Sie sind auf Seite 1von 105

Tender-Document(NIT No 83/2015-16)

Page No.1

Public Health Engineering Department


Tender Document
(NIT No. 83/2015-16)
RRAATTEE CCO
ON
NTTRRA
AC
CTT FFO
ORRC
CO
ON
NSSRRUUC
CTTIIO
ON
N&
&CCO
OM
MM
MIISSSSIIO
ON
NIIN
NG
GO
OFF 2
20000M
MM
MD
DIIA
A TTUUBBEE
W
WEELLLL IIN
NA
ALLLL TTYYPPEE O
OFF SSTTRRA
ATTA
A IIN
N RRUURRA
ALL A
AN
ND
D UURRBBA
AN
NA
ARREEA
AO
OFF PPA
AN
NC
CH
HA
AYYA
ATT SSA
AM
MIITTII-SSUUJJAANNG
GA
ARRH
HD
DIISSTTRRIIC
CTT C
CH
HUURRUU W
WIITTH
H TTW
WO
O YYEEA
ARR D
DEEFFFFEEC
CTT LLIIA
ABBIILLIITTYY
Technical Bid

TENDER COST
Rs 100.00 Lacs

OFFICE OF THE SUPERINTENDING ENGINEER


Public Health Engineer Department Circle Office
Telephone No. 01562-250223

Churu( Rajasthan)
E-mail ID sephedchu@rediffmail.com

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.2

GOVERNMENT RAJASTHAN
PUBLIC HEALTH ENGINEERING DEPARTMENT

TENDER DOCUMENT
FOR
Rate contract for Construction and Commissioning of 200mm dia Tube Well in

all type of strata in Rural and Urban Area of Panchayat Samiti Sujangarh
District Churu with two year deffect Liability.

NIT No. 83/2015-16

Cost: -100.00 Lacs


(TECHNICAL BID)

DATE OF DOWNLOAD/UPLOAD From 03.03.2016 (10.00 AM) to


OF TENDERS ON WEBSITE
30.03.2016 UP TO 5:00 PM
DATE OF ONLINE SUBMISSION
DATE OF ONLINE OPENING
TENDER FEE

PROCESSING FEE

EARNEST MONEY

From 03.03.2016 (10.00 AM) to


30.03.2016 UP TO 5:00 PM
From 11:00 A.M. ON 01.04.2016
Rs. 2000/- (To be paid in favour of
Superintending Engineer, PHED,
Circle Churu.)
Rs. 1000/- (To be paid in favour of
Managing Director, RISL, Jaipur
Payable at Jaipur.)
Rs. 2.00 Lacs(or as per rule, to be
paid in favour of Superintending
Engineer, PHED, Circle Churu.)

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.3

(TECHNICAL BID)
General Table of Contents
SN

Particulars

1.

Notice Inviting Tenders

2.

Instructions to the Tenderers

3.

Special Conditions of the Contract

5.

List of specified make

Scope of Work

Technical Specifications

Schedules

Page No.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.4

izdk'kukFkZ

dk;kZy; v/kh{k.k vfHk;Urk] tu Lok- vfHk- foHkkx foHkkx] o`r] pw:


ekad %&,lih,plh@pw:@2015&16@

fnukad%

bZ&fufonk lwpuk la[;k 81 ls 88@2015&16


jktLFkku ds jkT;iky egksn; dh vksj v/kh{k.k vfHk;Urk tu LOkk-vfHk-foHkkx
o`r&pw: vUrxZr foHkkx esa iathd`r ,oa jkT; ljdkj@dsUnz ljdkj ds foHkkxksa esa l{ke Js.kh
esa iathd`r ,oa vuqHkoh laosndksa ls bZ&fufonk lwpuk la[;k 81 ls 88@2015&16 esa of.kZr
dk;Z gsrq bZ&fufonk vkeaf=r dh tkrh gSA
bu dk;ksZ dh vuqekfur ykxr] fufonk fodz; ,oa izkIr fd;s tkus dh frfFk ,oa
fufonk dh 'krsZ bR;kfn lEiw.kZ fooj.k oSolkbZV SPPP iksVZy ,oa foHkkxh; osclkbZV (Website)
www.rajwater.gov.in
ij
ns[ksa
tk
ldrs
gS
rFkk
osclkbZV
http://eproc.rajasthan.gov.in
ij fufonk izi= fu/kkZfjr vof/k esa
MkmuyksM@viyksM fd, tk ldrs gSA lHkh fooj.k bl dk;kZy; esa Hkh ns[ksa tk ldrs gSA

izd`fr dk vuqie migkj


LoPN ty dk lcdks migkj

euh"k csuhoky
v/kh{k.k vfHk;Urk
tu Lok-vfHk-foHkkx]o`r&pw:

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.5

oSc lkbZV gsrq


dk;kZy; v/kh{k.k vfHk;Urk] tu Lok- vfHk- foHkkx foHkkx] o`r] pw:
bZ&fufonk lwpuk
jktLFkku ds jkT;iky egksn; dh vksj ls ih-MCyw-,Q- ,.M ,-vkj- ikVZ&kk visfMDl 16 fnukad 1-7-99 ls ykxw
,oa le;≤ ij foRr foHkkx }kjk tkjh la'kksf/kr ifji=ksa vkt rd ds vuq:i foHkkx esa mi;qDr Js.kh esa iathd`r ,oa
jkT; ljdkj@dsUnz ljdkj ds foHkkxksa esa l{ke Js.kh esa iathd`r laosndks ,oa lacaf/kr dk;ksZ eas vuqHko j[kus okyh QeksZ ls
fu/kkZfjr izi= esa bZ&izksD;wjesVa izfdz;k gsrq vkWuykbZu fufonk,a vkaef=r dh tkrh gSa A
fufonk QkeZ vkWu ykbZu osclkbZV http://eproc.rajasthan.gov.in ls dkWye la[;k 6 esa vafdr frfFk rd
lka; 5-00 cts rd MkmuyksM@viyksM fd, tk ldrs gSa A oSc lkbZV ij rduhdh fcM dkWye la[;k 7 esa vafdr frfFk dks
bl dk;kZy; esa izkr% 11-00 cts [kksyh tkosxhA ;fn fdlh dkj.kok ml fnu vodkk jgrk gS rks mlds vxys dk;Z fnol
dks mlh le; ij rduhdh fcM [kksyh tkosxhA
fufonk 'kqYd@/kjksgj jkfk fufonknkrk }kjk fMek.M MkV@cSadj pSd }kjk tks fd v/kh{k.k vfHk;Urk] tu LokvfHk-foHkkx] o`r pw: ds uke ns; gks ,oa bZ&Vs.Mfjax izfdz;k 'kqYd :i;s 50-00 yk[k rd 500@&:i;s rFkk 50-00 yk[k ls
vf/kd 1000@& :i;s dk fMek.M MkV@cSadj pSd MD, RISL payable at Jaipur ds uke ns; gks bl dk;kZy; esa
fnukad 30-03-2016 dks lka; 5-00 cts rd tek djokuk vko;d gSA bPNqd laosndksa dks vius fMftVy (DSC) gLrk{kj ds
ek/;e ls oSc lkbZV http://eproc.rajasthan.gov.in ij QeZ dks jftLVMZ djokuk vko;d gSA
fufonk
la[;k

dk;Z dk uke

1-

2ftyk pw: ds v/khu okf"kZd nj vuqca/k


ds vk/kkj ij [k.M rkjkuxj
'kgjh@xzkeh.k {ks=ksa esa lHkh rjg ds
/kjkry esa 200 ,e,e lkbZt ds uydwiksa
dks os/ku dj dfe'kafuax dk dk;Z
2 o"kZ ds fMQsDV nkf;Ro lfgr
ftyk pw: ds v/khu okf"kZd nj vuqca/k
ds vk/kkj ij [k.M pw: 'kgjh@xzkeh.k
{ks=ksa esa lHkh rjg ds /kjkry esa 200
,e,e lkbZt ds uydwiksa dks os/ku dj
dfe'kafuax dk dk;Z
2 o"kZ ds fMQsDV nkf;Ro lfgr
ftyk pw: ds v/khu okf"kZd nj vuqca/k
ds vk/kkj ij [k.M lqtkux<
'kgjh@xzkeh.k {ks=ksa esa lHkh rjg ds
/kjkry esa 200 ,e,e lkbZt ds uydwiksa
dks os/ku dj dfe'kafuax dk dk;Z
2 o"kZ ds fMQsDV nkf;Ro lfgr
ftyk pw: ds v/khu okf"kZd nj vuqca/k
ds vk/kkj ij [k.M jrux<
'kgjh@xzkeh.k {ks=ksa esa lHkh rjg ds
/kjkry esa 200 ,e,e lkbZt ds uydwiksa
dks os/ku dj dfe'kafuax dk dk;Z
2 o"kZ ds fMQsDV nkf;Ro lfgr
[k.M pw: ds vf/ku okf"kZd nj lafonk
ds vUrxZr fofHkUu lkbZt ,oa izdkj dh
ikbZi ykbZu Mkyus] tksM+us] pkyw djus
e; vkiwfrZ dk dk;Z 2 o"kZ dh fMQsDV
nkf;Ro lfgr

83/15-16

82/15-16

83/15-16

83/15-16

85/15-16

vuqekfur
ykxr
jkf'k
yk[kksa esa

/kjksgj
jkfk
jkf'k
yk[kksa esa

fufonk
'kqYd
jkf'k
:i;sa esa

fufonk
MkmuyksM
@viyksM
djus dh
frfFk;ka
6-

rduhdh
fcM
[kksyus
dh frfFk

3-

4-

5-

100.00

2.00

2000/-

03.03.16
to
30.03.16

1.04.16

dk;Z
iw.kZ
djus
dh
vof/k
8,d o"kZ

100.00

2.00

2000/-

03.03.16
to
30.03.16

1.04.16

,d o"kZ

100.00

2.00

2000/-

03.03.16
to
30.03.16

1.04.16

,d o"kZ

100.00

2.00

2000/-

03.03.16
to
30.03.16

1.04.16

,d o"kZ

100.00

2.00

2000/-

03.03.16
to
30.03.16

1.04.16

,d o"kZ

7-

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)
86/15-16

87/15-16

88/15-16

[k.M rkjkuxj ds vf/ku okf"kZd nj


lafonk ds vUrxZr fofHkUu lkbZt ,oa
izdkj dh ikbZi ykbZu Mkyus] tksM+us]
pkyw djus e; vkiwfrZ dk dk;Z 2 o"kZ
dh fMQsDV nkf;Ro lfgr
[k.M lqtkux< ds vf/ku okf"kZd nj
lafonk ds vUrxZr fofHkUu lkbZt ,oa
izdkj dh ikbZi ykbZu Mkyus] tksM+us]
pkyw djus e; vkiwfrZ dk dk;Z 2 o"kZ
dh fMQsDV nkf;Ro lfgr
[k.M jrux< ds vf/ku okf"kZd nj
lafonk ds vUrxZr fofHkUu lkbZt ,oa
izdkj dh ikbZi ykbZu Mkyus] tksM+us]
pkyw djus e; vkiwfrZ dk dk;Z 2 o"kZ
dh fMQsDV nkf;Ro lfgr

Page No.6

100.00

2.00

2000/-

03.03.16
to
30.03.16

1.04.16

,d o"kZ

100.00

2.00

2000/-

03.03.16
to
30.03.16

1.04.16

,d o"kZ

100.00

2.00

1000/-

03.03.16
to
30.03.16

1.04.16

,d o"kZ

uksV %& fufonk ls lEcfU/kr foLr`r fooj.k ,oa vU; 'krsZ fuEufyf[kr oSc lkbZV ij ns[kh tk ldrh gS &
1- http://eproc.rajasthan.gov.in

2- www.dipronline.org

izd`fr dk vuqie migkj


LoPN ty dk lcdks migkj

euh"k csuhoky
v/kh{k.k vfHk;Urk
tu Lok-vfHk-foHkkx] o`r pw:

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.7

NIT No 81 to 88/2015-16
Instruction of Bidders for online submission of E-Tender
1.

In case any bidder fails to submit the original D.D. of tender cost, processing fee and EMD
before opening of the bid, the bid shall not be opened and liable to be rejected.

2.

Tender not uploaded in prescribed from will be rejected without mentioning any specific
reason.

3.

All pages and scheduled of original bid and supporting documents should be essentially filled
in and should be digitally signed on each page by the bidder.

4.

Online Tender will be received and opened on dates mentioned above before purchase
committee or by an officer duly authorized in the presence of intending tenderer or their
authorized representative.

5.

No physical/off-line tender /bid shall be accepted in any case.

6.

The deptt. Reserves the right to reject any or all tenders or to accept them in part, without
assigning any reason thereof.

7.

In case there is a gazetted holiday declared on the date of opening then the tenders will be
opened on next working day at same time.

8.

For detailed information regarding e-tendering, the bidders are advised to go through circular
no. 19/2011 letter no. F1(1)FD/GF&AR/2007 date 30.09.11 of finance deptt. GOR Jaipur.

9.

The Deptt. shall not be liable for andy dealy in uploading the tender document on website
Bidders are advised to upload tender and all documents on or before schedule time.

10.

Before submitting the e-tender, the bidder should ensure that all the related documents have
been scanned and attached with the bid. No documen shall be accepted physically

11.

Conditional tenders sent by the bidders shall no be accepted.

12.

The rules of PWF&AR will be applicable.

13.

Bidders who wish to participate in the tender will have to register on


http://eproc.rajasthan.gov.in (bidders registered on http://eproc.rajasthan.gov.in before
30.09.11needs to registered again) To participate in online tenders, bidders will have to
procure Digital Signature Certificate (Type II or Type III) as per IT act 2000 using which
they can sing their electronic bids. Bidders can procure the same from and CCA approved
certifying Agency i.e. TCS safe crypt, N code etc. or they may contact e-procurement cell.
Department of IT&C, GOR for further assistance. Bidders who already have a valid digital
certificate need not procure a new digital signature.

14.

Training for the bidders on the usage of e-tendering system is also being arranged by RISL
on regular basis. Bidders interested for training may contact e-procurement cell. RISL for
booking the training slot. Contact No. 0141-4022688 (Help Dest.)

15.
16.

NIT under SPPP Act 2012 & 2013.


Please ensure your present at the time of Bid opening to verify that your whole documents
has been downloaded for the consideration. No claim shall be considerable after bid opening
date.

(Manish Beniwal)
Superintending Engineer
PHED Circle Churu
Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh
Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.8

OFFICE OF SUPERINTENDING ENGINEER


Public Health Engineering Department
Circle Churu( Rajasthan )
Telephone No. 01562-250223
Email :sephedchu@rediffmail.com

NOTICE INVITING TENDERS FOR WORKS


Online tenders are invited on behalf of the Governor of Rajasthan for the following works from contractors
enlisted in "B" class and above with PHED Rajasthan and meeting eligibility criteria. Contractors enlisted with other
departments of Government of Rajasthan and enlisted with CPWD, Postal, Telecom, Railway, MES, other State
Governments/Central Government undertakings/organizations equivalent to "AA" class and above of Rajasthan
meeting eligibility criteria may also apply after giving prescribed Earnest Money. The tender document can be
downloaded from the website http://www.eproc.rajasthan.gov.in and the interested bidders will have to submit their
tender in electronic format on this website with their digital signatures. Details of this tender notification can also be
seen in NIT exhibited on website www.dipronline.org .
1. GENERAL DETAIL OF TENDER :
SN
ITEM
DETAILS
a)
Name of Work
Rate contract for Construction & Commissioning
of 200 mm dia tube wells with Submersible pump
sets etc. complete work in all types of strata
including defect liability period of 02 years in
Panchayat Samiti Sujangarh under jurisdiction of
PHED, Div. Sujangarh, Distt. Churu.
Rs. 100.00 lacs
b)
Estimated Cost
Rs. 2.00 lacs or as per rules, to be deposited in
c)
Earnest Money Deposit
the form of bankers cheque / DD of Nationalized/
Scheduled Bank in favour of Superintending
Engineer, PHED Circle, Churu payable at
Churu.
d)
Cost of Tender Document (Non Refundable) Rs. 1000/- To be paid in the form of bankers
cheque / DD of Nationalized/ Scheduled Bank in
favour of Superintending Engineer, PHED,
Circle Churu.
e)
e-tender processing fee (Non Refundable)
Rs. 1000/- (To be paid in the form of bankers
cheque / DD of Nationalized/ Scheduled Bank in

favor of Managing Director, RISL, payable


at Jaipur)
f)
g)
h)

Type of contract
Completion Period
Defect Liability period

i)

l)

Date of downloading/Uploading of Tender


Document on website
Date of online submission of Tender
Document on website
Date of physical submission of DD/BC of
Earnest Money, Tender cost, RISL Fee
Validity of tender

m)

Date of opening of technical bid.

j)
k)

Annual Rate Contract


One Year
24 months after the successful completion of the
work.
From 03.03.2016 (10.00 AM) to 30.03.2016 UP
TO 5:00 PM
From 03.03.2016 (10.00 AM) to 30.03.2016 UP
TO 5:00 PM
30.03.2016 upto 5.00 PM in the office of
Superintending Engineer, PHED Circle Churu.
The tender for the works shall remain open for
acceptance for the period of 70 days from date
of opening of the PQ bid or mutually extended
period.
From 11:00 A.M. ON 01.04.2016 in the Office of
Superintending Engineer, PHED Circle,
Churu.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.9

2. (a) Tender document consists of the detailed plan, complete specifications, the schedule of quantities
of the various classes of work o be done and the set of conditions of contract to be complied with by
the persons whose tender may be accepted.
(b) The tender document cost amounting to Rs. 1000/- shall be deposited through DD/ Bankers
cheque in favour of Superintending Engineer, PHED Circle, Churu. payable at Churu.
(C) The processing fee of Rs. 2000/- per bidder per tender shall be paid in the form of DD/ Banker's
cheque in the name of Managing Director, RISL payable at Jaipur.
(D) An Earnest money of Rs. 2.00 lacs shall be deposited through bankers cheque or demand draft
of nationalized/ scheduled bank in the name of Superintending Engineer, PHED Circle, Churu.
The enlisted contractors in required Class with PHED Rajasthan shall be required to deposit Rs. 0.50
Lacs (0.5% of estimated cost of NIT) as earnest money in the aforesaid form.
The Bidder should upload scanned copy of DD/BC for tender document cost, processing fee and
earnest money on e-procurement website. Original DD(s)/BC(s) shall be deposited in the office of
Superintending Engineer, PHED Circle, Churu. Tenders received without tender fee/ processing
fee/ earnest money shall be rejected outrightly.

3. IMPORTANT DATES:
SN
a)

b)

c)

d)

e)

Events
Date & time for down
loading/Uploading of tender
document Online
Date & time for online
submission
of
tender
document
Date of physical submission
of DD / BC of Earnest Money,
Tender cost, RISL Fee
Date & time for opening of
technical bid

Date & Time


From 03.03.2016 (10.00
AM) to 30.03.2016 UP TO
5:00 PM
From 03.03.2016 (10.00
AM) to 30.03.2016 UP TO
5:00 PM
Up to 30.03.2016 upto
5:00 PM

Opening of price bid

Will be intimated to all


tenderers found qualified
in technical bid through email

From
11.00
01.04.2016

AM

on

Website
http://www.eproc.rajasthan.gov.in

http://www.eproc.rajasthan.gov.in

In
the
office
Superintending
PHED Circle, Churu.
In
the
office
Superintending
PHED Circle, Churu.
In
the
office
Superintending
PHED Circle, Churu.

of
the
Engineer,
of
the
Engineer,
of
the
Engineer,

4. Eligibility Criteria :- As per Clause 6.0 of ITT

5.

Rig Ownership :-As per Clause 6.0 of ITT

6.

The bidder will have to register themselves on website http://www.eproc.rajasthan.gov.in for


participating in this tender. For this purpose Digital Signature Certificate (DSC) have to be obtained
from any agency approved by CCA. This DSC will be used to sign the bids submitted online by the
bidder. Unsigned tenders will not be entertained and will be rejected outrightly.

7.

The work under this yearly rate contract is to be completely finished to the satisfaction of Engineerin-charge within prescribed time given in the individual work order issued by competent authority.

8.

An Earnest money of Rs. 2.00 lacs shall be deposited through bankers cheque or demand draft of
nationalized/ scheduled bank in the name of Superintending Engineer, PHED Circle, Churu. .
The enlisted contractors in required Class with PHED Rajasthan shall be required to deposit
Rs. 0.50 Lacs (0.5% of estimated cost of NIT) as earnest money in the aforesaid form. Tenders
received without earnest money or with part earnest money, shall be rejected out-rightly.

9.

Security Deposit @ 10% of the gross amount of the running bill shall be deducted from each running
bill and shall be refunded as per rules on completion of the contract including 2 years defect liability
Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh
Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.10

period as per terms and conditions. The earnest money deposited shall however be adjusted while
deducting security deposit from first running bill of the contractor. There will be no maximum limit of
security deposit.
10. The tender should be accompanied with latest Sales Tax Clearance Certificate from the concerned
department authorities, without which the tenders may not be entertained.
11. The tender for works shall remain open for acceptance for the period of 70 days from the date of
opening of pre-qualification/ technical bid or up to such period as detailed out in tender document.
12. If any tenderer withdraws his tender prior to expiry of validity period as mentioned at S. No. 11 or
mutually extended period or makes modifications in the rates, terms and conditions of the tender
within the said validity period, which are not acceptable to the department, or fails to commence the
work in the specified period/ fails to execute the agreement, the department shall without prejudice to
any other right or remedy be at liberty to forfeit the amount of earnest money given in any form
absolutely. If any contractor, who having submitted a tender does not execute the agreement or start
the work or does not complete the work and the work has to be put to re-tendering, he shall stand
debarred from participating in such re-tendering in addition to forfeiture of earnest money/ security
deposit and other action under agreement. If there is strong justification of believing that the tenderer
or his authorized has been guilty of mal-practices such as submission of forged documents,
influencing individually or politically, his offer will be liable to rejection and in such case his earnest
money shall be forfeited.
13. All tenders, in which any of the prescribed conditions are not fulfilled or which have been vitiated by
errors in calculations, totaling or discrepancies in figures or words or other discrepancies, will be
liable to rejection.
14. Enlisted contractors, will be required to pay earnest money @ 0.5% of the estimated cost of work put
to tender, in case of work for which they are authorized to tender under Rules for Enlistment of
Contractors, but the amount to the extent of full earnest money shall be liable to be forfeited in the
event of circumstances explained at S. No. 12 above.
15. No conditional tenders shall be accepted and will be rejected summarily forthwith.
16. The department will not be responsible for any delay on account of late submission of tender due to
online submission.

17. Physical submission of bids is not allowed.


18. The bidder shall ensure that scanned copy of all the schedules as asked in tender document have
been filled up and attached with the bid submitted in electronic format.
19. The acceptance of the tender will rest with the competent authority who does not bind itself to accept
the lowest tender, and reserves to itself the authority to reject any or all the tenders received without
assigning any reason.
20. No refund of tender fee is claimable for tenders not accepted or forms not submitted.
21. All other conditions shall be prevailing as detailed out in the departmental tender document (in the
respective sections/ volumes).
22. Submission of Lacking document shall not be entertained.

Superintending Engineer
PHED Circle, Churu.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.11

Instructions to Tenderers (ITT)


1. General
Information

2. Content of
Tender
Document

1.1.

