You are on page 1of 9

STANDARD BIDDING DOCUMENT

FOR
PROVIDING AND FIXING AUTOMATIC WEATHER STATION AT DAM
OF
3X150 MW BAGLIHAR HYDROELECTRIC PROJECT-I
AT
CHANDERKOTE DISTRICT RAMBAN JAMMU AND KASHMIR

OWNED BY
JAMMU AND KASHMIR STATE POWER DEVELOPMENT CORPORATION

OFFICE OF THE EXECUTIVE ENGINEER MECHANICAL DIVISION, BAGLIHAR HEP,


JKSPDC, CHANDERKOTE DISTRICT RAMBAN, J&K
E mail; xenmbhep@gmail.com

NO: BHEP/MECH/1730-34
DT: 20-02-2016

e-NIT NO 02 of 2016 Dated 20-02-2016


For and on behalf of Managing Director, Jammu Kashmir State Power Development Corporation,
sealed e-Tenders, are invited from reputed firms/ contractors/OEM dealing in similar type of jobs for
Providing and Fixing Automatic weather station at dam site for collecting meteorological data of BHEP
JKSPDC Chanderkote J&K State as per the details given below:-

S.N
o.

Particulars

Providing and Fixing


Automatic weather station
at dam site for collecting
meteorological data of BHEP
Chanderkote. The complete
job includes cost of men,
material and equipments
required for the whole
process.

Earnest
Money

2% of
quoted
value

Cost of
Tender
Document

Tender can
be
Downloaded
/ purchased
up to

Last Date of
receipt/
submission of
Bid

Date of
opening of
the technical
Bid

Time of
Completion

RS.600/-

03-03-2016
upto 1 PM

03-03-2016
upto 3 PM

04-03-2016
At 3PM

2 months

1. The tender document for the above job can be seen/downloaded from website
www.jktenders.gov.in from 20-02-2016(10.00 am) to 03-03-2016 upto 1 PM.
2. The bids shall be deposited in electronic format on website www.jktenders.gov.in from 2002-2016(10.00 am) to 03-03-2016 upto 3 PM
3. The uploaded technical bids on the web site will be opened on 04-03-2016 at 3.00 pm in the
office of Chief Engineer, Civil, BHEP Chanderkote JKSPDC, in presence of bidders who wish to
attend. In case of holiday on the date of opening of bid, the same shall be opened on the next
working day at the same time and venue.
4. Complete bidding process will be online .(Price bid not to be submitted in physical form.)
5.

Cost of tender document in the shape of DD only for Rs 600/= in favour of CP&AO,
BHEP,Chanderkote and earnest money
in the shape of CDR/FDR (of J&K Bank
/Nationalized/Reputed Bank) in original in favour of Chief Pay & Accounts officer , JKSPDC ,
BHEP Chanderkote and payable at Chanderkote District Ramban PIN CODE;-182148 and should
be valid for at least 90 days. The pre- qualification/ technical bid documents in original should
reach physically in the office of Chief Engineer , Civil ,BHEP, JKSPDC ,Chanderkote,Ramban,J&K
through speed post/Regd. Post/Courier only on or before the due date and time of
submission of the bid . Corporation will not be responsible for any delay due to any reason.

The tender not accompanied with the earnest money deposit of requisite amount shall be out
rightly rejected.

--s/d-ExecutiveEngineer
Mechanical Div.,BHEP,
Chanderkote,Ramban
Copy to the:1. Managing Director J&K State, PDC , Jammu/Srinagar for information
2. The Director Finance , JKSPDC , Jammu/ Srinagar for information
3. Chief Engineer, Civil,BHEP, Chanderkote, for information.
4. Superintending Engineer Mech,BHEP Chanderkote for information
5. Joint Director, Information Deptt. Jammu with the request to publish the Gist of ENIT in two local and atleast one National daily newspaper well before the due date of
the tender.

NAME OF WORK:- Providing and Fixing Automatic weather station at dam site for
collecting meteorological data of BHEP Chanderkote.

History & Necessity:-The BHEP is one of the most prestigious project in J&K state
which started its generation of stage-I in Oct-2008. Since the completion of its allied Dam body
a weather monitoring system comprising only of wind speed sensor, wind direction sensor and
manual rain gauge was installed at its top. But with the passage of time this system got
damaged and also obsolete. Since meteorological data at any large hydroelectric project is
necessary as per the national and international norms, therefore, it is necessary to restore such
system with the latest available option in order to record the various meteorological data at
site. Thus providing a scope to research and predict a climatic change at project site. This
data is also necessary to assess the impact of project reservoir on the surrounding environment.

