Fertilizers Comapny Ltd. 301, GNFC Infotower, Bodak Dev, Ahmedabad-300 054 Phone: 079-26857316,

26857317/18,

Fax: +91-79-26857321

Email: [email protected] or www.nprocurement.com

9 GENERAL INSTRUCTIONS: a) The fees for online tender document will not be refunded under any circumstances.

b) EMD in the form specified in tender document only shall be accepted. c) Tenders without Tender fees, Earnest Money Deposit (EMD) and which do not fulfill all or

any of the condition or submitted incomplete in any respect will be rejected. d) Conditional tender shall not be accepted. e) The tender notice shall form a part of tender document. f) The tenderers are advised to read carefully the “Instruction for Tenderer” and "Eligibility

Criteria” contained in the tender documents. g) The internet site address for E -Tender is http://www.nprocurement.com

Tender Documents are also available on GWSSB website www.gwssb.org

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 5

h) Free training camp will be organized every Saturday between 4.00 to 5.00 P.M. at M/s

nProcurement Technologies Pvt. Ltd., 301, GNFC Infotower, Bodak Dev,

Ahmedabad-300 054. Bidders are requested to take benefit of the same. The GWSSB reserves the rights to reject any or all tenders

without assigning any reason thereof. GWSSB website is : www.gwssb.org

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 6

GUJARAT WATER SUPPLY AND SEWERAGE BOARD Sector: 10A, Jalseva Bhavan, GANDHINAGAR

INSTRUCTIONS FOR BIDDERS

Bidders should read general terms and conditions of Bid documents, technical specifications and following instructions thoroughly and carefully before submitting the Bid.

1. ELIGIBILITY FOR BIDDING: Indian Manufacturers having ISO-9001/9002-2000 certificate & valid ISI marking certificate are only eligible to compete in their own name in this bid and accordingly rate contract agreement will be executed with Indian manufacturer only. However, manufacturer may designate only one agent through an appropriate power of attorney acceptable to GWSSB who may deal with GWSSB on his behalf. The specimen signature of authority signatory of the Bidders shall be given in the tender so that during the validity of contract the correspondence from that signatory authority will be entertained.

2. QUOTING RATES: The separate rates shall be quoted in attached schedule for both the

events i.e.

i) If certificate for excise exemption is issued as per Govt. of India

Notification dated 01.03.2007 (attached vide Appendix-III). The

rates quoted shall be inclusive of insurance, freight/ carting

charges loading, unloading and stacking at GWSSB Store with

excise duty exemption but exclusive CST/GST (VAT). ii) If certificate for excise exemption is not issued as per Govt.

of India Notification dated 01.03.2007 (attached vide Appendix- III). The rates quoted shall be inclusive of excise duty, insurance freight/carting, loading, unloading and stacking at GWSSB store but exclusive CST/GST (VAT).

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 7

3. SUBMISSION OF BID DOCUMENTS: Bidders should submit their offer in Electronic format o n l y w i t h digitally signed so as to reach on or before the prescribed date and time.

4. The Manufacturer has to furnish the details of actual performance of last

three years as per Appendix-I for verification of manufacturing capacity of firm.

5. The tender shall be rejected outright if;

a) Tender is in the name of person OR firm who is not a manufacturer. b) Tender fees and earnest money deposit not received in time as

prescribed by GWSSB.

c) Offer submitted in physical form. d) If Bidders has given indefinite OR vague delivery period and not

accept clause of dispute as per Clause No.29.

e) If Bidders has quoted rates with additional condition and counter conditions.

f) In case of any deviation in the specifications, terms and conditions of the tender.

g) If the tender is not digitally signed by the manufacturer.

h) Attested copy of valid I.S.I. marking certificate category wise along with endorsements is not submitted in time as prescribed by GWSSB as per clause-31 of General Terms and Condition.

i) Attested copy of valid ISO registration certificate is not submitted in time as prescribed by GWSSB as per clause No. 32 of General Terms and Conditions.

6. Tender is likely to be treated as Non responsive at the discretion of the

Board. If the following documents are not uploaded.

i) Attested copy of Sales tax registration Certificate. ii) Attested copy of Industries Department/NSIC/DGS&D regarding

installed capacity of the plant.

iii) If the performance of last three years as per Appendix-I is not

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 8

furnished with the tender, provided the unit is established more than three years.

However in case of unit established newly and having ISI mark

shall have to furnish the performance report for lesser period than

three years with details of their production, sale in the tender.

iv) The manufacturer has to furnish the undertaking on the Non judicial stamp paper of Rs. 100/- duly Notarized regarding his firm is not black listed at the time of tendering. This undertaking should be enclosed in the technical bid of the tender.

v) The name and specimen signature of authorized signatory of the

Bidders shall be given in the tender so that during the validity of contract the correspondence from that the signatory authority will be entertained.

vi) The Bidders s h a ll have to mention the rate of R/C’s of other

states. If he has enter in to the rate contract with other states.

vii) If any of the suppliers fails to supply the materials in time for emergency works after commitment, he will be debarred from tendering for three years and GWSSB shall have a right to procure the materials from the suppliers who are reliable and dependable and who can deliver the material in critical period even outside rate contract holders.

7. Questionnaires to be filled up by the Tenderer onl ine & d ig i ta l ly

s igned shall be the part of the tender document. 8. An undertaking regarding validity of SSI unit as on the date of tendering

should be given by the manufacturer in the technical bid, failing to which no SSI benefits shall be given.

9. If the firm is responsive in Technical Bid on verifying the

certificates / documents, then price bid shall be opened.

10. If any vendor is found canvassing for his vendor from the date of opening of tender till finalization of the tender than his tender will not be considered for

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 9

award and he will be automatically debarred for three years from vendors of the Board.

Signature of Tenderer /Manufacturer Executive Engineer, Name of Tenderer Material Cell, (Civil) Place: GWSSB, Gandhinagar. Date:

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 10

GUJARAT WATER SUPPLY AND SEWERAGE BOARD Sector: 10A, Jalseva Bhavan, GANDHINAGAR

METHOD OF EVALUATION AND AWARD OF RATE CONTRACT

1. Every bidder shall clearly mention his committed supplying capacity for GWSSB item wise as well as total. 2. The Board reserves the right to enter into parallel rate contract with second evaluated

responsive bidder if he matches the lowest price and order for quantity in excess of 75%

to 100% (at the discretion of GWSSB) of committed supplying capacity of the 1st Rate

Contract holder will spill over to him to the extent of 75% to 100% (at the discretion of

GWSSB) of his committed supplying capacity. However in case where 1st Rate

Contract holder happened to be outside Gujarat State unit in that case order for

50% of total requirement will be placed to the 1st Rate Contract holder to the

extent of 75% to 100% (at the discretion of GWSSB) of his committed supplying

capacity & order for remaining 50% of total requirement will be placed to Gujarat

State SSI unit to the extent of 75% to 100% (at the discretion of GWSSB) of his

committed supplying capacity if he matches the lowest approved rates.

3. If the Board enters into more than one Parallel rate contract then the procedure of

allotment orders will be similar one as with second Rate Contract holder i.e. excess

requirement after allotment to second one will spill over to third one to the extent of his

75% committed supplying capacity and so on as per para 2 above.

4. In case evaluated rate of two OR more bidders happened to be the same, Gujarat

Water Supply and Sewerage Board will consider other factor like quality aspects, past

performance of supplier etc. to decide internal grading/ ranking amongst such bidders,

GWSSB’s discretion in this regard shall be final and no reason or details will be given.

5. For comparison / evaluation purpose, the rates quoted excusive of GST (VAT) as well

as CST will be considered.

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 11

6. The performance of the allotment of quota for orders to the rate contract holder

as per ranking will be reviewed every three months.

7. Evaluation in both the events i.e.

A) If certificate for excise exemption is issued in view of Govt. of India, Notification

No. 06/2007 Dt. 01.03.2007 (as Appendix – III) or its latest revision /

amendments.

B) If certificate for excise exemption is not issued in view of Govt. of India

Notification No. 06/2007 Dt. 01.03.2007 (as Appendix – III) or its latest revision /

amendments.

Will be done separately. 8. No negotiation at any stage shall be done before finalization of tenders.

Signature of Tenderer/Manufacturer Executive Engineer,

Material Cell (Civil), GWSSB, Gandhinagar.

Place: Date:

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 12

GUJARAT WATER SUPPLY AND SEWERAGE BOARD

Sector: 10A, Jalseva Bhavan, GANDHINAGAR

QUESTIONNAIRE TO BE FILLED UP BY THE TENDERER

This questionnaire is part of the tender document and it is to be

submitted online by the tenderer duly filled in and digitally signed.

