You are on page 1of 187

i

TELANGANA MUNICIPAL DEVELOPMENT PROJECT

BIDDING DOCUMENTS

for
Procurement of

Supply, Delivery, Installation Commissioning of


SCADA, Bulk & Domestic AMR water meters and
Operation and Maintenance of the entire water supply
system for 5 years of Comprehensive Water Supply
Service Improvements in Malkajgiri (Part of GHMC)
Project under TMDP.

ICB No: 1/CGM/PCC-3/Malkagiri –Pk-II (Meters)2016-


2017- dt 4-4-2016 HMWS&SB

Project: Telangana Municipal Development Project


(TMDP)

Purchaser: Managing Director


HMWS&SB, Hyderabad

Country: INDIA
ii

e-Procurement Notice
HYDERABAD METROPOLITAN WATER SUPPLY AND SEWERAGE BOARD
Telangana Municipal Development Project

Invitation for Bids (IFB)

International Competitive Bidding (ICB)


INDIA
Comprehensive Water Supply Service Improvements in Malkajgiri Project under TMDP
with World Bank Assistance

Loan No. 78160-IN

Supply, Delivery, Installation Commissioning of SCADA, Bulk & Domestic AMR water meters
and Operation and Maintenance of Malkagiri (part of GHMC) Comprehensive water supply
improvement including Operation and Maintenance for 5 years under TMDP– Package-II

IFB Number:E_01_/CGM(E)/PCC-III/Malkajgiri/TMDP/Package-II/2016-17, dated: 04 -04-


2016
1. This Invitation for Bids follows the General Procurement Notice for this Project that
appeared in UNDB online dated 31.7.09 of Notice No.WB 2838-755.
2. The Government of Telangana through Government of India has received a loan from the
International Bank for Reconstruction & Development (IBRD) in various currencies towards
the cost of Telangana Municipal Development Project. It intends to apply part of the
proceeds of this loan to payments under the Contract for providing Comprehensive Water
Supply Improvements in Malkajgiri (Part of GHMC) Package-II-Metering. Bidding is open
to all bidders from eligible source countries as defined in the World Bank Guidelines:
Procurement of Goods, Works, and Non-Consulting Services under IBRD Loans and IDA
Credits & Grants by World Bank Borrowers - January 2011, revised July 2014.
3. The Chief General Manager (Engg), PCC-III, HMWSSB, Khairatabad, Hyderabad, PIN:
500004 now invites item rate bids from the eligible bidder in electronic procurement system
for the construction and completion of Comprehensive Water Supply Service Improvement
in Malkajgiri (Part of GHMC) Package-II consisting the following main components.
i) Supply, Delivery, Installation Commissioning of Bulk & Domestic AMR water
meters ranging from 100 mm dia to 1600 mm dia
ii) Supply, Delivery, Installation Commissioning of SCADA system
Revenue billing and collection.

iii) Operation and Maintenance of the entire water supply system for 5 years.
4. Bidding will be conducted through the International Competitive Bidding (ICB) as specified
in the World Bank Guidelines: Procurement of Goods, Works, and Non-Consulting
Services under IBRD Loans and IDA Credits & Grants by World Bank Borrowers -
January 2011, revised July 2014 and is open to all eligible bidders as defined in the
iii

Procurement Guidelines. In addition, please refer to paragraphs 1.6 and 1.7 of the Guidelines
setting forth the World Bank’s policy on conflict of interest.
5. Interested eligible bidders may obtain further information from e-procurement portal
http://eprocure.gov.in/eprocure/app in ‘Tender Search’ by entering key works ‘TMDP’ and
also from the Project website www.mdp.telangana.gov.in by navigating through
‘eProcurement (Goods & Works).
6. Qualifications requirements for the bidder are provided in the Bidding Documents and the
bidders may go through the same from the above websites. A margin of preference for
certain goods manufactured domestically shall be applied. Additional details are provided in
the bidding document.
7. A complete set of Bidding Documents is available online from 11-4-2016 06.00PM
onwards. The bidding documents may be downloaded free of cost by logging on to e-
Procurement Portal http://eprocure.gov.in/eprocure/app. The bids are to be submitted online
through the portal http://eprocure.gov.in/eprocure/app. Bids submitted manually will not be
accepted. The bidders would be required to register in the web-site. Bidders who are not
registered may obtain the User ID and Password for participating in the bids by registering
in the website: http://eprocure.gov.in/eprocure/app free of charge.
8. Bids must be submitted online through the e-procurement portal http://eprocure.gov.in/
eprocure/app on or before 31-5-2016 up to 5:00 PM (IST). Bids will be opened in the
presence of the bidders’ representatives who choose to attend at 11:00 AM (IST) on
04-06-2016 in the office of Chief General Manager (Engg), PCC-III, HMWSSB,
Khairatabad, Hyderabad PIN: 500 004, Telangana (India). If the office happens to be
closed on the date of opening of the bids as specified, the bids will be opened on the next
working day at the same time and venue.
All bids must be accompanied by a “Bid Security” of INR 9.72 million (USD 151,000).
Bid security will have to be in any one of the forms as specified in the bidding document
and shall have to be valid for 45 days beyond the validity of the bid.
9. For submitting bids, the bidders are required to have Digital Signature Certificate (DSC)
issued from any of the authorized Certifying Authorities. Foreign bidders from eligible
countries may obtain Class-II DSC from the Certifying Authorities following the
procedure described in the ‘Downloads’ option in the e-procurement portal
http://eprocure.gov.in/eprocure/app.