A.
INTRODUCTION
EXECUTING AGENCY
The Executing Agency of this project is the Public Health Engineering
Department (PHED) of Rajasthan through the Superintending Engineer
PHED, Circle Churu and Executive Engineer PHED Division Sujangarh.
Volume I
Notice inviting Tender
Instruction to Tenderers
Conditions of Contract
General conditions of Contract
Special Conditions of Contract
Scope of work & Technical Specifications

Volume II
Financial Offer (BOQ)
3. Responsibilities 3.1. The Tenderer shall read the specification and study the conceptual
of the tenderer
drawings carefully before submitting the tender.
3.2. TENDERER TO INFORM HIMSELF FULLY
The Tenderer shall be deemed to have satisfied himself as to all the
conditions and circumstances affecting the Contract price, as to the
general circumstances at the site of the work, as to the general labour
position at the site, as to the availability of construction material, water,
electricity, as to the transport conditions, as to the climatic and
meteorological conditions and to have quoted his prices according to his
own view .
The Deptt. will not be responsible for the personnel of the Tenderer and
for all acts in relation with the site inspection.
No claims except as otherwise expressly provided will afterwards be
accepted due to non-inspection of the site. The Tenderer shall be
responsible for any misunderstanding or incorrect information however
obtained except the information given in writing by the Deptt.
3.3. The Tenderer is required to study all instructions, forms, terms,
conditions and other details in the tender documents. Failure to furnish
all information required in the tender documents or submission of a
tender not substantially responsive to the tender documents in every
respect will be at the Tenderers risk and may result in rejection of its
tender.
3.4. The Tenderer shall bear all costs associated with the preparation and
submission of its tender, and the Department will in no case be
responsible or liable for these costs, regardless of the conduct or
outcome of the tendering process.
3.5. The tenderer shall sign a declaration under the official Secrets Act for
maintaining secrecy of the tender documents, drawings or other records
connected with the work given to him in form given below. The
unsuccessful tenderer shall return all the drawings given to them.
Declaration
I/We hereby declare that I/We shall treat the tender documents,
drawings and other records, connected with the work, as secret
confidential documents and shall not communicate information derived
there from to any person other than a person to whom I/We am/are
authorized to communicate the same or use the information in any
manner prejudicial to the safety of the same.
3.6. The site for execution of the work will be made available as soon as the
work is awarded. In case, it is not possible for the Department to make
the entire site available on the award of the work, the Tenderer shall
arrange his working program accordingly. No claim, whatsoever, for not
Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh
Distt. Churu

Tender-Document(NIT No 83/2015-16)

3.7.

3.8.

Page No.12

giving the site in full on award of the work or for giving the site gradually
in parts will be tenable. The Tenderer may satisfy himself regarding site,
acquisition of land approach roads etc.
Tenderers shall submit only unconditional tenders. Conditional tenders
are liable to be rejected summarily. The tender documents show already
the specific terms and conditions on which tenders are required by the
Department, Hence all tenders should be in strict conformity with the
tender documents and should be fulfilled in, wherever necessary, and
initialed. Incomplete tender is liable to be rejected. The terms and
conditions of the tender documents are firm, as such conditional tenders
are liable to be rejected.
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 in his discretion may cancel the contract
The Contractor shall also be liable for any pecuniary liability arising on
account of violations by him of the provisions of the Act.

The tender should be accompanied with Sales tax clearance certificates


from the concerned departmental authorities, without which the tenders
may not be entertained. STCC valid up to 31-12-2014 or thereafter shall
be submitted along with the Pre-qualification tenders.
If it is found that the tender is not submitted in proper manner, or
contains too many corrections and or unreasonable rates or amounts, it
would be open for the competent authority not to consider the tender,
forfeit the amount of earnest money and/or delist the contractor.
4. Address for 4.1. All communications in reference to this tender must be made to The
Communication
Superintending Engineer, PHED Circle, Churu. TEL-01562-250223
5. Time
for 5.1. The work under this one year rate contract is to be completely
Execution
finished to the satisfaction of Engineer-in-charge within prescribed
time given in the individual work order issued by competent
authority. The defect liability period after the completion of work
shall be 2 years The contractor shall be responsible for satisfactory
performance of all the components of the work under all design and
operation conditions for the duration of the defects liability period.
The commencement of defect liability period shall start from the
date of completion of execution of work i.e. last work order & its
commissioning.
B.
Pre-Qualification Criteria
6. Eligibility and The tenderer shall fulfill all the following conditions to qualify for
Pre-Qualification tendering for the work:
Criteria
6.1
Eligibility Criteria
The tenderer firm should be registered/enlisted in PHED, Rajasthan, class B
and above or Centre/State Govt. in appropriate Class as per PWF&AR.The
copy of registration is to be submitted. Unregistered contractor will not be
allowed.
6.2
Technical Criteria
(A) Work Experience :The bidders should have successfully completed and commissioned, during
any one financial year during last seven years in singal work order up to
the date of submission of tenders, the work of construction and
commissioning of bore/tube well of minimum dia 200mm, amounting
rd
1/3 of the total cost of the work in similar strata.
Note : The certificate regarding work experience should have been issued
by a State Govt. Department/ Central Govt. department/ State or Central
Govt. undertaking/ Autonomous body and signed by an officer not below the rank
of Executive Engineer in prescribed schedule.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.13

(B) Rig Ownership :The following Rig Machines, suitable for drilling in similar strata and of suitable
capacity, should be available with the bidder, either in the name of firm or in
the name of partner or proprietor, as the case may be, on ownership, proof of
which shall be enclosed with the tender.

(i) No. of Rig Machines required for exclusive Sandy or exclusive Rocky
Strata:

T
Nr. = --------(P xCr)
Where, T = No. of tube wells to be constructed,(About 8 Nos.)
P = Time period in months for constructing above T Nos. tube wells
(12 months)
Nr = No. of rotary/DTH rig machines required as an ownership,
as the case may be (the number shall be rounded off
after calculation, minimum value being 1)
Cr= Capacity of Rig in terms of Numbers of bores per month (to
be taken as 12 for bore wells up to 150 mm dia, 4 for
bore wells of 200 250mm dia in sandy strata and 6
for bore wells of 200 250 mm dia in rocky strata).
(ii) No. of Rig Machines required for CombinationStrata: = 1 No.
T
Nr = --------(P x Cr)
OR
Nrot = Nr x 0.75 = 1 and NDTH= Nr x 0.25 = 1
Where, T = No. of tube wells to be constructed,
P = Time period in months for constructing above T Nos. tube wells
Nr = No. of combination rig machines required as an ownership (
the number shall be rounded off after calculation, minimum
value being 1) .
Nrot=No. of rotary rig machines required (the number shall be
rounded off, minimum value is 1).
NDTH= No. of DTH rig machines required as an ownership (the
number shall be rounded off, minimum value is 1)
Cr= Capacity of rig in terms of numbers of bores per month (to be
taken as 12 for bore wells up to 150 mm dia and 6 for bore
wells of 200-250 mm dia).
Note:
I.
A combination rig machine would be considered as either
a Rotary or DTH Rig for the purpose of deciding rig
ownership eligibility of bidder.
II.
In case of work of bore well up to 150mm dia, the rig
should be capable of drilling up to minimum 125m depth
and DTH/Combination rig should have minimum 600 CFM,
200 PSI Compressor.
III.
In case of work of bore well of 200-250mm dia, the rig
should be capable of drilling up to minimum 200m depth
and DTH/Combination rig should have minimum 900 CFM,
250 PSI compressor. The rig suitable for 200-250mm TW
work should also be considered suitable for work of bore
well up to 150 mm dia for the purpose of deciding rig
ownership eligibility of bidder.
IV.
A certificate regarding the availability of the machinery
shall necessarily be furnished by the tenderer in
prescribed schedule I along with documents for proof of
Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh
Distt. Churu

Tender-Document(NIT No 83/2015-16)

V.

Page No.14

ownership.
Details of works presently undertaken by tenderer else
where and in progress on the date of submission of bid
shall necessarily be provided in the prescribed schedule II.

(C) Bidding Capacity :Bidding Capacity of bidder, calculated as below, shall not be less than number
of bores estimated to be constructed as per NIT/BOQ as on date of opening of
tenders :
(i)
For bore wells up to 150mm dia (including HP/single phase)
Bc = B150 + (B200S x 12/4) + (B200D x 12/6)
(ii)
For bore wells of 200-250 mm dia (exclusive sandy strata)
Bc = B200S + {B200D x 4/6} x 2 + {B150 x 4/12} x 1
(iii)

For bore wells of 200-250 mm dia (Combination/Exclusive


Rocky strata)
Bc = B200D + (B200S x 6/4} + {B150 x 6/12} x 1
Where, Bc = Bidding Capacity (in terms of number of bores)
B150 = 24 x P x N150 L150
B200S = 8 x P x N200S L200S
B200D = 12 x P x N200D L200D
1
= 1 if B150 is negative, else 0 (zero)
2
= 1 if B200D is negative, else 0 (zero)
P
= Time period of execution in months prescribed in this NIT.
N150 = Total numbers of rig machine owned by the bidder suitable for
100-150mm TW work only as per information furnished in
prescribed Schedule I (other than N200S and N200D).
N200S = Total numbers of rig machine owned by the bidder suitable for
200-250mm TW work in sandy strata (i.e. sum of Rotary,
Combination & Odex type) as per information furnished in
prescribed Schedule I
N200D = Total numbers of other rig machine (i.e. other than N200S)
owned by the bidder suitable for 200-250mm TW work (i.e.
DTH/ other type) , as per information furnished in prescribed
Schedule I.
L150 = Liability of present works already in hands of the bidder in terms
of total numbers of bores up to 150mm dia, which remain
unexecuted as per information furnished in prescribed Schedule II.
L200S = Liability of present works already in hands of the bidder in terms
of total numbers of bores of 200-250mm dia, of exclusive sandy
strata, which remain unexecuted as per information furnished in
prescribed Schedule II.
L200D = Liability of present works already in hands of the bidder in terms
of total numbers of bores of 200-250mm dia, other than
exclusive sandy strata, (i.e. Rocky & Combination strata), which
remain unexecuted as per information furnished in prescribed
Schedule II.

7. Stamp Cost

Tenderer should submit calculated bidding capacity in terms of number


of bores as per above formulae.
C.
Tender Document
7.1
It shall be obligatory on the successful tenderer to pay stamp charges
on the contract for preparation of contract agreement, as ruling on
date of execution of the contract.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)
8. Amendment
of Tendering
Documents

8.1.

At any time prior to the deadline for submission of tenders, the


Department may, for any reason, whether at its own initiative, or in
response to a clarification requested by a prospective Tenderer, amend
the tender documents.

8.2

The amendment will be online on website www.eproc.rajasthan.gov.in


and it shall be binding on them. Tenderers are required to immediately
acknowledge receipt of any such amendment. It will be assumed that
the information contained therein has been taken into account by the
Tenderer in its tender.
In order to provide prospective Tenderers reasonable time to take the
amendment into account, in preparing their tender, the Department
may, at its discretion, extend the deadline for the submission of tenders,
in which case, the Department will notify all tenderers in writing of the
extended deadline, for submission of tenders.

8.3

9. Language
of Tender

9.1

Tender Form
and Schedule
of Prices
10. Tender
Prices

Page No.15

10.1

10.2

10.3

10.4

10.5

10.6

D.
Preparation of Tenders
The tender prepared by the Tenderer and all correspondence and
documents related to the tender exchanged by the Tenderer and the
Department shall be written either in Hindi or English provided that any
printed literature furnished by the Tenderer may be written in another
language, as long as such literature is accompanied by a translation of
its pertinent passages in the language mentioned herein, in which
case, for purposes of interpretation of the tender, the translation shall
govern.
The Tenderer shall submit the Schedule of Prices on line on eprocurement website furnished in the tender documents as indicated
therein. The terms and conditions for payments shall be in accordance
with the provisions of the conditions of contract(s) .
Tenderers shall carefully examine the scope of work and specifications
and fully inform themselves as to the conditions and matters, which
may in any way affect the work or the cost thereof.
No claims except as otherwise expressly provided will afterwards be
accepted due to non-understanding or misinterpretation of the tender
documents.
The Rate Contract shall be for the complete Work as described in
scope of work based on the Bill of Quantities submitted volume-II
online.
The Tenderer should quote his rates only in one language i.e. either in
Hindi or English. Rates should be quoted in figures as well as in words
and in case a Tenderer has quoted rates in both the languages, the rates
so quoted differ, then the lower of the two shall be treated as the rate
quoted by the Tenderer.
The tenderer shall online quote his percentage rate for the complete
work as given in prescribed format given in Volume II of the tender
document. Item rates quoted by Tenderer will not be considered and will
be rejected. Only percentage above or Below on overall G-Schedule
amount will be considered for approval.
The prices and amounts quoted by the Tenderer shall allow for all costs
including labour, materials, construction plant and equipment, transport
charges, any other expenses to fulfil the obligations towards any ITT
clause of the tender document, Custom Duty, Octroi, Excise Duty,
Income Tax, Sales Tax, Turnover Tax, Service Tax, Professional Tax or
any other duties, levies, taxes or charges whatsoever to the State or
Central Department or to the Local Bodies on the components or the
completed Works and for satisfactory performance of the Tenderers
obligations under this contract . The cost of water and power shall be
payable as per the provisions of General conditions and Special
Conditions of contract.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

11. Tender
Currency
12. Earnest
Money

Page No.16

10.7 Clause for exemption of excise duty : as per central Govt. notification no
47/2002- excise duty exemption is available for material use in specified
component of water supply project. Bidders may study the notification
carefully and account for the exemption that are to be availed while
preparing their price bid necessary certificates from the District Collector
shall be arranged by the department as and when required.
11.1
All prices shall be quoted in the Indian Rupee. The department will not
arrange any foreign currencies for import of any type of
material/plant/spares etc.
12.1
An Earnest money of Rs. 2.00 Lacs in Indian Rupees should be
deposited in form of DD or Bankers Cheque in the name of
Superintending Engineer, PHED, Circle, Churu, payable at Churu of
Nationalised/Scheduled Banks, before due date as given in NIT. Class
B and above tenderers, enlisted in PHED, shall be required to
deposit % (RS. 0.50 Lacs) of estimated cost of work as Earnest
Money while tendering within their enlistment zone. For outside their
zone, 2% (Rs.2.00 Lacs), Earnest Money shall be required to be
deposited.
12.2 Class B and above Enlisted Tenderers, will be required to pay Earnest
Money @ % of estimated cost of work (Rs. 0.50 Lacs), in case of
work for which they are authorized to tender under Rules for enlistment
of Tenderers, but the amount to the extent of full Earnest money shall be
liable to be forfeited in the event of circumstances explained in ITT
Clause below.
12.3 The Bidder should upload scanned copy of DD/BC on eprocurement website along with documentary proof of depositing the
earnest
money in the office of Superintending Engineer, PHED
Circle, Churu.The receipt of an Accountant, Cashier
or any other official,
authorized to receive such amount, will be
considered
as
an
acknowledgment of payment to Superintending Engineer, PHED Circle,
Churu.
12.4

13. Period of
Validity
of
Tender

The Earnest Money, lodged by the successful tenderer, will be


adjusted towards Security Deposits. The remaining Security Deposits
may be furnished in the form of Bank Guarantee or in any other
approved form of security in lump-sum or the Contractor may choose
to allow deduction from running account bills to be made on account of
the gross work done, as detailed in General Conditions of Contract.
12.5
The Earnest Money may be forfeited
(a) if the Tenderer withdraws its tender during the period of tender
validity
(b) if the Tenderer fails within the specified time limit
- to sign the Contract Agreement, in accordance with ITT Clause
27.
(c) If a tenderer reduces the rates voluntarily or modifies his offer
voluntarily after opening of the financial tenders/ negotiations, his
offer shall stand cancelled automatically, his earnest money shall
be forfeited and action for debarring him from business shall be
taken as per enlistment rules.
(d) If a non-tenderer offers lower rates after opening of tenders, action
for debarring him from business shall be taken as per enlistment
rules.
(e) For any other act of the tenderer detailed herein, for forfeiture of
Earnest Money.
13.1
The tenders for the works shall remain open for acceptance for the
period of 70 days or mutually extended from the date of opening of
the Pre-Qualification tender. A tender valid for a shorter period shall be
rejected by the Department as being non-responsive.
If any tenderer withdraws his tender prior to expiry of said validity period

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

14. Format
and
Signing of
Tender
Submission of
tenders

Page No.17

or mutually extended period or makes modification in the rates, terms


and conditions of the tender within the said period, which are not
acceptable to the department, or fails to commence the work in the
specified period/fails to execute the agreement, the department shall,
without prejudice to any other right or remedy, be at liberty to forfeit the
amount of earnest money given in any form absolutely. If any Tenderer,
who having submitted a tender does not execute the agreement or start
the work or does not complete the work and the work has to be put to retendering, he shall stand debarred from participating in such re-tendering
in addition to forfeiture of Earnest Money/Security Deposit and other
action under agreement.
13.2 In exceptional circumstances, the Department may seek the Tenderers
consent to an extension of the tender validity period. The request and
responses thereto shall be made in writing or by fax. If a Tenderer
accepts to prolong the period of validity, the Earnest Money shall also be
suitably extended.
14.1 The Bidder shall submit their bid in electronic format, Digitally signing the
same. Bidder shall procure digital certificate as per requirement of IT Act 2000.
14.2 Tender documents shall be submitted on line e-procurement website
http://www.eproc.rajasthan.gov.in with their digital Signature.
The Bid is to be submitted in 3 Covers which shall comprise of
Cover-1 Scanned copy of DD/BC of Tender Cost, Earnest Money and
e- procurement fees along with documentary proof of
depositing the same in the office of Superintending
Engineer, PHED Circle, Churu.
Cover-2 Complete Tender Document along with addendums/
amendments issued and uploaded by the Department on the
above website, Tender form and schedules for prequalification Bid and scanned copies of supporting
Documents.
Cover-3 Financial offer (BOQ)
14.3 The uploaded document of the tender shall contain no alterations, or
additions, unless notified In case the tenderer makes any addition or
correction, the provisions written in the original document, read with the
addendum or corrigendum issued, shall prevail
14.4 Tender documents, as downloaded from website (Clause 2), along with
all addendums issued till the date of tender submission, must be
uploaded on website , with all enclosures, with the tender submission, up
till the date of receipt of tenders
14.5 All tenders, in which any of the prescribed conditions are not fulfilled or
which have been vitiated by errors in calculations, totaling or other
discrepancies or which contain over-writing in figures or words or
corrections not initialed and dated, may be liable to rejection
14.6 The Tender to the work shall not be witnessed by a Tenderer or
Tenderers who himself/themselves has/have not bided or who may not
and has/have not bided for the same work
14.7 Bidder shall submit their offer in Electronic format on above mentioned
web site up to the time & date specified in NIT, after Signing the same.
Online offers, which are not digitally signed, will not be accepted.
14.8 Online tenders will be opened on the scheduled date at specified time
mentioned above in the NIT by tender opening committee in the office of

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.18

Superintending Engineer, PHED Circle, Churu.


14.9 Before electronically submitting the tenders, it should be ensured that all
the tender papers including conditions of contract are digitally signed by
the tenderer.
15. Deadline
for Submission
of Tenders
16. Late
Tenders

Tenders shall be submitted on website http://www.eproc.rajasthan.gov.in as


per ITT Clause 14 duly signed digitally by the authorized signatory before the
scheduled date and time for submission prescribed for on line submission .
The system does not permit electronic submission of tenders after the due
date and time.

E.
17 Sealing and
Marking of
Tenders

Contents of
Cover 2
General
requirements

Contents of
Cover 3

Submission of Tenders

17.1 The Tenderer shall submit the tender along with all addendums as
downloaded from website in electronic format digitally signing each
page/document on website http://www.eproc.rajasthan.gov.in
17.2
The tenders shall be submitted in Three Covers .
Cover-1 Scanned copy of DD/BC of Tender Cost, Earnest Money and
eprocurement fees.
Cover-2 digitally signed, scanned copy of tender letter, schedules for prequalification Bid and supporting Documents for eligibility as
detailed in clause 17.3
Cover-3 Financial offer (BOQ)
17.3
Cover-2 It should contain Pre-Qualification bid and Technical Bid
along with
a) The name and designation of person signing shall be clearly indicated.
In case of partnership firm / limited company / group of companies, a
power of attorney for the person authorized to sign issued by the
partners or authorized signatory shall accompany the tender in Format
at Annexure -3.
b) The Tender Letter, as per Annexure 1
c) An undertaking confirming that "for modifications/deviations to
Conditions of Contract / Technical Specifications no price information is
indicated in cover 1&2 shall be enclosed. Tenders not containing such
undertaking will not be considered for further evaluation As per
Annexure-4
d) The tender letter in form of "tender for works" given with General
conditions of contract shall be electronically filled and digitally signed.
All signatures shall be digitized.
e) A declaration shall have to be made by the tenderer that he has read,
understood and accepted without changes, revisions or conditions, the
tender documents and addenda (if any) issued by the Deptt As per
Annexure 5
f) The contractor shall submit scanned copy of registration certificate.
g) The contractor shall submit an oath on Rs. 100 Stamp paper regarding
considering excise duty exemption as per central government
notification
h) The tender should be accompanied with Sales tax clearance
certificates STCC valid upto 29.02.2016 or thereafter from the
concerned departmental authorities.
i) Pre-Qualification Schedules as required in this Vol-I along with
supporting documents consisting of:
i. Summary of the relevant experience of the work as desired in
Clause-6, digitally signed along with attested copies of respective
work order and successful completion certificate.
17.4
Cover-3 -Financial Tender
Volume II (BOQ), along with all addendums issued till the date of tender

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

18 Opening
of
Tenders by
Department

19 Preliminary
Examination
of Tenders

20 Confidential
Treatment

21 Substantial
Tender

22 Evaluation for
Pre-Qualification

Page No.19

submission digitally signed


F.
Tender Opening and Evaluation
18.1 The Superintending Engineeror other duly authorized Committee will
open the tenders online on website in the presence of Tenderer(s) or their
authorized representative(s) who may choose to be present at the time of
tender opening The tenders shall be opened in two stages. In first stage the
pre-qualification bid shall be opened and evaluated The financial part shall be
opened of responsive tenderers pre-qualified by competent authority, at a later
date, which will be informed to all responsive and pre-qualified tenderers.
18.2 In first stage, Cover 1 & 2 of the Bid, as per Clause 17 will be opened.
The tenderers' names, the presence (or absence) of Earnest Money/ Tender
cost/ e-procurement fees, and other details such as deviations proposed in
Covering letter will be announced by the Tender Opening Committee at the
time of opening.
The contents of the Cover 1 & 2 of the individual tenders will be examined
summarily in order to assess their formal conformity and agreement with the
instructions and guidance to the Tenderers and the completeness Any tender
not conforming to any of these requirements may be disqualified forthwith at
the discretion of Department
The department will evaluate the tender Information relating to the
examination, clarification and comparison of the tenderers and
recommendations for the award of the Contract shall not be disclosed to
tenderers or to any other person not officially concerned with the evaluation
process until the award to the successful -Tenderer has been announced Any
effort by a Tenderer to influence the evaluation process or the
recommendations and decisions for award may result in the rejection of its
tender.
21.1

Notwithstanding the preliminary examination, the department will


determine the substantial tenderer. Substantial tenders are those which
meet the following requirements:
a. Properly digitally signed,
b. Earnest money ,Tender Fee & processing fees in the required
format from a Nationalized / Scheduled bank,
c. Responsive to all requirements of the tender documents and
the instructions to tenderers,
Clarification and substantiation required to assess the quality of the offer,
No deviations other than those specified in clause 10.1 above and reservations
affecting the scope and quality of the work, limiting the rights of the
Department. Or the tenderers obligations, or whose rectification would affect
the competitive position of the other substantial tenderer.
21.2 If a tender Is not substantially responsive it will be rejected by the
Department. And will rot be used for further evaluation. The financial
offers of nonresponsive tenderer will not be opened. The Department's
determination of a tender's responsiveness is to be based on the
contents of the tender itself without recourse to extrinsic evidence. It is
expressly stated that the information contained in the Cover -1 & 2 of the
tender will be used to define whether a tender is substantial or not. The
Tenderers are. therefore, advised to submit complete tenders only.
22.1 The Department will carry out a detailed evaluation of the tenders
previously determined to be substantially responsive in order to
determine whether the firm is qualified in accordance with the
requirements set forth in the tender documents. In order to reach such a
determination, the Department will examine the information provided in
the schedules and the submitted supporting documents, on the basis of
the information supplied by the tenderers.
22.2 The firms Qualified will be informed by the Department in due course of time
through website.