Tenderers are requested to answer/ complete every item of this

questionnaire duly supported with requisite documents/ certificates.

1. Name of the firm: :

2. Address of the firm: :

3. Telephone No.: :

4. E-mail address of the firm :

5. Name & Address of the :

Proprietor/ Partner/

Directors of the firm

along with designation

NOTE: Please attach partnership deed as Annexure No.1 if any

6.a SSI Registration

Please enclose certified copy o f va l id SSI registration certificate.

Permanent SSI Registration No.

Date Valid Up to

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 13

6.b Certified copy for SSI should be attached as Annexure No. 2

7. Sales Tax : Indicate Sales tax / Tin

Regd. No.

Whether your firm is

covered under Sales Tax / VAT exemption facility?

Tick initial

If yes, please indicate nature of facility and furnish relevant certificate.

Yes

Certificate for sales tax / Tin registration should be attached as Annexure No.3.

No

8. Installed Production

Capacity (MT/Month) :

Certificate for monthly production assessment should be attached as Annexure No.4.

9. Maximum production in any

single month in last Five Calendar years i.e. 2003 to 2008 (Meter/Month) Annexure-5.

10. Committed Production for GWSSB (Meter / Month) minimum supplying capacity shall be 10000 meter / month.

Month / Year Meter / Month

Meter / Month

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 14

11. ISI License & Marking

Certificate:

(a) Are you holding ISI license?

If yes please quote ISI License No. & its validity period

ISI license No: Valid upto Approved Sizes of ISI Mark

(b)If holding ISI license, are

you authorized to stamp/ m a r k t h e t e n d e r e d stores as ISI? If yes, give details of size, class/ Dia etc.

(c) Please furnish copy of ISI license & marking certificate as Annexure No.6

Tick Initial Yes No

12. Are you holding ISO-

9001/9002 registration? If yes, please quote ISO certificate No. And its validity period. Annexure No. 7

ISO Certificate No. Valid Upto Name of Assessing Agency.

13. RAW MATERIAL

Tender against assurance for supply of raw material shall not be considered. Tenderer is required to make his own arrangement for procurement of requisite raw material. Please confirm acceptance of this clause.

Tick Initial

Accepted

Not -Accepted

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 15

14. List of documents certificates. Tenderer should submit statement-indicating list of documents/ certificates as specified in the tender.

15. Authorized Representative Please indicate the name address and phone/Fax Nos. of your representative authorized to attend tender opening & representing your firm there after in connection with the tender.

Name:

Address Telephone No. Fax No. Mobile:

16. Terms of the tenderer shall

not form part of this tender. Please confirm acceptance to this clause.

Tick Initial Accepted Not Accepted

17. Acceptance of the terms &

conditions of this tender. (a) Tenderer shall accept all

the conditions of this tender. Unequivocally without any reservation and as such tenderer shall not alter/ add/ delete any of the conditions of the tender or part thereof.

(b) If terms & conditions of this tender are not accepted. The tender submitted by such

tenderer shall not be opened and same shall be treated as cancelled.

Tick Initial Accepted Not Accepted

Tick Initial Accepted

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 16

18. Name of Elastomeric Sealing Ring (EPDM) Manufacturers (at least three) whose rings will be supplied along with pipes.

It is certified that the above information is true to the best of my knowledge and belief. If any information furnished above found incorrect or false in that case, I (Bidder) shall be liable for penalized as decided by GWSSB.

Signature of Tenderer / Manufacturer Executive Engineer Name of Tenderer Material Cell. (Civil)

GWSSB, Gandhinagar Place:

Date:

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 17

GUJARAT WATER SUPPLY AND SEWERAGE BOARD Sector: 10A, Jalseva Bhavan, GANDHINAGAR

GENERAL TERMS AND CONDITIONS

SUPPLY OF D.I. PIPES WITH JOINTING MATERIAL OF SIZES FROM 80 MM TO 1000 MM DIA WITH ISI MARK UNDER RATE CONTRACT

1. ELIGIBILITY FOR BIDDING:

Indian Manufacturers having ISO-9001/9002-2000 certificate & valid ISI marking certificate are only eligible to compete in their own name in this bid and accordingly rate contract agreement will be executed with Indian manufacturer only. However, manufacturer may designate only one agent through an appropriate power of attorney acceptable to GWSSB who may deal with GWSSB on his behalf. The specimen signature of authority signatory of the Bidders shall be given in the tender so that during the validity of contract the correspondence from that signatory authority will be entertained.

2. QUOTING RATES:

The separate rates shall be quoted in attached schedule for both the events i.e.

i) If certificate for excise exemption is issued as per Govt. of India Notification dated 01.03.2007 (attached vide Appendix - III) or its latest revision / amendments. The rates quoted shall be inclusive of insurance, freight/carting charges, loading, unloading and stacking at GWSSB Store any where in Gujarat State with excise duty exemption but exclusive of CST/GST(VAT).

ii) If certificate for excise exemption is not issued as per Govt. of India notification dated 01.03.2007 (attached vide Appendix - III) or its latest revision / amendments. The rates quoted

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 18

shall be inclusive of excise duty, insurance, freight/ carting charges, loading, unloading and stacking at GWSSB store any where in Gujarat State but exclusive of CST/GST (VAT).

3. SUBMISSION OF TENDER:

Tenderer should submit their offer in Electronic format only with digitally signed so as to reach on or before the prescribed date and time.

4. VALIDITY:

The offer for tendered rates shall be valid for a period not less than 150 days from the date of opening of the Price bid of tender. Any tender valid for lesser period shall be outright rejected.

5. TENDER FEE & EARNEST MONEY: Demand Draft / FDR / BG for EMD & DD for Tender fee shall be

submitted in electronic format only through online (by scanning) while

uploading the bid. This submission shall mean that EMD & tender fee are

received for purpose of opening the bid. Accordingly offer of those

bidders shall be opened whose EMD & tender fees are received

electronically. However for the purpose of realization of DD / FDR / BG

bidder shall send the DD / FDR / BG in original through RPAD / Speed

Post so as to reach to concerned office as mentioned in the tender

documents within 7 days from the last date of uploading the bid. For not

submitting DD / FDR / BG (in original) in time bidder shall be banned to

participate in any tender of the board for period of 3 years as a penaltive

action.

Any document in supporting of tender bid shall be submitted in electronic

format only through online (by scanning etc) & hard copy will not be

accepted separately"

Tender fee in form of Demand Draft and EMD in form of DD/FDR/BG

shall be paid in favour of "Member Secretary" GWSSB payable at

Gandhinagar issued by any of following banks.

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 19

1. All Nationalized bank

2. Private Banks (i) IDBI Bank (ii) Axis Bank (iii) HDFC Bank (Iv) ICICI

Bank.

(A) Tender fee: Rs 10000/- (Rupees Ten thousand only)

(B) EMD : Rs 4,00,000/ (Rupees Four Lacs only)

Bank Guarantee (BG) should be in the format given as per Appendix-II

6. TAXES: No concessional 'P' or 'C’ form shall be issued by consignee. Rate

of Gujarat Sales Tax (VAT)/ Central Sales Tax applicable should be

mentioned. If the firm is exempted from the payment of sales tax

the certificate for the same should be attached. All the transit

losses and breakage shall be suppliers risk and cost.

6.1 Excise duty:

Rates are inclusive of Excise duty. The present applicable rate of

excise duty shall be shown separately by the tenderer while tendering.

However, bidders are requested to quote his rates in both the events i.e.

a) If certificate for excise exemption is issued in view of

Govt. of India notification dated 01.03.2007.

After issuing necessary certificate for excise exemption, it will

be supplier's responsibility to get the benefit of excise

exemption from concerned authority. In case if supplier does

not get benefit of excise exemption even after issue of excise

exemption certificate, GWSSB will not compensate for the

same.

b) If certificate for excise exemption is not issued in view of Govt. of

India Notification dated 01.03.2007. The excise duty shall be

shown in the column of excise duty and rate will be inclusive of

this excise duty.

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 20

For both the events separate sheet is given in "Price Bid".

7. OCTROI / ENTRY TAX:

Octroi / Entry Tax exemption certificate shall not be issued by

the consignee. However, Octroi /Entry Tax shall be reimbursed

against documentary evidence of payment. 8. UNIT OF RATE:

The unit of rate shall be per Meter.

9. INSPECTION:

Inspection of materials at factory site shall be carried out jointly by

third party inspection agency as fixed by GWSSB and

concerned Executive Engineer of GWSSB. The supplier on receipt

of supply order from GWSSB shall intimate the said third party

inspection agency and concern Executive Engineer to carry out

inspection as soon as material is ready.