10. The bidders are required to submit


(a) original bid security in approved form
(b) original power of Attorney authorizing the person to sign the bids
On behalf of the bidder as per Clause 22 of ITB of bidding
document (in case of bidder who is not an individual) and
(c) original affidavit confirming correctness of information, documents and
certificates furnished with the bid document

in the Office of the Chief General Manager (Engg), PCC-III, HMWSSB, Khairatabad,
Hyderabad PIN: 500 004, Telangana (India), on or before the date and time of opening
of Bids, either by registered post or by hand, failing which the bids shall be declared non-
responsive. In this regard, bidders should comply with the following:
iv

i) The above documents should be submitted in one envelope. The bidders shall
not write their names or addresses on this envelope.
ii) The unique identification number (Bid ID) generated by the system after
online submission of the bid by the bidder shall be mentioned on envelope
containing the documents as detailed above.

11. A pre-bid meeting will be held on 02-05-2016 at 11:00 AM (IST) at the office of Chief
General Manager (Engg), PCC-III, HMWSSB, Khairatabad, Hyderabad PIN: 500
004, Telangana (India) to clarify the issues and to answer questions on any matter that
may be raised at that stage as stated in Clause 7.1 of ‘Instructions to Bidders’ (provided in
BDS) of the bidding document.

12. The address for communication is as under:

Name & Designation of Officer: Sri. M. Konda Reddy


Chief General Manager (Engg)
Project Construction Circle-III
HMWSSB, Khairatabad
Hyderabad PIN: 500 004
Telangana (INDIA)
Phone No. : +91 04 66872222 Extn: 330
Mobile No: +91 9989986779
Email: cgmpcc3hmwssb@gmail.com/
dp2hmwssb@gmail.com
1

Table of Contents
e-Procurement Notice ............................................................................................................. ii
HYDERABAD METROPOLITAN WATER SUPPLY AND SEWERAGE BOARD .... ii
Telangana Municipal Development Project ......................................................................... ii
Invitation for Bids (IFB) ......................................................................................................... ii

PART 1 – Bidding Procedures ............................................................................................... 2

Section I. Instructions to Bidders ..........................................................................................3


Section II. Bidding Data Sheet (BDS) .................................................................................26
Section III. Evaluation and Qualification ...........................................................................34
Criteria ....................................................................................................................................34
Section IV. Bidding Forms ...................................................................................................40
Section V. Eligible Countries ...............................................................................................78

PART 2 – Supply Requirements .......................................................................................... 79

Section VI. Schedule of Requirements ................................................................................80

Applicable codes .................................................................................................................. 143

PART 3 - Contract .............................................................................................................. 151

Section VII. General Conditions of Contract ...................................................................152


Section VIII. Special Conditions of Contract ...................................................................173
Section IX. Contract Forms ...............................................................................................179
2

PART 1 – Bidding Procedures


3

Section I. Instructions to Bidders


Table of Clauses

General ..................................................................................................................................... 5

Scope of Bid ...............................................................................................................................5


Source of Funds .........................................................................................................................5
Fraud and Corruption .................................................................................................................5
Eligible Bidders .........................................................................................................................7
Eligible Goods and Related Services .........................................................................................8

Contents of Bidding Documents ............................................................................................ 9

Sections of Bidding Documents.................................................................................................9


Clarification of Bidding Documents ........................................................................................10
Amendment of Bidding Documents ........................................................................................10

