Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
NWRWS&KD
GOVERNMENT OF GUJARAT
NARMADA, WATER RESOURCES, WATER SUPPLY
& KALPSAR DEPARTMENT
Tender Cost
Name of the Work Time limit for the Work
(In Crores)
Sauni Yojna - Phase: II, Link - 2, Package - 4: 676.06 Time Limit 24 months for
Engineering, Procurement and Construction Construction and 10 years
(EPC) Contract for Supplying and laying MS for Operation &
Pipeline of 3000mm dia. (ID) for Length of MS Maintenance after
Twin Pipeline 27.711 Km (Total Length – commissioning
55.422 Km) from Bhimdad at Ch. 0.0 Km to
Kalubhar at Ch. 27.711 Km with all allied
works etc. complete including Operation and
Maintenance of the commissioned project for
10 years
CONTENT
1. Schedules
Letter for Technical Bid 1
1.1 Schedule-I – Deviation from Technical Specifications 4
1.2 Schedule-II – Deviation from Conditions of Contract 5
1.3 Schedule-III – Deviation from the list of recommended mandatory 6
spares
1.4 Schedule-IV – Contractor’s Functional Guarantees 7
To,
Executive Engineer
Bhavnagar Irrigation Project Division
Bhavnagar,
Sub: “Technical Bid” Sauni Yojna - Phase: II, Link - 2, Package - 4: Engineering,
Procurement and Construction (EPC) Contract for Supplying and laying MS Pipeline of
3000mm dia. (ID) for Length of MS Twin Pipeline 27.711 Km (Total Length – 55.422 Km) from
Bhimdad at Ch. 0.0 Km to Kalubhar at Ch. 27.711 Km with all allied works etc. complete
including Operation and Maintenance of the commissioned project for 10 years
With reference to above subject it is to submit that we have carefully examine the
Drawings, Conditions and Specification of work and fully acquainted with all details of
the site, Quarry site for materials, Geology and Hydrological condition of river flow and
weather characteristics, position with regards to labour and all other such necessary
information
1. I/We hereby state that there is not any other condition/deviation under Technical
Bids.
Or
2. I / We are submitting Technical Deviations (along with necessary
calculations/financial implications) as attached herewith.
(Signature of Contractor)
would be known to all, government, however, reserves the right to negotiate about the
tender further with any or all the contractors. If the technical bid is not evaluated by the
bidders, the same shall be evaluated by the officer who opens the bid of his own and
his evaluation shall be binding to the bidder. Due to such evaluation if there are any
implications on the price bid, the same shall be binding to the bidders & the price – bid
evaluation shall be done considering technical bid evaluation & its financial implication.
In case the price bids cannot be opened on the same day, then another date will be
intimated to the tenderer.
8. The condition Proposed / Suggested by the bidder, in technical bid, shall only be
accepted after the same is approved by the Government.
9. The envelopes containing condition would be opened first before opening price bids,
their financial evaluation would be done and the signature of the contractor should be
obtained before opening the enclosures of basic offers.
Executive Engineer
Contractor’s Signature. Bhavnagar Irrigation Project Division
Bhavnagar,
1. Schedules
SCHEDULE - I
All deviations from Technical Specifications shall be filled in by the Bidder with reference
clause in this Schedule. If deviations are discussed in any letter / document, the reference to
the same shall be made below:
The bidder hereby certifies that the above mentioned are the only deviations from Technical
Specifications of the Bid.
SIGNATURE: ______________________
NAME: ____________________________
DESIGNATION: ______________________
COMPANY: _________________________
DATE: ____________________________
COMPANY SEAL
Note:
SCHEDULE - II
Reference letter /
Sr. Deviation required form Justification
document / Amount in Rs.
No. Conditions of Contract for item
Clause No.
1 2 3 4 5
The Bidder hereby certifies that the above mentioned are the only deviations which are
required to be carried out for successful completion / operation of the system / plant.
SIGNATURE: ______________________
NAME: ____________________________
DESIGNATION: ______________________
COMPANY: _________________________
DATE: ____________________________
COMPANY SEAL
Note :
* Acceptance or rejection of any deviation is the only authority of the department & the
decision shall be final & binding to the bidder. The financial implications of the
accepted deviation shall only be considered as per the rate quoted above for price
evaluation. This amount shall be considered to arrive the total lump sum contract price
during evaluation.
SCHEDULE - III
The Bidder shall give below a list of spare parts recommended for three years trouble - free
performance of the Equipment offered by him.
SIGNATURE: ______________________
NAME: ____________________________
DESIGNATION: ______________________
COMPANY: _________________________
DATE: ____________________________
COMPANY SEAL
* All unused spare parts shall become Employer's property at the end of Operation and
Maintenance period.
** Prices of all above items are deemed to be considered in prices quoted in Volume– IV
– Price Bid – Annexure – M2 and E2 and no separate payment shall be made.
*** Any additional spare parts required for O & M but not covered in the above list shall be
supplied by the Contractor free of cost to the Employer.
SCHEDULE - IV
This document sets out the functional guarantees required during Tests after Completion.
2. Functional Guarantees
The Contractor guarantees the performance of the works in the Tests after Completion as
per Chapter No. 3, Special Condition of Contract of Volume – II (Condition of Contract):
SIGNATURE: _________________________
NAME: ______________________________
DESIGNATION: ______________________
COMPANY: _________________________
DATE: _______________________________
COMPANY SEAL