22.3 The Department reserves the right not to consider any deviation that in
Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh
Distt. Churu

Tender-Document(NIT No 83/2015-16)

23

Financial
Evaluation

24 Award Criteria
25 Departments
Right to Accept
Any Tender and to
Reject Any or All
Tenders

26 Notification
of Award

27 Signing
the
Contract
Agreement

Page No.20

the sole discretion of the Department is found unacceptable. The


Department shall require such deviations to be withdrawn, for the
unaccepted deviations. The evaluation subsequently will be made on the
rates quoted for such items in original offer.
22.4 The Superintending Engineer or other duly authorized Engineer
reserves the right to ask for submission of the source of procurement for
the materials for which the tenderer has quoted his rates before the
tender can be considered for acceptance. If the tenderer, who is called
upon to do so, does not submit within a reasonable time of written order
to do so, the Department shall be at liberty to forfeit the said earnest
money absolutely.
23.1 The original financial offer or the revised financial offer, as the case
may be, of the Prequalified tenderers whose tenders are determined
responsive will be opened at a date as notified by the department.
23.2 The Superintending Engineer or other duly authorized Committee
will open the tenders on line on website in the presence of any
Tenderer(s) or their authorized representatives who choose to be
present at the time of opening of financial tenders, and will enter
the rate/amount of all tenders in the register of Opening of Tenders.
23.3 If on check, there are some discrepancies, the following procedure shall
be followed: - When there is a difference between the rate quoted by the
tenderer in words and figures, the lower of the two rates shall be taken
as valid and correct rate When the rate quoted by the contractor in
figures and words tallies, but the amount is not worked out correctly, the
rate quoted by the contractor shall be taken as correct and not the
amount worked out.
23.4 The financial evaluation shall be done on quoted rates The Tenders
shall be ranked on increasing order of the Tender Price
G.
Award of Contract
Subject to ITT, the Department will award the contract normally to the lowest
evaluated tenderer.
25.1
The acceptance of the tender will rest with the Department who
does not bind itself to accept the lowest tender and reserves to
itself the authority to reject any or all of tenders received without
assigning any reason.
25.2
The Departments right to accept or reject any or all tenders at any
time prior to award of contract, will not incur any liability, to the
affected Tenderer or tenderers or any obligation to inform the
affected Tenderer or tenderers, of the grounds for the
Departments action.
Prior to the expiry of the period of tender validity, the Department will
notify the successful Tenderer on website, to be confirmed in writing
by registered letter, that its tender has been accepted. The notification
of award will constitute the formation of the contract, for all legal
purposes.
27.1
Within ten(10) days of departments notice, the successful tenderer
shall sign the contract agreement.
The following, duly filled in and signed documents, shall form the contract
agreement;
a) Agreement
b) Letter of award and any pre-award correspondence between
Department and the Tenderer

Tender documents.

Bill of Quantities

Any Addenda issued


c) The Tender Offer
27.2 On acceptance of the tender, the name of the accredited
representative(s) of the Tenderer (with a photograph and signature
Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh
Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.21

attested), who would be responsible for taking instructions from the


Department / Engineer in charge, shall be communicated to the
Engineer-in-charge.
27.3 After acceptance of the tender, the Tenderer or all partners (in the case
of partnership firm) or the authorized representative of the firm with a
valid power of attorney will append photographs and signatures duly
attested, at the time of execution of Agreement.
27.4 Receipts for payments, made on account of a work when executed, by a
firm must also be signed by the several partners, except where the
contractors are described in their tender as a firm, in which case the
receipts must be signed in the name of the firm by one of the partners or
by some other person having authority to give effectual receipts for the
firm.
27.5 Sales tax or any other tax on materials, or Income Tax in respect of the
contract shall be governed by provisions given in the Conditions of
Contract. Deduction of Income Tax at source will be made as per
provisions of the Income Tax Act, in force from time to time.
27.6 If any Tenderer, who having submitted a tender does not execute the
agreement or start the work or does not complete the work and the work
has to be put to re-tendering, he shall stand debarred from participating
in such re-tendering in addition to forfeiture of Earnest Money/Security
Deposit and other action under agreement.
28 Corrupt
or
Fraudulent
Practices

28.1
(i)

(ii)

The Department defines, for the purposes of this provision, the


terms set forth below as follows:
corrupt practice means the offering, giving, receiving or soliciting
of anything of value to influence the action of a public official in
the procurement process or in contract execution; and
fraudulent practice means a misrepresentation of facts in order
to influence a procurement process or the execution of a contract
to the detriment of the Department, and includes collusive
practice among tenderers (prior to or after tender submission)
designed to establish tender prices at artificial non-competitive
levels and to deprive the benefits of free and open competition.

28.2 Any effort by a Tenderer to influence the Department in the Departments


tender evaluation, tender comparison or contract award decisions may
result in rejection of the Tenderers tender.
28.3 The Department will reject a proposal for award if it determines that the
Tenderer recommended for award has engaged in corrupt or fraudulent
practices in competing for the contract in question.

Superintending Engineer,
PHED Circle, Churu.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.22

Annex 1

Tender Letter

To
Superintending Engineer,
PHED,
Circle, Churu.

Subject: Rate contract for Construction and Commissioning of 200mm dia


Tube Well in all type of strata in Rural and Urban Area of Panchayat Samiti

Sujangarh District Churu with two year deffect Liability.

Ref:

Your NIT No. 83/2015-16

Dear Sir,
1. Having carefully examined all the parts of the tender documents and the addenda (if
any) for the execution of the above mentioned works, having obtained all requisite
information affecting this tender, and being aware of all conditions and difficulties likely
to affect the execution of the contract, we, the undersigned, hereby offer to execute the
percentage rate contract single responsibility 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 other sum as may be ascertained in
accordance with the Contract.
2. We declare that we have read and understood and that we accept all clauses,
conditions, descriptions, drawings of the tender documents volume I to volume II, 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 withdraw it.
3. We declare that we guarantee for the hydraulic parameters of the system as per
approved data sheets and specifications throughout the contract period.
4. We undertake, if our tender is accepted, to commence the work within 10 days of the
work order and to complete the work in the stipulated time for completion.
5. If our tender is accepted we will provide a security deposit in the required form in the
sums as stipulated in the tender documents.
6. 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.
7. We agree to abide by this tender for the period of 70 days from the date of opening of
the pre-qualification 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.
8. Together with the tender we submit the earnest money of Rs 1) ......................... as
2)
..........................................................................

1
2

Amount of Earnest Money


Indicate the form in which it is provided.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

1)

Page No.23

Dated this ................................................. day ..................................... 20..


................................................ in the capacity of 2) ......................................................

duly authorized to sign the tender for and on behalf of 3) ......................................................


Name:
Address:
Telephone:

Telefax:

Telex:

Signature of the authorized representative ..............................................

1
2
3

Signature of the authorized Representative of the firm


Designation
Name of Tenderer

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.24

Power of attorney of the representative of a firm

Annex 2.

Power of Attorney for Authorized Representative


The firm M/s..authorize the following Representative to sign and submit the tender
document, negotiate terms and conditions for the contract, to sign the contract, to deal with the PHED, to issue
and receive correspondence related to all matters of the tender for Construction & Commissioning of 200 mm
dia tube wells with Submersible pump sets etc. complete work in all types of strata including defect liability
period of 02 years in Panchayat Samiti Sujangarhunder jurisdiction of PHED, Div. Sujangarh, Distt. Churu. We
/ M/s _________________________ undertake the responsibility due to any act of the representative
appointed hear by.
For Partnership Firms
S. No.
Name of the All Partner
Signature of Partner with Seal
1.
2.
3
4

Name and Designation of the person


Authorized

Attested Signature of the Authorized


Representative

Name and
Authorized
Firm

Designation

of

the

For Limited Firms


person

Address
Telephone No.
Fax No.
Telex No.
Authority By which the Powers is delegated
Attested Signature of the Authorized
Representative
Name and Designation of person attesting the
signatures

To be Prepared on Stamp Paper of Rs.100/- duly attested by Notary

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.25

Annexure 3

Undertaking by Tenderer
I/We undertake and confirm that for modifications/deviations to Conditions of Contract /
Technical Specifications no price information is indicated in Volume-I.
I/We understand that if this Undertaking is found to be incorrect, our tender may not be
considered for Evaluation in 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)

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.26

Annexure 4

Declaration
I/We _____________________________ the undersigned, hereby certify that I/We have
read, understood all the terms and conditions given in the tender document, including those
in the addenda issued by the Department and the same are acceptable to us without any
deviations.
If this declaration is found to be incorrect then without prejudice to any other action
that may be taken, my/our security may be forfeited in full & the tender, if any to the
extent accepted may be cancelled.
Signature
With Seal
Full Name ________________
Designation______________
Address _______________
(Authorized representative)

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.27

Annexure 5

Declaration Under the official Secrets Act


I/We hereby declare that I/We shall treat the tender documents, drawings and other
records, connected with the work, as secret confidential documents and shall not
communicate information derived there from to any person other than a person to whom
I/We am/are authorized to communicate the same or use the information in any manner
prejudicial to the safety of the same.
I/We understand that failure to observe the secrecy of the tenders will render the tender,
liable to summary rejection.
Signature

With Seal
Full Name ________________
Designation______________
Address _______________
(Authorized representative)

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.28

Form of Agreement
Annex 6

THIS Agreement made the ________ day of ________20_____ between the Executive
Engineer PHED Div.Sujangarh (hereinafter called PHED) on behalf of the Governor of
Rajasthan of the one part and _____________________ of ________________
(hereinafter called Contractor) of the other part.
WHEREAS the PHED is desirous for execution of Work of Rate contract for Construction
and Commissioning of 200mm dia Tube Well in all type of strata in Rural and Urban
Area of Panchayat
Samiti Sujangarh District Churu with two year deffect
Liability.
WHEREAS the PHED has accepted a tender by the Contractor for the execution,
completion of such work,
NOW THIS AGREEMENT WITNESSES as follows:
1. In this Agreement words and expressions shall have the same meanings as are respectively
to them in the conditions of Contract hereinafter referred to.

assigned

2. The following documents shall be deemed to form and be read and construed 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
d) All addenda issued

e) The Tender Offer


3. The signed and initialed Tender Documents shall be deemed to form and be read and
construed as part of this Agreement.
4. In consideration of the payments to be made by the PHED to the Contractor as
hereinafter mentioned, the Contractor hereby covenants with the PHED to provide,
execute, and to complete the work, remedy the defects, commission the work and
maintain it in conformity in all respects with the provisions of the Contract.
5. The PHED hereby covenants to pay the Contractor in consideration of the provisions,
execution, completion of the works, remedying of the defects therein and maintenance
of the work the Contract Price or that sum as may become payable under the conditions
of the Contract at the times and in the manner prescribed by the Contract.
6. The following are the salient data of the agreement:
- Contract sum
Rs ______________
Execution Part

Rs ______________

Security Deposit: Rs ______________ ( 10 % of the payments)


Time for completion:
Execution Part of Rate Contract
12 Months
Defect liability Period for motor pump set, Pannel Board,
submersible cable, machinery &Electric Equipment only
02 Years

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.29

IN WITNESS thereof the parties to these present have hereto set and subscribed their
respective hands the day, month and year first above written.
SIGNED for and on behalf of PHED

Executive Engineer,
PHED Division,Sujangarh

Witness

SIGNED for and on behalf of the Contractor

Authorized representative

Witness

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.30
RPWA 88 A
(Rules 338 & 595(iii) c)

Model of the Security Deposit Guarantee


To

Annex 7

The Governor of the State of Rajasthan

Through Executive Engineer, PHED Div. Sujangarh, Distt. ChuruWhereas the Governor of the
State of Rajasthan (here-in-after called the Department) having entered into an agreement
No___ dated ____ with M/s _______ (herein after called the contractor) for execution of
Work of Rate contract for Construction and Commissioning of 200mm dia Tube Well
in all type of strata in Rural and Urban Area of Panchayat Samiti Sujangarh
District Churu with two year deffect Liability.
. i.e. design (selected part), build, herein after called the said Agreement under which the
contractor(s) M/s _______________ have applied to furnish Bank Guarantee to makeup
the full Security Deposit.
1.

2.

3.

4.

5.

In consideration of the Governor of State of Rajasthan having made such a


stipulation in agreement. We ______________ (indicate name of the 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. ____________ (Rupees _______________ only) on demand.
We ______________ (indicate the name of Bank), do hereby undertake 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 directions given
by Department regarding this Bank Guarantee. However, our liability under this
guarantee shall be restricted to an amount not exceeding Rs______________
(Rupees_______________ only).
We _________________ (indicate the name of Bank), undertake 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.
We_________________ (indicate the name of Bank) further agree that the
guarantee herein contained 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.
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 or enforce any of the terms and conditions relating to the said agreement
Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh
Distt. Churu

Tender-Document(NIT No 83/2015-16)

6.

7.
8.

9.

10.

Page No.31

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 on 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 reliving us.
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).
We ____________________ (indicate the name of Bank), lastly undertake not to
revoke this guarantee except with the previous consent of the Department in writing.
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__________________ (Rupees
__________________________ only).
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.
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 & Designation

The above Guarantee is accepted by the Department of the State of Rajasthan


For and on behalf of the Governor of State of Rajasthan

Signature
Note: Guarantee to be made on stamp paper purchased by the bank only.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.32

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 the
Engineer-in-Charge as stipulated in Special Conditions of Contract in Vol.-I of 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 conforming 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 Engineer in
Charge. Information provided by the tenderer in the schedules is for preliminary assessment of the
offer. However, these details are subject to approval of the Engineer-in-Charge based upon the
detailed drawings / designs / data-sheets / specifications to be submitted by the tenderer in
conformity with the tender documents. Tenderers are required to provide complete Strata Chart,
Litho log, information, etc. for better performance and optimum efficiency of the tube wells.

Signature of Authorised Representative........................................

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.33

Schedule - 1 (Tender Form)


1. Tender forms
The Tenderer has to fill in all tender forms (if applicable) in this document and to submit them duly signed.
They shall be used for the evaluation of his offer, the assessment whether his tender is substantial and for his
pre-qualification. The Tenderer shall neither add nor delete the texts of the forms. This might lead to the
rejection of the tender. The papers shall remain bound in the tender document issued to the Tenderer. The
supporting papers as indicated in Part B, Section 2 of the tender documents shall be bound in a box file, in
the same order as they appear hereafter.

Tender forms and supporting papers required


Designation
Tender Letter

What to do?
to be filled in, signed and
stamped

Statement having read TD


and addenda

to be filled in, signed and


stamped

General information about


the tenderer

to be filled in, signed and


stamped

Tender Letter, Letter for


Tender for Work,
Declarations &
Undertakings

to be filled in, signed and


stamped

Pre Qualification

to be filled in, signed and


stamped

Supporting papers

Powers of Attorney, attested


by Notary on stamp paper of
Rs 500;
Earnest Money in required
form;
Evidence of experience of firm
in similar jobs;
Certificates of clearance of
Tax On Sale and purchase of
goods;

Pre-Qualification Criteria

Signature of Authorized Representative..................................

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.34

SPECIAL CONDITIONS OF
CONTRACT

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.35

SPECIAL CONDITIONS OF CONTRACT


1.

DEFINITIONS

Department means the Public Health Engineering Department of the Government of Rajasthan. It is the
Executing Agency of the Project" means, Executive Engineer, PHED Div. Sujangarh,Distt. Churu,
"Materials" means things of all kinds (other than equipment) intended to form or forming part of the
permanent works, including the supply of materials to be supplied by the contractor under the contract.
"Equipment" means the apparatus, machinery, articles and things of all kinds to be provided under the
contract or intended to form or forming part of the permanent works.
"Specifications" means the specifications according to which the works are to be executed as referred to in
the agreement documents and any other specifications agreed thereon.
Contract price means the sum quoted in the tender subject to such additions thereto or deduction there
from as may be made under the provisions contained in the contract or as due to change in scope of work.
Bid & Tender or Bidder & Tenderer The word Bid & Tender or word Bidder & Tenderer used in the
tender document be treated as synonymous

2.
2.1

CONTRACT
Type of Contract
The works described in this tender document is for Rate contract for Construction &
Commissioning of 200 mm dia tube wells with Submersible pump sets etc. complete work in all
types of strata including defect liability period of 02 years in Panchayat Samiti Sujangarh under
jurisdiction of PHED, Div. Sujangarh Distt. Churu.

.
2.2

Priority of contract DOCUMENT


The various units comprising the tender documents are complementary to one another and are to be
considered parts of a complete set of tender document. However, if the stipulations in the various
units of the tender document be found to be at variance in any respect, one will override others (but
only to the extent these are at variance) in the order of precedence as given in the list herein after,
i.e., any stipulation in a unit will take precedence over stipulation in all other units lower down there to
in the list:
(i)Letter of award
(ii)
Special Conditions of Contract
(iii)
Schedule of prices
(iv)
Scope of Work
(v)
Instructions to Bidders
(vi)
Agreement forms comprising of:

Notice Inviting Tender

General Conditions of Contract


(vii)
Technical specifications
(viii)
Drawings

3.

ORGANISATION ON THE SITE


The Contractor shall bear all costs and charges for special and/or temporary rights of Way, which he
may require, including those for access to the site. The contractor shall also obtain, at risk and costs,
any additional facilities outside the site which he may require further purposes of the works.
Security of the Site
Unless otherwise stated in particular conditions:
a. the contractor shall be responsible for keeping unauthorized persons off the site
b. authorized person's shall be limited to the Contractor personnel and the Department's personnel;
and to any other personnel notified to the Contractor, by (or on behalf of ) the Department, and
c. Providing adequate manpower for the security of the material brought to the site for which
payment has been made to the contractor.
d. The contractor must follow all the safety rules of department and workman compensation rules
and other relevant rules.
THE SAFETY PROCEDURES

3.1

3.2

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.36

The contractor shall:


(a) comply with all applicable safety regulations,
(b) take care for the safety of all person's entitled to be on the site & he will be
responsible for any sort of accident and mis-happenings.
(c) choose reasonable efforts to keep the site and work clear of unnecessary obstruction so as to
avoid danger to these persons,
(d) provide, guarding and watching of the works until completion and its taking over by
the department.
4. DATA SHEETS AND PERFORMANCE CURVES
The contractor shall submit the performance curves and data for all pumps for approval of Engineer in
charge before procuring any material.
5. SUPPLY OF MATERIAL
The following material will be supplied to the contractor by the department at divisional stores free of cost as
indicated below, if available.
1. 200 mm dia M.S. Casing pipe medium class.
Note: 1. In case the material not available in department the contractor has to provide all the material required
to complete the work as per scope of work whenever he is asked to do so. The payment to him shall be made
at prevailing rates of departmental rate contract enforce at that time and payment made for casing pipe shall
not be treated as extra item. In case departmental rate contract is not in force then payment shall be made as
per latest prevailing rates approved for the area through tenders approved by competent authority. As such
delay in work due to non-availability of material with the department shall not be accepted and contractor is
bound to complete the work in time.
2. The contract will have to transport material in proper quantity to the site of work at his own expenses. The
contract shall arrange for safe custody of issued material at site at his own cost for work carried out on labour
rate.
3. Cost of stores supplied by department if found damaged or issued in excess of requirement and not
returned or missing shall be recovered @ twice the issue rates of the stores.
4. Every efforts shall be made to supply the material as given but no responsibility or compensation shall be
admissible for delay or non-supply.
5. The contractor is required to hand over the departmental material including scrap material to the
representative of the department not lower than rank of Jr. Engineer & should obtained the receipt. The
receipt of other person shall not be accepted. The contractor should return the material or the scrap material
in the stores as desired by the site engineer at his own cost.
6. In case contractor is asked to supply the required material such as M.S. pipe as casing pipes,
pumps & motors, bulk meters, valves, cables, pressure gauges, panel etc. then the material is to be
deposited in sub divisional store with in 10 days after issue of work order for inspection and testing
purpose. If contractor does not supply the material in sub divisional store, then no payment shall be
made to the contractor. After satisfactory inspection of the material supplied by the contractor the
same shall be issued to the contractor to use at site and for which no transportation charges to the
site of works shall paid to the contractor.
7. Concerned Assistant Engineer shall check the material before erection and ensure that
required inspection has been carried out by the sub divisional store.

6.

INSPECTION/TESTING
All MS casing pipes, pumps & motors, bulk meters, valves, cables, pressure gauges, etc shall be
required to be tested in the factory before dispatch and the test reports of the manufacturer should be
enclosed without which payment of above items shall not be made. These items shall however be
inspected/tested by Engineer in charge at sub division store.
The duty condition and efficiency of the pumping sets shall be got examined at site test bed. Cost of
testing shall borne by the contractor. The manufacturer's test certificate and guarantee/warranty
certificate should be submitted duly notarized by the contractor.
Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh
Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.37

The M.S. casing pipes (if provided by the contractor) be got inspected at the factory by any
approved third party or any authorized representative of EE. All expenses for such inspection
shall also be borne by the contractor.
The above material/ equipment shall be dispatched directly from the manufacturer/ factory / dealer to
the consignee/ Engineer in charge along with the relevant documents like challan, etc. and test
certificate as directed by the department.
6.1

Rejection
If as a result of an examination, inspection, measurement or testing, any equipment,
materials, workmanship is found to be defective or otherwise not in accordance with the contract, the
Department may reject the equipment, materials, designs or workmanship by giving notice to the
Contractor, with reasons. The Contractor shall then promptly make good that defect and ensure that
the modified/repaired items comply with the contract.
If the rejection and re-testing cause the Department to incur additional costs, the Contractor shall pay
these costs to the Department.

7.

Allotment of Work The whole tender amount would be divided in area of Panchayat Samiti
Sujangarh Distt. Churu Work would be allotted to contractor by the Executive Engineer, PHED
Division Sujangarh as per availability of sanction. Contractor has to maintain prorate progress as per
work allotted. Work should be taken up as per priority given by the Executive Engineer concerned.

8.

COMPLETION OF THE WORK

8.1

Time for completion


The whole of the Work, for Construction & Commissioning of 200 mm dia tube wells with Submersible
pump sets etc. complete work in all types of strata including defect liability period of 02 years in
Panchayat Samiti Sujangarh under jurisdiction of PHED, Div. Sujangarh Distt. Churu,has to be
executed under this Rate Contract within a period of 12 Months. However, separate work order of
sanctioned tube wells shall be issued time to time as per availability of sanction under this yearly rate
contract in which time period for the completion of the individual work order shall be given separately.
In case, he fails to maintain prorata progress, LD as per contract agreement shall be deducted from
his running bill.

9.

PROGRESS OF WORK

The contractor should plan his sequence of work in such a manner that once a tube well is successfully
constructed, it should be commissioned within 10 days by installation, testing and commissioning of required
pumps, valves and electrical equipment.

10.

PERFORMANCE GUARANTEE OF EQUIPMENT

The bidder shall guarantee


that the Performance of each pump set, motor, electrical; mechanical;
instrumentation equipments shall comply with the requirements given in the specifications and that the
equipments will operate satisfactorily at the time of commissioning and thereafter during defect liability period
and also at the time of handing over, at the desired level of efficiencies.
11. REMOVAL OF DEFECTS
The contractor shall be responsible for satisfactory performance of all the material supplied by him under all
design and operation conditions for the duration of two years from the date of commissioning
12.

DEFECT LIABILITY PERIOD


The defect liability period for the work shall be of 02 years from the date of commissioning of TW. The
contractor shall be responsible for satisfactory performance of all the components of the work under all
design and operation conditions for the duration of the defects liability period including burning of
motors, defects in pump sets & not discharging as per duty condition & efficiency etc. The break downs
other than defect of power supply are to be rectified by the contractor. If rectification is not done within
Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh
Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.38

24 Hours of notification to contractor, the delay beyond 24 Hours shall attract a compensation of Rs.
1500/- per day.Any defect as pointed out by the Engineer in Charge, such as defects due to premature
use of materials, hidden faults in material and equipment not discovered during inspection and testing,
manufacturing, erection and in construction shall be rectified by the contractor within the provisions of
payments under the contract for execution of the work. If the contractor fails to rectify the defect within a
period of one month after notification, the Engineer in charge may forfeit the security deposit or an
amount thereof required for the rectification through a third party without prejudice to any other right the
Department may have against the contractor in respect of his failure to remedy such defects.
During defect liability period in cases tube well becoming dry or giving unacceptable low discharge the
contractor has to submit his report to Executive Engineer and the department will have right to ask the
contractor to abandon the tube well. In such cases the contractor shall have to remove all equipment
excluding casing pipe without any extra cost from the site and deposit them with the department. The
casing pipe of abandoned tube well shall be plugged with cap properly to prevent from any untoward
incident.
13.

DOCUMENTS REQUIRED FOR PAYMENT:

The contractor shall submit the following documents in duplicate along with the invoice/bill.
Inspection reports/ test reports with acceptable results as per PHED or any other
agency representing PHED.
Any other such details/documents as may be reasonably specified by the Engineer-in-Charge
from time to time during execution of the contract.
Bill / Cash memo / challan of original manufacturer / dealer for the material supplied for
casing pipe, GI pipe, pump sets, bulk meters, valves, cables & pressure gauge.
Certificates, as prescribed, regarding payment of Sales Tax, duties etc. applicable on
supplies made.
14.

SCHEDULE OF PAYMENTS

All payments related to the execution part of the project, shall be made on the principles mentioned below.
14.1 BREAK UP OF PAYMENT
1.

80% payment shall be made after successful completion, commissioning and testing of the system by
diesel generating set for individual tube well with the entire satisfaction of Engineer-in-charge complete
in all respect.

2.

10% payments shall be made after release of power connection and connect to the existing
system/new system.

3.

