Sub.: Plumbing Works for Effluent Drainage

45
1 | Page Gujarat State Biotechnology Mission [GSBTM] Dept. of Science & Technology, Govt. of Gujarat Block 11, 9 th Floor, Udyog Bhavan, Gandhinagar - 382017 (Gujarat) TENDER ENQUIRY TENDER NO.GSBTM/SBInc/PLUMB/16/2016-17 Date 10.10.2016 Sub.: Plumbing Works for Effluent Drainage Last date of submission: 03.11.2016 at 3.00 PM Date of Opening: 05.11.2016 at 3.30 PM Tender Fees: - Rs. 1500/- (One thousand and Five Hundred Only) EMD: - Rs. 15,000/- (Fifteen Thousand Only) Contact for all Bid related Queries : Head, Instrumentation SAVLI BIO-INCUBATOR, AT EPIP/CFC BUILDING, GIDC SAVLI, MANJUSAR, VADODARA, 391 775. Ph: 02667-266000, 266004, Mob: 09909577323 | Email: [email protected] www.SavliBioIncubator.in

Transcript of Sub.: Plumbing Works for Effluent Drainage

Page 1: Sub.: Plumbing Works for Effluent Drainage

1 | P a g e

Gujarat State Biotechnology Mission [GSBTM]

Dept. of Science & Technology, Govt. of Gujarat

Block 11, 9th

Floor, Udyog Bhavan, Gandhinagar - 382017 (Gujarat)

TENDER ENQUIRY

TENDER NO.GSBTM/SBInc/PLUMB/16/2016-17

Date 10.10.2016

Sub.: Plumbing Works for Effluent Drainage

Last date of submission: 03.11.2016 at 3.00 PM

Date of Opening: 05.11.2016 at 3.30 PM

Tender Fees: - Rs. 1500/- (One thousand and Five Hundred Only)

EMD: - Rs. 15,000/- (Fifteen Thousand Only)

Contact for all Bid related

Queries:

Head, Instrumentation

SAVLI BIO-INCUBATOR, AT EPIP/CFC BUILDING, GIDC – SAVLI, MANJUSAR, VADODARA, 391 775.

Ph: 02667-266000, 266004, Mob: 09909577323 | Email: [email protected] www.SavliBioIncubator.in

Page 2: Sub.: Plumbing Works for Effluent Drainage

2 | P a g e

Chapter 1 Pre-Qualification [PQ] Criteria

1. Bid Processing fees DD of Rs. 1500/-(Rs. One thousand and Five Hundred Only)

should be submitted.

2. Average annual turnover of the company / firm should not be less than Rs.

10 Lacs over last three financial years.

3. The company/firms should be operational for minimum 3 years (attach

attested document)

4. The applicant should complete at least one similar work in past 3 years

(attach attested document)

Please Note:

1) Please submit all required documents duly filled, signed, stamped and

supported with documentary evidences, without fail.

2) The applicant has to accept defect liability period of 1 year.

3) No collaboration / association for application will be accepted.

4) Applicant has to give acceptance for providing 10% of the total value of

the work order as Security Deposit.

5) The bidder has to supply and install materials with required quality

standards/ Certification.

6) Bidders are advised to visit the site, understand the scope of the works

intended to be undertaken, before bidding.

Page 3: Sub.: Plumbing Works for Effluent Drainage

3 | P a g e

Chapter 2 TENDER NOTICE

Tender No GSBTM/SBInc/PLUMB/16/ 2016-17

GSBTM, DST, GoG invites Tender for Plumbing work at Savli Bio-Incubator,

EPIP/CFC building, Savli GIDC, Manjusar, Savli, Baroda as per the Specifications

given in Annexure-IV.

01 Tender No GSBTM/SBInc/PLUMB/16/ 2016-17

02 Work PLUMBing work for feed water, Drain water, and related Civil works

03 Location of work Savli Bio-Incubator, EPIP/CFC building, Savli GIDC, Savli, Vadodara.

04 Location of Physical Tender Submission

Gujarat State Biotechnology Mission [GSBTM], Dept. of Science & Technology, Govt. of Gujarat

Block 11, 9th

Floor, Udyog Bhavan, Gandhinagar - 382017

(Gujarat), Ph:079 232 52197, FAX:07923252195

05 Tender Fee [Non-refundable]

Rs.1500/- by Demand Draft (D.D.) drawn preferably on Nationalized Bank in favour of ‘Savli Bio-Incubator (GSBTM)’, payable at Gandhinagar.

06

Earnest Money deposit EMD of Rs. 15,000/- (Fifteen Thousand Only) has to be paid by D.D. drawn in favour of ‘Savli Bio-Incubator (GSBTM)’, payable at Gandhinagar.

07 Work Completion Time 45 working days from the date of acceptance of purchase order (Acceptance letter should be submitted to GSBTM within 7 days of receipt of purchase order)

08 Security Deposit 10 % of contract value in form of D.D. drawn in favour of ‘Savli Bio-Incubator (GSBTM)’, payable at Gandhinagar, to be submitted on issue of Letter of Intent (LoI).

09 Last date and time for online and physical Submissions in the Tender

On or before Dt: 03.11.2016 up to 15:00 hrs.

10 Opening of Technical Bids and Pre-qualification

05.11.2016 at 15.30 Hrs at 9th Floor, Block - 11, Udyog Bhavan, Sector-11, Gandhinagar.

11 Opening of Price Bids

Will be intimated later to qualified bidders

12 Validity of tender 90 days from the opening of Price bid

13 Penalty for delay of work completion

0.02% of order vale per day subject to maximum of 10% of total contract value.

14 Pre Bid Meeting Dt: 14.10.2016 at 12:30 hrs. At EPIP CFC Building, Savli GIDC, Manjusar, Vadodara.

15 Newspaper Advertisement Dt: 11.10.16

16 Online Submissions Starts on

Dt: 10.10.16 onwards

Page 4: Sub.: Plumbing Works for Effluent Drainage

4 | P a g e

1. The Mission Director, Office of GSBTM, 9th Floor, Block -11, Udyog Bhavan, Sector – 11, Gandhinagar reserves the right to reject any or all the tenders without assigning any reason thereof.

2. The bidders are required to quote the rate strictly as per the terms

and conditions mentioned in the Tender document. The conditional tender will not be entertained and shall be liable for outright rejection.

3. Physical submission of Tender should be sent either by Post or courier and

should reach by the prescribed Time limit. 4. Bidders are advised to visit the site, understand the scope of the works

intended to be undertaken, before bidding.

Page 5: Sub.: Plumbing Works for Effluent Drainage

5 | P a g e

Chapter 3 Brief Introduction

TENDER NO: GSBTM/SBInc/PLUMB/15/ 2016-17 Gujarat State Biotechnology

Mission, under the aegis of Dept. of Science & Technology, Govt. of Gujarat

[hereinafter referred to as GSBTM OR GSBTM, DST, GoG] is the nodal agency

for overall development of Biotechnology in the state and with financial

support from Dept. of Biotechnology, Govt. of India through its newly formed

arm – Biotechnology Industrial Research Assistance Council [BIRAC], has

developed a Bio-Incubator at EPIP/CFC building, GIDC, Savli, Baroda (hereinafter

referred to as Savli BioIncubator OR GSBTM) invites tenders from registered

manufacturers / agencies / suppliers, for plumbing and related Civil Works, in

an two bid system Part I & II, Part I Technical Bid/ PQ Bid and Part II Price Bid. Work: plumbing and civil for water connections from laboratories (Feed and Drain)

to ETP, of Savli BioIncubator, EPIP building, GIDC Estate, Savli, Vadodara-391 775. For any queries and/ or visit to the site, pl. contact: Dr. Manesh Thomas, Head,

Instrumentation, Savli BioIncubator [:02667-264900, 264891, 266604].