The inspection calls for all the items i.e. D.I. Pipes, with jointing

materials. If the jointing materials are not offered for inspection, the

inspection note only for pipes will not be issued by third party

inspection agency. Inspection will be carried out normally within one

weeks time and on receipt of such intimation the inspecting agency

will inspect the materials as per the specification and on

satisfying itself, will mark the inspection marks on all pipes and

issue inspection note to supplier and concerned consignee. During

third party inspection if the material offered for inspection is

rejected by third party. Inspection agency in that case the third party

inspection agency will mark the rejection marking and will take other

precautionary measures so that the rejected material cannot be

used in GWSSB in future.

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 21

Inspection agency will carry out the inspection as per procedure

prescribed in relevant I.S. to confirm the quality of pipe as per IS:

8329/2000.

For inspection purpose the manufacture has to go in for line

stenciling for identifying size and class for proper segregation. The

offered material shall be staked in manageable batches with

adequate space like spreading the pieces etc. to permit proper

inspection and inspection authority to be present during stamping so

as to ensure that only actually cleared material is stenciled. The

inspected material should not be loaded after sunset to avoid

inadvertent dispatch of wrong material.

Based on authority of inspection note issued by the inspection agency

to supplier as well as consignee (Concerned Executive Engineer)

materials with inspection mark will be dispatched to stores stipulated

in supply order and on receipt at stores the verification will be carried

out by concerned Deputy Executive Engineer as regards quantity and

quality. Here quality means physical soundness of materials as

precaution against breakage during transit. The supplier has to

submit the test certificate as well as detailed test results carried

out by inspection authority to the consignee along with the dispatch

documents of materials. The material shall be considered as

received only on receipt given by the concerned Deputy

Executive Engineer after verifying and satisfying the above

requirements.

As regards post delivery quality inspection of pipes counter

reference sample shall be collected at the time of inspection in

presence of the third party inspection agency, the concerned

Executive Engineer and the manufacturer with their signatures on

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 22

the samples and shall remain in custody of the concerned consignee

and will be test at any agency as decided by GWSSB in case of

doubt.

Inspection Charges: -

Inspection charges on accepted goods shall be finally borne by

GWSSB. However, initially inspection charges shall have to be paid

by supplier to the Inspecting Agency and the same will be reimbursed

by consignee (Concerned Executive Engineer) to the supplier at

prescribed rates on receipt of inspected material at designated

GWSSB store. In the documentary evidence the supplier will submit

inspection note of inspecting agency and claim made should be

verified based on the value of the materials on the basis of

percentage circulated by Material Cell of GWSSB of payment shall be

made on receipt of inspected material at designated GWSSB store.

The inspection charges shall be paid to inspection agency by supplier

by a Demand Draft drawn in favour of Inspecting Agency along with

the call for inspection. "The Inspection Charges shall be paid based on actual quantum of material

inspected & received at store in satisfactory condition.

The payment shall be made excluding all taxes, excise duty & freight

including loading, unloading, stacking & insurance charges.

The payment shall be made as per the inspection charges fixed by GWSSB

plus applicable Service Tax."

FALSE CALL: If material is not ready for inspection even though inspection call has been given in that case it shall be considered as "FALSE CALL". For each " FALSE CALL" 1% of the total order value shall be recovered from the payment to be made to the supplier & actual expenditure for attending " FALSE CALL" as well as for joint inspection to be carried out shall have to be borne by the supplier. During the tenure of rate contract, if " FALSE CALL" reported for three times or more, it will be treated as breach of contract &

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 23

security deposit shall be forfeited & firm shall be "Black Listed" for three years at the discretion of GWSSB.

10. PAYMENT: 100% payment shall be made within 60 days subject to availability of

funds by the consignee after receipt of materials in sound and

acceptable condition at consignee store along with test certificate and

detailed test results and on production of receipt from the concerned

Deputy Executive engineer. The supply will be considered as

completed for making 100% payment after receipt of inspected and

duly approved material pipes with jointing materials i.e. pipes and

EPDM rubber rings. No Interest shall be paid in case of delayed payment if any.

(a) Paying Authority: Executive Engineer OR any other higher officer authorized by Gujarat Water Supply and Sewerage Board shall be the paying authority.

(c) Payment by demand draft: If bank commission charges for demand draft is borne by supplier, Executive Engineer will request concern Bank to issue demand draft.

11. SUPPLY ORDER:

Supply order shall be generally placed on the basis of ranking and

monthly committed capacity of the manufacturer. The GWSSB

shall have right to place or cancel supply order at any time during the

currency of rate contract without assigning any reason and also

have right to change in qty. ordered, destination etc. before the

material is ready for dispatch as per the original order. In case of

non-acceptance of supply order or subsequent changes, by the

supplier will be liable to the actions suitably decided by the GWSSB.

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 24

12. DELIVERY OF MATERIALS:

The ordered quantity of material shall be offered for inspection within

30 days from the date of R.P.A.D./ Fax / Courier / Speed Post / e-

mail of order whichever is earlier. The total delivery time shall be considered as 30 days + time for inspection (i.e. from the date of inspection offered to the date of issue of inspection release note) by Third Party Inspection Agency + time for delay in receiving Excise Exemption Certificate after date of inspection release note issued by Third Party Inspection Agency + 15 days transportation time.

Extension of time limit on account of materials rejected during the

inspection will not be permitted. In case of emergency the delivery

period can be less with mutual consent.

Delivery on Sunday and Public Holiday:

The delivery of the material under the supply order shall not be

affected on Sundays and other non working days observed in the

Board without prior consultation and written permission of the

consignee. (a) Confirmation for executing order:

The following form should be completed and returned

to the consignee and the office, which have issued

the supply order, within 7 days at the receipt.

i) "This is to acknowledge receipt of your supply order ___________ dt. ______________ . The

stores ordered in the supply will be supplied on the delivery date(s) stipulated by you viz ".

i i) The stores ordered by you can not be supplied by the delivery date(s) stipulated by you in the supply order but supplies can be made as under;

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 25

Item No. Qty. Date

Note: The alternative applicable should be retained and the other one shall be struck off.

b) Progress Report: Monthly progress report should be submitted to the Board Office so as to reach by 7th day on every m o n t h in the following format.

Quantity remains to be supplied for Previous month

Order as on first day of the Month

Sr. No. Zone Order No. &Dt.

Size/Class

Invoice No.

Mtr

Value (Rs. In Lacs)

1 2 3 4 5 a 5b 6

Qty. Supplied during the Month

Order Recd. During the Month

(Mtr.)

Qty. offered for inspection during

the Month (Mtr.) Invoice

No. Mtr

Quantity remains to be supplied at the end of

Month Qty. (Mtr)

Remarks

7 8 9 a 9b 10 11

c) Capacity of the tenderer:

The tenderer shall give the manufacturing capacity along with the

evidence of authority letter from Industries Department. The

tenderer shall also stipulate the monthly supplying capacity to GWSSB

in Meters. Minimum monthly supplying capacity to GWSSB shall

be 10000 meter.

13. LIQUIDATED DAMAGES: In the event of the failure of the supplier to offer the material for

inspection under the supply order in the stipulated time limit and also

in case of the said material not reaching at the destination in the

time limit as stipulated in clause 12 above, Water Supply and

Sewerage Board will charge liquidated damages at the rate not

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 26

exceeding 1% of the cost of delayed material per week for the

period of aforesaid delay in offering the material for the inspection

and also for the delay in causing the delivery there of at the

destination in accordance with the stipulations under this contract.

The maximum amount of liquidated damages so recoverable shall

not exceed 10% of the cost of material under the supply order. In

such an event, the failure on the part of supplier will be treated as

breach of the contract and the security deposit shall be forfeited,

unless written permission for extension of time limit is granted.

Material after inspection shall reach the destination store within 15

days from the date of inspection note. If the material is not supplied

until maximum liquidated damages accured and no written

extension of time limit is requested and/ or granted by the

competent authority of GWSSB. The supply order will be cancelled.

This will be treated as breach of contract and security deposit

shall be forfeited. In such cases no new order will be placed against

the rate contract.

14. TENDER AGREEMENT:

The tenderer shall be required to enter into an agreement for due

performance of the contract. The stamp duty on all documents to

be executed in connection with this rate contract to be entered into

shall be borne by supplier. The security deposit (SD) inform of

DD/ FDR /BG shall be deposited for required value. The rate

contract agreement will have to be executed on a stamp paper of

appropriate value as per value of orders in force for the time being.

(I) EMD of the first lowest firm/company will be forfeited if

they fail to enter into agreement within prescribed time

limit for entering into agreement.