Preparation of Bids ............................................................................................................... 10

Cost of Bidding ........................................................................................................................10


Language of Bid .......................................................................................................................10
Documents ...............................................................................................................................10
Comprising the Bid ..................................................................................................................10
Bid Submission Form and Price Schedules .............................................................................11
Alternative Bids .......................................................................................................................11
Bid Prices and Discounts .........................................................................................................11
Currencies of Bid .....................................................................................................................14
Documents Establishing the Eligibility of the Bidder .............................................................14
Documents Establishing the Eligibility of the Goods and Related Services ...........................14
Documents Establishing the Conformity of the Goods and Related Services .........................14
Documents Establishing the Qualifications of the Bidder .......................................................15
Period of Validity of Bids ........................................................................................................16
Bid Security .............................................................................................................................16
Format and Signing of Bid .......................................................................................................18

Submission and Opening of Bids ......................................................................................... 18

Submission, Sealing and Marking of Bids ...............................................................................18


Deadline for Submission of Bids .............................................................................................18
Late Bids ..................................................................................................................................18
Withdrawal, Substitution, and Modification of Bids ...............................................................18
4

Bid Opening .............................................................................................................................19

Evaluation and Comparison of Bids ................................................................................... 19

Confidentiality .........................................................................................................................19
Clarification of Bids .................................................................................................................20
Responsiveness of Bids............................................................................................................20
Nonconformities, Errors, and Omissions .................................................................................20
Preliminary Examination of Bids.............................................................................................21
Examination of Terms and Conditions; Technical Evaluation ................................................22
Conversion to Single Currency ................................................................................................22
Domestic Preference ................................................................................................................22
Evaluation of Bids....................................................................................................................22
Comparison of Bids .................................................................................................................23
Post qualification of the Bidder ...............................................................................................23
Purchaser’s Right to Accept Any Bid, and to Reject Any or All Bids ....................................24

Award of Contract ................................................................................................................ 24

Award Criteria .........................................................................................................................24


Purchaser’s Right to Vary Quantities at Time of Award .........................................................24
Notification of Award ..............................................................................................................24
Signing of Contract ..................................................................................................................25
Performance Security ...............................................................................................................25
5

Section I. Instructions to Bidders


General
Scope of Bid 1.1 The Purchaser indicated in the Bidding Data Sheet (BDS),
issues these Bidding Documents for the supply of Goods and
Related Services incidental thereto as specified in Section VI,
Schedule of Requirements. The name and identification number
of this International Competitive Bidding (ICB) procurement are
specified in the BDS. The name, identification, and number of
lots of are provided in the BDS.
1.2 Throughout these Bidding Documents:
(a) the term “in writing” means communicated in written form
(e.g. by mail, e-mail, fax, telex) with proof of receipt;
(b) if the context so requires, “singular” means “plural” and
vice versa; and
(c) “day” means calendar day.
Source of Funds 2.1 The orrower or Recipient (hereinafter called “Borrower”)
specified in the BDS has received financing (hereinafter called
“funds”) from the International Bank for Reconstruction and
Development or the International Development Association
(hereinafter called “the Bank”) toward the cost of the project
named in the BDS. The Borrower intends to apply a portion of
the funds to eligible payments under the contract for which these
Bidding Documents are issued.
2.2 Payments by the Bank will be made only at the request of the
Borrower and upon approval by the Bank in accordance with the
terms and conditions of the financing agreement between the
Borrower and the Bank (hereinafter called the Loan Agreement),
and will be subject in all respects to the terms and conditions of
that Loan Agreement. The Loan Agreement prohibits a
withdrawal from the loan account for the purpose of any payment
to persons or entities, or for any import of goods, if such payment
or import, to the knowledge of the Bank, is prohibited by decision
of the United Nations Security Council taken under Chapter VII
of the Charter of the United Nations. No party other than the
Borrower shall derive any rights from the Loan Agreement or
have any claim to the funds.
Fraud and 3.1 It is the Bank’s policy to require that Borrowers (including
Corruption beneficiaries of Bank loans), as well as bidders, suppliers, and
6

