0% found this document useful (0 votes)
28 views37 pages

+.gæ Eòé Ééséäxééæ É Eòé Ééséò ®úceò É Éäjééê É Éç) Åõb÷®Ú Ê¡Ò Ç.B É.B÷Ò. 250/500/1000Ê É.Ié Éiéäséä +É®Ú.+Éä

The document announces an online tender for providing, installing, and maintaining reverse osmosis water purification plants in Jalgaon District, Maharashtra, India. Interested bidders must meet technical and financial eligibility criteria and submit required documents. The last date for tender submission and opening is also provided. The scope of work, earnest money deposit, performance guarantee, and cost of tender form are specified.

Uploaded by

girish patil
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
28 views37 pages

+.gæ Eòé Ééséäxééæ É Eòé Ééséò ®úceò É Éäjééê É Éç) Åõb÷®Ú Ê¡Ò Ç.B É.B÷Ò. 250/500/1000Ê É.Ié Éiéäséä +É®Ú.+Éä

The document announces an online tender for providing, installing, and maintaining reverse osmosis water purification plants in Jalgaon District, Maharashtra, India. Interested bidders must meet technical and financial eligibility criteria and submit required documents. The last date for tender submission and opening is also provided. The scope of work, earnest money deposit, performance guarantee, and cost of tender form are specified.

Uploaded by

girish patil
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

ZILLA PARISHAD JALGAON

RURAL WATER SUPPLY DIVISION


E-Tender Notice No. For 2021-22

Online digitally sealed tenders are invited in Three cover system by Executive Engineer
,ZillahParishadJalgaon for Providing , Installation ,and Commissioning of Reverse Osmosis
Base ( Capacity 250/500/1000 LPH ) water purification Plant including Comprehensive operation
and Maintenance for a period of Five Years on RATE CONTRACT ON TURN KEY BASIS from
reputed qualified manufacturers, having experience of similar works and financially sound
bidders meeting eligibility criteria as per detailed prequalification conditions for below mentioned
work.
+.GÆ EòɨÉÉSÉäxÉÉÆ´É EòɨÉÉSÉÒ ®úCEò¨É ±ÉäJÉÉʶɹÉÇ ]åõb÷®ú Ê¡ò <Ç.B¨É.b÷Ò.
1 250/500/1000ʱÉ.IɨÉiÉäSÉä 100 लक्षअंदाजे सजल्हा पररषद, ि शासनाचे सििीध 3000 1.00 लक्ष
+É®ú.+Éä. ससस्टीम बससिणे कामी लेखासशषष अंतगषत ग्रामपंचायत
दरकरार करणे तथा +ɨÉnùÉ®ú
ºlÉÉ.òÊ´É.EòɪÉÇGòÆ ¨Éइत्यादद

Name of Work:
Providing, Installation and Commissioning of Reverse Osmosis Plants based water purification
Plant inGrampanchayat or Z.P. Jalgaondistrict of Capacity 250/500/1000 LPH with ATM
machine and supporting accessories including comprehensive operation and maintenance for a
period of five years .
Tender publishing Date -- / / 2021
On line download & purchase Date -- / / 2021 To / / 2022
Online submission of tender -- / /2021 To / / 2022
Tender opening Date -- / / 2021
Note: In case, there is holiday on any of the dates mentioned above, the activities assigned on
that date shall be carried out on the next working day.
1. The details can be viewed from [Link] and downloaded online
directly from Government of Maharashtra website www. [Link]
2. Right to revise or amend this notice and / or bid documents fully or partly, prior to the last
date of notice for submission of offers or any subsequent date is reserved by the
undersigned
Executive Engineer
Rural Water Supply Division
ZillaParishadJalgaon
TECHNICAL BID First Envelop (Scan Copy All documents in Pdf )

No Description
1 General Requirements (Cover “1”): Scan copy of online payment for Tender Cost
Rs.3000/- and Earnest Money Deposit ( EMD) Rs.100000/-

2 The bidder should be a manufacturer, registered companies working in the relevant


field and should have been in this business, execution & commission of five R.O.
plants at least and, for a period not less than three years as on date of submission
with documentary evidences as proof.(Experience certificate)
3 Pan Card, I T return of last three years .Annual turnover certified by Chartered
Accountant duly Notarized Document showing latest Net Worth Of the Firm /company
(certificate of a chartered Accountant) Banker certificate for fund & non fund based
credit limits as on date mentioned (Financial Criteria )at least 50 lakhs

4 Document in support of manufacturing capacity, testing facility and valid ISO 9001-
2008 certification of bidder. CE marking certificate

5 A valid document of being manufacturer with factory License. or Firm registration in


Govt. Department

6 GST Registration Certificates


7 Bidder should have sufficient qualified staff for the work of this tender, and Water
quality. Professionals / Field Level Workers with infrastructure facilities available to
perform the assignment properly and expeditiously within the time period as specified
Profile address of offices and contacts details& Service center address list in Jalgaon
District /Maharashtra

8 Acceptance of all terms and conditions &non corrupt not fraud declaration on Rs. 100/-
stamp paper. Copies of all pages of tender documents shall be signed and stamped
by the authorized person and submit the same in scanned forms in PDF format

FINANCIAL BID (Envelop 2):


1 This shall contain only the price bid. Financial offer must be prepared and submitted in
online financial cover only. Bidder should not quote his offer anywhere directly or
indirectly in technical cover failing which his tender shall stand rejected.
2 If rate is below estimated rate then 1% D. D. is necessary

Deputy Engineer (Mech) Executive Engineer


Mechanical sub Division, Rural Water Supply Division
ZillaParishadJalgaon ZillaParishadJalgaon
DETAILED TENDER NOTICE
Online tenders are hereby invited in Two-Cover system by Executive Engineer , Rural
Water Supply Division on behalf of the Chief Executive Officer for Providing, Installation and
Commissioning of Reverse Osmosis based water purification plants including comprehensive
operation and maintenance for a period of five years in the water quality affected habitations in
the Jalgaon District on RATE CONTRACT ON TURN KEY BASIS from reputed
qualifiedmanufacturers having similar works and financially sound bidders meeting eligibility
criteria as per detailed prequalification conditions,
The bidders intending to participate in this tender are required to get enrolled / registered
on the e- procurement web site of Government of Maharashtra website
[Link]. Details of this tender document can be downloaded from www.
[Link](L1rate bidder list will be given to all Taluka B.D.O offices for RO
Systeminstalation work).

GENERAL DETAILS OF WORKS:


1 SCOPE OF WORK:
Rate contract for Grampanchayat & Government Offices as per
availability of funds. Quantity shown on tender are approximate and may
vary as per condition.
Providing, Installation and Commissioning of Reverse Osmosis based water purification
plants including comprehensive operation and maintenance for a period of five years in
Jalgaon District on RATE CONTRACT ON TURN KEY BASIS For rate contract as per
Government G.R. 1 December 2016 (clause - 3.2.5) consider to award rate contract to
qualified bidders subject at L1 price and submit irrevocable undertaking to that effect In
case of the same bidder shall not include in rate contract

2 EARNEST MONEY DEPOSIT


The successful bidder shall submitEarnest Money Deposit ( EMD) Rs100000/- should be
paid through ONLINE transaction only .Offers without EMD will not be considered for
opening and the same will be outright rejected. Refund of EMD shall be as per Clause No
11 of Special Conditions of Contract. The Earnest money shall be forfeited in the event of
---
a. If the Bidder withdraws or modifies his / its offer before the validity of the tender
offer.
b. If the successful Bidder fails to deposit the Security Deposit in accordance with the
conditions mentioned under the clause of Security Deposit and fails to sign the
agreement within specified time limit.
c. Grampanchayat will make order for available funds and demand of work.
Agreement for works on their level
d. EMD exemption will not be allowed.