PROPOSALS:-

It is proposed that the existing malfunctioning weather monitoring


equipments will be replaced with the latest automatic weather stations comprising of following
sensors.
1. Wind speed sensor.
2. Wind direction sensor.
3. Atmospheric pressure Sensor.
4. Heated Rainfall sensor.
5. Air Temperature Sensor.
6. Relative Humidity sensor.
All the above sensors readings can be read with the help of data logger and data retrieving
software . The reading of all above sensors will be automatically saved in its internal memories
and retrieved and analyzed at regular intervals. Thus this estimate has been framed to cover
the cost for its providing and installing at site.

GENERAL TERMS & CONDITIONS AND INSTRUCTIONS TO THE TENDERERS FOR E TENDERING
1.

Invitation , receipt & opening of bid with instructions to bidders regarding e-tendering

1.1.1

For and on behalf of Managing .Director, JKSPDC, Jammu & Kashmir State, e-tenders are
hereby invited from original equipment manufacturer / their duly authorized representatives
/reputed registered firms / registered contractors for works detailed under Scope of work , as
per terms and conditions, technical specifications and schedule thereof of this Tender
document.
1.1.2 Bidders are advised to download bid submission manual from downloads option as well as
from bidder manual kit on website www.jktenders.gov.in to familiarize with bid submission
process.
1.1.3 To participate in bidding process, bidders have to get Digital signature Certificate ( DSC ) as
per information Technology Act 2000 . Bidders can get digital signature certificate from any
approved vendors .
1.1.4 Bidders have to submit their bid ONLINE in electronic format with digital signature .
1.1.5 No Price bid will be accepted in physical form ..
1.1.6 Bids will be opened as per time schedule in NIT .
1.1.7 Bidders must ensure to upload scanned copy of all necessary technical and commercial
documents including scanned copies of Earnest Money , cost of tender document etc.,
( scan all documents on 100 dpi with black & white option )
1.1.8 The details of cost of documents , EMD specified in the tender documents and other techno
commercial documents (Scanned Copies)should be the same as submitted physically other wise
the bid will not be accepted
1.1.10 Earnest Money & cost of tender document and non sensitive pre-qualification & technoCommercial documents must physically reach the office of the Chief Engineer, Civil, BHEP,
JKSPDC, Chanderkote, Ramban, J&K before the last date of submission of bid by regd.
Post/speed post/ courier. JKSPDC will not be responsible for any delay due to any reason.
2.

The e-tender be submitted in two covers as under:-

2.1

Cover-I:
Scanned Copy of the following:
a)
Cost of tender document.
b)
Earnest Money Deposit
c)
Following pre-qualifying/eligibility documents to be attached
MY DOCUMENT

AREA

Prequalification / Eligibility Documents :


S.No.

Particulars

Copies of original documents defining the constitution or legal status , place of


registration and principal place of business

List with Documentary proof of having successfully completed similar works

3
4

Agreement of Joint Venture or consortium (if applicable)


Copy of valid registration Certificate issued by the competent authority
Copy of income tax clearance certificate and Copy of latest IT return submitted
in Income Tax Office for last three years
Copy of PAN No, TIN/VAT registration.

5
6
7
8
9
10
11

Copy of letter of authorization for signing of bid


No Deviation certificate in technical requirements
No deviation certificate in Commercial requirements
Details of all the machinery / facilities that exist with the contractor including
facilities for execution, inspection and testing
The bidder must furnish its full Arbitration & Litigation history with all
supporting documents along with present status thereof.

Note:- Pre Requisite for opening of cover-II.


Offers of those tenderers are liable to be rejected if document mentioned at S.No 1 to 11 under
cover 1 or are either not uploaded up to the bid closing date and time or not physically received in
original in the office of the tender opening authority well before the bid opening date and time.
Moreover offers of those tenderers shall also be out rightly rejected whose scanned copies of the
documents uploaded do not commensurate/match with the original document submitted physically as
Hard copy under cover I.
Cover -II: PRICE BID (Financial Cover)
Price bid as per Bill of Quantity (Online submission only )

INSTRUCTIONS FOR BIDDERS


a. The details of works to be carried out and its scope are given in subsequent sections of this
document. Brief description of the Project where work is to be executed is also given. The
bidders are advised to study the same carefully before tendering and it shall be deemed that they
have fully acquainted themselves with the same.
b. The bidders in their own interest are also advised to inspect and examine the site and its
surroundings and satisfy themselves before submitting their tenders, in respect of the site

conditions and salient features of the project. The cost of visiting the site shall be at the bidders
own expense.
c.