Bidders are advised to visit the site, understand the scope of the works

intended to be undertaken, before bidding. In view of the above and to get

reputed / reliable / registered Contractors / agencies / suppliers, for p lumb ing

and re la ted c i v i l wo rk s , it will be necessary to get the bidders pre-qualified

for the tender under reference, on the basis of the documents submitted by the

bidders as asked by GSBTM, 9th Floor, Block - 11, Udyog Bhavan, Sector –11,

Gandhinagar. Only the tenders of the tenderers who are qualified in the Technical Bid / Pre-

Qualification Bid will be considered for further evaluation. The tenderers

(bidders) are requested to send all the required documents as mentioned in the

Technical Bid / Pre-qualification Bid.

Decision of the Mission Director, GSBTM, 9th Floor, Block -11, Udyog Bhavan, Sector

– 11, Gandhinagar regarding pre-qualification based on the documents furnished by

the bidders will be final and binding to all the bidders and no correspondence will

be entertained from any of the bidders in this regard. The Mission Director GSBTM,

9th Floor, Block -11, Udyog Bhavan, Sector – 11, Gandhinagar reserves the right to

reject any or all the Technical Bids for pre-qualification without assigning any

reasons thereof. All decision to award the order will be made by GSBTM.

The selected tenderer will have to enter into an agreement with the GSBTM, 9th

Floor, Block-11, Udyog Bhavan, Sector – 11, Gandhinagar on a stamp paper

(Rs.100/=), and should be Notarised. The approved format of agreement by the

GSBTM, covering all terms and conditions interlay, that are advertised and stated

in this tender form and those which may be agreed upon or modified by both

parties during subsequent correspondence / discussions / negotiations.

Page 6: Sub.: Plumbing Works for Effluent Drainage

6 | P a g e

Chapter 4 Check List of Documents to be enclosed with the Tender

Cover I (Technical BID)

To be appropriately super scribed

Mandatory Documents in Physical Submission Prequalification & Technical Bid

Prequalification:

1. Bid Processing fees DD of Rs. 1500/- 2. Form No.1 Financial Strength of the Bidder 3. Form No.2 Firms/Company/ Contractor Details (Attested Documents) 4. Form No.3 Earnest Money Deposit (with DD) 5. Form No.4 Declaration

Technical Bid

6. Form No. 5 Technical Strength of bidder 7. Form No. 6 Performa of Compliance Letter 8. Form No. 7 Undertaking

(Financial BID Online Submission)

Mandatory Documents in Online Submission Financial Bid

1. Form No. 8 Commercial/Financial Bid(Form Available Online-Fill Data) 2. Form No. 9 Schedule of works(Form Available Online –Fill Data)

Note: Bidder have to fill up all details in all the forms, along with supporting

documents, failing which, it will lead to rejection of the BID

Page 7: Sub.: Plumbing Works for Effluent Drainage

7 | P a g e

Chapter 5 GENERAL TERMS & CONDITIONS

General Instructions (1). Tender

Tenders are invited on behalf of the Project Director, Savli Bio-Incubator,

EPIP/CFC BUILDING, SAVLI GIDC, MANJUSAR, VADODARA, Gujarat (India) from

reputed firm/company/unit/Contractors for plumbing and related Civil works for

New Drainage connection to Effluent Treatment Plant. The offer/Bid must be

strictly as per required specifications and the tender terms & conditions.

Commercial bid must be submitted separately as mentioned or otherwise bid will

be rejected.

(2). SUBMISSION OF OFFERS:

a. Bid should be submitted directly by company/firm/ authorized. The bidder

should be registered with any of the Government / Municipal Authorities, etc.,

as required under the law for carrying out business. The copy of the said

certificate(s) is to be enclosed with the technical bid.

b. The bid should be addressed to the Project Director, Savli Bio-Incubator Project,

Gujarat State Biotechnology Mission [GSBTM], Dept. of Science & Technology,

Govt. of Gujarat, Block 11, 9th Floor, Udyog Bhavan, Gandhinagar – 382017

(Gujarat).

c. Average annual turnover of the bidder in last 3 years from sales of Similar/Items

should be an average of Rs.10 Lacs. Audited Balance Sheets & Income Tax, Sales

Tax Returns for Last three years, as support Documents should be submitted

(Authorized by Government Department) along with the Technical bid. Bidder has

to confirm of having Sales Tax/VAT and Service Tax registration number. Attested

copy of the same to be provided along with the bid.

d. The bidder has to provide list of similar work done along with certificate.

e. Each page of your offer & tender form should be numbered, signed by an

authorized signatory giving his/her name, designation and Stamped.

f. Please quote best minimum prices applicable, leaving no scope for any further negotiations on prices.

g. The prices quoted should be final and inclusive of all charges.

Page 8: Sub.: Plumbing Works for Effluent Drainage

8 | P a g e

(3). DUE DATE & OPENING DATE: The Offer/Bid must reach Project Director, Savli

BioIncubator Project, GSBTM office, Block 11, 9th

Floor, Udyog Bhavan,

Gandhinagar - 382017 (Gujarat) on or before 03/11/2016 up to 3.00 PM sharp.

The tenders will be opened for pre-qualification and technical documents on 05/11/2016 at 15.30 hrs in the presence of bidders, who wish to present themselves at the time of opening of tender. In case, opening date happens to be a holiday, the tender will be opened on next working day at the same time & location. The price bids of two bid tender system shall be opened after technical evaluation & qualification of technical bids. The date of opening of price bids shall be informed to the bidders found suitable in technical evaluation.

(4). ACCEPTANCE OR REJECTION OF OFFER: The Project Director, Savli Bio-

Incubator, reserves the right to accept or reject any Bid/tender in part or full

without assigning any reason thereof.

(5) PURCHASERS RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS:

The purchaser reserves the right to accept or reject any bid, and to annul the

bidding process and reject all bids at any time prior to award of contract, without

thereby incurring any liability to the affected bidder or any obligation to inform

the affected bidder, of the grounds for the purchasers action.

(6). VALIDITY OF OFFER: The prices must be valid at least for a period of 90 Days

from the date of opening of the Technical Bid. No changes in prices will be

acceptable in any condition after opening of tender till the validity of the offer or

execution of the order whichever is later.

(7). NOTIFICATION OF AWARD: Prior to the expiration of the period of bid

validity, the GSBTM will notify the successful bidder in writing by registered letter

or by cable or telex or fax or e-mail. Successful bidder has to accept the same by

way of a confirmation letter to GSBTM within 15 days.

(8) BID PROCESSING FEES: Bid processing fees of Rs. 1500/- (Rupees One

Thousand Five hundred Only) for each tender, in the form of A/C Payee Demand

Draft drawn Bank in favour of ‘Savli Bio-Incubator (GSBTM)’ should be submitted

along with the Bid. Bid processing fee is non-refundable. Non submission of Bid

processing fee will lead to rejection of the Bid.

(9). EARNEST MONEY DEPOSIT (EMD): EMD of Rs.15,000/-( Rupees Fifteen

Thousand Only) for the parts quoted have to be submitted in the form of A/C

Payee Demand Draft drawn in favour of ‘Savli Bio-Incubator (GSBTM)’. Bids

without EMD in the prescribed format given or with insufficient amount of EMD

shall not be taken into consideration. No interest will be paid by the institute for

refund of EMD.

Page 9: Sub.: Plumbing Works for Effluent Drainage

9 | P a g e

(10) SECURITY DEPOSIT (SD): An amount of 10% of the contract value shall be

needed to be deposited as Security Deposit (SD), at the time of Acceptance of the

Works.

a. The successful bidder who has been notified of selection will have to submit

an unconditional Letter of Acceptance in the Format provided in Annexure

II and Annexure III, along with Security Deposit equivalent to 10% of the

total cost of the work, in the form of A/C Payee Demand Draft drawn in favour

of ‘Savli Bio-Incubator (GSBTM)’ payable at Gandhinagar, within 15 days from

the date of receipt of intimation of selection.

b. If the security Deposit is not paid within time specified, the EMD shall be

forfeited & BID will be rejected.

c. Security Deposit shall be released by the Project Director, Savli Bio-

Incubator, after the successful completion of defect liability period. No

interest will be paid on ‘Security Deposit’ and in the event of non–supply of

the Order, Delay supply & incomplete related formalities; the Security

Deposit shall be forfeited.