supplier s and their agents (whether declared or not), personnel,


sub-suppliers, sub-consultants, service providers and suppliers
under Bank-financed contracts, observe the highest standard of
ethics during the procurement and execution of such contracts.1 In
pursuance of this policy, the Bank:
(a) defines, for the purposes of this provision, the terms set
forth below as follows:
(i) “corrupt practice” is the offering, giving, receiving or
soliciting, directly or indirectly, of anything of value to
influence improperly the actions of another party2;
(ii) “fraudulent practice” is any act or omission, including
a misrepresentation, that knowingly or recklessly
misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligation3;
(iii) “collusive practice” is an arrangement between two or
more parties4 designed to achieve an improper purpose,
including to influence improperly the actions of
another party;
(iv) “coercive practice” is impairing or harming, or
threatening to impair or harm, directly or indirectly,
any party or the property of the party to influence
improperly the actions of a party5;
(v) “obstructive practice” is
(aa) deliberately destroying, falsifying, altering or
concealing of evidence material to the
investigation or making false statements to
investigators in order to materially impede a
Bank investigation into allegations of a corrupt,
fraudulent, coercive or collusive practice; and/or
threatening, harassing or intimidating any party
to prevent it from disclosing its knowledge of
matters relevant to the investigation or from

1
In this context, any action taken by a bidder, supplier or any of its personnel, agents, subcontractors, sub-
consultants, service providers, suppliers and/or their employees to influence the procurement process or contract
execution for undue advantage is improper.
2
“Another party” refers to a public official acting in relation to the procurement process or contract execution. In
this context, “public official” includes World Bank staff and employees of other organizations taking or reviewing
procurement decisions.
3
“Party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or
contract execution; and the “act or omission” is intended to influence the procurement process or contract
execution.
4
“Parties” refers to participants in the procurement process (including public officials) attempting to establish bid
prices at artificial, non- competitive levels.
5
“Party” refers to a participant in the procurement process or contract execution.
7

pursuing the investigation; or


(bb) acts intended to materially impede the exercise of
the Bank’s inspection and audit rights provided
for under sub-clause 3.1 (e) below.
(b) will reject a proposal for award if it determines that the
bidder recommended for award has, directly or through an
agent, engaged in corrupt, fraudulent, collusive, coercive or
obstructive practices in competing for the contract in
question;
(c) will cancel the portion of the loan allocated to a contract if it
determines at any time that representatives of the Borrower
or of a beneficiary of the loan engaged in corrupt, fraudulent,
collusive, or coercive practices during the procurement or
the execution of that contract, without the Borrower having
taken timely and appropriate action satisfactory to the Bank
to address such practices when they occur; and
(d) will sanction a firm or an individual, at any time, in
accordance with prevailing Bank’s sanctions proceduresa,
including by publicly declaring such firm or individual
ineligible, either indefinitely or for a stated period of time:
(i) to be awarded a Bank-financed contract; and (ii) to be a
nominatedb sub-supplier, consultant, manufacturer or
supplier, or service provider of an otherwise eligible firm
being awarded a Bank-financed contract.
3.2 In further pursuance of this policy, Bidders shall permit the
Bank to inspect any accounts and records and other documents
relating to the Bid submission and contract performance, and to
have them audited by auditors appointed by the Bank.
3.3 Furthermore, Bidders shall be aware of the provision stated in
Sub-Clause 35.1 (a) (iii) of the General Conditions of Contract.
Eligible Bidders 4.1 A Bidder, and all parties constituting the Bidder, may have the
nationality of any country, subject to the restrictions specified in
Section V, Eligible Countries. A Bidder shall be deemed to have
the nationality of a country if the Bidder is a citizen or is

a
A firm or an individual may be declared ineligible to be awarded a Bank-financed contract upon completion of the
Bank’s sanctions proceedings as per its sanctions procedures, including inter alia: (i) temporary suspension in
connection with an ongoing sanctions proceeding; (ii) cross-debarment as agreed with other International Financial
Institutions, including Multilateral Development Banks; and (iii) the World Bank Group corporate administrative
procurement sanctions procedures for fraud and corruption.
b
A nominated sub-contractor, consultant, manufacturer or supplier, or service provider (different names are used
depending on the particular bidding document) is one which either has been:(i) included by the bidder in its pre-
qualification application or bid because it brings specific and critical experience and know-how that are accounted
for in the evaluation of the bidder’s pre-qualification application or the bid; or (ii) appointed by the Borrower.
8

constituted, incorporated, or registered and operates in conformity


with the provisions of the laws of that country. This criterion
shall also apply to the determination of the nationality of
proposed sub suppliers or suppliers for any part of the Contract
including Related Services.