The Tender should be submitted in the prescribed form and affixed with Revenue Stamp of Rs.6
and the same should be signed properly as laid down hereunder:
(a)
If the tender is submitted by an individual, it shall be signed by the proprietor above his
name and full name of his firm with its current business address.
(b)
If the tender is submitted by a proprietary firm it shall be signed by the proprietor above
his full name and full name of his firm with its current business address.
(c)
Tenders submitted by joint venture of two or more firms as partners shall comply with
the following requirements:
a. The tenders and in case of successful tender, the agreement shall be Signed so as
to legally binding on all partners.
b. One of the partners shall be nominated as being in charge and this authorization
shall be evidenced by submitting a power of attorney signed by legally authorized
signatories of all the partners.
c. The partner in charge shall be authorized to incur liabilities and
receive instructions for and on behalf of any and all partners of the
joint venture and the entire execution of the contract, including
payments shall be done with the partner incharge.
d. All partners of the joint venture shall be liable jointly and severely for
the execution of the contract in accordance with the contract terms.
e. A copy of the agreement entered into by the joint venture partners
shall be submitted with the tender.
(d)
The bidders shall in no case witness the declaration forms of one another. Failure to
observe this condition shall render the tender of the bidder as well as of those
witnessing the tender liable for rejection.
(e)
Each bidder shall submit only one tender for each part of works.
(f)
The bidder shall bear all costs associated with the submission and preparation of its
tender and the JKSPDC will in no case be responsible or liable for those costs
regardless of the conduct or outcome of the tendering process.
(g)
Any effort by a bidder to influence the JKSPDC processing of tenders or award decision
shall result in the rejection of the bidders tender.

d. Pre-Qualification:The bidder must have successfully completed similar type of works for execution of the job
The bidder should be capable of carrying out the complete composite package independently. However,
in case the criteria is not fulfilled by the single bidder on its own, the bidders can propose experienced
sub contractors / vendors who fulfill the requisite relevant criteria for experience and qualification of his
part. However, the same shall be subject to the approval by the tendering authority.
The bidders can be individual, partnership firms, incorporated companies, consortia or joint ventures. In
case of Consortia / Joint Venture, these shall be bound by joint and several responsibility agreements.
For evaluation of technical bids the specific technical / financial strength of the members of the
consortium / JV / sub contractor / vendors shall be as follows:
.
a) The bidders shall quote for all the parts of composite tender. At the same time the bidders are
instructed to quote balanced costs for all the parts and break up schedule of payment shall be as
approved by the owner to eliminate any chances of front loading or irrational cost break up.
However, the cost comparison of tenders shall be done on overall composite quoted cost
b) The contractor shall furnish documentary evidence in support of his claim of fulfillment of
eligibility criterion.
c) The successful bidder can obtain the O&M manual from the owner & based on this, the O&M
activities are required to be performed for which the Contractor shall prepare the schedules and
get it accepted by the owner
d). The tenure of the contract being short the cost quoted shall be inclusive of variation of taxes on
account of taxes and duties etc., and shall not be subject to any escalation due to price variation.
e. The cost quoted should be firm.

f.

Tenders not accompanied by Earnest Money Deposit shall be rejected. If during the tender
validity period, the bidder withdraws his tender, the Earnest Money Deposit of such bidder shall
be forfeited.
g. The Earnest Money Deposit will be returned to the unsuccessful bidders after allotment of the
work to the successful bidder.
h. The bidders shall not be entitled during the period of validity of their offers, to revoke or withdraw
their tenders or vary in any respect the tender given or any term thereof.
i. The Notice Inviting Tender, Instructions to Bidders and Details regarding Project and the
Scheme shall form part of the Tender Documents.
j. The bidder must furnish its full Arbitration & Litigation history with all supporting documents along
with present status thereof. The intending bidders who have been blacklisted/ debarred by
Government of India or any Department / Undertaking thereof, any State Government or any
Department/ Undertaking thereof or any national/ international multilateral infra structure
financing/ funding institutions like ADB, WORLD BANK etc are not eligible to participate in
bidding in case the debarment is in force and effective on the date of submission of the bid.
In case the bidder has been debarred after the bid submission date and if the debarment is in
force and effective on the date of award of the contract, the bidder shall be deemed to be
disqualified for award of the contract.
--s/d-Executive Engineer
Mechanical Division
BHEP-I Chanderkote

SPECIAL CONDITION OF CONTRACT


These special conditions of contract shall be read and construed along with the general
conditions of contract. In case of any conflict or inconsistency between these Special Conditions
and annexed General Condition of Contract, provisions of special Conditions herein shall
prevail.
1. Rates and Taxes
Rates quoted should be firm and final inclusive of all charges, duties / taxes / VAT / entry tax
and octroi etc. to be paid by the firm on the material, being brought to site and cost of all
labours, supervisors, experts, labour license, EPF, insurance or any other statutory charges
required to be paid for the purpose of job. Any variations in these rates during the tenure of the
contract shall be absorbed by the contractor.
2. Deductions
Income tax, Service tax and works contract tax or any other statutory deductions as per Govt. of
India and as per orders of J&K Govt., as applicable, will be made. Presently the rate of income
tax, Labour Cess and work contract tax is 2%,1% & 12.6% respectively.