(11). Work Specifications:

It must be ensured that the offers must be strictly as per Savli Bio-Incubator work specifications as mentioned in Annexure IV. Work under this section consists of furnishing all labour, materials, equipment and appliances necessary required to completely install internal and external water supply pipes, pipes, fittings, valves and specialties, construction of manholes, platforms and related Civil works etc. with water proofing material as indicated on the drawings or specifications. The Contractor shall carryout and completes the said work under this contract in every respect in conformity with the rules and regulations of the local Authority. Supply, Installation, testing and commissioning of the complete work shall be as per the specifications and drawings and minor modifications as per the instructions of the Engineer in charge. The contractor must get acquainted with the proposed site for the works and study specifications and conditions carefully before tendering. The work shall be executed as per programme approved by the Project Engineer. If part of site is not available for any reason or there is some unavoidable delay in supply of materials stipulated by the employer, the programme of construction shall be modified accordingly and the contractor shall have no claim for any extras or compensation on this account. The GSBTM also reserves right to amend, alter, increase or decrease the scope of work and payment will be made accordingly. (12). Workmanship: The workmanship shall be best of its kind and shall conform to the specifications, as below or Indian Standard Specifications in every respect or latest trade practices and shall be subject to approval of the engineer in charge. Bidders must furnish a Compliance Statement of each and every required Specification of the tender (Form No. 7). All materials shall be best of their kind and shall conform to the latest Indian Standards.

Page 10: Sub.: Plumbing Works for Effluent Drainage

10 | P a g e

(13). Time scheduled for Work Completion: The plumbing and related civil works at EPIP Building, Savli should be completed

within 45 working days1 from the date of acceptance of work order. Completing

the works on time is very important and if Works are not completed within the

stipulated time, GSBTM shall be at liberty to levy penalty, token or as shall be

decided by the Mission Director, GSBTM; but maximum as spelt in the concerned

Clause herein or procure the material at tenderer’s risk and cost and if thereby

any extra expenditure is involved, the same shall be debited to tenderer’s

account. If GSBTM is unable to procure the material from alternate source in time

and if GSBTM suffers any consequential loss, tenderer will have to bear the same.

GSBTM, in that case, will forfeit the security deposit and will also have the right to

recover the claim against party for damage incurred. GSBTM may undertake mid-

term and/ or term-end inspection/ testing of the performance through internal or

external experts/ Engineer(s).

(14). Work Completion time Penalty:

If work is not completed as per work completion time, GSBTM shall be at liberty to

levy penalty, token or as shall be decided by the Mission Director, GSBTM; but

maximum to be levied @ 0.02% of contract value per every working day delayed,

up to the maximum 10 % of the contract value. This will not absolve the contractor

from the responsibility of getting the balance work done.

At any stage of tender even after issue of purchase order, if it is found that any

defaulting/ deviation/ falsification/ misrepresentation of any tender terms or

technical specification using similar technical terms with functional difference, has

been effected (unless it is clearly mentioned in the compliance statement

submitted to GSBTM), it is considered as a case of conniving and The Mission

Director GSBTM, 9th Floor, Block -11, Udyog Bhavan, Sector – 11, Gandhinagar,

reserves the right to disqualify bidder, forfeit EMD/SD/Black list the company

from further Tenders.

(15). Defect Liability Period:

The defect liability period of 12 Months from the date of actual completion (Fully functional) of work by the bidder and certified by Engineer in charge. If any damage during to materials or constructions, bidder should make arrangements for repair and/or replacement within a period of 7 working days of the complaint. If failed to provide repair/replacement, the Bidder will be required to pay a penalty towards delay, @ 0.01% of the invoice value for every day delayed, and the same shall be deducted from Security Deposit.

1 Working days of Government of Gujarat

Page 11: Sub.: Plumbing Works for Effluent Drainage

11 | P a g e

(16). Loss and Damages:

Any loss or damages or deterioration of any material in transit shall be at the cost

of the bidders. It shall be at the discretion of GSBTM to reject, damaged or spoiled

material, if so noticed. During the work, if any property of EPIP Building is

damaged then book value/repair cost + 20 % of same would be recovered from the

contractor.

(17) Insurance:

Transit insurance of the consignment/Insurance of contractor’s manpower should

be provided by the contractor at his cost.

(18) Statutory Obligations:-

I. That the “Bidder shall obtain license under the Bombay Shops and Establishment

Act and it shall pay wages and benefits in accordance with the applicable laws and

shall not pay less than as notified by the Government Authorities from time to time

and shall maintain the employment records as required under applicable laws.

II. That the Bidder shall get his own License under Contract Labour (Regulation and

Abolition) Act, it shall be binding to get the same renewed from time to time and

shall maintain all the records as per the act.

III. That the Bidder shall be responsible to enroll his employees, deduct, add and

deposit in the relevant accounts the contributions as required under the Employees

State Insurance Act, 1952 and the Employees Provident Funds and Miscellaneous

Provisions Act 1952 and any other enactment's covered under the various

applicable labour laws as well as maintain all books of records for the staff and

employees deputed by it for this contract such as required under any laws

applicable. The Bidder shall also furnish a copy of such statements as documentary

proof to the GSBTM, 9th Floor, Block -11, Udyog Bhavan, Sector – 11, Gandhinagar.

IV. That if the Bidder is not covered under the Employees State Insurance Act,

1952 then it shall be the duty of the Bidder to take appropriate insurance cover

under the Workmen Compensation Act and take Group Personal Accident Policy for

all the employees deputed at the premises of the “First Part”.

V. The Bidder has to issue to the employee's Identity card with their photos and

shall also maintain relevant register.

VI. That the Bidder shall give leave/holiday to its workforce as per the provisions

of labour laws applicable.

VII. That the Bidder would comply with all applicable laws and maintain all such

necessary records as necessitated under such enactments.

Page 12: Sub.: Plumbing Works for Effluent Drainage

12 | P a g e

(19) Prices:

Prices quoted by the tenderer should be firm and no price increase will be allowed

to the tenderer during the supply period. The prices quoted shall be all inclusive

(e.g. inclusive of all taxes &/or duties applicable, transport, loading-unloading,

damage, breakage, etc.).

(20). INVOICE: The Party who will be selected by the purchaser will have to submit

the Invoices in 3 Copies.

The Following points should be specifically included in the Invoice:

a) Invoice to be made in the name of The Project Director, Savli Bio-

Incubator.

b) Invoice Value must be mentioned in Indian Rupees and no change to the

same shall be entertained.

c) Invoice should include complete details of Item i.e. as per BOQ, along with

their prices.

d) Duties & Taxes as applicable should be mentioned separately.

(21). PAYMENT CONDITION: No advance payment will be made to any supplier.

Payment will be made only after 30 days of satisfactory completion of work

subsequent to commissioning and certification of works by our technical

expert/agency as may be decided by the client. The payments will be made in

Indian currency only by crossed multicity Cheque.

(22). Other Payment and related Terms:

Payments will be done within 30 working days from the date of receipt of the bill.

Payments shall be made only for the work executed, mentioned in Schedule of works in all respects as per quoted rates (BOQ), based on drawings and specifications. Works contract tax / sales tax TDS/Service tax, prevailing from time to time as per rule shall be deducted from the running account bills. TDS will be deducted from bill amount as per the prevailing Govt. Rules and regulations. The payment will be made to the Tenderer only after completion of the work as full and final settlement. Other deduction either statutory or other work reason, if any.

(23). DELETION OF NAME: Names of bidders, backing-out/defaulting after opening

of tenders will be recommended for deletion from the list of suppliers in addition

to forfeiture of EMD submitted by them, if any.

(24). LATE/ DELAYED /UNSOLICITED BID: Late or delayed/Unsolicited Bid/offers

shall not be considered at all.