3 PERFORMANCE GUARANTEE /SECURITY DEPOSIT:


The successful bidder shall submit 3 (three) % of the ordered value for the units
allotted to the agency in the form of irrevocable Bank Guarantees from Nationalized/
Scheduled Bank only with 5 years validity from the date of execution of agreement as
PERFORMANCE GUARANTEE before issue of work order. / Grampanchayat.
The Performance Guarantee for fiveyears operation and maintenance of the
plants and shall be released after expiry of defect liability period and successful operation
and maintenance of plants for five years on receipt of No Objection Certificate
(NOCs)from Grampanchayatregarding acceptance of taking over of project assets by the
concerned Deputy Engineer (Mech)/Executive Engineer, Rural Water Supply Division of
ZP from respective districts.

4 COST OF BLANK TENDER FORM (NON REFUNDABLE):


Rs. 3000- only ( Three thousand rupees only)to be paid through ONLINE only. Blank
Tender document will not be sold by this office. Interested bidders have to download the
tender documents from the website. The bidders are required to down load the tender
document within the prescribed date and time mentioned in ONLINE Tender schedule.
After expiry of the date and time for tender document download, CEO Z.P. will not be
responsible for any failure on account of bidders for not downloading document within the
schedule even though they have paid the cost of tender. In such case the cost of tender
paid by the bidder will not be refunded.

5 PREPARATION AND SUBMISSION OF BIDS:


Both the bids Technical as well as Financial shall have to be prepared and subsequently
submitted ONLINE Only. Bids not submitted ONLINE will not be entertained. All the terms
and conditions are as per Government purchase G.R. dated on 1 December 2016. In a
Technical bid envelop attached documents requirement criteria such as experience,
financial or other relaxation ( in case of insufficient tender submitted ) acceptance or
rejection rights are reserved on decision by committee and chief executive officer, Zillah
[Link] estimated rates of R.O. Plants are included all taxes.

6 ONLINE BID PREPARATION:


In bid preparation stage, bidders get access to online Technical and Financial Covers
where they require uploading documents related to prequalification and Technical
eligibility criteria and quote financial offer for the work / items in the respective online
covers.
7 COMPLETION PERIOD:
60 days from the date of issue of work order

GENERAL TERMS AND CONDITIONS

1 DEADLINE FOR SUBMISSION OF TENDERS


The online tender shall be submitted in scheduled date and time for submission
prescribed by department or extended date thereof for ONLINE submission.
2 PRE-QUALIFICATION CRITERIA: Pre-qualification criteria is as below-
FINANCIAL CRITERIA
1. Average annual turnover (based on audited balance sheets) during the period of
last three years ( 2016-17, 2017-18, 2018-19 ) should not be less than Rs.50lacs
for manufacturing, providing and O&M of water purification plants.
2. Net worth certificate by chartered accountant of firm worth 50 lakhs
3 TECHNICAL CRITERIA
Manufacturing capacity
Registered manufacturer should be able to assemble minimum 10 plants per year
of minimum capacity ranging from 500 LPH .
NOTE-
a. Manufacture should be registered with National Small Industries Corporation
(NSIC) / Industries department / District industries center for manufacturing of RO
(UF) plants of above said capacity. Certificate in this regard will be required.
b. Registered manufacturer shall have testing facilities and capability of assembling
minimum three plants at a time and to conduct pre dispatch inspection.(Note-
Certificate for having testing facility and capability of assembling is required from
reputed third party inspection [Link] technical agency like Diploma / Degree
Govt. Engineering collages
c. The bidder should possess valid ISO 9001-2008

4 EXPERIENCE CRITERIA
The bidder should have experience of the same works during last Three years up
to the date of submission of tender.
A ProjectExecution: Execution and successful commissioning of five similar works
i.e. rural community based water purification plants (RO) each of minimum
Capacity of 500/1000 LPHwith BIS certified laboratory test report
B Execution of water Treatment Plant:
Execution and commissioning of at least 5Nos. of rural community based water
Purification plants (RO) each of minimum capacity of 500/1000 LPH& above in last
Three years (up to the date of submission of tender) for similar project with any
State Government Officer / Grampanchayat or any other.
5 MODE OF PAYMENT:-
a. 90% of the total cost of complete R.O. plant shall be paid after Supply,
installation&Successful Commissioning report shall be jointly signed by the authorized
person of the bidder and a competent person authorized by the respective village
panchayatuser/ Gramsevak
b 10% of the total cost of the complete R.O. plant will be released after submission of one month
performance report ,which shall be jointly signed by the authorized person of the bidder
and a competent person authorized by the respective village panchayat user/ Gramsevak
and submission of required Performance Bank Guarantee from any Nationalized Bank of
the equivalent amount 10% of the R.O. Plant systemvalidity of 5Years in favor of Chief
Executive Officer, Z.P. Jalgaon
6 COMPLETION PERIOD:
60 days from the date of issue of work order

7PENALTY FOR DELAY:-In case the bidder fails to complete the work within the time period
specified in the work order placed by Chief Executive Officer, [Link] delay penalty
0.5% of the contract value wherever applicable shall be deducted for each week of delay
subject ta maximum deduction of 5%.

8 VALIDITY OF THE TENDER:-Rates quoted by the bidder shall be valid for six monthsfrom the
date of agreement or for the period decided by the Chief Executive Officer Z. P.
JalgaonThe bidder shall not withdraw or revise or alter any conditions, rates quoted within
this stated period

9DOCUMENTS REQUIRED FOR PAYMENT


The contractor shall submit the following documents along with the invoice/ bill.
a. Invoice including details of equipment installed or work carried out, value of work carried
out and amount claimed.
b. Inspection reports/ test reports/ reports certifying completion of activity with acceptable
results.
c. Any other such details/documents as may be reasonably specified from time to time during
execution of the contract.
d. Color photographs of the work executed during the period for which the invoice has been
raised.
e Agreement of operation & maintenance for R.O. System up to five years between concern
Grampanchayat and agency.
f Certification of handed over scheme to concern Grampanchayat& no objection certificate
duly signed by Sarpanch and Gramsevak.
10Opening of Tender :
The tenders shall be opened in two stages.
In first stage initially Cover “1” of the Technical Bid shall be opened to confirm
ONLINE payment of Tender Document Cost and EMD. The bidder’s name, the status of
online payment of earnest money, will be announced by the Executive Engineer at the
time of [Link] confirmation of ONLINE payment Cover “2” of the Technical Bid shall
be opened and evaluated.
11 Evaluation for Pre- Qualification: Technical Evaluation
The department will carry out a detailed evaluation( As per [Link] Dated 1
December 2016 ) of the tenders in order to determine whether the firm is qualified in
accordance with the requirements set forth in the tender documents. 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 information supplied
by the [Link] or relaxation criteria depends on the decision of committee
and Chief Executive officer will be taken.
12 Financial Evaluation
The financial offers of the pre-qualified tenderers whose technical bids are
determined responsive will be opened at a date and time as informed ONLINE.
13 Right To Accept Any Tender And To Reject Any Or All Tenders:
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 Bidders on the grounds for such action by CEO ,
ZillahParishadJalgaon .