4.2 A Bidder shall not have a conflict of interest. All bidders found
to have conflict of interest shall be disqualified. Bidders may be
considered to have a conflict of interest with one or more parties
in this bidding process, if they:

(a) are or have been associated in the past, with a firm or any of
its affiliates which have been engaged by the Purchaser to
provide consulting services for the preparation of the
design, specifications, and other documents to be used for
the procurement of the goods to be purchased under these
Bidding Documents ; or

(b) submit more than one bid in this bidding process, except for
alternative offers permitted under ITB Clause 13. However,
this does not limit the participation of sub suppliers in more
than one bid;

4.3 A Bidder that is under declaration of ineligibility by the Bank in


accordance with ITB clause 3, at the date of contract award, shall
be dis-qualified. The list of debarred firms is available at the
electronic addressed in BDS.

4.4 A firm that has been determined to be ineligible by the Bank in


relation to the Bank’s Guidelines on Preventing and Combating
Fraud and Corruption in Projects Financed by IBRD Loans and
IDA Credits and Grants, shall not be eligible to be awarded a Bank-
financed contract.

4.5 Government-owned enterprises in the Borrower’s Country shall


be eligible only if they can establish that they (i) are legally and
financially autonomous, (ii) operate under commercial law, and
(iii) are not a dependent supplier of the Purchaser.

4.6 Bidders shall provide such evidence of their continued eligibility


satisfactory to the Purchaser, as the Purchaser shall reasonably
request.
Eligible Goods and 5.1 All the Goods and Related Services to be supplied under the
Related Contract and financed by the Bank may have their origin in any
Services country in accordance with Section V, Eligible Countries.
5.2 For purposes of this Clause, the term “goods” includes
9

commodities, raw material, machinery, equipment, and industrial


plants; and “related services” includes services such as insurance,
installation, training, and initial maintenance.
5.3 The term “origin” means the country where the goods have been
mined, grown, cultivated, produced, manufactured or processed;
or, through manufacture, processing, or assembly, another
commercially recognized article results that differs substantially
in its basic characteristics from its components.

Contents of Bidding Documents


Sections of Bidding 6.1 The Bidding Documents consist of Parts 1, 2, and 3, which
Documents include all the Sections indicated below, and should be read in
conjunction with any Addendum issued in accordance with ITB
Clause 8.

PART 1 Bidding Procedures

 Section I. Instructions to Bidders (ITB)

 Section II. Bidding Data Sheet (BDS)

 Section III. Evaluation and Qualification Criteria

 Section IV. Bidding Forms

 Section V. Eligible Countries

PART 2 Supply Requirements

 Section VI. Schedule of Requirements

PART 3 Contract

 Section VII. General Conditions of Contract (GCC)

 Section VIII. Special Conditions of Contract (SCC)

 Section IX. Contract Forms


6.2 The Invitation for Bids issued by the Purchaser is not part of the
Bidding Documents.
6.3 The Bid Document shall be available online. In case fee is charged,
the mode of submission of tender fee shall be specified in BDS.
6.4 The Bidder is expected to examine all instructions, forms, terms,
and specifications in the Bidding Documents. Failure to furnish
all information or documentation required by the Bidding
10

Documents may result in the rejection of the bid.


Clarification of 7.1 A prospective Bidder requiring any clarification of the Bidding
Bidding Documents shall notify the Purchaser through the e-procurement
Documents portal specified in the BDS. The Purchaser’s response to any
request for clarification will be made available through the e-
procurement portal, including a description of the enquiry but
without identifying its source, provided that such request is
uploaded no later than twenty-one (21) days prior to the deadline
for submission of bids. Should the Purchaser deem it necessary to
amend the Bidding Documents as a result of a clarification, it
shall do so by uploading an addendum in the e-procurement
portal, following the procedure under ITB Clause 8 and ITB Sub-
Clause 24.2.

Amendment of 8.1 At any time prior to the deadline for submission of bids, the
Bidding Purchaser may amend the Bidding Documents by issuing
Documents addendum which will be uploaded in the e-procurement portal in
accordance with ITB 7.1.
8.2 Any addendum issued shall be part of the Bidding Documents.
8.3 To give prospective Bidders reasonable time in which to take an
addendum into account in preparing their bids, the Purchaser
may, at its discretion, extend the deadline for the submission of
bids, pursuant to ITB Sub-Clause 24.2, by uploading the
notification to this effect in the e-procurement portal.

Preparation of Bids
Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and
submission of its bid, and the Purchaser shall not be responsible
or liable for those costs, regardless of the conduct or outcome of
the bidding process.