(25). DISPUTE SETTLEMENT: All disputes arising out of this contract shall be referred to the sole arbitration of the Project Director, Savli Bio Incubator, Manjusar, Vadodara, who is overall controlling authority of this laboratory and

Page 13: Sub.: Plumbing Works for Effluent Drainage

13 | P a g e

his/her award shall be final and binding on the parties to the dispute. The venue of arbitration shall be SAVLI BIO- INCUBATOR, EPIP/CFC BUILDING, SAVLI GIDC, MANJUSAR, VADODARA, GUJARAT (INDIA), 391 775 or venue decided by Project Director. (26). AMENDMENT TO BID DOCUMENT

a. At any time prior to the deadline for submission of bids, the Purchaser may,

for any reason, whether at its own initiative or in response to a clarification

requested by a prospective bidder, modify the Bid Document by

amendment. Such amendments shall form an integral part of bid documents

and it shall amount to an amendment of relevant clauses of the Bid

Document.

b. The prospective bidders are required to keep a watch on the GSBTM and

Savli BioIncubator website. The Purchaser reserves the right to reject the

bids if the bids are submitted without taking into account these

amendments/clarifications. In order to allow prospective bidders reasonable

time in which to take the amendment into account in preparing their bids,

the Purchaser, at its discretion, may extend the deadline for the submission

of bids.

(27). Quality standard

Bidder has to match the requirement of specification and quality standards of

Items/ goods / materials as specified in the tender document. The Project

Director, Savli BioIncubator reserves the rights to enquire such specification or

standards at any time during execution. Failing to meet the requirements of

specifications or standards stands for the penalty. The Project Director, Savli

BioIncubator has the rights to cancel the work order if the quality is not matching

the requirement of tender.

IMPORTANT NOTE:

All the following prescribed forms/Proformas/ attachments to the tender

along with the relevant documents will have to be duly filled, signed,

stamped and submitted in physical form. Manipulations of any kind to

change the original prescribed forms/proformas by the Bidder, will lead to

rejection of the BID.

Execution of work will be at: Savli BioIncubator, EPIP/CFC building, Savli GIDC,

Savli, Vadodara.

Bidders are advised to visit the site, understand the scope of the works

intended to be undertaken, before bidding.

Page 14: Sub.: Plumbing Works for Effluent Drainage

14 | P a g e

Chapter 6 Submission Performa

Form No.1 (Pre-Qualification)

Financial Strength of the Bidder:

Sr. No. Financial Year (Last 3 Years) Turnover (Rs. In Lacs)

1 2012-2013

2 2013-2014

3 2014-2015

4 2015-2016

Average

Audited Balance sheet or Profit and Loss account statement and Certificate of

turnover attested by CA

Signature with seal of Bidder

Form No. 2 (Pre-Qualification)

Firms/Company/ Contractor Details

Sr. No.

Attested copy of following documents should be attached.

Submitted Yes/ No/NA

1 Firm Registration Certificate

2 Copy of Partnership Deed or proprietorship deed/ Memorandum of Association/ Articles of Association as applicable

3 Copy of latest Income Tax returns (last 3 years)

4 Copy of PAN card

5 Copy of Service Tax certificate

6 Bidder/Firm details

7 Whether enlisted as approved Contractor with GoG or any State or Central Govt. / Public Sector Undertaking/ SEB / any other; if so, please furnish details and copy of certificate (Not compulsory)

8 Registration Certificate Copy in the state of Gujarat or equivalent class in other state or CPWD (Copy attached) or Empanelled with any Bank/ organization (Not compulsory)

Failing to provide any of above mentioned documents other than not compulsory

documents leads to disqualification

Signature with seal of Bidder

Page 15: Sub.: Plumbing Works for Effluent Drainage

15 | P a g e

Form No. 3 Earnest Money Deposit (Pre-Qualification) On Tenderer’ s Letter Head From: Ref:

Date: To, GSBTM, Block -11, 9th Floor, Udyog Bhavan, Sector - 11 Gandhinagar – 382 017 Sub: Earnest Money Deposit against TENDER NO.GSBTM/SBInc/Plumb/16/ 2016-17

Dear Sir, With reference to above and as per terms and conditions of tender we are sending

Herewith D.D. No. ________________________ Dated________________ drawn on

[Name of Bank and Branch]______________________________ Payable at

Gandhinagar for the items quoted.

Kindly acknowledge the receipt.

Thanking you,

Yours truly,

[Name and Signature]

Page 16: Sub.: Plumbing Works for Effluent Drainage

16 | P a g e

Form No. 4 (Pre-Qualification) On Tenderer’s Letter Head

DECLARATION

From: Ref:

Date:

To,

GSBTM,

Block -11, 9th Floor, Udyog Bhavan,

Sector – 11, Gandhinagar – 382 017

Sub: Declaration.

Ref: TENDER NO.GSBTM/SBInc/Plumb/16/ 2016-17

Dear Sir,

I / We have carefully gone through and clearly understood the tender notice tender terms and conditions and tendered to execute and satisfactorily complete the whole work strictly in accordance with the said Tender.

I/We hereby solemnly declare that none of our Partners Jointly or Severally or Our Firm / Company / Associates company have not been Black Listed by the Central Government or any State Government or It’s Undertaking.

I/We hereby solemnly declare that we have formed any consortia/joint venture/association/ collaboration for the purpose of this tender.

I/We hereby solemnly accept to provide 10% of the Tender Value as Security Deposit [SD].

I/We hereby further declare that, if the above Declaration is found untrue, GSBTM, 9th Floor, Block - 11, Udyog Bhavan, Sector – 11, Gandhinagar shall be entitled to take any action against us severally and or individually or our firm / Company, In this regard in any manner that May deemed fit BY GSBTM, 9th Floor, Block -11, Udyog Bhavan, Sector – 11, Gandhinagar.

Thanking you,

Yours truly,

[Name and Signature & Stamp]

Page 17: Sub.: Plumbing Works for Effluent Drainage

17 | P a g e

Form No. 5 (Technical)

Technical Strength of bidder( Similar work carried out during last three years)

Sr. No. Name of Client Nature of work

Work Order No Date of commencement

Date of completion

Value. INR

1

2

3

Minimum one satisfactory work completion certificate is required for

Qualification. Proof accepted are

1) Attach Form No. 3A for Government works if any

2) Attach architect’s completion certification for private work.

Note: If the adequate documents are not provided, the bid is liable for rejection.

Signatures of the authorized signatory____________________

Name of the signatory _________________________________

Designation ______________________________________

Name & Seal of the Bidder party ______________________________________

Dated:___________

_______________________________________________________________________

Page 18: Sub.: Plumbing Works for Effluent Drainage

18 | P a g e

Form No. 6 (Technical)

Performa of Compliance Letter

(On bidder’s letterhead duly Signed by Authorized Signatory and Stamped)

To,

Project Director,

Savli Bio-Incubator,

CFC/EPIP Building,

Opp. Netafim, Opp. Sabic, Savli GIDC Estate,

Manjusar, Savli Vadodara.

Sub: Compliance with the tender terms and conditions, specifications and

eligibility Criteria

Ref: TENDER NO.GSBTM/SBInc/PLUMB/16/ 2016-17

Dear Sir/Madam,

With reference to above referred tender, I, Undersigned<<Name of Signatory>>, in

the capacity of <<Designation of Signatory>>, is authorized to give the undertaking

on behalf of <Name of the bidder>>

We wish to inform you that we have read and understood the total requirement of

the above mentioned bid submitted by us on __________(dd/mm/yyyy)

We hereby confirm that all our quoted items meet or exceed the requirements and

are absolutely in compliance with specifications mentioned in the bid document.

We also explicitly understand that all quoted items and technical specifications of

the bid and that such technical specification overrides the brochures/standard

literature if the same contradicts or is absent in brochures.

In case of breach of any tender terms and conditions or deviation from bid

specification other than already specified as mentioned above the decision of Savli

Bio Incubator Tender Committee for disqualification will be acceptable to us.

Thanking you,

For <<Name of the bidder>>

<<Authorized Signatory>>

<<Stamp of the bidder>>

_______________________________________________________________________

Page 19: Sub.: Plumbing Works for Effluent Drainage

19 | P a g e

Form No. 7(Technical)

Performa of Undertaking (To be given on the Letterhead)

Undertaking to be given by the tenderer for supply of Items mentioned in tender:

Whereas, Project Director, Savli Bio-Incubator, CFC/EPIP Building, Opp. Netafim,

Opp. Sabic, Savli GIDC Estate, Manjusar, Savli Vadodara. (Gujarat-India), has called

for tenders for supplies/service as per the List enclosed.