Deputy Engineer(Mech) Executive Engineer


Mechanical sub Division, Rural Water Supply Division
ZillaParishadJalgaonZillaParishadJalgaon
INSTRUCTION TO TENDERES (GENERAL INFORMATION )
Treated water is to be supplied to the general public at the site of RO plant at

1. 1-3 Year- 10 paisa per liter


2. 4-6 Year - 20 paisa per liter
3. 7-10 Year-30 paisa per liter from villagers for providing treated (potable) water.

The contract agreement shall be for a period of 10 (Ten) years and after which the
infrastructure will be transferred to the concerned Gram Panchayat (Department).
The Department will provide tentative water quality data for each village. The
plants are to be located in water quality affected villages of Jalgaon district only where
TDS is higher than desirable limits and demand from village ..
The plants are proposed to meet the minimum need of water of the villagers
primarily for drinking and cooking purposes. The output capacity of each plant shall be of
1000 liter per hour.
The total dissolved solids (TDS) of output water obtained from RO plant shall
range between 100 mg per liter in any case.
The other chemical parameters of output water shall be within limits mentioned in
BIS 10500 standard.

TYPE OF CONTRACT-
The form of this contract is Rate Contract on Turn Key Basis since the number of
RO plants to be installed may increase/ decrease during the course of execution.
Tenderer shall submit only unconditional tenders. Conditional tenders are liable to
be rejected summarily. The tender documents shows 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 filled in, digitally
signed. Incomplete tender is liable to be rejected. The terms and conditions of the
tender document are firm; as such conditional tenders are liable to be rejected.
The contractor shall comply with the provisions of the Apprenticeship Act-1961,
and the rules and orders issued, there under, from time to time. If he fails to do so, his
failure will be a breach of the contract and the original sanctioning authority at its
discretion may cancel the contract. The contractor shall also be liable for any pecuniary
liability arising on account of violations made by him of the provisions of any
Act/Rule/[Link] contractor is with GST certificate .

GENERAL CONDITIONS OF CONTRACT


Clause 1: Security Deposit
The successful bidder shall have to pay Security Deposit as contract performance
Guarantee in the form of Bank Guarantee from Nationalized/ Scheduled Bank only before
Releasing first installment of payment.
i. The Security Deposit shall be 10% of the ordered value for the units allotted to the agency
in the form of irrevocable Bank Guarantees with 10 YEARS VALIDITY which shall be
submitted before releasing first installment of payment.
ii) The security deposit in the form of Bank Guarantee shall be from Nationalized/ Scheduled
Bank only pledged in the name of the Cheif Accountant & finance Officer .
iv) The Security Deposit shall be released after expiry of defect liability period and successful
O&M of plants for 10 years and on receipt of No Objection Certificates (NOCs) regarding
acceptance of taking over of project assets by the concerned Executive Engineer, Rural
Water Supply Division of ZP.
v. In case of breach of any terms and conditions of contract, the amount of Security Deposit
shall be liable to be forfeited in full or part by the Ex Engr, RWS and the decision of the
CEO ZP Jalgaon shall be final and binding on the bidder.

Clause 2.
The time allowed for carrying out the work as entered in the tender shall be strictly
observed by the Bidder and shall be reckoned from the date on which the order to
commence work is given to the Bidder. The work shall throughout the stipulated period of
the contract be proceeded with, with all due diligence (time being deemed to be of the
essence of the contract on the part of the Bidder ).
The bidder should maintain the progress of work as specified in the scope of work.

Clause 3:
The Bidder shall execute the whole and every part of the work in the most
substantial and work manlike manner and both as regards materials and in every
other respect in strict accordance with the specifications. The Bidder shall also conform
exactly fully and faithfully to the specifications and instructions in writing relating to the
work signed by the Executive Engineer, Rural Water Supply Division and lodged in his
office and to which the Bidder shall be entitled to have access for the purpose of
inspection at such office, or on the site of the work during office hours, and the Bidder
shall, if he so requires, be entitled at his own expense to make or cause to be made
copies of the specifications and instructions as aforesaid.

Clause 4 :
In the case of any class of work for which there is no such specification as is
mentioned in Rule 1 such work shall be carried out in accordance with the specifications,
and in the event of there being no specification, then in such case the work shall be
carried out in all respects in accordance with the instructions and requirements of the Ex
EngrRWS .

Clause5 :
The expression “works” or “work” where used in these Conditions shall, unless
there be something in the subject or context repugnant to such construction be construed
to mean the work or the works contracted to be executed under or in virtue of the
contract, whether temporary or permanent and whether original, altered, substituted or
additional.

Clause 6. :
Item wise quantities shown in the tender are approximate and no revision in
thetendered rate shall be permitted in respect of any of the items The Bidder shall carry
out actual quantities of various items on the same conditions as and in accordance with
the specifications in the tender with approval of Ex Eng. RWS .
Clause 7. :
Payment to Bidders shall be made bycheques / RTGS only by the
CEO,ZPJalgaon
SPECIAL CONDITIONS OF CONTRACT

1 PHYSICAL COMPLETION
The total work shall be treated as physically completed when all the installation defined in
the work order is successfully tested and commissioned.
After successful commissioning of each plant, individual physical completion certificate
shall be obtained from the Executive Engineer, Rural Water Supply Division of concerned
ZPs. To obtain the individual physical completion certificate the contractor has to
complete all installation works as given in the scope of work, perform the required test for
treated water quality and submit the results to the Executive Engineer, Rural Water
Supply Division to issue individual physical completion certificate
2 PERFORMANCE GUARANTEE OF EQUIPMENT
The bidder shall guarantee that the performance of each installed plants shall comply with
the requirements as per the Standard specifications and that the units installed will
operate satisfactorily at the time of commissioning and thereafter during period of O&M
period of Ten years and also at that time of handing over, with the desired performance
level.
3 DEPARTMENT’S RIGHT TO RECTIFY
The Department retains the right to perform any rectification / replacement / remediation
of this material or work obligations on default of the Contractor, at contractor’s cost.

4 DEDUCTIONS
Statutory Deductions
The department is required to make statutory deductions at source from all running bills
and final bill as in force through relevant statutes in force from time to time at the rates
prescribed therein.
Other deductions
Any other deductions to recover any reduction in rates or any other departments claims
occurred as per the contract or in respect to any other liabilities arising, shall be deducted
from subsequent interim payments or final payments or from the securities with the
department.
5 GUARANTEE & WARRANTY
The work under this specification shall be guaranteed to meet the performance
requirement as called for in the specifications and Annexure in all respects.
The supplier shall provide a guarantee that the system/ equipment’s are new and of high
quality and free from defects in design, material and workmanship
6 REFUND OF EARNEST MONEY
The earnest money of tenderers’ shall be refunded soon after final acceptance of tender.
7 Forfeiture Of Security Deposit
The Security Deposit (CPG) in full or part may be forfeited in the following cases:-
a. When any terms and conditions of the contract are breached.
b. When the tenderer fails to complete the work/supply satisfactorily.
Irrespective of actual security deposit of the firm, the forfeiture of the amount of security
deposit shall be decided by the CEO ZP. Notice of reasonable time will be given in case
of forfeiture of security deposit. The decision of the work order placing authority in this
regard shall be final
8 RISK & COST OF WORK
In case firm is unable to complete the work within the specified period or extended period,
the department shall be entitled to get it executed from elsewhere without notice to firm
but on its account and risk. Material not supplied or any part of work not done by firm shall
be resulting to cancellation of contract. The Firm will be liable for any loss or damage,
which the department may sustain by reason of such failure on the contractor's part. The
firm shall however not be entitled to any gain due to such orders which are made against
such default.
The recovery of such losses or damage shall be made from any sum lying with the
government, if the recovery is not possible from the bills & contractor fails to pay loss or
damages within a month or agreed period, recovery shall be made under the Public
Demand Recovery Act or any other prevailing law in force.
While doing the work at risk & cost the department may exercise its own discretion and if
possible resort to limited tender system issuing short terms notice irrespective of the
valuation of the tender. In all the cases where orders are cancelled due to non-execution
of work, it will be treated as a breach of contract and the department shall take action
accordingly.
The risk and cost clause shall be operated by the authority concluding the rate contract.
The defaulter firm shall be liable for following actions in instance of risk & cost.
a. Payment to the department of difference amount paid to next firm, to complete the
balance work. This amount shall include all types of expenses including taxes etc.
b. The amount of Performance Guarantee & Contract Performance guarantee money shall
be forfeited,
9 Refund Of Earnest Money
The earnest money of Tenderers shall e refunded soon after final acceptance and award
of tender. However the department reserve the right to recover any dues if necessary ,
from the earnest money . No interest will be paid by department on the earnest money