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 27

(II) For parallel rate contract: If the firm/company is asked to

match the rate with that of first lowest, they will have to

enter into agreement with the GWSSB within prescribed

time limit, If they are willing to match the rate. In absence

of the same, they will loose their right for parallel rate

contract.

15. SECURITY DEPOSIT:

The successful tenderer shall be required to furnish security deposit

in form of DD/ FDR /BG amounting to 10 % of the value of monthly

committed capacity or Rs. 4,00,000/- which ever is more.

Security Deposit shall have to be paid within 15 days from the

date of issue of acceptance letter of offer. The above DD/ FDR

/BG will be given in two parts as mentioned below.

i) 5% for performance of execution of contract and it shall be

valid for 16 month. This will be released after satisfactory supply

of all pipes as per orders.

ii) 5% for performance of pipes for defect liability and quality of

pipe and it shall be valid for 24+4= 28 months.

This will be released after satisfactory performance of pipe

quality after completion of defect liability period (16 month from

date of last supply. Date of Rate contract completion, which is

later.

The DD/ FDR /BG should be in favour of Member Secretary,

Gujarat Water Supply and Sewerage Board, Gandhinagar drawn

on any Nationalized Bank / Private Bank (i) IDBI Bank (ii)

Axis Bank (iii) HDFC Bank (iv) ICICI Bank payable at

Gandhinagar.

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 28

a) This performance security deposit shall be forfeited by the

Gujarat Water Supply and Sewerage Board in the event

of breach of the terms and conditions of the contract by

tenderer/ rate contract holder.

b) No interest shall be payable by the Gujarat Water Supply

and Sewerage Board on either Security Deposit or EMD.

c) On due performance of the contract the security deposit shall

be refunded to the rate contract holder as specified above from

the expiry date of contract after adjusting final accounts of the

Board with respect to this Rate Contract.

d) If 50 % of the ordered quantity is not supplied within time

limit, than performance security deposit will be forfeited

and supplier and his sister concern shall be automatically

debarred from tendering of the Board for three years.

For this, Acceptance letter in duplicate shall be issued in the name

of successful tenderer. One copy of A.L. (out of two copies) duly

signed shall be returned to GWSSB which shall form a part and

partial of rate contract agreement.

16. PACKING AND NOTIFICATION OF DESPATCH:

It is essential that packing notes and price invoices should be

furnished to the consignee in respect of every consignment.

17. DURATION:

The rate contract shall be valid up to 30-9-2010 from the date of

agreement unless it is further extended by mutual consent.

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 29

18. GUARANTEE:

The supplier at the time of entering into rate contract shall give a

guarantee against technical and manufacturing defects in materials

supplied and free replacement of defective materials at his own

cost up to a period of 12 months from the date of receipt of material.

19. TERMINATION OF CONTRACT:

If the tenderer fails to deliver the stores OR any part thereof

within the stipulated period of delivery or in case the stores are

found not in accordance with the prescribed specifications and or

approved samples. Member Secretary, Gujarat Water Supply

and Sewerage Board, Gandhinagar or any officer authorized by

him shall exercise his discretionary power as per either of the

conditions (a) or (b) as given below with a future action to black list

the firm.

a) To purchase from elsewhere on the suppliers account and

at suppliers risk and cost stores so undelivered or others

of a similar description without canceling the contract in

respect of the consignment not yet delivered or:

b) To cancel the contract:

In the event of purchase of store of similar description at risk

and cost of the rate contract holder the Member Secretary,

Gujarat Water Supply and Sewerage Board, Gandhinagar shall

be the final authority to decide the alternate purchases. In the

event of action taken under (a) of this clause or clause L.D.

Clause No. 13, the firm shall be liable for any loss which

the Gujarat Water Supply and Sewerage Board,

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 30

Gandhinagar may sustain on this account. The firm shall

however not be entitled to any saving on such purchase made

against default. The decision of the Member Secretary, Gujarat

Water Supply and Sewerage Board, Gandhinagar shall be

final as regards the acceptability of stores supply by the firm.

c) If the supplier/ firm fails to supply the material within time limit

prescribed in the tender or if the material supplied is found sub

standard and not as per tender specification Board will take

necessary actions including "Black Listing" the supplier/ firm for the

period up to three years.

This shall also include any breach leading to loss to the GWSSB,

which may occur on account of supplier/ firm.

d) If any of the supplier having committed emergency supply fails to

procure the material and fails to supply in time limit he will be

debarred from anticipating from GWSSB rate contract for the

period of RC validity and two years there after if;

1) The manufacturer is found in wrong practices with

field staff.

2) The material supplied is of inferior quality. 3) The supply is not made within time limit repeatedly.

e) The GWSSB shall have right to procure the materials for emergency

scarcity work from supplier who are reliable and undependable and

who can deliver the material in critical period even out side rate

contract.

20. Right to ignore any OR all offers failing to comply with the

above instructions OR for any reasons, is reserved by Gujarat

Water Supply and Sewerage Board, Gandhinagar.

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 31

21. BREAK CLAUSE:

The Member Secretary, Gujarat Water Supply and Sewerage Board,

Gandhinagar in addition to his powers under other clauses to

terminate his contract shall have power to terminate

his liabilities there under at any time by giving one month (OR such

shorter period as may be mutually agreed) notice in writing to the

firm of his desire to do so and upon the expiry of the notice period

this contract shall stand terminated without prejudice to the right

accrued to the Board to the date of determination.

22. The offers of the tenderer giving indefinite OR Vague delivery

period or not accepting dispute clause as per Clause No. 27

shall be rejected.

23. The tenderers are requested to furnish the name of their sister

concerns or Associated firms along with the constitution of firms

in which any of the Partners, Directors, Relations of Partners,

Directors, i.e. Wife, Sons, Sisters, Daughters, Father and

Mother are connected in capacity of Proprietors/ Partners OR

Directors of such concerns.

24. WARRANTY CLAUSE:

The tender shall be subject to the following warranty clause.

"That the goods/ stores/ articles sold to the buyer under this

contract are of the best quality and workmanship and are strictly

in accordance with the specification and particulars

contained/mentioned in this contract and the contractors/seller

hereby guarantee that the said goods/stores/articles would continue

to conform to the description and quality aforesaid for a minimum

period of 12 months from the date of delivery of the said

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 32

goods/stores/articles to the purchaser and that notwithstanding

the facts that the purchaser may have inspected and/or

approved the said goods/stores/articles. If during the aforesaid

period of 12 months the said goods/stores/articles be discovered

to be not conforming to the description and quality as aforesaid or

have deteriorated (and the decision of the purchaser in that behalf

will be final and conclusive) the purchaser will be entitled to reject the

said goods/stores/articles or such portion thereof as may be

discovered to be not confirming to the said description and quality.

On such rejection the goods/stores/articles or such portion thereof

as may be discovered to be not confirming to the said description

and quality will be at the sellers risk and all the provisions herein

contained relating to rejection of goods etc. shall apply. The

contractor/seller shall, if so called upon to do, replace within a

period of one month or such further period as may be extended from

time to time by the purchaser at its discretion on an application

made therefore by the contractors/sellers, the

goods/stores/articles or such portion thereof as is rejected by the

purchaser and in such an event the above mentioned warranty

period shall apply to the goods/stores/articles replace from the

date of replacement thereof, otherwise the contractor/seller

shall pay to the purchaser such damage as may arise by reason of

the breach of the condition, therein contained and in such

condition supplier will be blacklisted. Nothing herein contained

shall prejudice any other right of the purchaser in that behalf under

this contract OR otherwise.

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 33

25. PRICE PREFERENCE:

The tenderers are advised to indicate in their offer against each item

whether the item is a product of large scale Industry, small-scale

industry or Cottage Industry and of which State.

The information is required for GWSSB statistical purpose. If the

firm is eligible to be considered for price preference available to

small scale industries the firm should furnish certified

authenticated OR Photostat true copies of their registration

certificate issued by the Gujarat State Director of Industries OR State

Registrar of Co-operative societies OR NSIC with whom the small

scale Industry is registered.

Price preference shall be given to the Gujarat based registered SSI

units over the large/ medium scale units as per the State Government

Circular of Industries and Mines Department resolution

No.SPO/1095/2636(97)/ CH, dtd:23.9.1997 except clause 6 &

subsequent amendment. Price preference shall be considered as

equal for all the areas of Gujarat, irrespective of the backward

areas. However price preference and order preference shall be

given as per the rules and regulations in force by the State

Government. All the tenderers are requested to note that eligibility

for price preference does not mean right for the same and decision

of GWSSB in this regard shall be final. Any documents not

submitted with the tender but produced subsequently shall not

be recognized for any preference purpose.