I/We hereby offer our tender at the rates as submitted a commercial bid and

hereby also affix my/our signature(s) below this tender voluntarily and with full

acceptance of all the terms and conditions of this tender, which shall be the

agreement between the above tender calling authority and myself/us.

Signature of the Supplier:

Name of the Supplier:

Capacity in which signing:

Full address of the supplier:

With Seal/Stamp

Place:

Date:

Page 20: Sub.: Plumbing Works for Effluent Drainage

20 | P a g e

Form No. 8 (MUST BE SUBMITTED ONLINE ONLY)

Commercial /Financial Bid

With reference to Tender Notice No: TENDER NO.GSBTM/SBInc/PLUMB/16/2016-

17 dated 15/7/2016, (inclusive of taxes, transportation etc.,) and total cost for our

Bid quantity is as given below.

Sr.

No. Name of the Work

Total Cost

(INR)

Remarks

1 Plumbing Works for Effluent Drainage 0.00

Total(INR) 0.00

In Words: INR ___________________________________________________________

I agree to terms and conditions as mentioned in the Tender Notice No:

……………………… dated …………….., issued by the Project Director, Savli Bio-

Incubator, CFC/EPIP Building, Savli GIDC Estate, Manjusar, Savli Vadodara,

(Gujarat). The Items, for which the Commercial /Financial Bid is being submitted

on line, is as per the specification specified in the Tender Notice.

Signature

Name of the Manufacturer / Supplier

Stamp

Page 21: Sub.: Plumbing Works for Effluent Drainage

21 | P a g e

Form No. 9 (MUST BE SUBMITTED ONLINE ONLY)

Schedule of works:

Sr.

No.

Description Quantity Unit R

at

e

Amou

nt

1 CPVC PRESSURE PIPES (IS 15778) AND

FITTINGS FOR FEED WATER FROM

EXISTING LINE

Supply and fitting of pipes for conveying feed

water for washbasins & RO Units.

Supply and Fittings of ¾” size, CPVC pressure

pipes with all required fittings, with high

quality branded material, using standard

jointing compound thereafter providing sealant

complete followed by testing and

commissioning.

New connection should be established from

existing supply line of ¾”or 1inch size,

external through the wall (40 cm) and should

be properly clamped to wall. Clamping of the

pipe is to be done to support it while allowing

the freedom for movement. Core drilling,

filling of the joints and colouring should be

done.

Piping for future fixtures shall terminate with

approved cap or plug

Proper connection to tap inlet of wash basin/

proper termination of the Piping should be

done with threaded plug where ever required as

per the instructions of the Engineer in charge.

65

Mtr

2 UPVC PRESSURE PIPES AND FITTINGS

FOR DRAIN WATER FROM WASH

BASINS

(IS 13592 Unplasticised polyvinyl chloride

(UPVC) pipes for soil and Waste discharge

system for inside and outside building)

Supply & Fittings UPVC (2 inches ) pipes for

wash basin drain outlet point with all required

fittings of high quality branded material, using

standard jointing compound thereafter

providing sealant complete. Core drilling,

300

Mtr

Page 22: Sub.: Plumbing Works for Effluent Drainage

22 | P a g e

filling of the joints and colouring should be

done where ever necessary.

New connection should be established with 2”

size UPVC SCH 40 DWV, through the wall

and should be properly clamped. Clamping of

the pipe is to be done to support it while

allowing the freedom for movement.

Junctions should be provided for collection of

drain from sink outlet/ proper termination of

the Piping should be done with threaded plug

where ever required.

This Pipe line should be connected to external

2” Waste UPVC SCH 40 DWV pipes with

required fittings.

Piping for future fixtures shall terminate with

approved cap or plug.

External vertical connections should be done

using 2” size UPVC SCH 40 DWV through the

wash room to the service duct outside building

from drain outlets of third floor, Second floor

and first floor as per the instructions of the

Engineer in charge.

Some wash rooms have curved inner side,

where bending of uPVC pipe or bendable

chemical and solvent resistant pipe can be used

(it should be crack Free).

This pipeline should be properly clamped to the

service duct wall, Tee should be with a

threaded door, connecting each floor and

Individual vertical outlets of drain should be

extended to ground and should be terminated to

manhole as per the instructions of the Engineer

in charge.

3 UPVC PRESSURE PIPES AND FITTINGS

FOR DRAIN PIPING (IS 13592)

Unplasticised polyvinyl chloride (UPVC)

pipes, Type A, for soil and waste discharge

system for outside building.

Supply & Fittings 8 Inch Drainage type UPVC

SCH 40 DWV pipes for underground drain line

with all required fittings (Tees, Elbows, of high

quality branded material, using standard

jointing compound thereafter providing sealant

complete.

Adequate slop should be provided for

horizontal drainage piping with uniform

alignment for free flow of waste water.

Drainage Piping for future fixtures shall

terminate with approved cap or plug

151

Mtr

Page 23: Sub.: Plumbing Works for Effluent Drainage

23 | P a g e

Individual Manholes should be connected with

8” Waste UPVC SCH 40 DWV with adequate

slope and extended to the collection tank for

Effluent treatment Plant (ETP).

4 DRAINAGE MANHOLE, BOTH SIDE

WATER PROOF, WITH 3 or 4 WAY

CONNECTION WITH MANHOLE

COVER WITH FRAME

The excavation for Manholes of 120 × 90 cm,

as per IS 4111, depth up to 1.2 m, shall be true

to dimensions and levels should be maintained.

The manhole shall be built on a bed of cement

concrete 1:4:8 with thickness of 20 cm.

The brick work shall be with class 75 bricks in

cement mortar 1:4, external joints of the brick

masonry shall be finished smooth, and the

joints of the pipes with the masonry shall be

made perfectly leak proof. The walls of the

manholes shall be plastered inside and the

external surface with 12 mm thick cement

plaster 1:3 (1 cement: 3 coarse sand) finished

smooth.

Supply and laying of C.I Cover With Frame

of dimension 300 mm of MD - 10 grade, with

all required fittings. Specification for Cast Iron

Manhole Covers and Frames as per IS 1726

and Manhole covers and frame shall be

manufactured from appropriate grade of grey

cast iron not inferior than FG150 grade of IS

210. Shape, dimensions and tolerance of pre-

cast concrete manhole covers and frames shall

conform to IS 12592

The frames of manhole shall be firmly

embedded to correct alignment and level in

RCC slab or plain concrete as the case may be

on the top of masonry.

The rate shall include the cost of materials and

labour involved in all the operations described

above

9

Nos

5 DIGGING OF TRENCH FOR LAYING

PIPE AND REFILLING

The trenches shall be so dug that the pipes may

be laid to the required alignment to maintain

slope and at required depth (0.6 Mtr depth to

2.0 Mtr and width of the trenches shall not be

less than 500 mm).

Bedding of trench for laying pipe should be

125

Cubic

Mtr

Page 24: Sub.: Plumbing Works for Effluent Drainage

24 | P a g e

done with required grade by filling with

selected fine earth or sand (or fine moorum if

fine soil or sand is not available locally) and

compacted so as to provide a smooth bedding

for the pipe.

During excavation propor supervision should

be done to avoid damage to pipe line/electrical

cables etc. if any damage occurred it is bidders

responsibility to replace the same.

The materials excavated shall be separated and

stacked so that in refilling they may be re-laid

and compacted in the same order to the

satisfaction of the Engineer-in-Charge

6 REMOVAL AND REFIXING OF PAVER

BLOCKS

Removal of existing paver blocks carefully and

without damage for digging of soil and re-

fixing the same, if damage occur contractor

should make arrangement for the same type of

paver blocks, all this work should be done as

per the instructions of the Engineer in charge.