The 10% payment other than SD& other taxes shall be with held by department against defect liability
of electrical accessories, which shall be released 5% each year on successful completion period of
defect liability period.
No payment shall be made for incomplete work. Payment shall be made as per provisions of tender
after completion of development, testing and taking over by the representative of the department, not
below the rank of Assistant Engineer.

14.2
14.3

14.4
14.5
14.6

The S.D. shall be refunded after successful completion of defect liability period of 2 years.
For material & Equipment
All material and equipment such as pumps, motors, power cables, flow meters, valves, specials, electrical
equipment, mechanical equipment, instrumentation equipment which are required to be supplied and
installed under this contract shall be paid after successful commissioning of the system.
PAYMENT for extra items shall be made as per PHED BSR (2015) of Circle Churu and as per relevant
clauses of the conditions of contract after getting approval from the competent authority.
During defect liability period of 2 years the contractor has to replace/repair motor pump sets, panel board,
submersible cable, machinery & other electrical accessories.
SUCCESSFUL / FAILURE TUBE WELLS

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.39

Any tube well giving discharge less than 9000 litres per hour at maximum draw down of 7 meters
shall not be considered as successful and payment for drilling work only shall be made to the contractor. The
location for construction of tube well shall be given by Assistant Engineer-in-Charge in consultation with the
hydro-geologist. If the contractor feels on inspection of site that the location released by the Engineer-inCharge may yield water less than 9000 lph at 7m draw down, he is at liberty to refuse to take up drilling at that
point. The new location will be decided by the Executive Engineer in consultation with the contractor and the
hydro-geologist.
Payment of drilling work shall only be made for unsuccessful tube well as per the decision of 183 PPC dated
5.3.2010 (Agenda Item No. 5(iii). If the casing pipe is provided by the department then the same shall be
taken out from such failure bore as far as possible and shall be deposited in division store as per the decision
taken in 183 PPC, for which no payment shall be made to the contractor. If the pipes are provided by the
contractor, no payment shall be made to him for pipes in case of failure bore. The site selection will be
decided by the Engineer-in-charge in consultation with the hydrogeologist so that chances of failure of bore
are minimized.
15

DEDUCTIONS

15.1
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.
15.2
Other deductions
Any other deductions to recover any reduction in rates or any other Department's claims accrued 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.
16

TAXES AND DUTIES

All taxes and duties and levies applicable by any act of the Government of India and/or state of Rajasthan
and/or local bodies on the firm or its personnel, during the period of work in progress shall be of the
contractor.
Sales Tax or any other taxes and duties in respect of the work shall be governed by the clauses of conditions
of contract. The price quoted by the tenderer shall be inclusive of all taxes and duties.
The PHED will not be liable to pay any taxes/duties, which the tenderer has not considered in his tender by
oversight or whatever reasons. Further, the PHED will not be liable to pay the difference in taxes /duties if the
percentage of taxes/duties considered by the tenderer in his tender is less than that applicable or the amount
is calculated by tenderer erroneously.
Modvat/Samvat facility as applicable can be availed by the contractor. He shall quote his rates accordingly so
that benefit is passed on to the department.
Similarly, as per notification of Government of India, all pipes to be supplied under this contract are eligible for
Excise Duty Exemption. The department shall provide the required Excise duty exemption certificate from the
concerned district collector. The contractor shall quote his rates accordingly so that full benefit of excise duty
exemption is passed on to the department.
17 Makes of Equipment
The Equipment(s) used by the bidder for the contract shall be one of the makes given for each equipment, in
Annexure A to this section of the special conditions of contract or duly approved by the Department.
The Deptt. reserves the right to reject the offer if the makes given in Tender Document are not accepted and
alternative makes are offered. By signing his offer, the tenderer agrees to supply any one make given in the
tender document and/or accepted by the Deptt. for the price quoted in BOQ.
18 Time Schedule for Contract activities
For completion of the job in the prescribed time it is essential to maintain a timely and logical sequencing of
the contract activities. To adhere to the execution schedule , the contractor shall also deploy the required
machinery and equipment as required in the pre-qualification conditions as directed by Engineer in Charge.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.40

19-

lfpo] vkj-MCY;w-,l-,l-,e-ch- t;iqj ds ifji= dzekad F1(1)/Secy/RWSSMB/2010/1090-1295 fnukad


27-5-2010 esa fn;s x;s funsZkkuqlkj dsoy jsrhys /kjkry esa fufeZr fd;s tkus okys cksj gksYl esa 200
,e,e O;kl dk **ektk** izksll
s ls fufeZr vkbZ-,l-vkbZ- ekDMZ ,-lh- izslj ikbZi Dykl&15 dsflax ikbZi
ds :i esa dke esa fy;k tk;sxk tks foHkkx }kjk Bsdsnkj dks [k.Mh; Hk.Mkj ls fuxZfer fd;k tk;sxk A
bu ikbZiksa dks lkbZV ij Bsdsnkj Lo;a ds [kpsZ ls ifjogu djds ys tk;sxk A lkeku ds ifjogu gsrq
vyx ls Bsdsnkj dks dksbZ Hkqxrku ns; ugha gksxk A [k.Mh; Hk.Mkj esa ikbZi miyC/k ugha gksus ds fLFkfr
esa vf/kkk"kh vfHk;Urk }kjk funsZk fn;s tkus ds mijkUr Bsdsnkj }kjk Lo;a ds Lrj ij mDr ikbZi
miyC/k djok;k tkosxk A ikbZiks dks loZizFke mi [k.Mh; Hk.Mkj esa tek djok;k tkosxk ftldk
fujh{k.k vf/kkk"kh vfHk;Urk ,oa [k.Mh; ys[kkf/kdkjh }kjk fd;k tkosxk ,oa budk Hkqxrku] dk;Z ds
le; izpfyr foHkkxh; nj lafonk dh njksa ds vk/kkj ij fd;k tkosxk A

20.

All the submersible pump sets to be installed under this NIT shall be of high quality 5 star rating
of approved makes with 02 years defect liability period.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.41

ANNEXURE A (List of SPECIFIED MAKES)


SN
1.

PARTICULARS OF
EQUIPMENT
H.T. MOTORS

SPECIFIED MAKES

2.

L.T. MOTOR

KEC/GEC / CROMPTON /SIEMENS / ABB/NGEF/JYOTI/ SCHNEIDER /


LUBI (upto 45 KW)

DEWATERING PUMP

KBL / M&P / KSB / SU

4.

BUTTER FLY VALVE

KIRLOSKER BROTHER LTD / INDIAN VALVE COMPANY/ FOURESS


ENGINEERING / ADVANCE /
DURGA ENGG./ MAYUR/
R&D
/
DALUI
/
JUPITER (UPTO
1600MM) / KARTAR (UPTO
250MM) / AVK / UPADHAYA / MARCK (UPTO 600MM)/ PATSONS/
VAG/ CALSENS

4.
(A)
5.

DI Resilient (Soft) Seated


BUTTERFLY VALVE
ELECTRICAL ACTUATOR

SIGMA FLOW (UPTO 300MM)/ AVK /VAG/JUPITER (UPTO 700MM) /


IVC / DVPL
ROTORK / LIMITORK / AUMA INDIA / MARSH / ENTROK

6.

SLUICE VALVE

KIRLOSKAR BROTHERS LTD., PUNE / INDIAN VALVE COMPANY/


FOURESS ENGINEERING / DURGA ENGINEERING / SHIV DURGA /
KEYSTONE / MAYUR / DALUI / R&D / JUPITER (UPTO1200MM) /
KARTAR (UPTO 600MM) / AVK / SHIVA (UPTO 600MM) / UPADHAYA
/ BEW (UPTO 300MM) / PATSONS/ VAG / SACHDEVA (UPTO 1200
MM)/ CALSENS/HARI (UPTO 250MM)

6.
(A)

DI Resilient (Soft) Seated


SLUICE VALVE

7.

SLUICE GATE

SIGMA FLOW (UPTO 300MM)/ AVK / BEW (UPTO 300MM) /VAG /


JUPIETR (UPTO 450MM)/SACHDEVA (UPTO 1000MM) / SHIVA (UPTO
300MM) / MAYUR (UPTO 300MM) / IVC / DVPL / KARTAR (UPTO
600MM)
JASH / BHARAT INDUSTRIAL CORP./ ORIENTAL /
FLUID
CONTROLS

8.
9.

DOUBLE
PLATE
CHECK
VALVE
NON RETURN VALVE

ADVANCE / KBL / IVC / R&D /DURGA / MAYUR / DALUI / PATSONS /


VAG
KIRLOSKAR BROTHERS LTD., PUNE / INDIAN VALVE COMPANY/
FOURESS ENGINEERING / DURGA ENGINEERING / SHIV DURGA /
KEYSTONE / MAYUR / DALUI / R&D / JUPITER (UPTO1200MM) /
KARTAR (UPTO 600MM) / AVK / SHIVA (UPTO 600MM) / UPADHAYA
/ BEW (UPTO 300MM) / PATSONS/ VAG / SACHDEVA (UPTO 1200
MM)/ CALSENS/HARI (UPTO 250MM)

9.
(A)
10.

DI Resilient (Soft) Seated


NON RETURN VALVE
KINETIC AIR VALVE

AVK / VAG / IVC / DVPL

10.
(A)
11.

DI Resilient (Soft) Seated


KINETIC AIR VALVE
DISMANTLING
JOINTS

KIRLOSKER ELCTRIC CO. LTD. (KEC.) / SIEMENS INDIA LTD.


(SIEMENS) / CROMPTON GREAVES LTD. (CROMPTON) / BHARAT
HEAVY ELECTRICAL LTD. (BHEL) /GENERAL ELECTRIC CO. LTD.
(GEC) /NGEF (NGEF) / SCHNEIDER / JYOTI.

KIRLOSKAR BROTHER LTD. /


INDIAN VALVE COMPANY /
ADVANCE VALVE / INTER VALVE / FOURESS / R&D / DURGA
ENGINEERING / SHIV DURGA / MAYUR / DALUI / R&D / SHIVA /
UPADHAYA / BEW/ AFT/ PATSONS/ AVK / VAG /CALSENS/JUPITER
AVK / VAG / IVC / DVPL
ORIENTAL / SHIV DURGA / SUR INDUSTRIES / DWRENIND. /

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.42

(TELESCOPIC)

MANGALA / QUALITECH / SYSTEC FLEXO PRODUCT / DURGA /


MAYUR / SHIVA / BEW / PRECISE

12

PAINTS

13.

COMPPRESSOR
VESSEL
AIR VESSEL
EOT CRANES:

ASIAN
/ SHALIMAR / JENSON & NICHOLSON / GOODLAC
NEROLAC/ ICL / BRITISH PAINT / CLEAN COATS
ANGERSOL RAND / ELGI / CP

14
15.

FOR

AIR

16.

WINDOW
CONDITIONERS:

17.

EXHAUST FAN:

BAJAJ ELECTRICALS LTD. (BAJAJ) / CROMPTON GREAVES LTD.


(CGL) / GENERAL ELECTRIC CO. LTD. (GEC) / KHAITAN LTD.
(KHAITAN) / JAI ENGG. WORKS.

18.

MAKE OF HOIST. LIFTING


SYSTEM
MECHANICAL FLOW MIXER
AND INDICATOR
FLASH MIXURE
CHLORINATORS

EDDY CRANES / ACME / INDEX / JAPS

19.
20.
21.
22.
23.
24.
25.
26.
27
28.
29.
30.
31
32.
33.
34.
35.
36.
37.

AIR

L&T / SHRIDHARAN / SURESEAL


EDDY CRANES ENGINEERS PVT. LTD. (EEPL) / ACME
MANUFACTURES ENGINEERS (ACME) /
M/S ROCKWELL HOIST
CRANES PVT LTD. NEW DELHI / REWA / WMI / VIDUT / WH
BRADDY/ JAPS
VOLTAS LTD.(VOLTAS) / CARRIER AIRCON LTD (CARRIERS) /
FEDDERS LLOYD./ AIRCON / BLUE STAR LTD. (BLUE STAR)

BACK WASH PUMPS


BACK WASH BLOWER MAKE
& TYPE
DOSE METERING PUMPS

KENT. SCHLUMBERGER (ACTRIES) / CAPSTAN


FABCO / PARAMOUNT / HDO / FIBRE & FIBRE / REMI
INDUSTRIAL DEVICES PVT. LTD./ BANACO / ISGECIES FABCAM
/ CHLOROCONTROL / AQUA / TUSCON JESCO
KIRLOSKAR / M & P / JYOTI / BEACON WIER
FLAKT/ KAY INTERNATIONAL / SWAM / EVERST / ROOTS/
WEEPL
ASIALMI / SWELLORF / VK

BRIDGE
WEIGHGING
DEVICE
CHLORINE
LEAKAGE
DETECTION SYSTEM
SLUDGE PUMP
RECTIFIER
BATTERY
OUTDOOR
LIGHTENING
ARRESSTOR
HV
POTTENTIAL
TRANSFORMER/(PT)
HV
CURRENT
TRANSFORMER/ (CT)
HIGH VOLTAGE DOUBLE
BRAKE ISOLATOR WITH OR
WITHOUT EARTH BRAKE
VACCUM CIRCUIT BRAKER

AVERY

33/6.6
KV
POWER
TRANSFORMER
33 OR 6.6/ .433 KV
AUXILIARY TRANSFORMER

ABB / CGL
(BHARAT) /
ABB / CGL
(BHARAT) /

33KV

GEC / L&T / SIEMENS / SCHNEIDER

SWITCHYARD

METIJO
KIRLOSKAR / M&P / JYOTI / BEACON WIER
CANARA ELECTRIC
EXIDE / STANDARD / FUKUWA / AMCO
ALPRO / OBLUM / PACTIL / IGE/ SKIPPER SEIL
ABB / BHEL / CAPPA /JYPTI / SKIPPER SEIL
ABB / BHEL / CAPPA /JYPTI / SKIPPER SEIL
ATLAS / ABB / ELPRO / PRACTIL / SKIPPER SEIL
ABB / BHEL / CGL / SCHNEIDER / JYPTI/
/ ALSTOM
VOLTAMP /
/ ALSTOM
VOLTAMP /

/ BHARAT BIJLEE / KIRLOSKAR / UTTAM


VARDHMAN ELECTRO MECH /SKIPPER
/ BHARAT BIJLEE / KIRLOSKAR / UTTAM
VARDHMAN ELECTRO MECH/SKIPPER

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.43

38.

CONTROL PANEL
INDICATING METERS

39.
40.
41.

METERING
ANNUCIATOR
HT SWITCH GEAR PANEL

42.
43.
44.
45.
46.
47.

HRC FUSES
PROTECTION RELAYS
MOTOR
PROTECTION
RELAY
PUSH BUTTON
INDICATING LAMPS
MULTI FUNCTION METERS

48.

CURRENT TRANSFORMERS

ABB / BHEL / KAPPA / JYOTI / SKIPPER SEIL

49.

POTTENTIAL
TRANSFORMERS
LT SWITCH GEAR PANEL

ABB/ BHEL/ KAPPA / JYOTI / SKIPPER SEIL

50.
51.
52.
53.

MOULDED CASE
BREAKER
TOR SWITCH
CONTROL FUSES

CIRCUIT

AE / IMP / RISHAB/ E&H


AE / IMP / RISHAB/ E&H
MASIBUS / LETROTEK / APLAB / MINILEC / PEACON / ICA
SCHNEIDER / ABB / SIEMENS / L&T/ C&S / CGL/ HT SWITCHGEARS/
SWATI SWITCHGEARS
L&T / GEC / SIEMENS / ER / HAVELLS
SCHNEIDER / ABB / SIEMENS / GEC / ER
SCHNEIDER / ABB / SIEMENS / GEC/ ER
L&T / BCH / SIEMENS / VAISHNO / TECHNIC / RASS / C&S
L&T / BCH / SIEMENS / VAISHNO / TECHNIC / RASS / C&S
GEC / IMP/ SIEMENS / RISHAB / AE

GEC / CGL / SCHNEIDER / L&T / C&S / SIEMENS / HAVELLS/


DYNAMIC / GK MARKETING / DIVYA/ HT SWITCHGEARS/ SWATI
SWITCHGEARS / ENGINEERS & ENGINEERS
GEC / CG L/ SCHNEIDER / L&T/ C&S / SIEMENS / HAVELLS / ABB
L&T / KAYEES / SCHNEIDER / SIEMENS / SALZER
GEC / SCHNEIDER / L&T / C&S / SIEMENS / HAVELLS

54.
55.

CONTACTORS
EMERGENCY DG
ENGINE

56.
57.

ALTERNATOR
INDUCTION MOTOR

KEC / JYOTI / NGEF / AVK / CROMPTON


KEC/ NGEF/ CGL/ GEC/ BHEL/ SIEMENS / SCHNEIDER

58.

HT CABLE

59.

CONTROL CABLE

60.

BATTERY CHARGER

61.
62.

CAPACITOR
PVC LIGHTING WIRES

CCI / INCAB / UNISTAR / RPG / NICCO / FORTGLOSTAR /


SATELLITE / HAVELLS / KEI
CCI / UNIVERSAL / TORRENT/ FINOFLEX / GEMSCAB / RPG / KEI /
CORDS
SABNIFE POWER SYSTEM / CHHABIELECT/ UPTRON / AMCO /
UNIVERSAL
GEC / L&T/ YASH/ MADHAV / RPG / KHATAU JANKAR / UNISTAR
FINOLEX / INCAB / RPG / FORTGLOSTER / GEMSCAB / KEI

63.

LIGHTING FIXTURES

PHILIPS / CGI / BAJAJ / MYSORE LAMPS / GE APAR / HAVELLS

64.

ELECTROMAGNETIC
FULL
BORE TYPE FLOW METER

FISHER
ROSE MOUNT / KROHNE
MARSHALL /
NIVO
CONTROL / E&H / SIEMENS / RLT / SBEM / ABB/ ELECTRONET

65.

ULTRA SONIC TYPE FLOW


METER

FISHER ROSE MOUNT / E&H / KROHNE


SIEMENS / NIVO CONTROL / CHETAS / RLT

66.

MECHANICAL
TURBINE
TYPE FLOW METER
PRESSURE LOGGERS
PRESSURE GAUGE

KENT / ITRON / CAPSTAN / NIVO CONTROL


/ AQUAMET / RLT
L&T / ABB / MASIBUS / LETROTEK
BELLS CONTROLS/ JN MARSHAL / H GURU / MANOMETER INDIA

67.
68.

SYSTEM

GEC / ABB / L&T / C&S / SIEMENS / BCH / HAVELLS / DIVYA


KIRLOSKAR / KIRLOSKAR-CUMMINS / GREAVES COTTON / CATER
PILLAR / ASHOKA LEYLAND

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

MARSHALL /

Tender-Document(NIT No 83/2015-16)

Page No.44

69.

PRESSURE INDICATOR

FISHER ROSE MOUNT/ BELLS CONTROLS / HONEYWELL / FOX BORO


/ E&H/ RLT

70.

PRESSURE TRANSMITER

71.

LEVEL SWITCH

72.

LEVEL SENSORS
SONIC TYPE)

FISHER ROSE MOUNT/ HONEY WELL / FOX BORO / BDO


FORBES MARSHAL/ YOKO GAWA / BLUE STAR SEIMENS/ E&H / RLT
FISHER ROSE MOUNT / HONEY WELL / SIEMENS / VEGA
INSTRUMENT / KROHNE MARSHALL/ SBEM/ E&H / RLT
FISHER ROSE MOUNT / HONEY WELL / VEGA INSTRUMENT/ KROHNE
MARSHALL / SIEMENS / SBEM / E&H / RLT

73.

LEVEL
SENSORS
(CAPACITANCE TYPE)

LEVCON / TOSHNIWAL / PUNE TECHTROL/ SBEM / E&H / RLT

74.

LEVEL TRANSMITTER

75.

LEVEL INDICATOR

76.

NOISE METER

FISHER ROSE MOUNT / HONEY WELL / VEGA INSTRUMENT /


KROHNE MARSHALL / SIEMENS / SBEM / E&H / RLT
FORBES MARSHAL / YOKO GAWA / BLUE STAR / ELECTRO LUX /
BELLS CONTROLS/ SBEM / E&H / RLT
CYGNET

77.

VT PUMPS

FLOWMORE / M&P / KBL / WPIL / JYOTI / AQUA

78.

HSCF PUMPS

79.

TAPE COATING ON MS PIPE

FLOWMORE / M&P / KBL / WPIL /JYOTI / BEACONWEIR / LUBI


(UPTO 45 KW) / MAXFLOW (UPTO 45KW)
LLOYD INSULATION/ IWL / BITU-TECH / TYCO

80.
81.

ZVV
PLC SCADA

82.

SUBMERSIBLE
CENTRIFUGAL PUMP

(ULTRA

SURESEAL / MANNEMANN MEER / MEGHA ENGINEERING / FLOWNIX


ABB / ALLEN BRADLY / HONEY WELL / SCHENIDGER / L&T /
SIEMENS/ E&H/GE /PHOENIX CONTACT
AQUA

Note:- In case any addition after issuing this list by RWSSMB be applicable then the addition shall be
incorporated prior to NIT Date.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.45

SCOPE OF WORK

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.46

SCOPE OF WORK
1.

Scope Of Work

1.1

Rate contract for Construction & Commissioning of 200 mm dia tube wells with Submersible pump
sets etc. complete work in all types of strata including defect liability period of 02 years in Panchayat
Samiti Sujangarhunder jurisdiction of PHED, Div. Sujangarh, Distt. Churu.

1.2

The tube well will be completed as per relevant IS : 2800-1979, 4097-1970, 4270-1992, IS 8110
amended up to date and any other relevant code applicable along with notifications.

2.0

The works proposed under this package includes the following (as per specification):
1. Drilling, lowering of pipe assembly, developing, testing and commissioning of tube wells.
2. Supply, installation, testing and commissioning of submersible pump sets including riser pipes,
valves, specials, as per specifications .
3. Installation, testing and commissioning of electrical system.
4. Commissioning of the system as a whole as per limit of the contract shown in drawing.
5. Removal of all defects observed during a period of 2 years from the date of Commissioning. Wear
and tear shall not be a ground for lowering of efficiency of the pump. Any replacement in the various
equipment that become necessary shall be done without any additional payment during above period.
The contractor shall maintain adequate inventory of spare parts of the equipments so as to ensure
that the defective parts of any equipment are replaced promptly and the equipment is restored in
working condition in a maximum period of 24 hours.
6. Maintenance of submersible motor pump, panel board, valves, meters and all other equipment
supplied under the contract during defect liability period.
7. It shall also include the work of lowering, unlowering & transportation of pump set for repair etc.during
defect liability period.

8. Activities during defect liability period:


General
Within the frame work of the contractors responsibilities given above, the contractor shall carry out
the following activities, but these shall not limit requirement of other activities which otherwise are
required as per terms & conditions of contract or to fulfill contractors responsibilities or are essential
as per good industrial practices. The contractor shall be responsible for :
a) Keeping the system in working condition & not allowing long break downs which can disrupt drinking
water supply to the consumers.
b) Maintenance of all pumps ,electrical, mechanical & instrument equipment, installed under the
contract.
c) Maintaining :
Repair history of all mechanical ,electrical & instrumentation control.
The contractor shall be responsible for :
i) To maintain the pumping system along with all instruments in working conditions.
The down time of any working tube well shall not exceed 24 hours.
ii) Routine maintenance of the entire system & instruments as per
recommendation of the
Manufacturer.
iii) Replacement of damaged power supply cables.
iv) Repair of all instruments such as flow meters ,pressure gauges, along with all other equipment.
The down time of any individual equipment as referred above shall not exceed 24 Hours.
v) Routine maintenance of the submersible pumping sets as per recommendation of
the Manufacturer and binding of motors if required.
vi) Replacement of bearings, damaged impellers & other damaged parts so that the
operation of pumps ensure the guaranteed efficiencies with the desired noise &
vibration levels.
vii)
Break down maintenance of all electrical, mechanical, instrumentation equipment
d) During the defect liability period if the tube well fails due to any negligent act of the tenderer rendering
the tube well going abandoned such as falling of pump set and stucking of pump set in the bore or filling
of sand in the tube wells making tube well not usable the contractor shall be responsible for clearing all
such material, sand etc. It by all efforts if the tube well is not put in operation the tenderer shall provide

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.47

all lost material and drill a new tube well as the case may be for which no payment shall be made to the
tenderer.
For declaring a tube well dry/abandoned during the defect liability period a committee including Executive
Engineer, Hydrogeologist of the department and concerning Assistant Engineer shall examine the site and
shall submit their report recommending for declaring the tube well dry or abandoned to Superintending
Engineer, PHED Circle Churu for necessary approval.
During defect liability period any theft or damages to the system under the contract the contractor shll be
responsible for lodging and FIR etc. at his own cost.