A certificate issued not later than one year before the original date

of opening of the tender from the Industries Department regarding

validity of SSI unit status. For this the required certificate from

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 34

Industrial Department shall be produced along with this a under

taking on Non Judicial stamp paper on Rs. 100/- shall be given that

if the SSI registration will be cancelled during rate contract period

than the benefits of the SSI units will not be given to the unit.

26. FORCE MAJEURE:

The supplier shall not be liable to the penalty nor his security deposit

be forfeited when failure of the supplier in making delivery is due

to any event beyond the control of the supplier and could not have

been foreseen, prevented OR avoided by a prudent person

provided a notice of the happening is given within 15 days from

the date of occurrence thereof by supplier to the purchaser.

These events include but are not restricted to Acts of God, Acts of

Enemy, Acts of Government, fire, floods, explosion, riot, strikes,

lockout, civil commotion, sabotage, terrorism, epidemics etc.

27. JURISDICTION:

In the event of any dispute or difference arising out of this

tender/contract, the jurisdiction of the court shall be

Gandhinagar (Gujarat) only. While executing the agreement the

supplier shall be governed at all times by all laws, regulations,

etc. in force in Gujarat State.

28. INDEMNITY:

The supplier shall at all time indemnity the Member Secretary,

Gujarat Water Supply and Sewerage Board, Gandhinagar against

all claims which may be made in respect of the stores for

infringement of any right protected by patent registration of design or

trademark and shall take all risk of accidents or damage which

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 35

cause a failure of the supply from whatever, cause arising and

entire responsibility for the sufficiency of the means use by supplier

for the fulfillment of the contract. Provided always that in the

event of any claims in respect of alleged breach of letter, Patent,

registered patent, registration design of trade mark being made

against the GWSSB, it shall notify to the supplier and he shall

be at liberty at his own expense to conduct negotiation for

settlement of any litigation that may arise there from.

29. DISPUTE:

In the event of any problem, dispute or difference arising out of or

under this contract the decision of Member Secretary, Gujarat

Water Supply and Sewerage Board, Gandhinagar will be the final

and binding to the parties to this contract.

30. PARALLEL RATE CONTRACT: The purchaser's right to enter into parallel rate contract (s) is

reserved. It will be at the discretion of Gujarat Water Supply and

Sewerage Board to place supply orders with holders of Rate

contract as is considered more convenient and suitable to meet the

purchases requirements during the rate contract period.

31. ISI MARK:

The material supplied shall be bearing ISI mark. The supplier must

have ISI certification marking valid on the original last date of receipt

of tenders. If the last date of receipt of tender is extended in that

case the validity of ISI certificate mark will be considered as on the

original last date of receipt of tender and also on the date of

entering into contract and during the currency of the contract. For

this purpose, ISI marking license certificate along with its

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 36

endorsement shall be submitted in the envelope of technical bid.

Also at the time of agreement certificate from ISI authority

regarding validity of ISI marking on that date will have to be submitted

by the successful tenderer. During the course of Rate contract, if

new more sizes are included in the ISI Certificate by ISI authorizes,

such new more sizes will not be included in the existing rate contract.

In case of ISI marking license of Rate Contract holder is

suspended during the currency of the Rate Contract period, the firm

must inform GWSSB immediately on the very next day, within the

time limit of 30 days the firm has to get his suspended ISI

marking license renewed from the BIS authority and to inform

GWSSB along with the documents to that effect. However, if the time taken for renewal of marking is more than 30

days then the Rate Contract will stand cancelled

automatically. However, GWSSB may extend the time limit on

request from the firm on reasonable ground. If suspension period

is more than 30 days, the firm will have to compensate Board by

supplying extra quantity towards their committed supply capacity

for period in excess of 30 days, if Board so desires.

In case the firm fails to get its license renewed in reasonable time,

even with sincere efforts on their part, the Board may treat this event

as a breach of contract and all relevant clauses will become

applicable.

32. I.S.O. REGISTRATION:

The supplier must have ISO: 9001/9002-2000 registration valid on

the original last date of receipt of tenders. If the last date of receipt of

tender is extended in that case the validity of ISO registration will be

considered as on the original last date of receipt of tender and

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 37

also on the date of entering into rate contract and during the

tenure of the rate contract. For this purpose attested copy of ISO

registration certificate shall be submitted in the envelope of

technical bid at the time of tendering and also at the time of

entering into agreement.

33. MODE OF MEASUREMENT:

The rate contracts are fixed on running meter basis. The

measurement shall be taken on meter basis only. Payment shall be

made on the basis the total meter of each size of pipes supplied

with jointing materials.

34. FALL CLAUSE: All through the currency of this Rate Contract, the price at

which the supplier will supply the stores should not exceed the

lowest price charged by him to any customer during the currency

of this rate contract. In the event of price going down below the

rate contract prices he shall promptly furnish such information to

GWSSB at the beginning and every quarter thereafter during

the rate contract period and at the end of the rate contract period

that they have satisfied the condition of the clause.

"I/we certify that the stores of the description indicated the stores

supplied to the GWSSB under the contract herein have not been

sold by me/us during the period of supply from __________

to __________ to any other person/Government at a price lower

then the price charged to the GWSSB under this contract

except for the quantity of _____________ under export

promotion to earn foreign exchange under the contract".

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 38

35- A. PRICE VARIATION CLAUSE:. The Prices are firm & Fixed except for variation in prices of Pig Iron

(Foundry Grade)

(a) The price variation shall be based on the Price Index issued by office

of Economic Advisor to GOI, Ministry of commerce & Industries. Price

Index is available on web site:

< http://eaindustry.nic.in>

Index for Pig Iron (FG) is 273.4 as on date 11-4-2009 which shall be

considered as "Base Index" for this Tender.

Price variation in the rate of DI Pipe shall be calculated on account of

Variation in price index of Pig Iron (FG) with base index. In event of

any variation, price will be calculated as per formula given below.

P = Ro + 0.65 [{(I1-I0)/I0} x Ro] Where

P = Effective New Price considering Price Variation in Rs./Mtr.

Ro = Approved Rate of DI Pipe as per Rate Contract agreement

for relevant size / class in Rs./Mtr. (Considering Pig Iron (FG)

Base Index)

I1 = Current Wholesale Price Index of Pig Iron (FG) as per price

variation effect

I0 = Wholesale Price Index of Pig Iron (FG) given as Base Index.

i.e. 276.3 as on date 30-5-2009 Example:- For 250 mm dia / K-7 DI Pipe Approved Rate in Rate contract = 1433.44 Presume actual Date of Inspection offered is 25.6.09 Presume Average wholesale price Index as on 25.6.09 is 280.0

P = 1433.44 + 0.65 [{(280-276.3)/276.3} x 1433.44] P = 1433.44 + 0.65 (19.20) P = 1433.44 + 12.48 = 1445.92

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 39

Price Variation Effect:- The effective new price for D I pipes shall be calculated based on

average Price Index of Pig Iron (FG) during the period from the date of supply order to actual date of inspection offered (within stipulated date of inspection to be offered as per supply order). Such variation shall be admissible for the quantity offered for

inspection from the date of supply order to actual date of

inspection offered (within stipulated date of inspection to be

offered as per supply order). If inspection is not offered within 30

days, price escalation will not be payable. However any reduction

in price shall be considered & payment as per the lowest rate of

the three i. e.

1) Rate based on wholesale price index of Pig Iron (FG) as on

date of supply order,

2) Rate based on average price index of Pig iron (FG) during

the period from the date of supply order to stipulated date of

inspection to be offered as per supply order, &

3) Rate based on lowest price index of Pig Iron (FG) during the

period after completion of stipulated date of inspection to be

offered as per supply order to actual date of inspection

offered.

Also such variation shall not be taken in to consideration for

extension of time limit if any granted at the request of the supplier.

In case where time limit is extended on request of the supplier any

increase in such price variation shall not be admitted to the

supplier but decrease in such price variation as above shall be

made applicable. Price variation effect shall be calculated by

concerned Division & shall be verified by paying authority prior to

making payment.

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 40

(b) The Rate contract holder shall have to give undertaking at the time

of claim their bills for price variation as under "We here by certify

that the Pig Iron (FG) of the DI Pipes for which the bill preferred is

not purchased through any Government or Semi Government

undertaking at the concessional rate".

35 - B STATUTORY VARIATION. The Price of the material quoted by the bidder shall be on the basis of

current taxes & levies. Any increase / decrease in the statutory taxes/

levies during Rate Contract period shall be taken into the account of

consignee i.e. GWSSB and same shall be finalized by GWSSB on

receipt of necessary documentary proof from the supplier on basic

rate of DI Pipe as mentioned in price bid. The above statutory

variation shall be calculated & approved on the basis of rates

approved in favour of 1st ranked (i.e. L1 bidder) rate contract holder.