10 COMMENCEMENT OF O&M PERIOD


a. Commencement of O&M shall be from the date of Completion of individual installation or
any other date notified after total physical completion of plants by concerned Executive
Engineer, Rural Water Supply Division of ZPs.
b. The contractor shall however be bound to carry out the O&M of the installed plants for ten
years.
11 O & M OF CONTRACT PERIOD
The contract completion period and defect liability period shall be the date of expiry of the
O & M period of 10 (Ten) years as notified by the department.

12 OUTPUT PARAMETERS OF TREATED WATER


The treated water from the plant should be as per BIS 10500:2012 standards and None of
the prescribed parameters for potable water defined in BIS10500:2012 should exceed
due to the treatment process of raw water or any new constitute formed in treatment
process should not be a cause for exceeding the prescribed limits for respective
constitute in BIS 10500:2012 .

13 CONSEQUENCES OF TERMINATION BY DEPARTMENT


if the Department with reasonable grounds,terminates the Contract Under Clause of
Termination, the Security Deposits And Any Other Sums of Contractors with the
Department Shall Be Fortified and action shall be taken against him as per Relevant
clauses of tender Document.
14 DATE OF ISSUE OF TAKING OVER CERTIFICATE
After the completion O&M period of 10 (Ten) years of contract provided that the
contractor has fulfilled the provision of this contract.

TECHNICAL SPECIFICATION SCOPE OF WORK FOR BIDDER:


The bidders will be responsible for:
1. Providing, installation and commissioning of complete RO Plant along with raw water and
treated water storage tanks and submitting test report of output water and thereafter its
operation and maintenance for ten years.
2. Making Power connection at RO plant and all electrical fittings up to the power meter of
Maharashtra State Electricity Distribution Co Ltd including payment of power connection
charges and monthly electric charges of plants etc. complete.
4. Making connection for raw water from the source provided by department. One 15mm tap
should be on waste water disposal pipe for use of waste water.
5. The bidder have to establish service center for O&M of Reverse Osmosis plants with at
least one office in Maharashtra and will create a network of service engineer, find and
train the operator of the plant.
6. Delivering potable water at plant site that meets BIS norms at all times.
7. Any other related works / activities as may be necessary for its successful operation.
8. Providing potable treated water to villagers at the rate specified by CEO ZP at site of RO
plant and keeping a well maintained record of revenue so earned by bidder. The bidder
can charge higher rate for water in case water is supplied at the door step of consumer on
mutually agreed rates between consumer and bidder. The bidder in consultation with
department can also charge higher rate from users that do not come under village
jurisdiction.
9. Villagers will carry water in their own 20 liter capacity jerry cane.
10. The bidder may also facilitate such jerry canes conforming to BIS quality at nominal cost
to the users.

RO System Requirements
a. The capacity of the plant shall be the output water capacity of RO in liters per hour (LPH).
b. The technical specifications of each component of RO system for its output capacity of
1000 LPH are given in Annexure-V.
d. The output water quality characteristics are given in Annexure-II. However, the total
dissolved solids (TDS) of output water obtained from RO plant shall range between 100 to
250 mg per liter in any case. The other chemical parameters of Treated water shall be
within limits mentioned in Annexure-II of this document.
e. The waste water should not exceed 40%.
f. The bidder has to design supply, install, commission and operate and maintain the RO
system for Ten years including the housing structure. He will also maintain the area
around the RO site & landscape the same with plantation.
g. This offer should include all the possible expenses towards spares, replacement of
membranes, consumables and repairing/ reconditioning if any required during the
specified period of the ten years.
h. The bidder should have their own testing facilities to handle water testing. The bidder
would analyze the water sample for parameters as per BIS norms twice in a month may
be from lab located at district Head Quarters and results cross referred with some reputed
accredited private lab & maintain proper record. In addition to this, the bidder shall make
available at plant site, all the times, a digital TDS meter for on the spot testing of product
water. However, the product water quality shall also be tested in the Laboratories of the
Department or Department approved laboratories located at various places of the State &
the report of chemical examination from these laboratories shall be treated as final.
i. The water quality must conform as per BIS standards. Water quality will be periodically
evaluated maximum with an interval of three months and the system should perform
consistently.
j. The operation of tube well / water source would be the responsibility of the
Grampanchayat inclusive of payment of electricity bills & repairs if any. However,
maintenance of pipelines etc. from point of connection onwards for RO plant shall be
responsibility of bidder during the period of Ten Years.
k. Where raw water is taken from existing tube well/ source, independent electricity meter for
RO plant shall be installed by the Grampanchayat and payment of electric bill will be
made by the bidder for electricity consumed for running of RO Plant.
l. The system should be able to adopt the variable feed water characteristic such as varying
amount of fine particulate / silt etc. in the raw water and varying TDS levels throughout
the design period.
m. The use of cleaning chemicals in the system should be minimal.
n. The system should ensure prevention of fouling of the downstream RO membranes
caused by the presence of organic and microbiological coolants in the raw water.
o. The system should ensure prevention of a majority of physical flocculants from entering
into RO membranes so as to ensure clean RO membranes delivering consistent
performance.
p. The system should generate minimal amount of effluents thus giving an environment-
friendly solution.
q. The dependence on operator for day to day functioning should be minimal. The Bidders
should provide semi-automated system along with specifications mentioned
r. The main components in the scope of supplier shall be as under: RO System
Components, Instrumentation & Controls

RO System Components

Instrumentation & Controls


Inlet Pump Pressure Gauges
Anti Scalent Dosing System Flow indicators
Liquid level controllers in storage tanks

High Pressure Pump Ball valves at inlet and out let piping
Pressure Vessel Timer for auto flash
Membrane High pressure switch and low pressure switch
pH correction system Auto flushing system with solenoid valve
Ultra Violet System Electric control panel with “ A”
meter, Voltmeter indicators, on off switch
Cleaning in place system Pressure Control Valve
Micron cartridge filter Digital conductivity or TDS Meter
Raw Water Tank (minimum capacity Remote access and Monitoring system based
5000 litre ) on
GSM technology with SMS facility minimum