3.0 TYPES OF RIGS


The rig to be used for drilling will be of following types :
(a)
Rotary Rig suitable to drill bores up to 445 mm diameter in alluvial sediment of any
formation.
(b)
Down the Hole Hammer (DTH) rig capable of drilling 200 mm diameter bores in rock.
(c)
Or a combination rig of adequate capacity to drill bores of above sizes both in alluvium or
rock.
4.0 The work shall include as detailed below but shall not be limited to : Reconnaissance & investigation of site as necessary
To got approve the make of all the equipments used from Engineer-in-charge.

Providing & installing single phase submersible pumps (as per specification mentioned in tender
documents)set including submersible cable of required size & length. In all tubewells high quality 5
star rating pump sets shall be used with minimum 2 years defect liability period
Providing delivery pipe of ISI marked 50/65 mm G.I. pipe fitted with brass NRV, dual plate check
valve, etc.
Providing & installing of Electric control panel comprising MCB, Star Delta Starter, Ampere Meter, volt
meter, phase preventer, suitable starting and running capacitors, phase indicators, lighting
arrangement complete suitable for three phase pump set etc. The general arrangement & electric
drawings shall be got approved.
Providing & installation of submersible cable of required size .
Painting the slogan as decided by engineer-in-charge.
Before handing over the work the site has to be cleared in every respect .The earth has to be leveled
at a uniform level & surplus earth, if any shall have to be disposed off as per directions of the
engineer-in-charge.
It shall also include all preparation, execution and testing works within the defined limits of the
contract.

To keep stand by pumping sets ready with the department & repaired pump be got tested
for its duty conditions during the defect liability period, if contractor is asked to supply the
standby pump set by engineer in - charge.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.48

TECHNICAL SPECIFICATIONS

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.49

1.

Technical specification for construction of tube wells


The work of drilling of bore as proposed in this tender should be suitable for 200 mm dia MS casing
pipes and strainer pipes In combination type strata & suitable for 200 mm dia MS casing pipes in over burdon
for rocky/collapsible strata along with 200 mm dia bore in hard rocks including the item of fixing of casing and
strainer pipes (using mesh wrapped screens as per clause 9.1.2 of IS:2800 (part-I): 1991 if required as per
design ),gravel packing and development by compressor. The construction and testing of tubewells or
borewell shall be carried out as per provisions of IS:2800 (part-I & part-II):1979 both amended up to date and
as per provisions of other relevant Indian standards/ code applications.
2.

Definition of strata
Rocky area shall mean, area where the strata essentially comprises of the rock formation with
an over-burden and then the aquifer is to be tapped in rock bed not in alluvium aquifer . Rock
may be with or without fissures and faults, joints and bedding, Planes may have fractured and
weathered zones. rocks may be soft, medium or hard and may comprise of shales, sand
stone, lime stone, dolomite quartzite, granite. Schists, Phillies, slates., gneisses etc. and their
intercalation. intrusive, and conglomerate of these but shall exclude clays, sand slits pebbles,
cobbles, Murom and silt stones. The depth of drilling can be increased or decreased as per
site conditions.
ii.
All alluvium area shall means areas where the strata comprises of loose unconsolidated
material like clay, silt, sand, gravels, pebbles and cobbles etc. and having water bearing zones
which are to be tapped.
iii.
Boulder/collapsible strata of any type, if encountered, shall be treated as Collapsible strata for
the purpose of payment if it is to be cased with strainer pipes. The decision of Engineer-incharge with respect to type of strata and payment there to shall be final, binding and not open
to challenge.
i.

3.

Information to be furnished by the owner (Tenderer) of the tubewell.


The tenderer shall be furnish the following information to the Engineer-in-charge.
a.
Information regarding tubewells and dug well, existing in Govt. land, their depth,
formation encountered and discharge, etc. may be furnished as far as possible.
b.
Static water level.
c.
Expected yield.
d.
Any other information

4.

Installation of well assembly


Aquifer study is to be done by the contractor and accordingly he has to design the gravel pack, blind
pipe, housing pipe, slotted pipe(perforated pipe) mesh wrapped screens etc. (if required.) The
housing pipe, blind pipe and slotted pipe, to be used shall be made of mild steel conforming to
ISS:4270-1992 and of approved class. the pipes may be electric resistance welded (ERW) . The
department may also provide casing/ strainer pipes as per the provisions of the tender document, if
any. The pipe shall have to be got checked and approved by the Engineer-in- charge, before lowering
in the boring. It shall be conforming to IS:4270-1992 ( amended up to date)

4.1

The slotted pipe to be used shall have line slots (vertical or horizontal) as per IS:8110-1985 as per
fig.2 with an opening area equal to requirement of design of assembly. The slot size and mesh size
shall be specified depending on the result by actual Mechanical analysis of the aquifer samples,
which shall have to be done b y the contractor. The length of the slotted pipe/strainer shall normally
be not less than 3m.It shall actually be arrived at from the thickness of the aquifer encountered .It is
not necessary to screen the hole part of the aquifer and such depth should be drilled so as to give
atleast 9000 LPH discharge at maximum draw down of 7 mt.
The slotted pipe shall be attached to the housing pipe/ blind pipe by means of strong M.S. coupling
/strip welding/reducer of quality and design approved by engineer-in-charge as the case may be.
Similarly PVC/stainless steel wire mesh, if required, shall be attached firmly.
The design of well assembly should be got approved from the concerned hydrogeologist/engineer-incharge before lowering of pipe assembly.

4.2

4.3

The size of hole in alluvium strata shall be 450 mm diameter and shall be stagnant so as to create
annular space between casing pipe and bigger hole for P-Gravel packing and proper development so

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.50

as to obtain sand free water. However size of bore may be decided by engineer-in-charge looking to
tricky strata such as boulders.
4.4

For rocky strata the bore should be drilled using minimum 203 mm diameter button bits to ensure 200
mm dia clear through bore.

4.5

Painting
Before lowering of pipe assembly two coats of approved corrosion resistance paint shall be given to
all the mild steel parts of the well assembly, both on the inside & outside.

5.

Gravel Packing
Gravel to be used shall be conforming with IS:4097-1967 (amended up to date ). These shall be hard
well rounded and of reasonable size free from dust and foreign material as well as flaky particles. The
uniformity coefficient should not be more than 2(uniformity coefficient =D 60/D10) The size of gravel
shall finally depend on the mechanical analysis of the aquifer samples. The gravel will have to be
cleaned & washed before use. A tolerance of 10% shall be allowed in respect of grading of gravel.
The gravel filling of the annular space between the pipe assembly and the bore hole should start from
the bottom of bore hole and be done up to ground level. The gravel packing will have to be done as
per IS:2800 (Part-I): 1991 (amended up to date) .

6.

Development of the tube well in alluvial strata


The tube well may be developed as per clause 9.3 of IS:2800(Part-I):1991(amended upto date).The
water coming out should be totally silt/sand free after completion of development. The tube well shall
be developed by using a compressor of minimum capacity 300 cfm. and pressure 100 psi. Final
discharge should be totally sand free as per IS:2800 (Part-I): 1991 ( amended up to date ).The
payment shall be made for actual working hours for development subject to ceiling of maximum 6
hours for each tube well.In exceptional cases where development beyond 6 hours is needed the
same shall be done after approval from this office. In case of combination strata development in
alluvial part shall be done before starting the drilling in rock portion by DTH.

7.

The top of casing pipe after completion of boring shall be left at a height of 75 cms above the
ground level. The bore hole should not be kept open after drilling and it should be properly
capped with welding till the installation work is completed.
8.

The T&P like rope, buckets, pulley, working plate form etc. shall be arranged by the contractor at
his own cost. The contractor will entirely be responsible for all the safety measures which are
necessary for satisfactory completion of the work including diversion of traffic, safety measures
for pedestrian and near by houses. No compensation shall be paid by the department in case of
any type of causality and the contractor is fully responsible for any accident/ causality.

9.

The boring shall be accepted only when its yield is equal to or more than 9000 LPH at a
maximum draw down of 7 mtr. The contractor has to arrange pump testing of yield of tube well
using generator.

10.

The following information shall be furnished on completion by contractor in accordance with


clause No.12.2 of IS:2800(Part-I):1991, while handing over the tube well: Total depth of tube well drilled .
Strata chart of the tube well indicating different type of soil formations met with at different
depth & indicating the depth of each type of soil information .
Samples of strata collected, neatly packed & correctly marked in sample bags.
Position of every joint in well assembly.
Method used for development .
Total hours of development done.
Developed discharge in LPS.
Discharge is totally sand free for presence of sand particles if there .
PPM & turbidity after development .
Pumping water level at developed discharge , and
Static water level .
Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh
Distt. Churu

Tender-Document(NIT No 83/2015-16)
11.

12.

13.

Page No.51

The format as per IS 2800 (Part-I):1991 for furnishing the details is given as below: Agency drilling the tube well ..............................
Location of the tube well.....................................
Method of drilling adopted....................................
Date of starting......................................................
Date of completion................................................
Pilot hole or test hole....................bit size.............bit type.............hours....... from
............to....................
Coring
done..........................bit
size....................bit
type...............................
hours................recovery................from...................to.......................
Reaming...................bit
size.......................................bit
type.......................
hours.......................from.....................to..................
Litho logical data
From
To
Formations
................... .....................
..............................
.................. ..................... ..............................
Total depth of tube well drilled .........................................
Assembly
of
production
well
..................Size......................Length
..................
Type..................Perforation per meter............................................
Housing
pipe...........................
Blind pipe.......................................
Strainer.............................Bail plug.....................
Top of tube well above/below ground level .......................
Size of gravel ............................Quantity used before development................. Quantity during
development ........................
Method used for development .....................................
Total hours of
testing.........................................
Development discharge ...........................
Turbidity.................................
Further details appended :A) Samples of strata, neatly packed in sample bags .
B) Chart of pipe assembly lowered
C) Results of mechanical analysis of samples of unconsolidated strata
Remarks :Samples of material :- The contractor shall submit the list of samples of the following items in
specified quantities as mentioned against each items before the commencement of work or within
15 days of issue of order whichever is earlier, to the engineer-in-charge for carrying out of tests
as specified under schedule D and shall obtain his approval before issuing any such material at
site.
Samples of the following items shall be submitted for each source of supply free of cost by the
contractor.
Gravel 0.25 cum.
PVC/Stainless steel wire mesh 0.25 Sqm
Samples of earth strata /tube wells at interval of 6 meters or change of strata for each tube
well separately in fine & clear bottles.
Water samples in clear bottles for chemical analysis at every 3 m. interval .
Any other samples that may be required by engineer-in-charge from time to time.
Water samples after development of well -------------- In two bottles. for each tube well
All the above samples are to be delivered in suitable packing at the office of the Executive
Engineer(engineer-in-charge)concerned.
Test to be carried out :- The following test shall be carried out by the engineer-in-charge or any
other agencies authorized by him to undertake such test : The engineer-in-charge or his authorized representatives will carry out tests as and when
considered necessary for the quantity & quality of work done & for the materials used in earth
work.
The contractor otherwise specified shall provide all facilities of arrangements to undertake
these tests and all testing charges shall be borne by the contractor.
The contractor shall supply required quantity of samples as desired by the Executive
Engineer, the samples so obtained shall be sent to authorized laboratory for testing ,if the
Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh
Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.52

material is not found according to the specifications the entire cost of samples and testing
shall borne by the contractor & the entire lot of supply will also be rejected .
14.

Site conditions:- The work is located in different part of Panchayat Samiti Sujangarh. The place
of work shall be in the heart of city/village or out skirt. The view of the having visited the site , the
contractor should sign the certificate as below
It is certified that I/We ....................................................................................... the tenderer for the
above work having visited the site and have and acquainted myself /ourselves with all the
conditions and accordingly I/We am/are quoting the rates in confirmation of above facts and in
stipulation of the other conditions as mentioned in the tender form.
The contractor will have to transport material in proper quantity to site of work at his own
expenses. The contractor shall arrange for safe custody of issued material at site.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.53

SPECIFICATIONS OF M.S. PIPES


200mm NB, Medium Class
(IS 4270-2001)
(Amended up to date)
1.

SCOPE
This includes manufacture and supply of ERW Plain beveled ends (for butt welding joints)
steel tubes used for water wells conforming to IS:4270-2001 (Amended up to date) in
nominal bore of pipes of 200mm. The steel tubes should be ISI marked.

2.

REFERENCES
The Indian standards listed in clause No.2 of IS 4270-2001 are necessary adjuncts to these
specifications.

3.

TYPE & GRADES


Type of Tube
ERW

4.

Grade of Steel
Fe 410

SUPPLY OF MATERIAL
General requirements relating to the supply of steel tubes for water wells shall conform to IS
1337-1993

5.

MANUFACTURE

5.1
5.2

Steel used for the manufacture of tubes shall be made by basic open hearth, electric or basic
oxygen process.
The tubes shall be manufactured from steel which, when analysed shall show neither more
than 0.04 percent sulphur nor more than 0.04 percent phosphorus. The analysis shall be
carried out as per IS:228.

6.

DIMENSIONS AND MASSES

6.1

The dimension and masses of plain beveled end steel tube shall be as follows (as per table 3
of IS 4270:2001)
(All dimensions in mm)
Nominal bore of
Outside diameter
Mass of plain
Thickness of pipes
pipe
of pipe
tubes (Kg/M)
200
219.1
5.4
28.46

6.2

Length of Pipes
The effective length of pipes shall be 4.0 to 7.0M

7.

TOLERENCES
Outside diameter
Thickness
Mass

Permissible tolerance +1%


+15 percent
10 percent
No single tube well shall deviate from the mass Specified, with
a tolerance of +10 percent 8 Percent.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)
8.

Page No.54

PIPE/TUBE ENDS
The plain-end pipes shall be supplied with both ends beveled. The angle of bevel shall be 30
degree + 5 /-) degree when measured from a line drawn perpendiculars to the axis of the pipe
and with root face of 1.6+0.8mm.

9.

WORKMANSHIP
All pipes shall be cleanly finished and when visually inspected shall be free from injurious
defects and shall cleanly cut end reasonably square with the axis of pipes.

10.

MECHANICAL PROPERTIES TENSILE & FLATTENING


Tests shall be conducted to check the mechanical properties as per clause 6 of IS: 4270-2001

11.

ALIGNMENT TEST
Alignment test shall be conducted as per clause No.11 of IS 4270-2001

12.

HYDROSTATIC TEST
Hydrostatically test shall be carried out at a pressure as calculated by the following formula
subject to maximum test pressure of 7 Mpa. The holding time at test pressure shall not be less
than 3 sec and the pipe shall not show any leakage.
Grade
Test Pressure
Fe 410
280 t/D
Where t = specified thickness of pipe in mm
D
= specified outside diameter of pipe in mm.

13

PROTECTIVEE COATING
The tubes shall be internally & externally coated with bituminous solution or any other
protective anti corrosion coating. The bituminous solution shall be of a quality such as to
produce a coating which, when dry, shall be smooth, tough and tenacious and sufficiently
hard not to flow on exposure to a temperature of 65 degree centigrade and shall not be brittle
at 0 degree centigrade. It shall not be such as will impart a taste to the water.

14.

15

MANUFACTURERS CERTIFICATE
The manufacturer shall supply a certificate stating that the tubes comply with the requirement
of standard.
MARKING
Each Pipe shall be marked with the following details by paint stenciling
a)
Nominal size
b)
Length of tube
c)
Manufacturers trade mark
d)
BIS certification mark
e)
Inspection mark
f)
Purchasers name as PHED Rajasthan
g)
Year of supply
h)
Process of manufacture
i)
Grade.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.55

16.

LOT SAMPLING CRITERIA FOR CONFORMITY

16.1

Sampling and criteria for conformity visual dimensional, alignment and mass requirements.
The sampling and testing of steel tubes for these requirements shall be in accordance with IS
4711-1974
MECHANICAL TEST
The numbers of tubes to be sampled and tested for mechanical properties are given
below:

16.2

Nominal Size

Sample Size

Above 100mm and up to


300mm
Minimum number of
Samples per lot

One for every 200 pipes or


part thereof
Two

16.2.1 Retest of samples : As per clause 17.5 of IS 4270-2001


16.3

Hydrostatic Test : All the tubes shall be subjected to hydrostatic test. Those tubes failing in
the test shall be rejected.

16.4

Coating Test: One tube for 1000 tubes in the lot shall be subjected to coating test. The
samples shall pass if the lot is to be accepted under this clause.

17.0

Submissions required from the contractor for approval before inspection


Data sheet of specification of pipe

NOTE: Wherever there is reference of Indian Standards it shall be considered amended up to date at
the time of inspection of supply/replacement by inspecting agency. Any amendment shall be
effective only when it is implemented by B.I.S.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.56

SPECIFICATIONS OF G.I. PIPES


40 mm TO 80mm, Medium Class
(IS 1239-1990)
(Amended up to date)
1.

SCOPE

This includes manufacture and supply of Galvanised mild steel tubes & sockets (Medium
Class) to be used for water wells and other miscellaneous purposes conforming to
IS:1239-1990 (Amended up to date) in nominal bore of pipes of 50, 65, 80mm. The pipes
should be ISI marked.
2.
REFERENCES
The Indian standards relevant to meet scope are necessary adjuncts to these standards.
3.
MATERIAL
3.1

General requirements relating to supply of Mild Steel Tubes shall confirm to IS


1387:1967. The welded tubes shall be manufactured from hot rolled steel skelp/strip
confirming to Grade-I as per IS 10748-1995 (Amended up to date)

3.2

The tube well shall be Electric Resistance welded (ERW). The height of the internal
weld fin shall not be greater than 60% of the specified thickness.

3.3

The chemical analysis of steel tubes shall be carried out only for Sulphur &
Phosphorous requirement. The Sulphur & Phosphorus requirements shall not exceed
0.05 percent each with maximum permissible variation of 0.005 percent each. The
analysis shall be carried out as per IS:228.

3.4

The Sockets shall be electric resistance welded and should meet the requirement of
IS:1239 (Part-2) 1992 (amended up to date). However socket for 32mm pipe shall
manufactured from seamless pipe & it shall be hot dipped galvanized.

4.

HYDRAULIC PRESSURE TESTY

Hydraulic test shall be carried out at a pressure of 5 Mpa, maintained for at least 3
seconds and shall not show any leakage in the pipes.
5.
DIMENSION AND MASSES:
Dimensions and masses of Steel Tubes shall be as follows:
Outside Diameter

6.

Nominal
Bore
(MM)

Maximum
(MM)

Minimum
(MM)

40
50
65
80

48.4
60.8
76.6
89.5

47.8
59.7
75.3
88.0

Thickness
(MM)

Mass of
screwed &
socked
type Kg/m

Minimum
outside
diameter
of socket
(MM)

Minimum
length of
socket
(MM)

2.9
3.6
3.6
4.0

2.23
5.10
6.54
8.53

68.0
84.0
98.0

60.0
69.0
75.0

Length of Pipes
The G.I. Pipes of 50mm to 80mm nominal bore (as per clause 3.4 above) shall be
supplied in 3 M length.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

7.

Page No.57

GALVANISHING

The zinc coating on the tubes shall be in accordance with IS 4736:1986. The tubes shall
be galvanized screwing.
8.
JOINTS
8.1

All screwed tubes shall be supplied with pipe threads confirming to IS: 554-1985.
Gauging in accordance with IS: 8999-1979 shall be considered as an adequate test
for conformity of threads of IS:554-1985.
Tubes shall be supplied screwed with taper threads.

8.2

9.

TOLERANCE ON THICKNESS MASS & LENGTH

The tolerance shall be permitted as per clause 9 and 11 of IS:1239 (Part-I) 1990.
However tolerance in length of 32mm pipe shall be +0mm-25mm.
10.
TESTS
10.1
10.2

11.

Hydrostatic test for leak tightness as an in-process test at manufacturers work shall
be carried out on each tube. This is a compulsory test.
Other tests on finished tubes shall be carried out as per clause 14 of IS: 1239 (Part-I)
1990.

FINISH
All pipes shall be clearly finished and reasonably free from injurious defects. The ends shall
cleanly cut end reasonably square. The tubes shall be reasonably straight.

12.

PROTECTIONS AND PACKING


The protection and packing shall be done as per provision of relevant IS.

13

MARKING
a)
b)
c)
d)
e)
f)

14.

Manufacturers trade mark


Blue color band
BIS certification mark
Purchasers mark as PHED Rajasthan
Year of supply
Length marking

SAMPLING CRITERIA FOR CONFORMITY


This shall be as per clause 16 of IS 1239 (Part-1) 1990

15

Submissions required from the contractor for approval before inspection


Data sheet of specification of pipe

Note: Wherever there is reference of Indian Standards it shall be considered amended up to date at
the time of supply. Any amendment shall be effective only when it is implemented by B.I.S

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.58

SPECIFICATIONS OF SUBMERSIBLE PUMPING SETS

1.

Supply of submersible Pumping Sets comprising of Submersible Motor of sufficient


horsepower coupled to a Pump of duty conditions as specified as per detailed
specifications given below. The Motor shall have cable leads of minimum 5-meter
length externally.

2.

DESCRIPTION
2.1

The Submersible Pumping Sets should be ISI Marked as per the provisions of IS:
8036-2002 (Specification for Submersible Pumping Sets for clear, cold fresh water)
(amended or revised upto date) except for the provisions/ specifications mentioned
hereunder.

2.2

The electric motor shall operate through 3 phase 15 Hz A.C. supply of 415 Volts. The
motor shall be capable of delivering rated output with:
(a)

The terminal voltage differing from this rated value by not more + 6 percent
and 15 percent.

(b)

The frequency differing from its rated value by not more than +_ 3 percent;
and

(c)

Any combination of (a) and (b)

2.3

The Pump sets shall be of continuous duty. These shall normally be installed in bore
wells and should be suitable for conditions existing for ground waters generally
available in Rajasthan. The water to be handled by the Pump sets may have Total
dissolved Solids 3000 PPM (max). Turbidity 50 PPM (silica scale) Chlorides 1000
PPM (max) and PH value between 6.5 to 8.5.

2.4

The material of construction of various components of the pump shall be as under:


Discharge Casing

Cast Iron Grade FG 200 of IS: 210

Suction Casing

Cast Iron Grade FG 200 of IS: 210

Pump Bowl

Cast Iron Grade FG 200 of IS: 210

Diffuser

Cast Iron Grade FG 200 of IS: 210 or


glass filled polyphenylene oxide
(modified PPO) for MIXED FLOW
do- or glass filled polycarbonate,
polyacetal or polypropylene of IS:
8034-2002 for RADIAL FLOW.

Pump Shaft

Stainless steel 04 Cr 12 pr 12 Cr 12 pr
20 Cr 13 of IS: 6603

Bearing sleeves

Stainless steel 04 Cr 12 pr 12 Cr 12 pr
20 Cr 13 of IS: 6603

Impeller for mixed flow

Bronze grade LTB 2 of IS: 318-1981


or Stainless steel grade 12 Cr 12 of
IS: 6911 or IS: 6603

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.59

Impeller for radial flow

Bronze grade LTB 2 of IS: 318-1981


or Stainless steel grade 12 Cr 12 of
IS: 6911 or IS: 6603 as per clause
6.2.2 of IS: 8034-2002

Casing wear ring (if provided)

Bronze grade LTB 2,3,4 or 5 of IS:


318 for MIXED FLOW do or
PTFE, ABS or Nylon 66 for
RADIASL FLOW

Bearing bush in discharge & Bronze grade LTB 2,3,4 or 5 of IS:


suction
318 or Nit-rile/ cut-less rubber
Shaft Sleeve

Bronze grade LTB 2,3,4 or 5 of IS:


318 or 12 percent chromium steel
grade X 04 Cr 12, X 12 Cr 12 and X
20 Cr 13 conforming to IS : 6911 or
IS 6603 for MIXED FLOW
-do- or Polyethylene (LD/HT), Nylon
66, PIFE, ploygropylene for RADIAL
FLOW

2.4.1
2.5

The thickness of impeller vanes shall be not less than 1.5 mm at tips and 3
mm at the base.

The motor shall conform to IS: 9283-1995 (amended upto date).


2.5.1

The motor stator should be easily rewirable and winding should be easily
accessible to facilitate checking and locating of any fault without disturbing
the full winding and to replace defective coils. It should be possible to
rewind the motor with ready made pre-tested coils.