36. If the supplier or his workmen while executing the supply order

break or damage any building road etc. and any litigation there

for ensues the responsibility in that connection shall be entirely

of the supplier only and that Gujarat Water Supply and

Sewerage Board shall have nothing to do herewith.

37. DOCUMENTS/ INFORMATION: Scanned copy of following documents should be invariably incorporated / uploaded with online tender offer in electronic format only.

1) Attested copy of SSI Registration Certificate if applicable not later

than one year before the original date of opening of the tender and an undertaking on Non judicial stamp paper of Rs. 100/- as per clause No.25 i.e. Price preference clause.

2) Attested copy of Certificate from Industries Department/NSIC

regarding validity of SSI units on the date of opening of the tender. 3) Attested copy of valid ISI marking certificate and valid ISI marking

on the products.

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 41

4) Attested copy of Sales Tax Registration Number. 5) Attested copy of Certificate by Industries Department/NSIC

/DGS&D regarding Installed Capacity of firms. 6) Details of supplies made during last three years along with the

names of purchases as per prescribed proforma as per Appendix- I.

7) Details of their sister concern or Associate firm along with the

constitution of firms in which any of the Partners, Directors, Relations of Partners, Directors i.e. Wife, Sister, Daughters, Father and Mother are connected in capacity of Proprietors/Partners or Directors of such concerns.

8) The manufacturer has to furnish the undertaking on the non

judicial stamp paper of Rs. 100/- duly Notarized regarding his firm is not black listed at the time of tendering.

9) The name, address and specimen signature of authority signatory

of the Bidder shall be given in tender so that during the validity of contract, the correspondence from that signatory authority will be entertained.

10) Statement showing the rates of RC’s of other state if bidder has

entered into rate contract with other state. 11) Sales tax exemption certificate if any.

Signature of Tenderer Executive Engineer Material Cell, (Civil) GWSSB, Gandhinagar

Name of Tenderer

Rubber stamp with Designation

Place:

Date:

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 42

GUJARAT WATER SUPPLY AND SEWERAGE BOARD Sector: 10A, Jalseva Bhavan, GANDHINAGAR

TECHNICAL SPECIFICATION

MANUFACTURE, SUPPLY AND DELIVERY OF DUCTILE IRON (D.I.) PIPES WITH JOINTING MATERIALS FROM 80 TO 1000 MM DIA

(WITH ISI MARK)

1. Quality Mark : IS:8329-2000 (with ISI mark) - with its

latest revision or amendments.

2. Class of Pipe : K9 and K7

3. Wall thickness : As per IS:8329-2000

4. Joint : Flexible Push on joint as per IS:8329-

2000

5. Manufacture Process : Centrifugally cast as per IS:8329-2000

6. Rubber Gasket suitable to DI Pipe : EPDM rubber ring (with

ISI mark).

7. Sampling : As per IS:8329-2000. 8. Test: : Mechanical, Brinell Hardness, Retest, Tensile

test, Hydrostatic test including all other tests as per IS: 8329-2000.

9. Dimensions: Length, Internal Diameter and Wall thickness as

per IS:8329-2000.

10. Tolerance: Positive tolerances in External diameter, Ovality,

Thickness, Length, Deviation from Straight line etc. are as per IS:

8329-2000.

11. External Coating: Metalic zinc coating with finished layer of

Bituminous paint as per IS:8329-2000.

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 43

12. Internal Lining: Ordinary Portland Cement/sulphate registance

cement mortar lining as per IS:8329-2000. 13. Quality Assurance: As per IS:8329-2000.

14. Marking:- In general the legible and marking upon the goods shall indicate the followings:-

i) ISI Certification mark on each pipe

ii) Manufacturer's brand name and / or trade mark iii)

Purchaser's mark as "GWSSB" be painted / stenciled iv)

Diameter & Specified wall thickness.

v) Pipe designation (ie K-7 / K-9)

vi) Any other important matter that the manufacturer deems fit to be inscribed.

vii) Number, Month & Year of Production,

viii) Batch No.

TECHNICAL SPECIFICATION FOR EPDM RUBBER RINGS:

SPECIFICATION FOR SUPPLY & DELIVERY OF EPDM RINGS (EPDM RUBBER RINGS)

SUITABLE FOR 80 TO 1000 MM DIA D.I. Pipe Joint

1. GENERAL TECHNICAL SPECIFICATION The supply shall be covering supplying and delivering of "EPDM" rubber rings confirming to relevant Indian Standards.

2. STANDARDS : The EPDM rubber ring to be supplied and delivered (under the scope of this rate contract) shall be manufactured in accordance and confirming to IS:10292-1988 and specification followed to be IS:5382-1985.

3. SCOPE AND FIELD OF APPLICATION : The standard defines requirement and test methods for rings made of

solid rubber for joints or couplers in pipeline to be transport drinking water.

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 44

4. DIMENSIONS AND VOLUME : The nominal dimension and the nominal volume of the rubber rings and the permitted tolerance shall be same as per natural rubber rings. The stated value shall be such that the joints in which the rubber rings are used to meet the requirements to make the joints solid water tight.

5. MATERIAL : EPDM rubber shall be used to produce the rubber ring. The manufacturer shall have to specify the blending components used for manufacturing the ring and it shall be strictly 100% EPDM.

6. REQUIREMENTS : General Functional Requirement The rubber rings shall suit their purpose. The composition, the appearance, the form and the dimensions shall be such that in view the type of application a good sealing of the joint under normal operating conditions during the use of the pipe system will be ensured. Influence on potable water The rubber rings shall not contain components under normal operating conditions that can have a negative influence on the quality of the potable water or can cause damage to the health. When tested, no taste and/or our deviations compared with the blank beaker shall be detected. Resistance to Micro biological attack The rubber ring shall be resistant to Micro biological attack. The supplier shall have to give guarantee in writing and if any attack is visualized or seen on ring within a period of 12 month, the supplier shall have to replace the same without any cost.

7. RESISTANT TO DEVIATING TEMPERATURES : The rubber rings shall be resistant to normally occurring temperatures is the rings be used in a pipe system in which for longer period of the temperature of 600 C. occur, they shall be resistant to that temperature.

8. RESISTANT TO CHEMICALS : The rubber rings shall be resistant to chemicals that can be found in potable water and in discharge water in concentration that are considered to be normal.

9. APPEARANCE AND HOMOGENITY : When inspected, the rubber rings shall not contain foreign components and should be free of internal cracks, air inclusions and porosity which can be detected with the naked eye. The filling and other additives shall be distributed homogeneously in the rubber. The appearance of the rubber rings shall be smooth and clean (With exception of marking and splitliness).

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 45

During the tensile test, pieces shall maintain smooth appearance (no contraction and/or thick ring).

10. WELDED RINGS : In a ring made of previously vulcanized material only one weld is permitted. The weld shall be made with a vulcanization process.

11. PHYSICAL AND MECHANICAL PROPERTIES : Physical and mechanical properties shall be as per type-3 specified in table 1 & 2 of IS:5382-1985 or its latest revision. The material of entire lot shall be accepted on receipt of satisfactory test

12. TESTING : The manufacturer should specify the name of at least 3 vendors from whom they propose to purchase their requirements of EPDM rubber rings. The GWSSB shall have to right to verify the details like manufacturing capacity which they are supplying and may from time to time draw samples from their general lot and send the same for testing with laboratories of GWSSB’s choice. For the purpose of capacities of the lot by the Inspecting Agency the test as per available facilities shall be carried out at manufacturer’s premises and may be agreed between GWSSB and respective authority. However, the manufacturer’s test certificate must accompany each of rubber rings. In short, the identifications of the vendors for EPDM rings shall test with GWSSB.

12.1 TESTING PROCEDURE : For testing purpose, representative samples of uncured and cured blends prepared for the manufacture of EPDM rings shall be collected for physical and chemical analysis of the said lot. For chemical analysis the samples shall be sent to the laboratory specified by the Department at the cost of the manufacturer and the test results shall be supplied with the materials. For physical analysis the laboratory facility available at the factory premises of the manufacturers shall be utilized. However at the discretions of the Engineer-in-charge the sample can also be tested at any other standard laboratory. The sampling and physical test for the rubber rings shall be in accordance with test procedure shall be carried by the Engineer-in-charge.

13. MARKING : The rubber rings shall be marked in a clear and durable way with the following indications ; The used rubber type using the letter code as "EPDM" The number, month and year of production should be mentioned on the label of the packed bag duly sealed.