Treated Water Tank (minimum three mobile numbers

capacity 5000 litre


Piping from raw water tank to RO
System
Piping from RO System to product
water tank and up to supply
Waste water disposal system
Grampanchayatal glow sigh board as
specified with logo

Suitable enclosure for accommodating RO System and material storage

General layout will be as per the block diagram given in NIT of this document
RO System Requirements

a. The capacity of the plant shall be the output water capacity of RO in liters per hour (LPH).
b. The technical specifications of each component of RO system for its output capacity of
1000 LPH are given in Annexure-V.
c. The raw water quality characteristics are given in Annexure-I, are based upon the water
testing result carried out by the Grampanchayat. However, the bidder is advised to
analyze the water samples on their own before quoting their rates. No extra claim will be
entertained after the allotment of the work on this account.
d. The output water quality characteristics are given in Annexure-II. However, the total
dissolved solids (TDS) of output water obtained from RO plant shall range between 100 to
250 mg per liter in any case. The other chemical parameters of Treated water shall be
within limits mentioned in Annexure-II of this document.
e. The waste water should not exceed 40%.
f. The bidder has to design supply, install, commission and operate and maintain the RO
system for Ten years including the housing structure. He will also maintain the area
around the RO site & landscape the same with plantation.
g. This offer should include all the possible expenses towards spares, replacement of
membranes, consumables and repairing/ reconditioning if any required during the
specified period of the ten years.
h. The bidder should have their own testing facilities to handle water testing. The bidder
would analyze the water sample for parameters as per BIS norms twice in a month may
be from lab located at district Head Quarters and results cross referred with some reputed
accredited private lab & maintain proper record. In addition to this, the bidder shall make
available at plant site, all the times, a digital TDS meter for on the spot testing of product
water. However, the product water quality shall also be tested in the Laboratories of the
Grampanchayat or Grampanchayat approved laboratories located at various places of the
State & the report of chemical examination from these laboratories shall be treated as
final.
i. The water quality must conform as per BIS standards. Water quality will be periodically
evaluated maximum with an interval of three months and the system should perform
consistently.
j. The operation of tube well / water source would be the responsibility of the
Grampanchayat inclusive of payment of electricity bills & repairs if any. However,
maintenance of pipelines etc. from point of connection onwards for RO plant shall be
responsibility of bidder during the period of Ten Years.
k. Where raw water is taken from existing tube well/ source, independent electricity meter for
RO plant shall be installed by the Grampanchayat and payment of electric bill will be
made by the bidder for electricity consumed for running of RO Plant.
l. The system should be able to adopt the variable feed water characteristic such as varying
amount of fine particulate / silt etc. in the raw water and varying TDS levels throughout
the design period.
m. The use of cleaning chemicals in the system should be minimal.
n. The system should ensure prevention of fouling of the downstream RO membranes
caused by the presence of organic and microbiological coolants in the raw water.
o. The system should ensure prevention of a majority of physical flocculants from entering
into RO membranes so as to ensure clean RO membranes delivering consistent
performance.
p. The system should generate minimal amount of effluents thus giving an environment-
friendly solution.
q. The dependence on operator for day to day functioning should be minimal. The Bidders
should provide semi-automated system along with specifications mentioned in NIT.

GENERAL REQUIREMENT
a. The bidder shall install the required equipment and maintain the same for a period of ten
years from the date of commissioning of plants, as per the conditions prescribed in this
document, and in the time frame prescribed at his own cost.
b. The successful bidder will indicate methodology for collection of funds and distribution of
product water for its maximum utilization by village residents.
c. After completion of ten years the RO plant becomes property of the department. The
bidder will hand over all the assets to the concerned Gram Panchayat in good working
conditions and shall submit the NOC of concerned Executive Engineer, Rural Water
Supply Division, ZP to CEO ZP .
d. The bidder shall perform all routine maintenance to ensure proper operation.
e. The bidder will provide training to the system operator. The bidder shall ensure routine
inspection of the equipment by the equipment supplier.
f. The output water shall be distributed daily between 7:00 am to 7:00 pm on all days from
plant site (minimum for six hours). However, the village community may increase the
working hours, if so desired, in order to provide adequate water to the public. The bidder
shall have to provide all the services at the approved rates during the extended hours.
g. The bidder will be responsible for maintaining the service levels regarding the response-
time to access the log sheet information and provisions of water selling throughout the
period of the contract.
h. The bidder shall provide trained manpower to maintain the equipment, change filters, and
refill chemical storage tanks. Maintaining the required uptime of all the systems to ensure
the provisions of quality services to the villagers are the main ingredients of the work.
i. The department would try to ensure 6-8 hours power supply.
j. The bidder will be responsible for the supply of consumables and chemicals, and any
other material required essentially to provide effective services.
k. The bidder will install the equipment at the above maintained facility.
m. The bidder shall organize wide publicity for the water treatment plant & benefits of potable
water through different media, at his own expense.
n. The bidder shall provide and maintain the electrical and plumbing fittings of all types at
the treatment plant in good working condition.
o. The bidder shall provide display boards giving general information and facilities available.
TECHNICAL SPECIFICATION FOR R.O. PLANT CAPACITY /250/500/ 1000 LPH

1Raw Water Storage Tank Function – For storage of raw water


Type/ MOC Two/Three Layered PE tanks white /Black color
made from virgin material of Food Grade
Quality,
suitable for the purpose of providing / storage

Control drinking
Provision/ potable waterand High Level Switch
of Low Level
Capacity As given in Annexure-VI
Make Sintex / Any Indian Make with ISI
2 Inlet Pump
Type
Number Make
Capacity Pressure and power
Function – to feed water from storage tank to filter Horizontal, Centrifugal
One No
Grundfos/ Ebara/ DP/ ITT Lowera pumps / CRI / Kirloskar
As per plant requirement as per plant requirement
3 Micron Cartridge Filter Function- fine filtration of water for removal of
Suspended solids up to 5 micron size to prevent
Chocking/ blockage on UF Membrane
Flow rate As per plant requirement
MOC FRP/Engineering grade
NO. of Cartridge housing As per plant plastic
requirement
Micron Rating 5 Micron
Flow velocity 2.5 Mtr. /Sec
MOC of cartridge PP
Make Osmotic / Ametak-USA / Gopani / Purtex /Hi-Tech /
Zephyr
4Ultra-Filtration Function- To remove Suspended Impurities and
Membrane enhance the overall recovery of the system/overall
life of R.O. Membranes
Flow Rate As per plant requirement
Membrane Material PVDF
Normalized Filtration Pore S0.075 micron
Material of Housing PVC/ABS
Operation Mode Dead-end or cross flow, Interval or continues air
Scrubbing. The system shall be fully automatic so as
to ensure hourly backwash for about 60 sec. or as
per operational requirements of membrane
provider/input water quality whichever is earlier
Make Dow / Norrit / Hydranautics / Oltremare / Mann &
Hummol / Hi-Tech

5Anti scalant Dosing System


Pump Make
Quantity
Type
Capacity
Quantity of tank Capacity of Tank MOC of tank Make of Tank

6High Pressure Pump


Type
MOC
Number

Make
Capacity
Pressure and power
7Pressure Vessel

Item
MOC
Diameter
Length
Make

8Membrane
Type
Size
Average Flux Make
Operating water Temp
Function- to inhibit scaling of hardness salt and silica on RO Membranes
1 Set