2.5.2

The stator body should either be shrunk fitted or press fitted with some
locking arrangement to avoid rotation of stator body. The stator body should
be tightly welded on the stamping assembly and adequate arrangement
should be provided for stopping of rotation or shifting or stampings inside
the stator body preferably by providing matching grooves in the stamping
assembly and the stator body. Metal rings with rounded fingers should be
provided on both ends of stamping.

2.5.3

Threaded joints in the motor should be avoided to prevent damage due to


rusting. Bearing housing should not be threaded but located on spigot and
held by suitable bolts.

2.5.4

The rotor as well as stator should be impregnated under vacuum or airdrying and both should be baked repeatedly under controlled conditions to
ensure long life of varnish/epoxy and to give a hard finish to the motor
surface. The rotor should be dynamically balanced at high speed.

2.5.5

All the material and components for the motors shall be suitable for
application in respect of corrosion resistance and mechanical performance
continuously under water. The typical materials to be used for various parts
of motor are given below: -

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)
Bearing
&base

housing

Page No.60

Grey cast iron Cr FG-200 of IS: 2101993.

Motor Shaft

Chromium steel Cr. 04 Cr 13 or 12 Cr


13, or 20 Cr 13 of IS: 1570 (Part-5)
1985.

Bearing bush

Leaded tin bronze LTB 3 LTB 4 or


LTB 5 IS: 318-1981 or Resin bonded
carbon metal or rubber or rubber
lined.

Rotor laminations

Electrical sheet steel of IS: 648-1994.

Rotor
core

Electro grade copper of IS: 613-1984.

Conductor

Stator laminations

Electrical sheet steel of IS: 648-1994.

Stator winding wire


conductor

Electro grade copper of IS: 613-1984.

Stator winding wire


insulation

PVC or with polymer of IS: 87831978.

Breather Diaphragm

Nitrile rubber.

Thrust bearing

Vulcanized fibre V/s chromium steel


or vulacanized fibre V/s bronze.

Cable gland

Nitrile rubber.

Stator Casing

Grey cast iron FG 200 of IS: 2101993 or Carbon steel (sheet or pipe) or
stainless steel sheet Cr. 20 Cr 13 of
IS: 1570 (Part-5): 1985.

The materials indicated are typical. Manufacturers may use materials of


properties superior as per the properties of materials indicated in
manufacturing submersible motor.
2.5.6

2.5.7

The output motor ratings shall be as per relevant clauses of IS: 8034-2002
(amended upto date). If a tenderer quotes intermediate motor rating, the
value quoted may be rounded off as per IS: 2-1960 (amended or revised
upto date) in relation with standard motor ratings prescribed in this clause. If
the value so rounded off is not listed in the table-1 of IS: 8034-2002
(amended upto date) the next motor rating shall have to be supplied by the
tenderer without any extra charges. However, suitability of motor shall be
judged from motor rating quoted in their offer.
The motor shall be suitable for entire working range of pump from +10% to
25% of the rated head. Motor rating should be higher or equal to higher of
the following:
(a) Consumption at +10% of the duty head of pump.
(b) Consumption at 25% of the duty head of pump.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.61

2.13

(c) Consumption at duty point of pump plus margin as given in table 11.4 of
"Manual of Water Supply & Treatment" which is as follows:
BKw required at the
Multiplying factor to
operating Point
decide drive rating
Upto 1.5
1.5
Above 1.5 to 3.7
1.4
Above 3.7 to 7.5
1.3
Above 7.5 to 15
1.2
Above 15 to 75
1.15
Above 75
1.1
The thrust bearing should be water lubricated and of hydrodynamic Mitchell type and
should be able to take all untoward loads at most un-favorable running conditions. It
should have swiveling metallic thrust pads.
The rotating element (as assemble rotors) of Pumps should be dynamically balanced
at high speed. The impeller shall be dynamically balanced to grade G 6.3 of ISO
1940 ensuring smooth performance free of vibrations.
The manufacture should have facilities for dynamic balancing and stator, high tension
electrical testing and pump performance testing. Details in this regard should be
enclosed with the tender.
Performance curves of various pumps offered should be enclosed. The curve should
be for entire duty range from +10% to 25% of duty head showing discharge/head,
discharge/pump efficiency & discharge/ overall efficiency relations for all categories
detailed in Schedule-G. These curves should be submitted Alongwith qualifying bid
in Envelope No. 1.
The cable shall be PVC insulated and PVC sheathed, flexible, 3 core flat type having
copper conductor. It should be Suitable for working voltage upto and including 1100
volts. Cable used must have got cleared ageing test for which the manufacturers
certificate will be provided.
The coupling shall be preferably of mesh type rigid sleeves coupling of stainless steel
non-slip type with matching groove, collar and key way arrangement.
The duty point of pumps shall be located near the peak efficiency and there should
not be steep fall in Q V/s H, efficiency curve in the head range of +10% and 25%.
This entire range should be on the stable portion of the curv.
EFFICIENCY:

2.14

Pump efficiency, Motor efficiency and Overall efficiency should be clearly


mentioned in the offer. Please note that no negative tolerance in over all efficiency
will be allowed. In any case, minimum overall efficiency of the pumping set at duty
point should not be less than the calculated overall efficiency based on pump
efficiency as given in figure 4 and figure 5 of IS: 8034-2002 (amended upto date) and
motor efficiency for quoted motor Kw as given in table in these figures.
TESTING & INSPECTION:

2.6

2.7

2.8

2.9

2.10

2.11
2.12

2.14.1 HYDRAULIC PERFORMANCE: The prescribed performance at duty point


shall be checked and guaranteed at 415 +6% and 15% Volts. The actual
performance shall however also be recorded at the lowest volts and it shall be
ensured that motor does not get overloaded.
2.14.2 Testing of the pump sets shall be carried out as per relevant IS codes. The
inspecting agency shall test & inspect pump sets as per ISS. However,
wherever there is variation of specification from IS code the specification due
Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh
Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.62

to variation in specifications beyond IS code shall also be applicable. The


pump manufacturer should have all required facilities and shall get pump sets
tested in accordance with relevant clause of IS.
2.15

MARKING: he marking shall be as per relevant IS code. Purchaser's mark "PHED


RAJ" & "Year of Supply" shall be mentioned on each pump & motor.

2.16

The tenderer must submit with his invoice detailed test report on a finished pump set
offered and reports of various tests conducted manufacture.

2.17

Sizes of cable will be as follows:

1.
1.

2.
From 4.5 KW to 5.5 KW

Cable size 3-core flat with


copper conductor of
flexible type
3.
2x2.5 Sq mm

2.

Above 5.5 KW to 11 KW

2x4.0 Sq mm

Star Delta

3.

Above 11 KW to 16.0 KW

2x6.0 Sq mm

Star Delta

4.

Above 16 KW to 22 KW

2x10.0 Sq mm

Star Delta

S. No.

3.

Motor KW Rating (in KW)

Type of
Starting
4.
Star Delta

Drawings & information to be provided for submersible pumps for approval.


1.

General arrangement, cross, sectional & dimensional drawing/data pertaining to


selected models with improvements, if any.

2.

Data sheets for specification of submersible pumping sets

3.

Complete performance curve with:


a.

H-Q curves, for complete range of impellers between minimum and


maximum size of impellers and efficiency curves superimposed on them,
highlighting selected impeller diameter.

b.

Shaft Power Q Curves for complete range of impellers.

c.

Efficiency Q Curve for maximum impeller diameter and selected


impeller diameter.

4.

Torque speed curve of pump superimposed on motor corresponding to 80%, 90%,


100% voltage.

5.

Test reports, Performance curves and other particulars, as required.

6.

Quality assurance plan to assist the inspection of equipment.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.63

DUTY CONDITIONS FOR ELECTRICALLY DRIVEN SUBMERSIBLE


PUMP SETS WITH OUTER DIAMETER OF 142 MM
1.0

Tube wells

1.1 Pump type


1.2 Number of pumps
1.3 Pump discharges
2.8 LPS (170 LPM)
kW (Minimum)
5.0 LPS (300 LPM)
kW (Minimum)
6.66 LPS (400 LPM)
KW (Minimum)
8.33 LPS (500 LPM)
KW (Minimum)
10 LPS (600 LPM)
KW (Minimum)
1.4 Total duration of operation
1.5 Synchronous Speed

2.

At Different Locations

Submersible Pumps ISI Marked


One in each Tube well + 50% stand by
Heads
KW
75 m
90 m
110 m
(3.75)
(4.5)
(5.5)
75 m
90 m
100 m
(7.5)
(7.5)
(9.3)
75 m
95m
(7.5)
(9.3)
75 m
95m
(9.3)
(14.0)
75 m
95m
(15.0)
(20.0)
Continuous
3000 RPM (preferably)

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.64

MANUALLY OPERATED SLUICE VALVES


5.3 SCOPE :
This specification covers the design requirements, features of construction, inspection,
testing, painting, delivery, installation and commissioning of manually hand wheel
operated sluice valves with gaskets, hardware, etc. at site.
5.3 CODES AND STANDARDS :
The design and manufacture of the valves shall comply with all currently applicable
statutes, regulations and safety codes in the locality where the equipment will be installed.
Nothing in this specification shall relieve the vendor of this responsibility. Valves shall be
conforming to IS 14846 : 2000. The valves should be ISI marked.
5.3 DESIGN REQUIREMENTS FOR SLUICE VALVES :
6.3.1
6.3.2
6.3.3
6.3.4
6.3.5
6.3.6
6.3.7

Valves shall be provided with back seating arrangement.


Renewable body and wedge rings shall be provided.
Collared drain plugs of gunmetal shall be provided for all valves.
Stuffing box gland shall be of bolted type.
Valves shall be with non-rising spindle type.
Valves shall be flanged and drilling shall conform to the standard as specified in
data sheet.
Face to face dimension shall be as per IS 14846 : 2000.

5.3 CLEANING :
Prior to factory inspection, all manufacturing waste such as metal chips, debris and all
other foreign material shall be removed from the interior of the valve. All mill scale, rust,
oil, grease, chalk and all other material shall be removed from the interior and exterior
surfaces.
5.3 PAINTING :
6.5.1

6.5.2

Valves shall first be given two coats of zinc base primer after completely cleaning
the surface and then it shall be coated with three coats of coal tar epoxy paint. The
resulting coating shall be uniform and smooth and adhere perfectly to the surface.
Valves used in pipes carrying water, the inside coating shall not contain any
constitute soluble in water or any ingredient which could import any taste or
odour to the water.

5.3 DIRECTION OF FLOW :


Direction of flow shall coincide with the flow direction indicated by arrow cast on the
valve body.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.65

SPECIFICATION FOR SLUICE VALVE AT THE OUTLET OF TUBE WELL


1.0
2.0
3.0

TUBE WELLS
Standard
Size range and quantity

AT DIFFERENT SITES
IS 14846 : 2000
80 mm at delivery 1 at each tube well 80 in all

4.0

Fluid

Water

5.0

Rating

PN : 1.0 ( 10 Kg. / cm )

6.0

Stem

Non rising

7.0

Ends

Flanged, flat faced flanges as per IS-1538 Table IV & VI


having off center bolt holes

8.0

Bonnet

Bolted

9.0

Disc.

Solid wedge

10.0

Operation

Cap

11.0

Seat

Body

12.0

Other requirements

Valves shall close in clockwise rotation of the hand


wheel.

13.0

Body / bonnet

C.I. IS 210 GR 260

14.0

Disc

C.I. IS 210 GR 260

15.0

Stem

S.S. AISI - 410

16.0

Body seat

Bronze IS 318 GR LTB 2

17.0

Disc seat

Bronze IS 318 GR LTB 2

18.0

Stem nut

Bronze IS 318 GR LTB2

19.0

Stuffing box

C.I. IS 210 GR 260

20.0

Gland

C.I. IS 210 GR 260

21.0

Packing

Graphited Asbestos

22.0

Bolts, studs & nuts

Carbon Steel IS 1367 Class 4.6 / 4

23.0

Shell test

15 Kg / Cm

24.0

Seat test

10 Kg / Cm

25.0

Back seat test

10 Kg / Cm

Renewable

Disc

Renewable

Note: GA drawings and material for construction shall be submitted for approval

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.66

DUAL PLATE NON RETURN VALVES


8.1
SCOPE
This specification covers the design requirements, features of construction, inspection
testing, painting, delivery installation and commissioning of Dual Plate type non-return
valves for vertical applications.

8.2

CODES AND STANDARDS


The design and manufacture of the valves shall comply with all currently applicable status,
regulations and safety codes in the locality where the equipments will be installed. Nothing
in this specification shall relieve the vendor of this responsibility. The valve shall be
confirming to API 594 and API 598.

8.3

DESIGN REQUIREMENT FOR NON RETURN VALVES


8.3.1
8.3.2
8.3.3
8.3.4

8.3.5

8.4

The Non return valves shall be of dual plate type check valve and provided with metal to
metal seating for raw water and with soft seating for clear water.
The valves shall be suitable for mounting on vertical pipeline. The valves shall be designed
for minimum head loss.
The valves shall have flat faced flanged ends. The back side of the flanges shall be fully or
spot faced.
Hydraulic passage shall be designed to avoid cavitations.
By pass arrangement shall have non slam characteristic. This is to be achieved by suitably
designed spring.

CLEANING
Prior to factory inspection, all manufacturing waste such as metal chips debris and all other
foreign material shall be removed from interior of valve. All mill scale, rust, oil, grease,
chalk and all other deleterious material shall be removed from the interior and exterior
surfaces.

8.5

PAINTING
Valves shall first be given two coats of zinc base primer after completely cleaning the surface
and then it shall be coated with three coats of coal tar epoxy paint. The resulting coating shall
be uniform and smooth and shall adhere perfectly to the surface.
Valves used in pipes carrying water, the inside coating shall not contain any constituent
soluble in water or any ingredient which could import any taste or odour to the water.

8.6

DIRECTION OF FLOW
Direction of flow shall coincide with the flow direction indicated by arrow cast on the valve
body.

8.7

TESTS OF AND INSPECTION


Valves shall be tested as per relevant Indian Standards Specification API 594 and API 598
with latest revisions.
8.7.1
8.7.2
8.7.3

Valves shall be offered for visual inspection and dimensional checks.


The hydrostatic and water tightness testing shall be witnessed by the purchaser.
Valve shall be offered for inspection and following tests. (before painting) at
Vendors shop.
Visual inspection with dimensional checks.
Hydrostatic test.

8.8 TENDER DRAWINGS


The following drawings shall be submitted by Bidder along with their offer.
8.8.1 Preliminary outline dimensional drawings with details of material.
8.8.2 Typical cross section drawings.
8.8.3 Flow v/s head loss curve for Non-return valves.
Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh
Distt. Churu

Tender-Document(NIT No 83/2015-16)

8.9

Page No.67

8.8.4 Vendor to submit list of spares also, along with the offer.
SPECIFICATION FOR NON RETURN VALVES

1.0

Mfg. Standard

API 594 and 598

2.0

NRV size in mm

65 mm

2.1

NRV numbers

50 numbers

3.0

Maximum working pressure

6 kg/cm2

4.0

Type

Dual plate, spring action

5.0

Ends

Flanged flat faced flanges as per IS 1538


Table IV and VI having off center bolt
holes

6.0

Seat

Body - Renewable
Plate - Renewable
Clear water

7.0
8.0
8.1
8.2
8.3
8.4

Liquid
MATERIAL OF CONSTRUCTION
Body
Plate
Seat Rings
Spring

8.5

Body Bearings/Plate Bearings

SS AISC 316

8.6

Hinge Pins

S.S. AISC 431

8.7

Bolts, Studs and Nuts

Carbon Steel IS : 1367 Class 4.6/4

9.0

Shell Test

9 kg/Cm2

10.0

Seat Test

6kg/Cm2

C. I. IS 210 GR 260
ASTM A 216 GR WCB
EPDM
S. S. AISC 316

NOTE: GA DRAWINGS AND MATERIAL FOR CONSTRUCTION SHALL BE

SUBMITTED FOR APPROVAL

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)
9.

SPECIFICATIONS FOR FEEDER PILLAR PANELS:

9.1

Standards

9.2

Page No.68

No. Standards

Description

IS 3247

Switchgear general requirements

IS 2156

Circuit Breakers

IS 8623

Factory built assemblies of Sw Gr & Cont. Gr (for voltages


<650V)

IS 2147

Degree of protection of enclosure for LT switchgear and


control gear

IS 1248

Electrical indicating instruments

IS 722

Integrating AC electric meters

IS 2705

Current transformers

IS 3156

Voltage transformers

IS 10118

Installation and maintenance of switchgear

10

IS 375

Marking and arrangement for switchgear busbars main


connections and auxiliary wiring

Feeder Pillar Panels shall be suitable for 5.0 H.P. to 25.0 H.P. Electric Motors complete
with star delta starters. The degree of protection shall be IP-52. Electric motor and other
accessories shall be as detailed below operated on 3 phases 50 cycles A.C. supply 415
volts.
9.2.1

9.2.2
9.2.3

9.2.4

9.2.5
9.2.6

1 No, push button operated air Break fully automatic Star Delta Starters in sheet
steel enclosure for 5.0 H.P. to 25.0 H.P. electric motors confirming to IS 8544
(amended upto date).
1 No. MCCB of adequate capacity
1 No. 0-500 volts 100mm dia round project mounting/96 x 96 square flush type
volt meters class 1.5 with selector switch confirming to IS : 12.48 (amended upto
data)
1 No. 100 mm dia round project mounting/96 x 96 square flush types Amp.
Meter of suitable range class 1.5 confirming to IS: 1248 (amend upto date) of
having suitable range.
3 Nos. Indicator Lamps RYB indication.
3 Nos. 415 Volts rewritable type fuses of suitable rating. MCCB & contactor
shall suit the requirement of submersible pump.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.69

9.2.7
9.2.8
9.2.9
9.2.10

1 No. MPP capacitor of suitable rating.


3 No. bakelite fuse of suitable rating for capacitor contactor.
1 No. contactor for switching capacitor.
1 No. Electric motor protection relay with features of single phasing protection,
reverse phase cycles, over current protection etc.
9.2.11 Name Plate.
9.2.12 Neutral link.
The above accessories and equipment will be mounted in a floor mounting
type sheet shall enclosures made out of 18 gauge MS sheet and having
locking arrangement and 2 Nos. earthling bolts, The complete panels board
should powder coat painted with two coats after applying basic primer
over washed and clean metal surface. The panel board will be
fixed/mounted on an angle iron framework made of 35 x 35 x 5 mm angel
iron so that the same could be floor mounted and installed at site. The
panel will be fully factory wired and ready for connection to the
equipment.
Size of feeder pillar panels exclusive of canopy Height 1050mm, Width
750 mm, depth 300mm Size of Canopy: 840 mm W, 400mm D, 100mm H
Tapering. Stand size mode of angle iron 35 x 35 x 5mm H = 360mm.
(Drawings of feeder panel enclosed)
The panel shall be mounted on CC block 1:2:4 flooring having size 900mm
x 450mm protruding 50cm above the existing ground level.

9.3

Detailed specification of Individual Items:


9.3.1

Starters

Push button operated air break starter fully automatic suitable for starting squirrel
cage induction motor working on 3 phase 415 Volts (+10% to 15%) 50 c/s A.C.
supply each starter shall comprising as per IS:8444 (amended upto date)
(a)

Over Current Device :

(b)

1 No. Triple pole thermal bimetallic/over current relay accurately calibrated


and temperature compensated with differential system for phase failure and
unbalanced load protections.
Control Assembly

I.

II.

III.

IV.

It shall confirm to IS: 2959-1975 and shall comprise of 3 triple pole contractors of
specified capacity one for main, one for the star position and one for delta position.
Each contractor shall be provide with 1 No. And NC auxiliary unit.
Vacuum impregnated machine wound and backed coil with inter layer paper
insulation/epoxy cost suitable for tropical conditions. The coil should be safe from
mechanical damage in case of accidental mishandling and should have high
resistance to moisture and suitable for operation of 415 (+10% to 15%) volt supply.
Contractors should be of suitable silver alloy to ensure long life and the contact
system should be double break and designed to keep bounce to the minimum.
Provision for mechanically interlocking the contractors should be available.
The manner of removal of fixed and moving contacts should be easy. The thermal
connections preferable should be require disconnection during contact replacement.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)
V.

Page No.70

The coil should be easily accessible and the coil replacement as well as the contactor
assembly should be simple without likely to pull out. Screws should be provided with
retaining arrangement.

(c)

Timer

(d)

The change over from star to delta position shall be automatic and sharp
through thermal/pneumatic/electronic timer (adjustable approximately from 5
to 20 seconds or 2 to 12 seconds)
Start and stop Push Button :
Shrouded and mounted on the cover.

9.3.2

Painting
All steel work should undergo a process of degreasing pickling in acid and cold
rising. Body of feeder pillar panel should be powder coated and thickness of coating
should be minimum 75 microns.

9.3.3

Wiring
The panel should be completely factory wired for the connection to the equipment at
site, wiring should be made in such a way that it is easily accessible for observations
repair work without disturbing other components Contactor should be PVC insulated
confirming to IS 694.

9.4

Drawing & Documents to be provided for approval.


GA drawing of each category of panel along with details of electrical parts to
be fitted in panel with foundation details
Single line diagram for each category of panel

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.71

10 Flow Meters
10.1

Scope
The Flow Meter shall be as per ISO 4064/1 and shall also conform to IS code 2373 :
1981 (latest proposed 4th revision draft specifications under approval, which specify
that terms used in the code are as per ISO 4064/1 :1993 and EEC Council directive.
The meter will be Magnetic type Class B with removable mechanism. The meter will
have hermetically sealed register press, which will be waterproof, and the unit will be
provided with maximum corrosion protection. The consumption registering
mechanism shall be removable without interrupting supply of water.
The Flow meter shall be of modular Range compatible radio reading device.

10.2

Casing
The casing of the meter shall be made of cast iron conforming to FG 200 of IS 210:
1978.

10.3

Connections
The water meter shall be provided with flanges at both the ends as per IS 1538 : 1993
(latest revision), the internal diameter of which shall be equal to the nominal size of
the meters.

10.4

Impellers
The impeller shall be of tensile brass conforming to IS 320: 1980 or stainless steel
conforming to designation 07 Cr 18 Ni 9 of IS 6911 (Part V): 1992 or nickel alloys
conforming to IS 4131: 1963. The impeller of meter shall be of suitable plastic and
shall be accurately balanced and shall work with as low a frictional resistance as
possible.

10.5 Gears
The gears shall be so constructed as to fully and smoothly mesh with each other and
shall be firmly fitted on their shaft. Gears coming in contact with water shall be of
stainless steel conforming to 07 Cr 18 Ni 9 of IS 6911 (Part V): 1992 or plastic
conforming to clause 6.1.1 of IS code 2373: 1981 (latest proposed 4th revision draft
specifications under approval).

10.6

Bearings
The bearings shall be of agate, sapphire or graphite filled with ebonite suitably
ground and polished.

10.7

Counting mechanism
The registration mechanism shall be hermetically sealed and the counting mechanism
shall be of straight reading cyclometer type counter. The rollers of cyclometer counter
shall be made of nickel or plastic specially suitable for the purpose and shall be self
lubricating. The meter shall have a range of registration of minimum 10 liters and
maximum 100 million liters.

10.8

Dial
The dial shall be of vitreous enamel, copper or suitable plastic ensuring indestructible
markings and good legibility. The unit of measurement in Kilo Liters shall be marked
on dial in boldface.

10.9

Regulator
The meter shall be provided with an external regulating device with a suitable key.
Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh
Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.72

Serial number of the meter shall be clearly indicated at a suitable place.

10.10 Temperature and hydrostatic pressure


The meter shall be suitable for use with water up to 45 0 C. It shall satisfactorily
withstand a pressure of 1.6 MPa.

10.11 Accuracy
The metering accuracy shall be + 2 % and shall be complied with at least up to
intermediate flows.

10.12 Markings
Each meter shall be marked with the following information:
(a) Manufacturers name or Trade Mark
(b) Nominal size
(c) Direction of flow of water on both sides of meter

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.73

11. SPECIFICATION FOR BULK METERS


1.0

Manufacturing Standard

ISO 4064/1 and also IS code 2373 : 1981 (latest


proposed 4th revision draft specifications under
approval)

2.0

Size

80 mm Nominal diameter

3.0

Type

Magnetic type class B with removable mechanism

4.0

Accuracy

+2%

5.0

Pressure range

1.6 MPa

6.0

Numbers

50 Nos. (1 on each tube well)

7.0

Ends

Flanges

Note: GA drawings and material for construction shall be submitted for approval

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

12

Page No.74

Pressure Gauges
12.1

Scope:
The Pressure Gauge shall conform to IS 3624 : 1987 dial type indicating pressure
gauge. The elastic pressure responsive element shall be Bourdon Tube.