76 Sq.m

7 REMOVAL AND REFIXING OF RED

MANDANA STONE

Removal of existing Red Mandana stone

carefully and without damage for digging of

soil and re-fixing the same, if damage occur

contractor should make arrangement for the

same type of Red Mandana Stone, all this work

should be done as per the instructions of the

Engineer in charge.

14 Sq.m

8 LABORATORY SINK WITH

CABINET(SS 304) FLOOR MOUNTING

Supply and Fittings of all free-standing SS

sinks with cabinet (2 doors) are constructed of

14 gauge type 304 stainless steel. with all

required accessories and connections.

Stand alone Stainless Steel Single Sink cabinet

with Splash Back and raised edges.

SS Cabinet Size (Aprox): L800mm x W600mm

x H800mm or more and Bowl Size: L450mm x

W450mm x D300mm or more

Sinks feature should have Backsplash of; 8"or

more.

Corners should be curved, with SS tap (1 No).

Water and drain connections should be done.

1 Nos

9 WASH BASIN WITH CABINET AND

MIRROR

Providing & fixing 1 No’s Wash Basin With

1 Nos

Page 25: Sub.: Plumbing Works for Effluent Drainage

25 | P a g e

Cabinet with SS Tap, Angle coke and all

fittings.

Wash Basin With Cabinet, Floor Mounting,

Moisture Resistant (1000 x 350 x 750 mm or

more) with extended counter Top Ceramic

Wash Basin 1000 x 460 mm or more

dimensions.

Providing & fixing 1 No’s Mirror with colour

matching to wash basin Cabinet and frame size

of minimum 90 x60.

10 RCC Civil Work of 5*5 meter platform for

ETP plant:

Site clearance: Surface dressing of the ground

including removing trees, vegetation and

making surface leveled and disposal of

rubbish/debris outside SBInc premises to an

unobjectionable place.

Digging on the Ground level (+0.00) up to

depth of 300 mm, for area of 5*5 meter GA

platform, levelling followed by back filling up

to 100 mm below ground level. Disposal of

surplus excavated earth within/outside SBInc

premises to an unobjectionable place as per the

instructions of the Engineer in charge at your

cost.

Providing and laying 7.5 Cubic meter Plain

concrete work (PCC) 1:3:6 (lime concrete

with hand broken stone aggregates40 mm

nominal size and 40 % mortar comprising of 1

lime putty, 3 fine sand and curing complete on

G.L (+0.00) to depth 100 mm.

Providing and laying 7.5 Cubic meter

Reinforcement concrete work (RCC) 1:2:4

(1 cement 2 coarse sand and 4 graded stone

aggregate 20 mm size) and curing complete on

the G.L (+0.00) to height up to 300 mm

through using steels 8T@200C/C.

The rate shall include the cost of materials and

labor involved in all the operations described

above.

1

Work

11 RCC COLLECTION TANK WITH ACID

RESISTANT TILES RCC SLAB AND CI

MANHOLE COVER

Underground laboratory waste water collection

tank(s) should be made as per design supplied

1 Nos

Page 26: Sub.: Plumbing Works for Effluent Drainage

26 | P a g e

by the structural Consultant.

Digging construction, testing & commissioning

of underground tank and back filling after

completed work compacting by the side of

foundation and disposal of surplus excavated

earth within/outside SBInc premises to an

unobjectionable place.

All concrete should be used of IS M:25(1:1:2).

The excavation for the tank, depth up to

required level to maintain free flow of water to

tank

Necessary Air vent pipe should be erected and

inlet for pump set pipe (3 inch Diameter)

should be made.

Providing & fixing of 200 x 100 x 12 Acid

Proof Tiles to inner walls fixed with tiles

adhesive (epoxy based) and filling of joints

with chemical resistant epoxy grout at inner

floors.

Supply and laying of C.I Cover With Frame

of dimension mentioned in drawing, with all

required fittings. Cast iron manhole step should

be provided.

Specification for Cast Iron Manhole Covers

and Frames as per IS 1726 and Manhole covers

and frame shall be manufactured from

appropriate grade of grey cast iron not inferior

than FG150 grade of IS 210.

Termination of all 8” Drainage type UPVC

SCH 40 DWV pipes for underground drain line

should be done in this collection Tank, and the

tank should have at least 4’ depth below inlet

pipe level as described in structure design. As

per the site condition the collection tank should

be finished at ground level and area except

access pipe outlet/ air vent/ manhole should

covered with the removed paver block.

The rate shall include the cost of materials and

labor involved in all the operations described

above.

12 CABLE TRENCH AND UPVC PIPE SUPPLY

AND LAYING.

Digging, laying only (3.5 Core Cable will be

provided) and refilling of trenches after laying

of pipeline with 1100 Volts Grade Cable,

XLPE(3.5 Core X 50 Sq.MM) and with supply

of 110 mm, 0.6 MPa Class3 shall either be

measured separately as specified in the

appropriate clauses of excavation and earth

work or clubbed with main item.

15

Mtr

Page 27: Sub.: Plumbing Works for Effluent Drainage

27 | P a g e

13 REPLACING EXCISTING BALL VALVE 2”

(50 MM) BRASS

Replacing of existing Ball Valve, Non-Rising

Stem with inner Threaded Ends with new Brass

Ball Valves of reputed Brand. If Pipe damaged

it should be replaced by the bidder.

9 Nos

14 REPLACING EXCISTING TAPS FOR

WASH BASINS(SS)1/2”

Replacing of existing ½” Water Taps, with new

SS taps of reputed Brand.

40 Nos

Page 28: Sub.: Plumbing Works for Effluent Drainage

28 | P a g e

Chapter 8 Annexure – I

Pre-Qualification Performa – I

Sr.

No.

Criteria Documentary Proofs to be appended. Documents Submitted (Yes/No)

1. Annual turnover of

firm/not less than Rs.

10 Lacs each in last 3

years (Chapter 7, Form

1)

Audited statement of accounts/profit

or loss statement and Turn over

certificate attested by CA

2. Company operational

over last 3 years

(Chapter 7)

Company registration certificate

4. Defect liability period

of 1 years

Undertaking acceptance letter signed

by authorized signatory

5. Bid processing fees DD in favour of ‘Savli Bio-Incubator

(GSBTM)’

6 EMD DD in favour of ‘Savli Bio-Incubator

(GSBTM)’

Note: If the adequate details and documents are not provided, the bid is liable for

rejection.

Page 29: Sub.: Plumbing Works for Effluent Drainage

29 | P a g e

Performa Contractors Information Sheet- 1

1. Name of Contractor / Firms

2. Brief details of the firm/company/unit

3. Name, address with FAX/Telephone No. and email

4. Name, Designation and telephone Number of contact persons

Signature

Name

Name of the Contractor / Firms Stamp _______________________________________________________________________

Page 30: Sub.: Plumbing Works for Effluent Drainage

30 | P a g e

Chapter 8 Annexure I (For successful bidder only)

ACCEPTANCE LETTER TO BE GIVEN ON THE LETTER HEAD

To,

SAVLI BIO- INCUBATOR,

EPIP/CFC BUILDING,SAVLI GIDC,

MANJUSAR, VADODARA

Gujarat (India)

Sir,

We hereby unconditionally accept the tender terms and conditions in its entirety

for Tender no: …………………….dated…………………..

We also confirm that payment of Security Deposit has been made in the form of DD

and receipt of the same is enclosed where applicable.

We understand that if RATES against each item of Schedule of Quantities are not

WRITTEN in both FIGURES as well as WORDS, the Bid will STAND REJECTED.

Date: ____________

Signature with seal of Bidder

________________________________________________________________

Page 31: Sub.: Plumbing Works for Effluent Drainage

31 | P a g e

Chapter 9 Annexure II

(For successful bidder only)

CONTRACT FORM (Contract form should be duly filled on stamp paper of Rs. 100)

This Agreement is made on the …….day of ……………….2016….between…………………….