ASIA LMI / Injecta / Sonder / Prominent / E-dose / Injecta


1 No.
Electronic Diaphragm Type 0-5 LPH
1 No.
100 ltr. PE/FRP
Indian
Function- to develop required pressure for Reverse Osmosis on RO Membranes
Vertical Centrifugal Multistage SS316
One No.
Grundfos / Ebara/ ITT lowara/ CRI/ Tonkaflo /SUMO As per plant requirement
As per plant requirement
Function- to house RO Membranes under pressure RO Module consisting of membrane housing
with RO membrane mounted on skid
FRP
As per plant requirement As per plant requirement
Code line/ Maxima /Phoenix/Protect /Aqueous
Function- to remove dissolved salt from water by Reverse Osmosis, produce permeate water
having less dissolved salt and reject water having highly concentrated salt.
TFC, Polyamide
As per plant requirement
<18 GFD
DOW Filmtec-USA, / Hydranautics/ Toray Japan / GE Osmonics /Hi-Tech/ Oltremare
Ambient Temperature
9PH Correction System Function- to enhance pH of RO permeate from
5.5-6 to 7-7.5 as per WHO guideline
Pump 1 Set
Make ASIA LMI/Sonder /Prominent/E-
Quantity 1 No.
Dose
Type Electronic Diaphragm Type
Capacity 0-5 LPH
Quantity 1 No
Capacity of tank 100
MOC tank PE/FR
ltrs.
10 Ultra-Violate System P
Function- to disinfect water, will kill bacteria and
micro-organisms

Capacity As per plant requirement


Make Alfa/ Phillips /ACE Hygiene
11 Cleaning in Place Function- use for chemical cleaning of RO
( CIP System ) Membranes over a period of time
Quantity of tank 1 No.
Capacity of tank As per plant requirement
MOC to tank FRP/ MSRL/PE
Make of tank Indian
Micron Cartridge Filter As per plant requirement
Flow rate
MOC FRP/ Engineering Grade Plastic
No. of Cartridge As per plant requirement
housing 5 Micron
Micron Rating
Flow velocity 2.5 Mtr /Sec
MOC of cartridge PP
12 RO Water Storage Tank Function – For storage of Product Water from R.
O.
Plant (The height of storage tank should be kept
Type/ MOC Two/Three
in Layered PE tanks white / Black in
color
such a way that there is no dead storage)
made from virgin material of Food Grade Quality,
Make suitable Any
Syntex/ for the purpose
Indian Makeofwith
providing
ISI /storage of
Control Provision of Lowwater.
drinking/potable Level and High Level Switch
Capacity As given in Annexure-VI

Instrumentation & Control


Function based on GSM technology with SMS
A .Remote access and
Monitoring system
B .Pressure Gauges Quantity
Location Range
Location Quantity Location Range MakeMOCfacility minimum 3 mobile nos. to get real time
reporting of plant operations
Function- to measure pressure
4 NoPump outlet, Filter outlet, High Pressure pump Discharge and RO Reject 0-7 Kg/cm2 Feed
pump 0utlet / Filter outlet No High pressure pump discharge and RO
reject 0-20 Kg/ cm2
Forbes Marshal / Ware /Hi-Guru / Ocean / Beamer SS
[Link] Indicator Function- to measure flow rate at location
Quantity 3 No.
Location RO Feed, RO Product, Reject
Type Float type, panel mounted
Max operating temp 40 degree centigrade
Measuring points RO Feed, RO Product, Reject
Make Flow Max/Blue & White/FIP/Eureka/GF
Function – for system safety. Stop the system for
D. High pressure switch and low
low pressure switch Quantity
Location
Make

E. Auto flushing system with solenoid valve


Quantity
Electrical Control Panel F
with Volt Meter,
Indicators, ON/OFF Switch Make
Location

F. Type
Material of Panel Voltage

G .Digital Conductivity Meter


/ TDS Meter

Quantity Location
Indication
Range
Max. Temperature Make
suction pressure at High pressure pump and if required high pressure for RO Membranes

2 No
Before and after High pressure pump Switzer / Orion / Indfos / Waree / Forbes / Marshall /
Denfos
Function – to flush RO system with clean water at the time of stop to enhance life of RO
Membranes

1 No.
Function -to control and operate system properly
Local
Skid** Mounted / SS-304
**MS box pipe frame with primer and 3 coats of epoxy coating
Non draw out type as per requirement

415V +/- 10% Frequency 50 Hz +/- 5%, 3-phase, 4 wire system with solidity grounded neutral

Function – to measure quality of RO product water


0 no RO permeate line digit, 1 line LED – 200
0 µs /cm
40 degree centigrade
F Marshal / Hanna / Olympus / Fivebro /HM

Note:
1. The SS-316 piping and accessories shall be used after high pressure pump i.e. from high
pressure pump to pure outlet.

2. All the Equipment/ Instruments shall conform to BIS/ American/ British/ EU standards.
ANNEXURE :XVI

PRODUCT WATER QUALITY AS PER BIS 10500


Sr. No Characteristics Acceptable
1Turbidity (NTU) 2.5
2Color (Units on platinum cobalt 5.00
scale hazen unit) Un objectionable
3Taste and odour
4Ph 7.0 to 8.5
5Total dissolved solids (mg/lt) 500
6Total hardness as CaCO3 (mg/lt) 200
7Chlorides (as Cl)(mg/lt) 200
8Sulphates (as SO4)(mg/lt) 200
9Fluorides (as F)(mg/lt) 1
10 Nitrates (as NO3)(mg/lt) 45
11 Calcium (as Ca)(mg/lt) 75

<3 *If there are 250 mg/l of


sulphates mg content can
12 Magnesium (as Mg)(mg/lt) be
13 Iron (as Fe)(mg/lt)
14 Alkalinity (mg/lt) 15 Manganese as Mn mg/lt 16 Copper as Cu mg/I
17 Zinc as Zn mg/l
18 Residual free chlorine ([Link]) 19 Bacteria (MPN/100 ml)
20 Uraniumincreased to a maximum of 125 mg with the reduction of sulphates @ 1 unit per
every 2.5 units of sulphates
0.1
200 0.05 0.05 5 0.2 0-As per BIS Standards <60 μg/lNote- The total dissolved solids (TDS) of
output water obtained
from RO plant shall range between 100 to 250 mg per liter in any case.
TENDER LETTER

To,
Cheif Executive Officer
ZillaParishadJalgaon .
Jalgaon .