12.2

Nomenclature:
The gauge shall be direct mounting type.

12.3

Terminology:
12.3.1

The gauge shall be pressure gauge to measure and indicate pressure greater
than atmospheric using atmospheric pressure as the datum point.

12.3.2

Service Classification:
The gauge shall be designed to measure and indicate the hydrostatic head
of a liquid. The dial shall be graduated in units of head height such as
meters of water.

12.3.3

Pressure Element:
The gauge shall have Bourdon tube as pressure sensing element in the form
of a curved tube, which changes its curvature with changes in internal
pressures.

12.3.4

Method of Mounting:
The gauge shall be of direct mountings type in which it is mounted and
supported by its screwed connection. The screwed connection shall be at
the bottom of the periphery of the case.

12.3.5

Components:

12.3.5.1

Baffle Wall
The baffle wall shall be provided as a barrier in between
sensing element and dial so that in pipe event of leakage or
burst in the pressure responsive element, the blast would be
dissipated away from the front.

12.3.5.2

Bezel ring:
Bezel ring shall be provided and fitted. It shall be removable
from the case.

12.3.5.3

Blow-out device:
A safety device shall incorporated in the case to permit the
rapid and safe dissipation of internal pressure in the event of
a leakage or burst in the pressure sensing element.

12.3.5.4

Case:
This is an outer casing which contains the pressure
responsive element and the movement.

12.3.5.5

The gauge shall also have connecting link, connection,


dial, element anchorage, movement, pointer, Pointer

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.75

stop, removable back plate, scale, shank, window, zero


adjustments etc.
12.3.5.6

Over range Protection:


A device shall be provided to protect the measuring element
is the event of over pressure and also to prevent
disengagement of the movement gearing. This may be in the
form of internal stops.

12.3.5.7

Nominal diameter of gauge:


The gauge shall have 100 mm diameter dial and concentric
scale.

12.3.5.8

Range of gauge:
The gauge shall have a range of 0 -10 Bars (0 -100 meters of
water head) and fluctuating and steady reading of 6.5 and 7.5
Bars respectively.

12.4

Material of construction:
The material of construction shall be as per IS 3624:1987 suitable for
measuring and indicating water pressure in horizontal pipes.

12.5

Dimensions for the shank and screwed connection:


As per IS : 3624 , 1987. The diameter shall be 3/8.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.76

13 SPECIFICATION FOR PRESSURE GAUGES


1.0

Manufacturing Standard

IS 3624 : 1987

2.0

Type

Industrial, Weather Proof, Bourdon

3.0

Accuracy

+1%

4.0

Pressure range

0 to 10 Kg / cm2

5.0

Numbers

50 Nos (1 on each tube well)

6.0

Dial Size

100 mm

7.0

Case

Die Cast Aluminum

8.0

Dial Display

Background-White, Pressure Rate Marking-Black

9.0

Bourdon Material

SS304

10.0

System

SS304

11.0

Connection

10 mm (NPT)

12.

Accessories

Nipple, 10 mm 3 way gauge cock

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

14.

INSPECTION
&
TESTING
EQUIPEMNTS AT WORKS

OF

Page No.77

MECHANICAL/ELECTRICAL

The following equipments shall be got inspected by third party inspecting agency. The
acceptance test as per latest relevant IS shall be carried out.
(i)

ERW pipes

All routine tests as per ISS will be carried out by the third party inspector at the
manufacturers premises. For type tests, test certificates from recognized test house will
be accepted provided it is not more than two years old from the date of inspection.

15.
15.1

COMMISSIONING
After the completion of pre-commissioning activities the final checks and
preparations necessary for start-up of the tube well shall be carried out. The
contractor shall submit to the Employer a written notice of completion.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.78

SPECIFICATIONS FOR PIPELINELAYING


1.0

General Standards

Except as otherwise specified in this technical specification, the Indian/International Standards and Codes of Practice in
their latest version shall be adhered to for the design, manufacturing, inspection, factory testing, packing, handling and
transportation of product. The work of laying; jointing; testing and commissioning shall also be as per the relevant
Indian standards. Should any product be offered conforming to other standards, the equipment or products shall be
equal to or superior to those specified and the documentary confirmation shall be submitted for the prior approval of
the Engineer-in-Charge.
If any provision is prescribed in more than one Indian Standards, the specification more stringent shall be used for the
work.
The use of different types of pipe material in the contract shall be in accordance to the provisions given in the scope of
work and the principals defined therein.

1.1 SPECIFICATIONS OF MATERIALS


Standards
Except as otherwise specified in these specifications, the Indian/International Standards and Codes of Practice in their
latest version shall be adhered to for the design, manufacturing, inspection, factory testing, packing, handling and
transportation of product. Should any product be offered conforming to other standards, the equipment or products
shall be equal to or superior to those specified and the documentary confirmation shall be submitted for the prior
approval of the Engineer.
This specification of HDPE pipes be as per IS 4984-1995 (reattirmed 2002)
HDPE PIPES
IS: 4984
IS: 14846
MTNL

For ----------- water supply HDPE pipes


Sluice valve for water works purposes (50 to 1200 mm)
Mahanagar Telephone Nigam Limited; Technical specifications for cable
ducts.
Drinking water specification

IS: 10500

CAST IRON PIPES AND SPECIALS


Specification for Cast Iron Fittings for Pressure Pipes for Water, Gas and
Sewage

IS: 1538

The principal items of the works to be carried out under these specifications are:
1.

Providing, supplying, transporting, laying, jointing, testing and commissioning of HDPE pipes in respective
reaches including fittings and specials as per design and as specified.
The inner diameters shall mean finished inner dia after accounting for pipe shell thickness.
The diameter of Filter Water Mains (for respective optional material HDPE) is as per the hydraulic calculations
done by Department. The same may need to be increased to satisfy the hydraulic requirement, in case of
change in trunk main length and/or shift in levels, if any, during execution.
Payments for pipeline works shall be as per actual length of pipe lines.
The thicknesses of uPVC Pipes shall be as per post award designs fulfilling the specifications and laid down
criteria in this chapter.
Acceptable Standards for Pipes :
SN
Pipe Material
Standard for Pipe
Standard for Laying & Jointing
1

HDPE

IS 4984-1995

(Reattirmed 2002)

Note : The latest versions will be applicable for all the Standards.

1.2 HDPE pipe of PE-100-----PN-6


The contract shall be covering supply and delivering of HDPE pipe of PE-100-----PN-6. As per ISI mark as per releven IS
code 4984 (commended upto date)
Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh
Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.79

1.3 Specials and Fittings


Cast Iron Fittings And Specials
This Specification covers the requirements for manufacturing, supplying, laying, jointing and, testing at works site, used
for water supply.
Applicable Codes
The laying of HDPE pipes / specials shall comply with all currently applicable statutes, regulations, standards and Codes.
In particular, the following standards, unless otherwise specified herein, shall be referred. In all cases, the latest
revision of the standards / Codes shall be referred to. If requirements of this Specification conflicts with the
requirements of the standards / Codes, this Specification shall govern.
MARKING
Each pipe shall be legibly marked as per IS 4984 which shall read as PHED O.D. Pipe thickness designation.
QUALITY ASSURANCE
During the whole process of manufacturing, department's representative shall be present to supervise the Quality
Assurance process and witness the test performed.

1.4

TRANSPORTATION / Storage of pipes and specials:

The Contractor has to transport the pipes and other materials from manufacturer to the site stores and from the site
stores to the site of laying as per the instructions given by the Engineer in Charge. Pipes should be handled with care to
avoid damage deformation or bending. Pipes shall not be dragged along the ground or the loading bed of a vehicle.
Pipes shall be transported on flat bed vehicles/trailers. The bed shall be smooth and free from any sharp objects. The
pipes shall rests uniformly on the vehicle bed in their entire length during transportation. Pipes shall be loaded and unloaded manually or by suitable mechanical means without causing any damage to the stacked pipes.
Pipes should not be stored inside another pipe. On no account the pipes should be stored in stressed or bent condition
or near the sources of heat. Pipes should not be stacked more than 1.5 m high and pipes of different sizes and classes
should be stacked separately. The ends of the pipes should be protected from abrasion. The pipes should be protected
from rays and excessive heat at all times. Their storage facility should be well ventilated.
The Contractor shall provide proper and adequate storage facilities to protect all the materials and equipments against
damage from any cause whatsoever and in case of any such damage/theft, the Contractor shall be held responsible.
The contractor will lay the pipelines along the alignments as per the approved L section. Layout shall be given by the
Engineer in Charge of his authorized representative. The layout shall be given keeping in view the information
available regarding existing services like water lines, sewers, telephone and electric lines/ cables. In the event some
services fall in the alignment of lines to be laid, the contractor shall have to shift the alignment or such services. The
contractor shall take all due care to avoid damage to any such services and, in case of any damage occurring to them in
progressing the work, the Contractor shall make good the same at his own cost. No additional time and payment shall
be allowed on this account.
The Contractor shall provide suitable lifting equipment for loading, unloading and laying of the pipes.
1.5 SPECIFICATIONS FOR LAYING AND JOINTING OF PIPE LINE
1.5.1
GENERAL
The contractor will inspect the route along which the pipeline is proposed to be laid. The pipe alignment is duly marked
on the field by demarcation pillars. However efforts shall be made by the contractor to make minor deviations from the
marked alignment so as to keep the pipe alignment as straight as possible and to avoid damage of public and private
properties along the alignment. The alignment of pipe line and location of specials & chambers may be changed at site
in co-ordination and with prior approval of the Engineer In Charge. The final alignment on which the pipeline shall be
laid shall be marked in field and got approved from the Engineer in Charge or his representative.
1.5.2 Standards
Except otherwise specified in this technical specification, the Indian Standards and Codes of Practice in their latest
version, National Building code, PWD specification of the state of Rajasthan and Manual of water supply of GOI shall be
adhered to for the supply, handling, laying, installation, and site testing of all material and works. The laying of pipeline
shall be done in confirmations to the IS code.
1.5.3 Alignment and the L-Sections
Pipes shall be laid along the alignment given by the department, after the approval of L section. The gradient in which
the pipe alignment shall be approved will be based on the following principles:
On average, the change in slopes per km. length shall not be more than 10 in number.
The pipes shall have a minimum cover of 1.0 m when laid under roads with light traffic or under cultivated soils and
1.25 m when laid under roads with heavy traffic.
Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh
Distt. Churu

Tender-Document(NIT No 83/2015-16)

1.6

Page No.80

Earth Work

1.6.1
General
The earth work shall be carried out as specified above.
Before excavating the trench the alignment of pipeline and L-section shall be approved by Engineer-in-Charge. The
work of trench excavation should be commensurate with laying and jointing of the pipeline. It should not be dug in
advance for a length greater than 3 days ahead of work of laying and jointing of pipeline unless otherwise directed by
the Engineer-in-Charge. It is proposed to ensure the following:
Safety precautions have to be incorporated in the work process
Hindrances to the public have to be minimized
The trench shall not be allowed to erode
The trench must not be filled with water
The trench must not be refilled before laying of the pipes
The bed for the laying of the pipes has to be prepared according to the L-Section immediately before laying of the
pipes.
The excavation shall be carried out to correct lines and levels. This shall also include, where required, proper shoring to
maintain excavations and also the furnishing, erecting and maintaining of substantial barricades around excavated
areas and warning lamps at night.
Excavated material shall be dumped in regular heaps, bunds, riprap with regular slopes within the lead specified and
leveling the same so as to provide natural drainage. Rock/soil excavated shall be stacked properly as approved by the
Engineer in Charge. As a rule, all softer material shall be laid along the center of heaps, the harder and more weather
resisting materials forming the casing on the sides and the top. Rock shall be stacked separately.
Topsoil shall be stock piled separately for later re-use.
1.6.2
Clearing
The area to be excavated/filled shall be cleared of fences, trees, plants, logs, stumps, bush, vegetation, rubbish, slush,
etc. and other objectionable matter. If any roots or stumps of trees are encountered during excavation, they shall also
be removed. The material so removed shall be disposed off as approved by the Engineer in Charge. Where earth fill is
intended, the area shall be stripped of all loose/ soft patches, top soil containing objectionable matter/ materials
before fill commences.
1.6.3
Excavation
The trench excavation of pipe line shall be in accordance with IS for HDPE pipes or as per the general provisions given
above. Pipe trenches shall be excavated to the lines and levels approved by the Engineer in Charge. The width of the
trench at bottom between the faces of sheeting shall be such as to provide minimum 200 mm clearance on both sides
of the pipe. No pipe shall be laid in a trench until the section of trench in which the pipe is to be laid has been approved
by the Engineer in Charge. The walls of the trench shall be cut to stable side slopes preferably to a slope of 1(h) :4 (v) or
1(h) : 2(V) depending on the nature of soil.
The bottom of the trench shall be trimmed and leveled to permit even bedding of the pipes. It should be free from all
extraneous matter which may damage the pipe or the pipe coating. Additional excavation shall be made at the joints of
the pipes, so that the pipe is supported along its entire length.
For trench bottom with boulders or rock, sand bedding as per details detailed herein after shall be provided.
All excavated material shall be stacked in such a distance from the trench edge that it will not endanger the work or
workmen and it will avoid obstructing footpaths, roads and drive ways. Hydrants under pressure, surface boxes, fire or
other utility controls shall be left unobstructed and accessible during the construction work. Gutters shall be kept clear
or other satisfactory provisions made for street drainage, and natural water-courses shall not be obstructed.
To protect persons from injury and to avoid damage to property, adequate barricades, construction signs, torches, red
lanterns and guards, as required and as specified above, shall be placed and maintained during the progress of the
work and until it is safe for traffic to use the roadways. All materials and pipes which may serve as obstruction to traffic
shall be enclosed by fences or barricades and shall be protected by illuminating proper lights when the visibility is poor.
As far as possible, the pipe line shall be laid below existing services, like water pipes, cables, cable ducts and drains but
not below sewers, which are usually laid at greater depth. Where it is unavoidable, pipe line should be suitably
protected. A minimum clearance of 150 mm shall be provided between the pipe line and such other services.
Trees, shrubbery fences, poles, and all other property and surface structures shall be protected. Tree roots shall be cut
within a distance of 50 cm from pipe joints in order to prevent roots from entering them. Temporary support, adequate
protection and maintenance of all under ground and surface structures, drains, sewers and other obstructions
Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh
Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.81

encountered in the progress of the work shall be provided. The structures, which will be disturbed, shall be restored
after completion of the work.
Where water accumulates in any trench the Contractor shall maintain the trench free of water during pipe laying.
Wherever necessary to prevent caving, trench excavations in soils such as sand, gravel and sandy soil shall be
adequately sheeted and braced. Where sheeting and bracing are used, the net trench width after sheeting shall not be
less than that specified above. The sides of the excavation shall be adequately supported at all times and except where
described as permitted under the Contract, shall be not battered.
The Engineer in Charge in co-operation with the Contractor shall decide about the sheeting/ bracing of the trench
according to the soil conditions in a particular stretch and taking into account the safety requirements of the
Contractors and Engineer- In- Charges staff. Generally, safety measures against caving have to be provided for
trenches with vertical walls if they are deeper than 2.0 m in sandy or loose formations.
1.6.4
TRENCH EXCAVATION TO COMMENSURATE WITH THE LAYING PROGRESS
The work of trench excavation should be commensurate with laying and jointing of the pipe line. It should not be dug in
advance for a length greater than 500m ahead of work of laying and jointing of pipeline unless otherwise permitted by
the Engineer in Charge. The Contractor has to ensure the following:
safety protections as mentioned above have to be incorporated in the work process
hindrances to the public have to be minimized
the trench must not be eroded before the pipes are laid
the trench must not be filled with water when the pipes are laid
the trench must not be refilled before laying of the pipes
The bed for the laying of the pipes has to be prepared to the pipe grades so that uniform support is assured for the full
length of the pipe.
1.6.5 BEDDING OF THE PIPES
The trench bottom shall be even compact and smooth so as to provide a proper support for the pipe over its entire
length, and shall be free from stones, lumps, roots and other hard objects that may injure the pipe or coating. Holes
shall be dug in the trench bottom to accommodate sockets so as to ensure continuous contact between the trench and
the entire pipe barrel between socket holes.
Adequate soil cushion of minimum 20 cm depth shall be provided under the pipes if the strata, on which the pipes are
laid, are rocky. The soil used for cushion should be free from stones, lumps and other hard objects that may injure the
pipes or their coating.
1.6.6
LAYING & JOINTING OF HDPE PIPES
Pipes should be lowered into the trench manually suitable for the weight of pipes. For larger sizes, more than 200 mm
nominal size, the pipe may be lowered by the use of ropes. All construction debris should be cleared from the inside of
the pipe either before or just after a joint is made. This is done by passing a pull-through in the pipe, or by hand,
depending on the size of the pipe. All persons should vacate any section of trench into which the pipe is being lowered
The designed anchorage shall be provided to resist the thrusts developed by internal pressure at bends, tees, etc.
The assembly of the pipes shall be made as recommended by the pipe manufacturer and using the suitable tools.
1.6.7
Dewatering
The Contractor shall ensure that the excavation and the structures are free from water during construction and shall
take all necessary precautions and measures to exclude ground/rain water so as to enable the works to be carried out
in reasonably dry conditions in accordance with the construction program. Sumps made for dewatering must be kept
clear of the excavations/trenches required for further work. The method of pumping shall be approved by Engineer in
Charge, but in any case, the pumping arrangement shall be such that there shall be no movement of subsoil or blowing
in due to differential head of water during pumping. Pumping arrangements shall be adequate to ensure no delays in
construction. The dewatering shall be continued for at least (7) seven days after the last pour of the concrete. The
Contractor shall, however, ensure that no damage to the structure results on stopping of dewatering.
1.6.8

Back filling of the pipe trench

Immediately after laying and jointing of the pipes the trench shall be back filled for protection of the pipes. If leakages
occur in a completely covered pipe the contractor has to open and refill the trench again at his own risk and cost.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.82

All excavation shall be back filled to the level of the original ground surfaces unless otherwise shown on the drawings
or ordered by the Engineer in charge and in accordance with the requirements of the specifications. The material used
for backfill, the amount thereof and the manner of depositing and compacting the earth shall be subject to the
approval of the Engineer in charge but the contractor will be held responsible for any displacement of pipes or other
structures any damage to their surfaces or coating or any instability of pipes and structures caused by improper placing
and completion of backfill materials. The contractor shall not use unsuitable soil for backfilling.
The trench shall be refilled with selected approved material free from stones from the excavation put into place by
hand besides and around the pipe and up to 25 cm above the top of the pipes in layers of 10 cm. After compaction,
during compaction around the pipe must not be damaged. Subsequent refilling shall be placed at consolidated in 15
cm. Layers after compaction and carried to the level necessary to allow for the temporary restoration of road and path
surfaces and also for hard core (if and where ordered) on roads or to such level as will have the requisite space for the
top soil, road surface etc. to be reinstalled as directed by the Engineer in charge.
Trenches in the right of way of a road shall be backfilled with selected material placed in layers not exceeding 10 cm. in
thickness after completion. Any deficiency in the quantity of material for backfilled the trenches shall be recouped by
the contractor at his own expenses.
The contractor shall at his own expenses make good any settlement of the trench backfill accruing after backfilling and
until the expiry of the defects liability period.

1.7

Testing of the pipelines

1.7.1 Sectional tests HDPE pipe line


After laying and jointing, the pipeline shall be tested for tightness of joints, and stability in sections approved by the
Engineer in Charge. The length of the sections depends on the topographical conditions. Preferably the pipeline
stretches to be tested shall be between two chambers (air valve, scour valve, bifurcation, and other chamber).
The water required for testing shall be arranged by the contractor himself. The Contractor shall fill the pipe and
compensate the leakage during testing. The Contractor shall provide and maintain all requisite facilities, instruments,
etc. for the field testing of the pipelines. The field testing pressures for pipelines & duration of test pressure shall be as
per IS code:
On completion of a satisfactory test any temporary anchor blocks shall be broken out and stop ends removed.
Backfilling of the pipeline shall be completed.
1.7.2 Failure to pass the test
All pipes or joints which are proved to be in any way defective shall be replaced or remade and re-tested as often as
may be necessary until a satisfactory test shall have been obtained. Any work which fails or is proved by test to be
unsatisfactory in any way shall be redone by the Contractor.
1.8 Ancillary Works
A. 1.8.1 Road / River / Nallah Crossings
The road crossings shall be done in such a fashion that no joint comes under the carriage way and shoulders. The cover
below the road surface should be minimum 0.90 meters otherwise suitably designed concrete encasing in M20 grade
of concrete shall be provided. The river and nallha crossings shall be done by placing pipe below ground level,
anchoring the pipe in base rock (if available) and thereafter providing suitably designed anchor blocks.
B. 1.8.2
Flushing and disinfecting of pipelines
The pipeline shall be disinfected before commissioning for use. After testing the main, it shall be flushed with water of
sufficient velocity to remove all dirt and other foreign materials. When this process has been completed, disinfection
(using liquid chlorine, sodium or calcium hypochlorite) shall be done per the procedure approved by Engineer in
Charge, in accordance to the standards prescribed in the codes.
C. 1.8.3
Sequence of works for ensuring good pipe laying
1.
The required fittings, valves and jointing material should be carefully worked out in beginning. This material
should be received in full first of all on site and stored as per directions of manufacturer or as directions given
elsewhere in this manual on Standards.
2.
The pipes should be received on site only after the above fittings, valves and material for joints has been
received and all necessary preparation for laying has been made.
3.
The material received should be checked for inspection certification as per contract and damage during
Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh
Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.83

transportation. All damaged material should be separated and not used.


The pipes received should be stored strictly as per directions of the manufacturer or as mentioned elsewhere
in this manual or standards.
5.
The pipes and other material should be again inspected for any damage before use in the trench.
6.
The fittings and valves should be installed in sequence with the laying of pipes without leaving any gaps.
7.
It is desirable to lay the pipe lines from the end from where it can be connected to the water source to enable
regular flushing of laid pipes.
8.
The entry of dirt or any foreign material in the pipe should be religiously prevented.
9.
Each joint should be carefully checked for its completeness before covering up.
10.
There should be a commensurate progress in trench excavation, laying and jointing of pipes, fittings, valves
etc. and testing of laid pipes in sections so as to complete testing of all pipes laid in quick follow up of
completing laying and jointing.
11.
Disinfection of pipe lines should be carried out before commissioning.
D. 1.8.4
Damage To Public Utilities
All precautions shall be taken during excavation and laying operations to guard against possible damage to any existing
structure/pipeline of water, gas, sewage etc. After excavation of trenches, pipe shall not be lowered unless the
dimensions of trenches and bedding for work for pipes at the bottom of the trenches are approved by Engineer-inCharge. Pipes and fittings/specials shall be carefully lowered in the trenches. Special arrangements such as
cranes,tripods with chain pulley block for lowering the pipes and fittings/specials shall be made by contractor. In no
case pipes and fittings/specials shall be dropped.
E. 1.8.5
Reinstatement of Road/ Footpath
Wherever the road is required to be cut, the Department shall obtain prior permission from the concerned authorities.
The Contractor has to prepare a negotiable diversion, at his cost, before taking up road cutting. After the line has been
laid and the trench refilled to the original level, the traffic may be allowed to pass through. After the pipe is laid the
road must be properly re-graded and the damaged portion of road as well as the re-graded portions must be made
good.
F. 1.8.6
Clearing the Site
All surplus materials, and all tools and temporary structures shall be removed from the site as directed by Engineer-inCharge and the construction site left clean to the satisfaction of Engineer-in-Charge.
G. 1.8.7
Damage to Other Services
Contractor shall take the necessary precautions avoid the damage to other services such as water supply lines,
telephone cables, electrical cables, storm water drains etc. in case of any damages to any of the services, contractor
shall be responsible for restoring the facilities in bare minimum time at his own cost. The other utility services and
traffic shall be maintained as per standard engineering practices.
H. 1.8.8
Installation of Valves & Meters
4.