The Project Director, Savli Bio Incubator, India (hereinafter “the Purchaser”) of

the one part and ………….. (Name of Contractor & Firm) of ………………….(City and

Country) (hereinafter called “the Contractor”) of the other part: WHEREAS the

Purchaser invited bids for plumbing along with related civil works and other

services viz.,…………………………… (plumbing, civil work and Services) and has

accepted a bid by the contractor& firm for the execution of plumbing, civil work

and services for the sum of …………………. (Contract Price in Words and Figures)

(Hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as

part of this Agreement, viz:

(a) The Bid Form and the Price Bid submitted by the Bidder;

(b) The Technical Specifications;

(c) The General Conditions of Contract;

(d) The Purchaser’s Notification of Award/work order.

3. In consideration of the payments to be made by the Purchaser to the

contractor/firm as hereinafter mentioned, the contracto hereby covenants with

the Purchaser to provide the right goods, plumbing work, civil work and services

and to remedy defects therein Conformity in all respects with the provisions of the

Contract.

4. The Purchaser hereby covenants to pay the contractor in consideration of the

provision of the goods and services and the remedying of defects therein, the

Contract Price or such other sum as may become payable under the provisions of

the Contract at the times and in the manner prescribed by the Contract.

Brief particulars of the goods and services which shall be supplied / provided by

the Supplier are as under:

Sr. No. Name of the Work Total Cost

(INR)

1 Plumbing Works for Effluent Drainage 0.00

2 Payment Terms 30 days after full and final payment

3 Work completion period 45 working days

4 Defect liability period of One Year

Page 32: Sub.: Plumbing Works for Effluent Drainage

32 | P a g e

IN WITNESS whereof the parties here to have caused this Agreement to be

executed in accordance with their Respective laws the day and year first above

written.

Signed, Sealed and Delivered by the

Said…………………………………(For the Purchaser)

In the presence of ………………………………….

Signed, Sealed and Delivered by the

Said…………………………………………… (For the contractor)

In the presence of ………………………………………….

_______________________________________________________________________

Tender Advertisement Performa:

(Tender Notice No: TENDER NO. SBInc/PLUMB/16/2016-17 Dated 10.10.2016)

Tenders are invited in Two Bid System (Technical Bid & Financial Bid) from reputed

contractors/firms for plumbing works at Savli Bio Incubator, Interested parties

should send their bids by 03.00 P.m. on 03.11.2016 Date to the undersigned.

Project Director,

Savli Bio Incubator

Manjusar

Vadodara

________________________________________________________________

Page 33: Sub.: Plumbing Works for Effluent Drainage

33 | P a g e

On Tenderer’s Letter Head (After finishing defect liability Period of 1 year)

NO DEMAND CERTIFICATE FORMAT

From: Ref:

Date:

To, GSBTM,

Block -11, 9th Floor,

Udyog Bhavan, Sector - 11

Gandhinagar – 382 017

Name of Work: TENDER NO. SBInc/PLUMB/16/2016-17

Dear Sir,

We hereby certify that we have received the payment of all our bills in full and final settlement of our claims in respect of TENDER NO. SBInc/PLUMB/ 16/2016-17, at, Savli BioIncubator, Savli GIDC Estate, Manjusar, Vadodara.

The payment received by us is in full and final settlement of our all the claims towards the amount with respect to the work under reference.

Hence, we do not have any outstanding claim against GSBTM, 9th Floor, Block -11, Udyog Bhavan, Sector – 11, Gandhinagar for the work under reference. We shall not claim any further amount from GSBTM, GANDHINAGAR in future, either one way or the other.

This certificate is given without any prejudice and in the presence of two witnesses.

Signature & Address of

Witnesses

1____________________

2____________________

Signature & Stamp of the Firm

Page 34: Sub.: Plumbing Works for Effluent Drainage

34 | P a g e

Chapter 11 Annexure-IV

Form 9- Schedule of works / Specifications:

Sr.

No.

Description Quantity Unit

1 CPVC PRESSURE PIPES (IS 15778) AND

FITTINGS FOR FEED WATER FROM EXISTING

LINE

Supply and fitting of pipes for conveying feed water for

washbasins & RO Units.

Supply and Fittings of ¾” size, CPVC pressure pipes

with all required fittings, with high quality branded

material, using standard jointing compound thereafter

providing sealant complete followed by testing and

commissioning.

New connection should be established from existing

supply line of ¾”or 1inch size, external through the wall

(40 cm) and should be properly clamped to wall.

Clamping of the pipe is to be done to support it while

allowing the freedom for movement. Core drilling,

filling of the joints and colouring should be done.

Piping for future fixtures shall terminate with approved

cap or plug

Proper connection to tap inlet of wash basin/ proper

termination of the Piping should be done with threaded

plug where ever required as per the instructions of the

Engineer in charge.

65

Mtr

2 UPVC PRESSURE PIPES AND FITTINGS FOR

DRAIN WATER FROM WASH BASINS

(IS 13592 Unplasticised polyvinyl chloride (UPVC)

pipes for soil and Waste discharge system for inside

and outside building)

Supply & Fittings UPVC (2 inches ) pipes for wash

basin drain outlet point with all required fittings of high

quality branded material, using standard jointing

compound thereafter providing sealant complete. Core

drilling, filling of the joints and colouring should be

done where ever necessary.

New connection should be established with 2” size

UPVC SCH 40 DWV, through the wall and should be

properly clamped. Clamping of the pipe is to be done to

support it while allowing the freedom for movement.

300

Mtr

Page 35: Sub.: Plumbing Works for Effluent Drainage

35 | P a g e

Junctions should be provided for collection of drain

from sink outlet/ proper termination of the Piping should

be done with threaded plug where ever required.

This Pipe line should be connected to external 2” Waste

UPVC SCH 40 DWV pipes with required fittings.

Piping for future fixtures shall terminate with approved

cap or plug.

External vertical connections should be done using 2”

size UPVC SCH 40 DWV through the wash room to the

service duct outside building from drain outlets of third

floor, Second floor and first floor as per the instructions

of the Engineer in charge.

Some wash rooms have curved inner side, where

bending of uPVC pipe or bendable chemical and solvent

resistant pipe can be used (it should be crack Free).

This pipeline should be properly clamped to the service

duct wall, Tee should be with a threaded door,

connecting each floor and Individual vertical outlets of

drain should be extended to ground and should be

terminated to manhole as per the instructions of the

Engineer in charge.

3 UPVC PRESSURE PIPES AND FITTINGS FOR

DRAIN PIPING (IS 13592)

Unplasticised polyvinyl chloride (UPVC) pipes, Type A,

for soil and waste discharge system for outside building.

Supply & Fittings 8 Inch Drainage type UPVC SCH 40

DWV pipes for underground drain line with all required

fittings (Tees, Elbows, of high quality branded material,

using standard jointing compound thereafter providing

sealant complete.

Adequate slop should be provided for horizontal

drainage piping with uniform alignment for free flow of

waste water.

Drainage Piping for future fixtures shall terminate with

approved cap or plug

Individual Manholes should be connected with 8”

Waste UPVC SCH 40 DWV with adequate slope and

extended to the collection tank for Effluent treatment

Plant (ETP).

151

Mtr

4 DRAINAGE MANHOLE, BOTH SIDE WATER

PROOF, WITH 3 or 4 WAY CONNECTION WITH

MANHOLE COVER WITH FRAME

The excavation for Manholes of 120 × 90 cm, as per IS

4111, depth up to 1.2 m, shall be true to dimensions and

levels should be maintained. The manhole shall be built

on a bed of cement concrete 1:4:8 with thickness of 20

cm.

Page 36: Sub.: Plumbing Works for Effluent Drainage

36 | P a g e

The brick work shall be with class 75 bricks in cement

mortar 1:4, external joints of the brick masonry shall be

finished smooth, and the joints of the pipes with the

masonry shall be made perfectly leak proof. The walls

of the manholes shall be plastered inside and the

external surface with 12 mm thick cement plaster 1:3 (1

cement: 3 coarse sand) finished smooth.

Supply and laying of C.I Cover With Frame of

dimension 300 mm of MD - 10 grade, with all required

fittings. Specification for Cast Iron Manhole Covers and

Frames as per IS 1726 and Manhole covers and frame

shall be manufactured from appropriate grade of grey

cast iron not inferior than FG150 grade of IS 210.