Subject: Providing, Installation & commissioning of Reverse Osmosis Plant, each of output
capacity of 500 Liter per Hour including operation and maintenance for a period of
ten years after installation in various villages of Jalgaon District .
Reference: NIT No...../2018-19 Dated 06/03/2018

Dear Sir,
1. Having carefully examined all parts of the tender documents and the addenda (if any) for
the execution of the above mentioned works, having all requisite information affecting this
tender, having visited the site being aware of all conditions and difficulties likely to affect
the execution of the contract, we, the under signed, hereby offer to execute the awarded
job on lump sum basis as described in the tender documents and to hand over the whole
of the said works in conformity with the drawings, conditions of contract, technical
conditions and scope of work, for the sum indicated in the financial offer and such offer
sum as may be ascertained in accordance with the contract.
2. We declare that we have read and under stood and that we accept all clauses,
conditions, descriptions, drawings of the tender documents volume I to volume III, and
subsequent addenda (if any) without any change, reservations and conditions. If any
change, reservation or condition has been made in our tender we herewith withdraws it.
3. We undertake, if our tender is accepted, to complete the work in the stipulated time for
completion.
4. Unless and until the formal agreement is prepared and signed, this tender, together with
your written acceptance thereof shall constitute a binding contract between us.
5. If our tender is accepted we will provide security deposit inthe required form for the sums
as stipulated in the tender Documents .
5. We agree to abide by this tender for the period of 120 days from the date of opening of
the financial bids and it shall remain binding upon us and may be accepted by you at any
time before the expiry of that period, and not to make any modifications in its terms and
conditions which are not acceptable to you.
6. Together with the tender we submit the earnest money of Rs……………………..
……………………….As………...Dated this………………day 2018………………………in
the capacity of …………………………………………..duly authorized to sign the tender for
and on behalf
Name:
Address:
Telephone:
Mobile:
Tele Fax:
Telex:

Signature of the authorized representative:


a. Amount of earnest money
b. Indicate the form in which it is provided
c. Signature of the authorized representative of the firm
d. Designation
e. Name of tenderer
Annexure: IV
Undertaking by the Tenderer

I / we undertake and confirm that “for modifications/ deviations to conditions of contract /


technical specifications no prices information is indicated in cover-1 and 2I / We understand that
if this undertaking is found incorrect, our tender may not be considered for evaluation for future
for financial evaluation, for which I / We shall be liable for all consequences and / or damages.

Signature With seal


Full name
Designation
Address
(Authorized representative)
Annexure: V

Declaration

I / We ……………………………………………………….. the under signed, hereby certify that I /


We have read, understood all pages, all the terms and conditions given in the tender documents,
including those in the addenda issued by the department and the same are acceptable to us
without any deviations. I/We certify that all pages of this tender document be assumed signed by
me/us.
If this declaration is found incorrect then without prejudice to any other action that may be
taken, my / our security may be forfeited in full and the tender, if any to the extent accepted may
be cancelled.

Signature With seal


Full name
Designation
Address
(Authorized representative)
Annexure: VII Declaration by the Bidder
In relation to my /our Bid submitted to CEO ZP Nanadurbarfor Providing, Installation &
commissioning of Reverse Osmosis Plant, each of output capacity of 500 Liter per Hour
including operation and maintenance for a period of ten years after installation in various villages
of Jalgaon District in response to the Notice Inviting Bid No 06/2016-17 Dated 00-03-2017, I/we
hereby declare that:

1. I/we possess the necessary professional, technical, financial and managerial resources
and competence required by the Bidding Document issued by the department;
2. I/we have fulfilled my/our obligation to pay such of the taxes payable to the Union and the
State Government or any local authority as specified in the Bidding Document;
3. I/we are not insolvent, in receivership, bankrupt or being wound up, not have my/our
affairs administered by a court or a judicial officer, not have my/our business activities
suspended and not the subject of legal proceedings for any of the foregoing reasons;
4. I/we do not have, and our directors and officers not have, been convicted of any criminal
offence related to my/our professional conduct or the making of false statements or
misrepresentations as to my/our qualifications to enter into a procurement contract within
a period of three years preceding the commencement of this procurement process, or not
have been otherwise disqualified pursuant to debarment proceedings;
5. I/we do not have a conflict of interest as specified in the Act, Rules and the Bidding
Document, which materially affects fair competition;

Signature of bidder:
Name
Designation:
Address:
Place: Date:
Annexure: VIII Form of Agreement

This agreement made on the …….…….…... day of …….….………….. 2018 between the
CEO ZP Jalgaon one part and …………………………………….. (Here in after called "contractor")
of the other part.
WHEREAS the CEO ZP Jalgaon , is desirous for execution of work of Providing
,Installation & commissioning of Reverse Osmosis Plant , each of output capacity of 500 Liter
per Hour including operation and maintenance for a period of ten years after installation in
various villages of Jalgaon District.
WHEREAS the CEO ZP Jalgaon has accepted a tender of the contractor for the
execution, completion and maintenance of such work
NOW THIS AGREEMENT WITNESSES as follows:
1. In this agreement words and expressions shall have the same meanings as are
respectively assigned to them in the conditions of the contract herein after referred
to.
2. The following documents shall be deemed to form and be read and constructed as
part of this agreement, viz
a. Form of agreement
b. Letter of award and any pre award correspondence between department
and the tenderer
c. Tender documents contained in:
i. Conditions of contract, pre-qualification schedules
ii. Scope of work and Technical specification, Annexures
iii. Schedule of prices
d. All addenda issued
e. The tender offer
3. The work will be executed strictly according to specifications and drawings relating
to the work as indicated in the “Notice Inviting Tender”. The schedule of items of
work to be carried out will be as per approved “Notice Inviting Tender”.
4. All correspondence and modifications of tendered offer and acceptance letter will
form part of this Agreement.
5. In considerations of the payments to be made by the ZP Jalgaon to the contractor
in respect of completed work, or item of work, the contractor hereby covenants
with the government to execute the work in conformity in all respects with the
provisions of this Agreement.
6. The ZP Jalgaon hereby covenants to pay the contractor, in consideration of
execution of works, the price in the manner as specified in this Agreement.

IN WITNESS thereof the parties to these present have here to set and subscribed their
respective hands the day, month and year first above written.

SIGNED for and on behalf of ZP Jalgaon


SIGNED for and on behalf of the contractor
Authorized Representative Witness
Annexure: IX
Model Form of Bank Guarantee against Performance of Contract (Performance Guarantee)

To,
CEO , ZP Jalgaon

Whereas the CEO ZP Jalgaon having entered into an agreement no ……………….


Dated……………. With M/s………………………. (Hereinafter called the contractor) for execution
of work of Providing, Installation &commissioning of Reverse Osmosis Plant, each of output
capacity of 500 Liter per Hour including operation and maintenance for a period of ten years after
installation in various villages of Maharashtra State under which the contractor(s) M/s
……………………….have applied to furnish contract performance bank guarantee.

1. In consideration of the CEO ZP Jalgaon having made such a stipulation in agreement.


We --------------------- (indicate name of bank), herein after referred to as the “Bank” at the
request of M/s ----------------------contractor(s), do hereby undertake to pay to the
department an amount not exceeding Rs --------- (Rupee -----------only) on demand.