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 46

14. COLOUR OF THE RINGS Colour of the ring shall be as specified in relevant Indian Standard.

Signature of Tenderer Executive Engineer (Manufacturer) Material Cell (Civil)

GWSSB, Gandhinagar

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 47

APPENDIX-I

STATEMENT SHOWING THE DETAILS OF PERFORMANCE OF SUPPLY OF D.I. Pipe FOR THE YEAR 2006, 2007 & 2008

Name of Agency:

Details of supply Sr. No.

Size& Class

Date of Supply

Name of Purchaser Mtr. Rate/Mtr. Amount

(Rs. in lacs)

Remarks

1 2 3 4 5 6 7 8

Signature of Tenderer (Manufacturer)

Executive Engineer Material Cell (Civil) GWSSB, Gandhinaga

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 48

GUJARAT WATER SUPPLY AND SEWERAGE BOARD Sector : 10A, Jalseva Bhavan, GANDHINAGAR

APPENDIX – II On Stamp paper of Rs. 100/-

BANK GUARANTEE (EARNEST MONEY DEPOSIT)

To,

WHEREAS ___________________________________________ (hereinafter called “The tenderer”) has

undertaken in purchase of tender No. GWSSB/Mat.Cell/Civil/RC/Tender Notice/2009/DI Pipes to

Gujarat Water Supply and Sewerage Board (hereinafter called “The Buyer”).

And whereas it has been stipulated in the tender that the tenderer shall furnish a bank guarantee by any Nationalized / Private bank i. e. (1) HDFC Bank (2) ICICI Bank (3) Axis Bank (4) IDBI Bank for the sum

specified therein as earnest money deposit for fulfillment of his obligations under the tender.

And whereas, it have agreed to give the tenderer Guarantee.

Thereof we hereby affirm that we are guarantors on behalf of the tenderers up to a total of Rs.

______________ (in words ___________________________________ only) and we undertake to pay you

upon your first written demand and without agreement, any sum within the limits of Rs.

________________________________ as aforesaid without the need to prove or to show grounds or

reasons for your demand or the sum specified therein. We hereby wave the necessity of your demanding

the said debit from the tenderer before presenting us with the demand.

This guarantee is valid till the date 28-2-2010.

Signature of the Guarantors

Date :

Address :

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 49

GUJARAT WATER SUPPLY AND SEWERAGE BOARD

“JALBHAVAN”, SECTOR-10-A, GANDHINAGAR (A Government of Gujarat Undertaking)

PRICE BID

BID DOCUMENTS FOR MANUFACTURE,

SUPPLY & DELIVERY OF

ISI MARKED DUCTILE IRON PIPE WITH

JOINTING MATERIALS

(AS PER IS:8329-2000)

(FROM INDIAN MANUFACTURERS ONLY)

YEAR 2009-2010

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 50

GUJARAT WATER SUPPLY AND SEWERAGE BOARD Sector: 10A, Jalseva Bhavan, GANDHINAGAR

INSTRUCTIONS FOR BIDDERS

Bidders should read general terms and conditions of Bid documents, technical specifications and following instructions thoroughly and carefully before submitting the Bid.

1. ELIGIBILITY FOR BIDDING:

Indian Manufacturers having ISO-9001/9002-2000 certificate & valid ISI marking certificate are only eligible to compete in their own name in this bid and accordingly rate contract agreement will be executed with Indian manufacturer only. However, manufacturer may designate only one agent through an appropriate power of attorney acceptable to GWSSB who may deal with GWSSB on his behalf. The specimen signature of authority signatory of the Bidders shall be given in the tender so that during the validity of contract the correspondence from that signatory authority will be entertained.

2. QUOTING RATES:

The separate rates shall be quoted in attached schedule for both the events i.e.

i) If certificate for excise exemption is issued as per Govt. of India

Notification dated 01.03.2007 (attached vide Appendix - III). The rates

quoted shall be inclusive of insurance, freight/ carting charges loading,

unloading and stacking at GWSSB Store with excise duty exemption

but exclusive CST/GST (VAT). ii) If certificate for excise exemption is not issued as per Govt. of India

Notification dated 01.03.2007 (attached vide Appendix- III). The rates quoted shall be inclusive of excise duty, insurance freight/carting, loading, unloading and stacking at GWSSB store but exclusive CST/GST (VAT).

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 51

3. SUBMISSION OF BID DOCUMENTS: Bidders should submit their offer in Electronic format digitally signed so as to reach on or before the prescribed date and time.

4. The Manufacturer has to furnish the details of actual performance of last three

years as per Appendix-I for verification of manufacturing capacity of firm. 5. The tender shall be rejected outright if;

a) Tender is in the name of person OR firm who is not a manufacturer. b) Tender fees and earnest money deposit not received in time as prescribed by

GWSSB.

c) Offer submitted in physical form. d) If Bidders has given indefinite OR vague delivery period and not accept

clause of dispute as per Clause No.29.

e) If Bidders has quoted rates with additional condition and counter conditions.

f) In case of any deviation in the specifications, terms and conditions of the tender.

g) If the tender is not digitally signed by the manufacturer.

h) Attested copy of valid I.S.I. marking certificate category wise along with endorsements is not submitted in time as prescribed by GWSSB as per clause-31 of General Terms and Condition.

i) Attested copy of valid ISO registration certificate is not submitted in time as prescribed by GWSSB as per clause No. 32 of General Terms and Conditions.

6. Tender is likely to be treated as Non responsive at the discretion of the Board. If

the following documents are not uploaded.

i) Attested copy of Sales tax registration Certificate. ii) Attested copy of Industries Department/NSIC/DGS&D regarding installed

capacity of the plant.

iii) If the performance of last three years as per Appendix-I is not furnished with the tender, provided the unit is established more than three years.

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 52

However in case of unit established newly and having ISI mark shall have to

furnish the performance report for lesser period than three years with

details of their production, sale in the tender.

iv) The manufacturer has to furnish the undertaking on the Non judicial stamp paper of Rs. 100/- duly Notarized regarding his firm is not black listed at the time of tendering. This undertaking should be enclosed in the technical bid of the tender.

v) The name and specimen signature of authorized signatory of the Bidders

shall be given in the tender so that during the validity of contract the correspondence from that the signatory authority will be entertained.

vi) The Bidders s h a ll have to mention the rate of R/C’s of other states. If he

has enter in to the rate contract with other states.

vii) If any of the suppliers fails to supply the materials in time for emergency works after commitment, he will be debarred from tendering for three years and GWSSB shall have a right to procure the materials from the suppliers who are reliable and dependable and who can deliver the material in critical period even outside rate contract holders.

7. Questionnaires to be filled up by the Tenderer onl ine & d ig i ta l ly s igned shall

be the part of the tender document. 8. An undertaking regarding validity of SSI unit as on the date of tendering should be

given by the manufacturer in the technical bid, failing to which no SSI benefits shall be given.

9. If the firm is responsive in Technical Bid on verifying the certificates/

documents, then price bid shall be opened.

10. If any vendor is found canvassing for his vendor from the date of opening of tender till finalization of the tender than his tender will not be considered for award and he will be automatically debarred for three years from vendors of the Board.

Signature of Tenderer /Manufacturer Executive Engineer, Name of Tenderer Material Cell, (Civil) Place: GWSSB, Gandhinagar. Date:

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 53

GUJARAT WATER SUPPLY AND SEWERAGE BOARD

Sector: 10A, Jalseva Bhavan, GANDHINAGAR

METHOD OF EVALUATION AND AWARD OF RATE CONTRACT 1. Every bidder shall clearly mention his committed supplying capacity for GWSSB item wise as well as

total.

2. The Board reserves the right to enter into parallel rate contract with second evaluated responsive

bidder if he matches the lowest price and order for quantity in excess of 75% to 100% (at the

discretion of GWSSB) of committed supplying capacity of the 1st Rate Contract holder will spill

over to him to the extent of 75% to 100% (at the discretion of GWSSB) of his committed supplying

capacity. However in case where 1st Rate Contract holder happened to be outside Gujarat

State unit in that case order for 50% of total requirement will be placed to the 1st Rate

Contract holder to the extent of 75% to 100% (at the discretion of GWSSB) of his committed

supplying capacity & order for remaining 50% of total requirement will be placed to Gujarat

State SSI unit to the extent of 75% to 100% (at the discretion of GWSSB) of his committed

supplying capacity if he matches the lowest approved rates.

3. If the Board enters into more than one Parallel rate contract then the procedure of allotment orders

will be similar one as with second Rate Contract holder i.e. excess requirement after allotment to

second one will spill over to third one to the extent of his 75% committed supplying capacity and so

on as per para 2 above.