Shape, dimensions and tolerance of pre-cast concrete

manhole covers and frames shall conform to IS 12592

The frames of manhole shall be firmly embedded to

correct alignment and level in RCC slab or plain

concrete as the case may be on the top of masonry.

The rate shall include the cost of materials and labour

involved in all the operations described above

9 Nos

5 DIGGING OF TRENCH FOR LAYING PIPE AND

REFILLING

The trenches shall be so dug that the pipes may be laid

to the required alignment to maintain slope and at

required depth (0.6 Mtr depth to 2.0 Mtr and width of

the trenches shall not be less than 500 mm).

Bedding of trench for laying pipe should be done with

required grade by filling with selected fine earth or sand

(or fine moorum if fine soil or sand is not available

locally) and compacted so as to provide a smooth

bedding for the pipe.

During excavation propor supervision should be done to

avoid damage to pipe line/electrical cables etc. if any

damage occurred it is bidders responsibility to replace

the same.

The materials excavated shall be separated and stacked

so that in refilling they may be re-laid and compacted in

the same order to the satisfaction of the Engineer-in-

Charge

125

Cubic

Mtr

6 REMOVAL AND REFIXING OF PAVER BLOCKS

Removal of existing paver blocks carefully and without

damage for digging of soil and re-fixing the same, if

damage occur contractor should make arrangement for

the same type of paver blocks, all this work should be

done as per the instructions of the Engineer in charge.

76 Sq.m

7 REMOVAL AND REFIXING OF RED MANDANA

STONE

Removal of existing Red Mandana stone carefully and

14 Sq.m

Page 37: Sub.: Plumbing Works for Effluent Drainage

37 | P a g e

without damage for digging of soil and re-fixing the

same, if damage occur contractor should make

arrangement for the same type of Red Mandana Stone,

all this work should be done as per the instructions of

the Engineer in charge.

8 LABORATORY SINK WITH CABINET(SS 304)

FLOOR MOUNTING

Supply and Fittings of all free-standing SS sinks with

cabinet (2 doors) are constructed of 14 gauge type 304

stainless steel. with all required accessories and

connections.

Stand alone Stainless Steel Single Sink cabinet with

Splash Back and raised edges.

SS Cabinet Size (Aprox): L800mm x W600mm x

H800mm or more and Bowl Size: L450mm x W450mm

x D300mm or more

Sinks feature should have Backsplash of; 8"or more.

Corners should be curved, with SS tap (1 No).

Water and drain connections should be done.

1 Nos

9 WASH BASIN WITH CABINET AND MIRROR

Providing & fixing 1 No’s Wash Basin With Cabinet

with SS Tap, Angle coke and all fittings.

Wash Basin With Cabinet, Floor Mounting, Moisture

Resistant (1000 x 350 x 750 mm or more) with extended

counter Top Ceramic Wash Basin 1000 x 460 mm or

more dimensions.

Providing & fixing 1 No’s Mirror with colour matching

to wash basin Cabinet and frame size of minimum 90

x60.

1 Nos

10 RCC Civil Work of 5*5 meter platform for ETP

plant:

Site clearance: Surface dressing of the ground

including removing trees, vegetation and making

surface leveled and disposal of rubbish/debris outside

SBInc premises to an unobjectionable place.

Digging on the Ground level (+0.00) up to depth of 300

mm, for area of 5*5 meter GA platform, levelling

followed by back filling up to 100 mm below ground

level. Disposal of surplus excavated earth within/outside

SBInc premises to an unobjectionable place as per the

instructions of the Engineer in charge at your cost.

Providing and laying 7.5 Cubic meter Plain concrete

work (PCC) 1:3:6 (lime concrete with hand broken

stone aggregates40 mm nominal size and 40 % mortar

comprising of 1 lime putty, 3 fine sand and curing

1

Work

Page 38: Sub.: Plumbing Works for Effluent Drainage

38 | P a g e

complete on G.L (+0.00) to depth 100 mm.

Providing and laying 7.5 Cubic meter Reinforcement

concrete work (RCC) 1:2:4 (1 cement 2 coarse sand

and 4 graded stone aggregate 20 mm size) and curing

complete on the G.L (+0.00) to height up to 300 mm

through using steels 8T@200C/C.

The rate shall include the cost of materials and labor

involved in all the operations described above.

11 RCC COLLECTION TANK WITH ACID

RESISTANT TILES RCC SLAB AND CI

MANHOLE COVER

Underground laboratory waste water collection tank(s)

should be made as per design supplied by the structural

Consultant.

Digging construction, testing & commissioning of

underground tank and back filling after completed work

compacting by the side of foundation and disposal of

surplus excavated

earth within/outside SBInc premises to an

unobjectionable place.

All concrete should be used of IS M:25(1:1:2).

The excavation for the tank, depth up to required level

to maintain free flow of water to tank

Necessary Air vent pipe should be erected and inlet for

pump set pipe (3 inch Diameter) should be made.

Providing & fixing of 200 x 100 x 12 Acid Proof Tiles

to inner walls fixed with tiles adhesive (epoxy based)

and filling of joints with chemical resistant epoxy grout

at inner floors.

Supply and laying of C.I Cover With Frame of

dimension mentioned in drawing, with all required

fittings. Cast iron manhole step should be provided.

Specification for Cast Iron Manhole Covers and Frames

as per IS 1726 and Manhole covers and frame shall be

manufactured from appropriate grade of grey cast iron

not inferior than FG150 grade of IS 210.

Termination of all 8” Drainage type UPVC SCH 40

DWV pipes for underground drain line should be done

in this collection Tank, and the tank should have at least

4’ depth below inlet pipe level as described in structure

design. As per the site condition the collection tank

should be finished at ground level and area except

access pipe outlet/ air vent/ manhole should covered

with the removed paver block.

The rate shall include the cost of materials and labor

involved in all the operations described above.

1 Nos

12 CABLE TRENCH AND UPVC PIPE SUPPLY AND

LAYING.

Digging, laying only (3.5 Core Cable will be provided)

Page 39: Sub.: Plumbing Works for Effluent Drainage

39 | P a g e

and refilling of trenches after laying of pipeline with

1100 Volts Grade Cable, XLPE(3.5 Core X 50 Sq.MM)

and with supply of 110 mm, 0.6 MPa Class3 shall

either be measured separately as specified in the

appropriate clauses of excavation and earth work or

clubbed with main item.

15

Mtr

13 REPLACING EXCISTING BALL VALVE 2” (50

MM) BRASS

Replacing of existing Ball Valve, Non-Rising Stem with

inner Threaded Ends with new Brass Ball Valves of

reputed Brand. If Pipe damaged it should be replaced by

the bidder.

9 Nos

14 REPLACING EXCISTING TAPS FOR WASH

BASINS(SS)1/2”

Replacing of existing ½” Water Taps, with new SS taps

of reputed Brand.

40 Nos

Page 40: Sub.: Plumbing Works for Effluent Drainage

40 | P a g e

Images of site for work UPVC PRESSURE PIPES AND FITTINGS FOR DRAIN PIPING

DIGGING OF TRENCH FOR LAYING PIPE AND REFILLING

Page 41: Sub.: Plumbing Works for Effluent Drainage

41 | P a g e

REMOVAL AND REFIXING OF PAVER BLOCKS

Page 42: Sub.: Plumbing Works for Effluent Drainage

42 | P a g e

REMOVAL AND REFIXING OF RED MANDANA STONE

PCC & RCC Civil Work of 5*5 meter platform for ETP plant:

Page 43: Sub.: Plumbing Works for Effluent Drainage

43 | P a g e

REPLACING EXCISTING BALL VALVE 2” (50 MM) BRASS

REPLACING EXCISTING TAPS FOR WASH BASINS(SS)1/2”

Page 44: Sub.: Plumbing Works for Effluent Drainage

44 | P a g e

External Drainage drawing

--------------------------------------------------------------------------------------------------------------------------------

Page 45: Sub.: Plumbing Works for Effluent Drainage

45 | P a g e

Collection Tank