2. We -------------------------- (indicate the name of bank), do hereby under take to pay Rs -----
-------only) under this guarantee without any demur or delay, merely on a demand from
the department. Any such demand made on the bank by the department shall be
conclusive and payable by the bank under this guarantee. The bank guarantee shall be
completely at the disposal of the department and We ------------- (indicate the name of
bank), bound ourselves with all the directions given by department regarding this bank
guarantee. However our liability under this guarantee shall be restricted to an amount not
exceeding Rs - -------------- (Rupee -----------------------------------only).
3. We -----------------------( indicate the name of bank ),under take to pay to the department
any money so demanded notwithstanding any dispute or disputes raised by the
contractor(s) in any suit or proceeding pending before any court or tribunal or arbitrator
etc relating thereto, our liability under these presents being absolute, unequivocal and
unconditional.
4. We --------------------------(indicate the name of bank) further agree that the guarantee
herein contain shall remain in full force and effect during the period that would be taken
for the performance of the said agreement and that it shall continue enforceable till all the
dues of the department under or by virtue of the said agreement have been fully paid and
its claims satisfied or discharged or till the department certifies that the terms and
conditions of the said agreement have been fully and properly carried out by the said
contractor(s) and accordingly discharges this guarantee.
5. We --------------------------(indicate the name of bank) further agree with the department that
the department shall have the fullest liberty without our consent and without affecting in
any manner our obligations, hereunder to vary any of the terms and conditions of the said
agreement or to extend time of performance by the said contractor(s) from time to time or
to postpone for any time or from time to time any of the powers exercisable by the
department against the said contractor(s) and to forbear perforce any of the terms and
conditions relating to the said agreement and we shall not be relieved from our liability by
reason of any such variation, or extension being granted to the said contractor(s) or for
any forbearance act of omission of the part of the department or any indulgence by the
department to the said contractor or by any such matter or thing whatsoever which would
but for this provision, have effect of so relieving us.
6. The liability of us ------------------------------ (indicate the name of bank), under this
guarantee will not be discharged due to the change in the constitution of the bank or the
contractor(s).
7. We -------------------------------- (indicate the name of bank) lastly undertake not to revoke
this guarantee except with the previous consent of the department in writing.
8. This guarantee shall remain valid and in full effect, until it is decided to be discharged by
the department. Notwithstanding anything mentioned above, our liability against this
guarantee is restricted to Rs---------------------- (Rupee --------------- ----only).
9. It shall not be necessary for the state department to proceed against the contractor before
proceeding against the bank and the guarantee herein contained shall be enforceable
against the bank notwithstanding any security which the state department may have
obtained or obtain from the contractor.
10. The bank guarantee shall be payable at the headquarters of the division, or the nearest
district headquarters. If the last date of expiry of the bank guarantee happens to be a
holiday of the bank, the bank guarantee shall expire on the close of the next working day.

Dated------------day of -----------------------for and on behalf of the bank (indicate the bank)

Signature and Designation


The above guarantee is accepted by theCEO ZP Jalgaon .
Signature
Note: Guarantee to be made on stamp paper purchased by the bank only.
Annexure: X PRE QUALIFICATION SCHEDULES

PREAMBLE TO SCHEDULES
Tenderers are required to provide complete information asked in the schedules. No
schedule or item of schedule is to be left blank. In case, a particular schedule or item in schedule
is not applicable, the same should be clearly indicated. The information provided in the schedules
shall be used for pre- qualification evaluation of the tenders to assess the suitability and
conformity of the firm/ offer. However, it is clarified that, whatever technical particulars are
proposed or considered by the tenderer for his financial offer, all the equipment to be finally
provided, in case of award, shall correspond to the specifications of the tender documents and
shall be subject to the approval of Director, WSSO or Executive Engineer, Rural Water Supply
Division of ZPs concerned as stipulated in the tender documents.
No claim for additional payments shall be entertained during the course of the approval
process or thereafter on this account.
It is expected that the tenderer will quote with a view to supply equipment of best makes
and confirming to the highest standards. Tenderer has to consider for his financial offer, makes
specified in the document. For items not covered by the list of equipment for which makes are
specified or if the specifications are not specified in the tender document, only makes of reputed
manufacturers of equipment corresponding to the state of art technology and / or to the latest
Indian standards shall be supplied after approval of Director, WSSO or concerned Executive
Engineer, Rural Water Supply Division of ZP.
Information provided by the tenderer in the schedules is for preliminary assessment of the
offer. However, these details are subject to approval of the Director, WSSO or concerned
Executive Engineer, Rural Water Supply Division of ZP based upon the detailed
drawings/design/data sheets/specifications to be submitted by the tenderer in conformity with the
tender documents.

Company Seal Signature of authorized representative


पाणी जलशुद्धीकरण यंत्र बसासिणे अटीशती

१. आर.ओ.सयंत्र हे संबंधीत आदेसशत के लेल्या ग्रामपंचायत मध्ये बससिण्यात यािे . यासाठी


ग्रामपंचायतीनी उपलब्ध के लेली जागा /रूम /शेड पुरेसे ि योग्य रठकाणी असल्याची खात्री
सनसिदाधारक यांनी करणे आिश्यक राहील
२. ग्रामपंचायती सोबत रु. ५०० च्या मुद्ांकािर १० िषष सयंत्र कायषरत ठे िणे , देखभाल
दुरुस्ती करणे ि पररचालक नेमणूक करणे, पाणी सिक्री जमा नोंद घेणे,देखभाल दुरुस्ती
िीज देयक ि इतर सिष बाबींसाठी खचाषचा ि पाणी सिक्री दराचा करारनामा करून १०
िषष योजना कायषरत ठे िाणेची जबादारी राहील
३. ग्रामपंचायती मार्ष त पाणी उपलब्ध करून देण्यात आलेनंतर सनरुपयोगी ( Waste water
) पाणी उपयोगात आणणे साठी व्यिस्था करणे आिश्यक राहील
४. जीपीएस / जीएसेम ससस्टम द्वारा मुख्यालयास / ग्रामपंचायत , ग्रामसेिक यांना आर ओ
सयंत्र दकती तास चालसिला , दकती सलटर पाणी शुध्द के ले , एटीएम मशीन नुसार सिक्री
दकती झाली याबाबत सिष मासहती रोज उपलब्ध करणे आिश्यक राहील. याबाबतचा सिष
तपशील क्षेत्रीय रठकाणी अद्याित नोंदी सह (रसजस्टरमध्ये ) उपलब्ध ठे िणे आिश्यक राहील
.यासाठी कोणताही असतररक्त शुल्क देण्यात येणार नाही
५. काही तांसत्रक कारणास्ति प्लान्ट स्तलांतररत करणेची आिश्यकता भासल्यास सनसिदा धारक
यांना कोणतेही असधक मूल्य देय राहणार नाही .
६. इसनसिदानुसारप्राप्तंदरातइतरसनसिदाधारकसासहत्यंपुरिठाकरणेसतयारअसल्यासलेखीसंमतीपत्रानुसारमं
जुरदरकरारातसमासिष्ठंकरण्यातयेतील.
सदरसिंसनसिदाधारकयांनाग्रामपंचायतमार्ं तपुरिठाआदेशिदेखभालिदुरुस्तीकरारनामाकरणेआिश्यक
राहील.

जाहीर ई सनसिदा सूचना


कायषकारी असभयंता ग्रामीण पाणी पुरिठा सिभाग सजल्हा पररषद जळगाि यांचे कडू न जळगाि
सजल्यातील
सिसिधशासदकययोजनाितालुकास्तरािरीलअसणारासनधीग्रामपंचायतस्तरािरीलसिसिधलेखासशषांमधुन 250
सल/तास, 500 सल/तास, 1000 सल/तासक्षमतेचे पाणी शुद्धीकरण सयंत्र ( आर.ओ.सससस्टम
)एटीएम सह बससिणे कामासाठी (दरकरार ि पँनल तयार करणेसाठी) ई सनसिदा प्रससध्द करण्यात
येत आहे. आर.ओ.सससस्टम उत्पादक आय एस ओ प्रमासणत ि अनुभिी पुरिठादार यांचे कडू न दोन
सलर्ार्े पध्दतीने [Link]या िेबसाईट िर ऑन लाईन पध्दतीने ई सनसिदा
मागासिण्यात येत आहे.

कामाचे ई सनसिदा अटीशती, दरपत्रक डाऊनलोड करणे ि सनसिदा


भरणे ददनांक / /२०21 ते / /२०21 कालािधी आहे.

ददनांक - / /2021 मुख्य कायषकारी


असधकारी
सजल्हा पररषद,जळगाि

You might also like