Material as specials, Sluice valves, Air Release Valve, etc. and equipments required for the complete work shall be
supplied/arranged by the contractor as per technical specifications given.
The installation of valves shall be made according to the instructions of the manufacturer and the Engineer in Charge.
The bulk meters shall be installed as per the manufacturers recommendations. For installation of valves & meters on
bye-pass, flanged pipes and specials and suitable dismantling pipe with detachable joint shall be used. Air release
valves should also be installed all along ascertaining length of pipe line when air is likely to released from solution due
to the lowering of the pressure, against especially at points of decrease in gradient. Other places where air valve are
required are on the discharge side of pumps and at high points on large mains and upstream of orifice plates and
reducing trappers. Air release valves should be fitted around every 1 Km. along descending sections. Air release valves
designed specifically to vent, automatically and when necessary, air accumulations from lines in which water is flowing.
The use of air release valves eliminates the possibility of the on binding and permits the flow of water without damage
to pipe line.
1.9.3 CHAMBERS FOR VALVES ON PIPE LINE
I. 1.9.3.1
General
The valve chamber shall be provided to house the different valves. A leveling course of 100 mm thick PCC (1:3:6) shall
be provided at the base.
The general arrangement is shown in the drawing of chambers given in Volume III of the Tender document. At all
important chambers locking arrangements shall be provided, such locations shall be given by Engineer in Charge. The

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.84

walls shall be designed to withstand lateral earth pressures. Pre-casted removable Ferro cement covers shall be
provided to provide access within the chamber.
Wherever longitudinal forces can occur due to closing of a butterfly valve/scour valve, these have to be taken into
account by anchoring the valve either in an anchor block or against the walls of the chamber. The same applies for
reducers and tees installed in chambers. The forces have to be calculated with the maximum pressure, which can occur
due to hydraulic, static or transient conditions. The minimum force has to correspond to a pressure of 2 bar. The
calculations for the dimensioning and the type of such anchoring and the clamps have to be approved by the Engineerin-Charge. The backfill of the chambers has to be compacted to required density.
Air valve chamber shall have ventilation equal to the 2.5 times the area of the bore of the valve.
To house a number of valves, meters etc. in a common chamber, specially designed chambers as per the provisions
detailed herein can also be provided. Drawings and designs of such chambers shall be got approved by the Engineer in
Charge.
They shall be constructed in cement concrete of M20 grade and P.C.C in 1:3:6. The top slab cover shall be pre cast
reinforced cement concrete slabs. The pre cast slabs shall be provided for a length and width which allows dismantling
of the valve without problems. Typical drawings of valve chambers are enclosed in the volume III of the tender
document. However, these drawings are for indicative purposes only. The contractor shall submit his own designs and
drawings based on the actual site conditions for the approval of the Engineer-in-charge.
The chambers shall be constructed after the laying of the pipes and the assembly of specials and valves. The size of the
chambers shall be according to the following criteria as per direction of engineer in charge.
J. 1.9.3.2
Construction Features
The minimum clear opening of the valve chambers shall be as tabulated below:
Size of Valve in mm
Minimum dimensions In Minimum dimensions across
direction of flow in mm
the direction of flow in mm
80-100
900
1200
150-200
1200
1200
Above 200
1500
1200
The valve chambers shall be made of M20 grade of concrete as per directions of Engineer in Charge. The thickness of
the walls shall be as per detailed design in consideration to the site conditions. Live load of 150 Kg/ sq. cm shall be
considered on the valve chamber roof. The valve chambers shall be covered with Ferro Cement covers which shall be
constructed to the specifications given herein after. The height of the chamber shall be taken at least 50 cm above
natural ground level and it shall be ensured that the run off or other flowing water nearby normally does not enters the
valve chamber. Provisions shall be made so that the projections out of ground of the chamber do not form an
obstruction to the road traffic.
The minimum thickness of valve chamber shall be as follows:
RCC Walls
: 150 mm
Floor M15 grade
: 100 mm
Reinforced Cement Covers
: 50 mm
Cast in situ RCC slab (in place of covers)
: 100 mm
A locking facility shall be provided for all chambers using MS rod, hooks and a lever. The locking arrangement shall be
firmly secured in the valve walls.
Provision shall be kept for access to the roof of the chamber and from roof to the floor of the chamber through
suitable, masonry/RSS/cast iron/ Galvanized MS ladder steps of width not less than 30 cm.
Each Valve Chamber shall be provided with CC floor in M15 grade of concrete. For drainage of water filled inside the
chamber, a 25 mm drain pipe leading to a soakage pit of diameter 900 mm and minimum depth below floor as 750 mm
shall be provided. The soakage pit shall be filled with boulders.
Minimum 25 mm GI pipe shall be taken above the air valve chamber for providing necessary ventilation.
Pipes passing through walls should be coated by two layer of soft material (Hessian felt) to allow for differential settling
and longitudinal expansion if directed by engineer in charge. Only metallic pipes may be cast into the walls for
anchoring purposes.
The work shall include excavation, consolidation, leveling, lean concrete as per drawing, in foundations, finishing,
refilling. It shall include all labour and material required for the complete chamber.
K. 1.9.3.3
Side Clearance required for Chambers
Minimum distance of flanges from walls
:
30 cm
Minimum distance of sockets from walls
:
30 cm
Minimum distance between highest point of equipment and roof slab :
30 cm
Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh
Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.85

L. 1.9.3.4
Special Provision in Scour valve chambers
Scour valve chambers, if required, shall be constructed. The chambers for scour valves shall be off-line and placed on
the scour pipe. The provisions shown in the scour valve drawings are to be provided. In scour valve chambers, a
attached wet chamber shall be constructed with overflow facilities and pitching on the overflow sides for safety of the
chamber.
All specifications and constructional details for the valve chambers apply for the scour chambers accordingly.
1.9.3.6 BACKFILLING AROUND CHAMBERS AND THRUST BLOCKS
After the completion of chambers and thrust blocks the space between the structure and the excavation shall be
backfilled with compacted material. Such backfill shall be placed in layers of 15 cm measured before compaction and
wetted to optimum moisture and compacted well as per instruction of engineer in charge.

Superintending Engineer
PHED Circle Churu
Signature of contractor

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.86

SPECIFICATIONS FOR HIGH DENSITY POLYETHYLENE PIPE FOR WATER SUPPLY


PURPOSE
1. Scope of Work
Supply of HDPE pipe PE100, PN 6 in standard lengths with SS Nipple fitted at both end dully
riveted.
2. General Requirement:
The HDPE Pipe PE100 PN6 is required to use in tube wells as delivery / riser pipe on V4/V6
submersible pump. Pipe shall be ISI marked (IS 4984:1995 fourth revision) in size of 75mm OD to
350mm OD in coils. Pipes are required to be used for potable water thus there shall not be possible
contamination by layer of pipe material.

3. Pipe Dimensions:
Pipe
OD
mm
75
90
110
125
140
160
180
200
225
250
280
315

Pressure
rating
Kg/cm^2
PN6
PN6
PN6
PN6
PN6
PN6
PN6
PN6
PN6
PN6
PN6
PN6

Raw
material
PE100
PE100
PE100
PE100
PE100
PE100
PE100
PE100
PE100
PE100
PE100
PE100

Tolerance

No negative tolerance in OD
No negative tolerance in OD
No negative tolerance in OD
No negative tolerance in OD
No negative tolerance in OD
No negative tolerance in OD
No negative tolerance in OD
No negative tolerance in OD
No negative tolerance in OD
No negative tolerance in OD
No negative tolerance in OD
No negative tolerance in OD

Ovality

Wall thickness

1.6mm
1.8mm
2.2 mm
2.5mm
2.8mm
3.2mm
3.6mm
4.0mm
4.5mm
5.0mm
9.8mm
11.1mm

3.5mm 4.1mm
4.1mm 4.8mm
5.0mm5.7 mm
5.7mm6.5 mm
6.4mm 7.3mm
7.3mm8.3 mm
8.2mm 9.3mm
9.1mm10.3 mm
10.3mm 11.6mm
11.4mm12.8mm
12.8mm14.3 mm
14.4mm 16.1mm

4. Effect of material on water quality:


Pipes are required to use for potable water thus pipe material shall not constitute any toxic hazard
and shall not support microbiological growth and shall not give rise to unpleasant odour, cloudiness
or discoloration of the water. The migration values of the extract shall be with in limits specified by
IS 10146-1982 (amended up-to-date) The manufacturer shall submit a certificate to the above
effect from Central Food and Technological Research Institute Mysore or any recognized Institute.
5. Hydraulic Characteristics:
Pipe shall exhibit no sign of swelling or leakage or weeping and shall not burst during the test. The
induced test shall be as per the wall thickness of the pipes submitted and as per the relevant
formula given in IS 4984:1995.
6. Recommended weights the pipe can hold:
The manufacturer shall submit the details of maximum recommended weight the pipe can hold
without elongation, after considering weight of pipe and weight of water in the pipe.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.87

SPECIFICATIONS HDPE PIPE LINE


GENERAL STANDARDS
Except as otherwise specified in this technical specification, the Indian/ International Standards and
codes of practice in
their latest version, National Building code, PWD specification of the state of Rajasthan and Manual
of water supply of GOI shall be adhered to for the manufacturing, inspection, factory testing,
packing, handling, transportation, laying, installation and site testing of all material and works.
Should any product be offered to other standards, the equipment or product shall be equal to or
superior to those specified and the documentary confirmation shall be submitted for the prior
approval of the Engineer In charge. If any material is not covered under these specifications than it
shall be strictly as per relevant ISS. If any provision is prescribed in more than one Indian
Standards, the specifications more stringent shall be used for the work.
The use of different pipe material and other equipments in the contract shall be in accordance with
the Provisions given in the scope of work and the principals defined therein.
VERIFICATION OF THE ALINGNMENT
Before submission of bid and before starting any work, the contractor shall visit the site and
examine the alignment and verify the situation on site.
TOOLS & EQUIPMENTS
The Contractor has to provide all the tools and equipments required for timely, efficient and
professional implementation of the work as specified by the instructions of manufactures of pipes
and other material to be handled under this contract. On demand he shall provide to the Engineer in
charge a detailed list of tools and equipment available. If in the opinion of the Engineer in charge
the progress or the quality of the work cannot be guaranteed by the available quantity and type of
tools and equipment, the contractor has to provide additional ones to the satisfaction of the
Engineer in charge.
SPECIFICATIONS FOR PIPELINE WORK
This part of specifications covers manufacturing, supply, delivery, lowering, laying, jointing, testing
and Commissioning of HDPE pipes.
HDPE PIPES
The HDPE (High density polyethylene) pipes (for water supply) confirming to IS 4984-1995 and duly
marked with certification of BIS shall only be supplied. The pipe shall confirm to the test
requirements prescribed in IS 4984-1995. The minimum factory test pressure for hydraulic test shall
be 2 times the rated pressure of pipe for 60 seconds. No defect/ leakage/ cracks should be visible
after hydraulic test.
COLOUR
The color of pipe shall be black. Each pipe shall contain minimum three equispaced longitudinal
stripes of width 3mm in blue color. These strips shall be co-extruded during pipe manufacturing and
shall not be more than 0.2mm depth. The material of the stripes shall be same type of resin, as
used in the base compound for the pipe.
MATERIAL
The raw material used for the manufacture of pipes should not constitute toxic hazard, should not
support microbial growth and should not give rise to unpleasant taste or odor, clouding or
Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh
Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.88

discoloration of water. The pipes shall bemanufactured from 100% virgin PE-80 or PE-100 High
density polyethylene (HDPE) food grade raw material with minimum required strength of 8MPa (PE80) or 10MPa (PE-100).
The raw material should be of food grade quality. The nominal pressure of pipes required shall be
as specified in the scope of work. The pipe material shall be suitable for conveyance of drinking
water for which the certificate of recognized institute shall be provided.
High density polyethylene (HDPE) used for the manufacture of pipes shall confirm the designation
PEEWA-45-T-003 or PEEWA-45-T-006 or PEEWA-50-T-003 or PEEWA-50-T-006 or PEEWA-57-T003 or PEEWA-57-T-006 of IS: 7238/1992. In addition the material shall also confirm to $5.6.2 of IS
7328-1992. The specific base density shall be between 940.0 Kg/Cum and 958.4 Kg/Cum (both
inclusive) when Determined at 27 C according to procedure prescribed in Annexure A of IS:
7328/1992. The value of the Density shall not differ from the nominal value by more than 3 kg/cum
as per $ 5.2.1.1 of IS 7328-1992. The MFR (Melt Flow Rate) of the material shall be between
0.20g/10min and 1.10g/10min (both inclusive) when tested at 190 degree C with nominal load of 5
Kgf when determined by the method prescribed in $ 7of IS: 2530-1963. The MFR of the material
shall be within +/- 20% of the value declared by the manufacturer. The resin shall be compounded
with Carbon black. The Carbon Black content in the material shall be within 2.5 + 0.5% and
dispersion of Carbon black shall be satisfactory when tested according to the procedure prescribed
in IS: 2530-1963.
With the advancement in technology natural (unpigmented) resin designation PEEWA-45-T-003 or
PEEWA-45-T-006 or PEEWA-50-T-003 or PEEWA-50-T-006 or PEEWA-57-T-003 or PEEWA-57-T006 of IS: 7238/1992 duly stabilized with anti-oxidants may be compounded with suitable black
master batch or processed directly after physical mixing with suitable black master batch in the
pipe extruder for production of pipes, which shall confirm to the performance requirements of the
pipe as specified in IS 4984. The material of pipe thus produced shall confirm to the requirements of
$ 5.2 of IS 4984-1995. The percentage of anti-oxidant used shall not be more than 0.3 percent by
mass of finished resin. The antioxidant used shall be physiologically harmless and shall be selected
from the list given IS: 10141-1982. No reworked or recycled material shall be used.
DIMENSIONS
The outside diameter of pipes, tolerance on the same and ovality of pipes, and minimum and
maximum wall thickness shall be confirming to IS 4984-1995. The length of straight pipe shall be 5
to 20m. However wherever specifically required under the conditions of contract, the pipes shall be
supplied in coils.
VISUAL APPEARANCE
The internal and external surfaces of pipes shall be smooth, clean and free from grooving and other
defects. The ends of the pipes shall be cleanly cut square with the axis to within the tolerances
given in IS 4984 and free from deformity. Slight shallow longitudinal grooves or irregularities in the
wall thickness shall be permissible provided that the wall thickness remains within the permissible
limits.
INSPECTION AND TESTING OF HDPE PIPES
The HDPE pipes supplied by the contractor shall be subjected to following tests as per IS 4984 for
Acceptance:
Visual and dimensional check as per IS 4984
Hydraulic characteristics/ Internal pressure creep rupture test as per IS 4984
Longitudinal reversion test as per IS 4984
Overall Migration test
Density test
Melt flow rate test
Carbon black content and Dispersion test
Any other test required as per provisions to which supplied pipes confirms i.e. (IS 8329)
Hydraulic test at manufacturer premises before dispatch.
Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh
Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.89

In addition the following are required for review by inspection authority:


The test reports of raw material.
The type test report of pipe. This shall not be more than two years old from the date of inspection of
pipes.
Notch Impact test as per ASTM-1474. HDPE pipes when tested as per ASTH-1474 (Notch Impact
Test)
Should pass the Hydraulic test as per 1S:4984:1995 for a minimum 165 Hrs. This test can be
carried out at factory or at some private laboratory. Such report should not be more than 3 month
old from date of manufacturing. Department shall demand for manufacturers test report for pipes
along with pre dispatch inspection by EIC or his authorized representative.
MARKING
All pipes shall be marked as per the provisions of IS 4984 and subjected to following minimum
requirements: Manufacturer name/ Trade mark, Designation of pipe, Lot number/ Batch number,
Manufacturing standard to which the pipe confirms (IS 4984) and BIS certification mark,
SPECIALS FOR HDPE PIPES
Unless otherwise specified, the specials and the jointing material for HDPE pipes shall be Fusion
fittings confirming to GBE/PL2:PART 4. Fusion fittings with integral heating element shall be used in
general. All fittings shall be of Class B. Fittings shall be produced from material class PE 80 or PE
100. The fittings shall be free from cracks, voids, blisters, holes, distortion, dents, injurious incisions,
inclusions or any other likely to impair their performance. For each fitting the fusion time shall be the
same.
CI SPECIALS
Cast Iron P/E Specials such as Tee, tapers, spigots, puddle collars, bends etc. shall be confirming
to IS 5531-1988 (amended up to date). The general requirements relating to the supply of material
shall be as per IS 1387-1993. (Amended up to date) The metal used for manufacture of specials
shall be of requisite quality confirming to any of the grade specified in IS
210-1978 but in case of D/F fittings it shall be not less than that specified for grade FG-150 for IS
210-1978. (Amended up to date) The castings shall be stripped with all the precautions necessary
to avoid wrapping or shrinkage defects. The fittings shall be free from defects other than any
unavoidable surface imperfections which result from the method of manufacture and which do not
affect the use of the fittings. In case of flanged joints, the flanges shall be at right angle to the axis
of joint. The bolt holes shall be drilled. The castings shall be such that they could be cut, drilled or
machined and may be accepted provided the hardness of external un-machined surface does not
exceed 215 HBS. Mechanical tests shall be carried out during manufacture. Two tests per day of
casting may be adequate. Tensile tests and Brignell hardness tests shall be carried out as specified
in IS 5531-1988. (Amended up to date) Hydrostatic test shall be carried out as specified in IS 55311988 (amended up to date). For hydrostatic tests, the fittings shall be kept under pressure for 15
seconds; they may be struck moderately with a 700 gm hammer. They shall withstand the pressure
test without showing any leakage, sweating or other defect of any kind. The hydrostatic test shall be
conducted before coating the fittings. Test Pressure for Plain End fittings as per IS 5531-1988 shall
be equal to that for class of pipes with which they are to be used i.e. 1.5 Mpa. All the dimensions
and mass and tolerance in dimensions/ mass shall be as per IS 5531-1988.After inspection and
hydrostatic test, each fitting shall be with hot applied (dip) bitumen paint. Coating shall not be
applied to any fitting unless its surface is clean, dry and free from rust. All fittings shall be coated
externally and internally with same material. The coating material shall set rapidly with good
adherence and shall not scale off. The inside coating shall not contain any constituent soluble in
water or any in-gradient which could impart any taste or odour.
Each fitting shall have cast, stamped or indelibly painted on it following appropriate marks:
Manufacturers name, initials or identification mark.
The nominal diameter.
Mass of fitting (for D/F fittings as per IS 1538)
Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh
Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.90

Class reference (for P/E fittings as per IS 5531) and


The last two digits for the year of manufacture.
MS SPECIALS
The MS specials, wherever required, shall be made out of MS pipes not less than 6.3mm thick and
shall be internally and
externally coated with anti corrosive paint with red oxide as primer coat.

Superintending Engineer
PHED Circle Churu
Signature of contractor

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.91

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.92

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.93

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.94

Schedule - for ( Tender Form)


1. Tender forms
The tender has to fill in all tender forms ( if applicable ) in this document and to submit them
duly signed. They shall be used for the evaluation of this offer, the assessment whether his
tender is substantial and for this pre- qualification. The tenderer shall neither add or delete
the texts of the forms. This might lead to rejection of the tender. The papers shall remain
bound in the tender document issued to the Tenderer. The supporting papers as indicated in
Part B, Section 2 of the tender documents shall be bound in a box file, in the same order as
they appear hereafter.

Tender forms and supporting papers required


Designation
Tender latter

What to do ?
Supporting papers
To be filled in, signed
and stamped
Statement having read To be filled in, signed
TD and addenda
and stamped
General
information To be filled in, signed Power of Attorney, attested by Notary on
about the tenderer
and stamped
stamp paper of Rs. 500.00 , Earnest
Money in required form , Evidence of
experience of firm in similar Job,
Certificates of clearance of Tax on Sale
and purchase of goods.
Tender Letter, Letter for To be filled in, signed
Tender
for
work, and stamped
Declaration
&
Undertakings
Pre Qualification
To be filled in, signed Pre Qualification Criteria
and stamped

Signature of Authorized Representative.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.95

Schedule - for Pre- Qualification


Details of minimum machinery and equipment required to be deployed by the contractor
in the execution of the tendered work.

Tender forms and supporting papers required


Item

Minimum
No.

Source of
availability
(Owned)

Rate contract for Construction & Commissioning of


200 mm dia tube wells with Submersible pump sets
etc. complete work in all types of strata including
defect liability period of 02 years in Panchayat Samiti
Sujangarhunder jurisdiction of PHED, Div. Sujangarh
Distt. Churu.

Direct Rotary Rig Machine


&

1 No

DTH Rig Machine ( With minimum 900 CFM,


250 PSI compressor)

1 No

Combination Rig Machine ( With minimum 900 1 No


CFM, 250 PSI compressor)
* A combination of Direct Rotary Rig machine
and DTH Rig Machine shall be treated
equivalent to one combination rig machine unit

1. I/We hereby certify that the above information is correct to the best of my/our
knowledge and belief.
2. I/We hereby undertake to deploy the machinery and equipment listed above as
and when required in the execution of this work.
3. Proof of ownership of the above machinery and equipment is enclosed.

Date :
Signature of bidder
(With seal, wherever applicable)

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.96

Schedule- I

AFFIDAVIT
Following Rig machines, suitable for drilling in similar strata of suitable capacity, are available either
in the name of the firm or in the name of partner or proprietor as the case may be, for execution of
the tendered work :S. RTO
Type of Rig machine
Capacity of Machine
Compressor
No. Registration
(DTH, Rotary or
Bore Size
Depth of
capacity (for
No.
combination)
(mm)
drilling (m)
DTH/Combination
rig) (CFM/PSI)

1.
2.
3.
4.

I/We hereby certify that the above information is correct to the best of my/our
knowledge and belief.
I/We hereby undertake to deploy the machinery and equipment listed above as and when
required in the execution of this work.
I/We hereby undertake to deploy the machinery and equipment listed above exclusively and
in no case shall be used for other works than specified in the tender.
Proof of ownership (Attested copy of registration certificate) of the above machinery and
equipment is enclosed. I/We also undertake to keep the ownership intact during entire
period of execution of the contract, if work is awarded to us.

Date
Signature of Bidder
(With Seal)
Note :- The bidder shall provide the affidavit as above on non judiciary stamp paper of Rs.
100/-

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.97

SCHEDULE II

AFFIDAVIT
This is to certify that the status of the present works in hand as on date of submission of this tender
for which either orders are received or the work is under execution but which are still not completed,
is as under :S.
No.

Brief
Description
of
work
(WO No./
date,
amount,
authority)

Stipulated
date of

start

Comp
letion

No. of bores awarded of size

No. of bores completed up


to the date of submission of
tender of size

Balance nos. of bores


unexecuted as on date of
submission of tender

Up
to
150mm

Up to
150mm

Up to
150mm

200-250mm

Exclusive
sandy
strata
6

Other
strata
7

200-250mm

Exclusive
sandy
strata
9

Other
strata
10

11=5-8

200-250mm

Exclusiv
e sandy
strata
12=6-9

Other
strata
13=710

Total

It is certified that the above information is true in all respect.

Date:
Signature of Bidder
(with Seal)

Note:

(i)
(ii)

The details for bores of size up to 150mm shall include Hand Pump & Single phase
bores.
The bidder shall provide the affidavit as above on non-judiciary stamp paper of Rs. 100/-.

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.98

Schedule III

dk;kZy; v/kh{k.k vfHk;Urk@vf/kkklh vfHk;Urk@o`k@[k.M ------------------------- ftyk -------------dk;Z vuqHko izek.k i=


izekf.kr fd;k tkrk gS fd eSllZ -------------------------------------------------- us fuEufyf[kr fooj.kkuqlkj --------------------------- vkWFkksfjVh dk uke ------------ dh fufonk la[;k -----------------------------------fnukad --------------ds vUrxZr dk;kZnsk la[;k ------------------ fnukad -- ------------- ls vkoafVr dk;Z dks lQyrkiwoZd
fu"ikfnr dj iw.kZ@pkyw dj fn;k gS %&
1
dk;Z dk uke
2
3
4
5
6
7

dk;Z izkjEHk djus dh fu/kkZfjr


frfFk
dk;Z iw.kZ djus dh fu/kkZfjr
frfFk
dk;Z iw.kZ djus dh okLrfod
frfFk
dk;kZnsk jkfk
QkbZuy fcy ds vuqlkj iw.kZ
fd;s x;s dk;Z dh okLrfod
jkfk
dk;Z esa fu"ikfnr ?kVd fu"ikfnr ?kVdksa dh ek=k@{kerk
(components)

dz-la1
2
3

?kVd dk uke

dk;Z larks"ktud ik;k x;k A


fnukad %
LFkku %
izHkkjh vfHk;Urk ds gLrk{kj ,oa lhy
vf/kkk"kh vfHk;Urk ds in ls uhps ugha
Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh
Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.99

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.100

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.101

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.102

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.103

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.104

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Tender-Document(NIT No 83/2015-16)

Page No.105

Construction and Commissioning of Tube Wells in Panchayat Samiti Sujangarh


Distt. Churu

Das könnte Ihnen auch gefallen