3. Penalty / Incentive
If the contractor fails to complete all items of work and fails to comply with the clause
completion time, the contractor shall pay delay damages to the owner for this default, the delay
damages shall be at the rate of 1% of the contract value per week subject to maximum of 10%
of the total contract value. These damages shall not relieve the contractor from his obligations
to complete the assignment or from other responsibilities, which he may have under the
contract.

.
4. Engineer I/C: Executive Engineer Mechanical Division BHEP Chanderkote Ramban.
5. Paying Authority: Chief pay & Accounts officer BHEP Chanderkote
6. Inspection / Testing:
Any discrepancy if pointed out by inspector or Engineer I/C should be rectified immediately
before going ahead. Complete work shall otherwise be open for inspection by any technical
officer of JKSPDC round the clock. However, instructions shall be given only through Engineer
I/C of the work. Quantity & Quality of various items to be arranged by the contractor are given
in separate annexure. However inspection & acceptance of the work will not absolve the
contractors responsibility for quality work and satisfactory operation of the units.
7. Expert / Skilled man power
Being a specialized job, which requires proper experience & Technical skills, the contractor,
should be equipped with sufficient skilled man power. The contractor shall arrange requisite
manpower having sufficient knowledge / skills required for the execution of specified work to the
entire satisfaction of Engineer in charge.
8. Responsibility of missing components/Tools/hardware etc. or damages, if any:
Contractor shall be fully responsible for all the hardware / components which are dismantled
from the unit and shall keep them in safe custody. Any missing item shall be arranged by the
contractor at his own cost and JKSPDC will not be responsible in any way. Contractor will also
be responsible for proper upkeep and maintenance of any special tools provided to him which
shall be returned in O.K. condition. Any other damage to any equipment or property of Baglihar
Power Station due to mishandling or carelessness of staff of the contractor shall also be made
good by him at his own cost. The contractor, at his own expenses, shall keep all the places and
surroundings of his working neat & clean & out of danger to any person or assets.
9. Termination of contract.
In case JKSPDC feels that work is not being carried out in accordance with the schedule, as per
technical requirements or as per instructions/directions of Engineer I/C and there is likelihood of
abnormal delay in completion of work or likelihood of doing the work not as per specifications
and norms leading to any problem in running of the Unit, JKSPDC is at liberty to stop the work
in between and get the work completed from any other source at the risk and cost of the
contractor.
10. Site stores, accommodation and security etc:
The contractor shall have to make his own arrangement for site store, accommodation of its
employees or any other space required by him for implementing this contract. Also the safety
and security of men and material belonging to the contractor shall be his own responsibility.
11. Transportation:
Transportation of men and material of the contractor shall be arranged by the contractor himself
at his own cost. Nothing extra will be paid by JKSPDC on this account.
12. Period for execution of work. Time of completion of job will be 60 days
13. Variation/deviation in quantities:
The Quantities in the BOQs are tentative and are subject to change and the rates shall be
applicable for the changed BOQ as well. For any additional items beyond advertised BOQ,
lowest markets rates shall be paid.
14. Arbitration/ Jurisdiction of court:
The arbitration shall be as per J&K arbitration and cancellation act. The courts of J&K shall have
exclusive jurisdiction in respect of all matters arising out of contract and which may arise at any
time.
15. Disclosure regarding blacklisting / debarment and status of litigation:

The bidder must furnish its full Arbitration & Litigation history with all supporting documents
along with present status thereof. The intending bidders who have been blacklisted/
debarred by Government of India or any Department / Undertaking thereof, any State
Government or any Department/ Undertaking thereof or any national/ international multilateral
infra structure financing/ funding institutions like ADB, WORLD BANK etc are not eligible to
participate in bidding in case the debarment is in force and effective on the date of
submission of the bid. In case the bidder has been debarred after the bid submission date
and if the debarment is in force and effective on the date of award of the contract, the bidder
shall be deemed to be disqualified for award of the contract.
--s/d-Executive Engineer
Mechanical Division
BHEP-I Chanderkote

Signature Not Verified


9

Digitally signed by MOHD HASSAN


Date: 2016.02.22 17:03:18 IST
Location: Jammu and Kashmir

You might also like