4. In case evaluated rate of two OR more bidders happened to be the same, Gujarat Water Supply

and Sewerage Board will consider other factor like quality aspects, past performance of supplier

etc. to decide internal grading/ ranking amongst such bidders, GWSSB’s discretion in this regard

shall be final and no reason or details will be given.

5. For comparison / evaluation purpose, the rates quoted excusive of GST (VAT) as well as CST will

be considered.

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 54

6. The performance of the allotment of quota for orders to the rate contract holder as per

ranking will be reviewed every three months.

7. Evaluation in both the events i.e.

A) If certificate for excise exemption is issued in view of Govt. of India, Notification No.

06/2007 Dt. 01.03.2007 (as Appendix – III) or its latest revision / amendments.

B) If certificate for excise exemption is not issued in view of Govt. of India Notification No.

06/2007 Dt. 01.03.2007 (as Appendix – III) or its latest revision / amendments.

Will be done separately. 9. No negotiation at any stage shall be done before finalization of tenders.

Signature of Tenderer/Manufacturer Executive Engineer,

Material Cell (Civil), GWSSB, Gandhinagar.

Place: Date:

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 55

GUJARAT WATER SUPPLY AND SEWERAGE BOARD, GANDHINAGAR.

SCHEDULE OF QUOTED RATES FOR SUPPLY OF D.I. PIPES WITH JOINTING MATERIALS - 80 MM TO 1000 MM DIA WITH ISI MARK WITH JOINTING MATERIALS.

(A) If certificate for Excise Exemption is issued.

Total Rate Rs./Mtr.

Sr. No.

Description Unit Basic Rate

(Rs./Mtr.)

Freight including

insurance, loading, carting

unloading & stacking at GWSSB

store anywhere in Gujarat State

(Rs./Mtr.)

Excise duty

(Rs./Mtr.)

Rs.in figure

Rs.in Words

Remarks

1. 2. 3. 4. 5. 6. 7. 8. 9. 1. Manufacture, supply & Delivery of socket &

spigot centrifugal cast spun ductile iron pressure pipes conforming to IS 8329/2000 bearing ISI mark with its latest revision or amendments in standard working length of 4.0 mtr., 5.00 mtr ,5.5 mtr & 6.00 mtr (Class K-9/K-7 with inside cement mortar lining) & external coating as metallic zinc coating with finished layer of bituminous paint as per IS-8329-2000 suitable for (Push on) Rubber Gasket (EPDM) joint with jointing materials

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 56

for delivery at GWSSB store any where in Gujarat State inclusive of insurance, loading, carting, unloading, stacking etc. complete with Excise exemption. The CST/GST (VAT) & octroi/entry tax if applicable will be paid extra as actual.

A)

For K-9

1 80 mm Mtr. Exempted 2. 100 mm Mtr. Exempted 3. 150 mm Mtr. Exempted 4. 200 mm Mtr Exempted 5. 250 mm Mtr Exempted 6. 300 mm Mtr Exempted 7. 350 mm Mtr Exempted 8. 400 mm Mtr Exempted 9. 450 mm Mtr Exempted 10. 500 mm Mtr Exempted 11. 600 mm Mtr Exempted 12. 700 mm Mtr Exempted 13. 750 mm Mtr Exempted 14. 800 mm Mtr Exempted 15. 900 mm Mtr Exempted 16. 1000 mm Mtr Exempted B) For K-7 Mtr Exempted 1 80 mm Mtr Exempted 2. 100 mm Mtr Exempted 3. 150 mm Mtr Exempted 4. 200 mm Mtr Exempted 5. 250 mm Mtr Exempted 6. 300 mm Mtr Exempted

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 57

1. 2. 3. 4. 5. 6. 7. 8. 9. 7. 350 mm Mtr Exempted 8. 400 mm Mtr Exempted 9. 450 mm Mtr Exempted 10. 500 mm Mtr Exempted 11. 600 mm Mtr Exempted 12. 700 mm Mtr Exempted 13. 750 mm Mtr Exempted 14. 800 mm Mtr Exempted 15. 900 mm Mtr Exempted 16. 1000 mm Mtr Exempted

1) Rate of excise duty Exempted % and special excise duty Exempted % on excise duty if any.

2) Rate of GST(VAT) ____________% Surcharge ______________% will be paid on production of documentary proof of payment.

3) Rate of CST ____________% will be paid on production of documentary proof of payment.

4) Monthly Manufacturing capacity ________________ Mtr. per month.

5) Total Committed supplying capacity ______________Mtr. per month. (Minimum 10000 Mtrs.)

6) Name of State where the Manufacturing unit is situated : District____________________ of State __________________

7) Status of unit while tendering __________________________ (Large/Medium/Small).

Quantity: The purchases will be made as per requirement through supply orders in piecemeal.

NOTE: If applicable the octroi/entry tax will paid extra on production of proof of payment of octroi/entry tax.

Signature of Tenderer Executive Engineer, Place: Material Cell, (Civil) Date: GWSSB, Gandhinagar

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 58

GUJARAT WATER SUPPLY AND SEWERAGE BOARD, GANDHINAGAR.

SCHEDULE OF QUOTED RATES FOR SUPPLY OF D.I. PIPES WITH JOINTING MATERIALS - 80 MM TO 1000

MM DIA WITH ISI MARK WITH JOINTING MATERIALS.

(B) If certificate for Excise Exemption is not issued.

Total Rate (Rs./Mtr.)

Sr. No.

Description Unit Basic Rate

(Rs./Mtr.)

Freight including

insurance, loading, carting

unloading & stacking at GWSSB

store anywhere in Gujarat State

(Rs./Mtr.)

Excise duty

(Rs./Mtr.)

Rs.in figure

Rs.in Words

Remarks

1. 2. 3. 4. 5. 6. 7. 8. 9. 1. Manufacture, supply & Delivery of socket

& spigot centrifugal cast spun ductile iron pressure pipes conforming to IS 8329/2000 bearing ISI mark with its latest revision or amendments in standard working length of 4.0 mtr., 5.00 mtr., 5.5 mtr & 6.00 mtr (Class K-9/K-7 with inside cement mortar lining) & external coating as metallic zinc coating with finished layer of bituminous paint as per IS-8329-2000 suitable for (Push on) Rubber Gasket

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 59

(EPDM) joint with jointing materials for delivery at GWSSB store any where in Gujarat State inclusive of excise duty; insurance, loading, carting, unloading, stacking etc. complete. The CST/GST (VAT) & octroi/entry tax if applicable will be paid extra as actual.

A)

For K-9

1 80 mm Mtr. 2. 100 mm Mtr. 3. 150 mm Mtr. 4. 200 mm Mtr 5. 250 mm Mtr 6. 300 mm Mtr 7. 350 mm Mtr 8. 400 mm Mtr 9. 450 mm Mtr 10. 500 mm Mtr 11. 600 mm Mtr 12. 700 mm Mtr 13. 750 mm Mtr 14. 800 mm Mtr 15. 900 mm Mtr 16. 1000 mm Mtr B) For K-7 Mtr 1 80 mm Mtr 2. 100 mm Mtr 3. 150 mm Mtr 4. 200 mm Mtr 5. 250 mm Mtr

E:\JBP\jb D\DI-AC-Sl. Valve RC Tender 2009-10\D.I.Pipe RC Tender 2009-10.doc 60

1. 2. 3. 4. 5. 6. 7. 8. 9. 6. 300 mm Mtr 7. 350 mm Mtr 8. 400 mm Mtr 9. 450 mm Mtr 10. 500 mm Mtr 11. 600 mm Mtr 12. 700 mm Mtr 13. 750 mm Mtr 14. 800 mm Mtr 15. 900 mm Mtr 16. 1000 mm Mtr

1) Rate of excise duty Exempted % and special excise duty Exempted % on excise duty if any.

2) Rate of GST(VAT) ____________% Surcharge ______________% will be paid on production of documentary proof of payment.

3) Rate of CST ____________% will be paid on production of documentary proof of payment.

4) Monthly Manufacturing capacity ________________ Mtr. per month.

5) Total Committed supplying capacity ______________Mtr. per month. (Minimum 10000 Mtrs.)

6) Name of State where the Manufacturing unit is situated : District____________________ of State __________________

7) Status of unit while tendering __________________________ (Large/Medium/Small).

Quantity: The purchases will be made as per requirement through supply orders in piecemeal.

NOTE: If applicable the octroi/entry tax will paid extra on production of proof of payment of octroi/entry tax.

Signature of Tenderer Executive Engineer, Place: Material Cell, (Civil) Date: GWSSB, Gandhinagar