Language of Bid 10.1 The Bid, as well as all correspondence and documents relating to
the bid exchanged by the Bidder and the Purchaser, shall be
written in the language specified in the BDS. Supporting
documents and printed literature that are part of the Bid may be in
another language provided they are accompanied by an accurate
translation of the relevant passages into the language specified in
the BDS, in which case, for purposes of interpretation of the Bid,
such translation shall govern.

Documents 11.1 The Bid shall comprise the following:

Comprising the Bid (a) Bid Submission Form and the applicable Price Schedules, in
accordance with ITB Clauses 12, 14, and 15;
11

(b) Scanned copy of Bid Security or Bid-Securing Declaration,


in accordance with ITB Clause 21, if required;
(c) Scanned copy of written confirmation (Power of Attorney)
authorizing the signatory of the Bid to commit the Bidder,
in accordance with ITB Clause 22;
(d) documentary evidence in accordance with ITB Clause 16
establishing the Bidder’s eligibility to bid;
(e) documentary evidence in accordance with ITB Clause 17,
that the Goods and Related Services to be supplied by the
Bidder are of eligible origin;
(f) documentary evidence in accordance with ITB Clauses 18
and 30, that the Goods and Related Services conform to the
Bidding Documents;
(g) documentary evidence in accordance with ITB Clause 19
establishing the Bidder’s qualifications to perform the
contract if its bid is accepted; and
(h) any other document required in the BDS.
Bid Submission 12.1 The Bidder shall submit the Bid Submission Form using the form
Form and Price furnished in Section IV, Bidding Forms. This form must be
Schedules completed without any alterations to its format, and no substitutes
shall be accepted. The bidders shall make online entries to fill in
rates in the Price Schedule(s). Upon entry of rates in all the items,
total bid price would automatically be calculated by the system and
would be displayed. All blank spaces shall be filled in with the
information requested.
12.2 The Bidder shall submit the Price Schedules for Goods and
Related Services, according to their origin as appropriate, using
the forms furnished in Section IV, Bidding Forms

Alternative Bids 13.1 Unless otherwise specified in the BDS, alternative bids shall not
be considered.
Bid Prices and 14.1 The prices and discounts quoted by the Bidder in the Bid
Discounts Submission Form and in the Price Schedules shall conform to the
requirements specified below.
14.2 All lots and items must be listed and priced separately in the Price
Schedules.
14.3 The price to be quoted in the Bid Submission Form shall be the
total price of the bid, excluding any discounts offered.
12

14.4 The Bidder shall quote any unconditional discounts and indicate
the method for their application in the Bid Submission Form.
14.5 The terms EXW, CIP, and other similar terms shall be governed
by the rules prescribed in the current edition of Incoterms,
published by The International Chamber of Commerce, as
specified in the BDS.
14.6 Prices shall be quoted as specified in each Price Schedule
included in Section IV, Bidding Forms. The dis-aggregation of
price components is required solely for the purpose of facilitating
the comparison of bids by the Purchaser. This shall not in any
way limit the Purchaser’s right to contract on any of the terms
offered. In quoting prices, the Bidder shall be free to use
transportation through carriers registered in any eligible country,
in accordance with Section V Eligible Countries. Similarly, the
Bidder may obtain insurance services from any eligible country in
accordance with Section V Eligible Countries. Prices shall be
entered in the following manner:
(a) For Goods manufactured in the Purchaser’s Country:
(i) the price of the Goods quoted EXW (ex works, ex
factory, ex warehouse, ex showroom, or off-the-shelf,
as applicable), including all customs duties and sales
and other taxes already paid or payable on the
components and raw material used in the
manufacture or assembly of the Goods;
(ii) any Purchaser’s Country sales tax and other taxes
which will be payable on the Goods if the contract is
awarded to the Bidder; and
(iii) the price for inland transportation, insurance, and other
local services required to convey the Goods to their
final destination (Project Site) specified in the BDS.
(b) For Goods manufactured outside the Purchaser’s
Country, to be imported:
(i) the price of the Goods, quoted CIP named place of
destination, in the Purchaser’s Country, or CIF
named port of destination, as specified in the BDS;
(ii) the price for inland transportation, insurance, and
other local services required to convey the Goods
from the named place of destination to their final
destination (Project Site) specified in the BDS;
(iii) in addition to the CIP prices specified in (b)(i)
13

above, the price of the Goods to be imported may


be quoted FCA (named place of destination) or
CPT (named place of destination), if so specified in
the BDS;
(c) For Goods manufactured outside the Purchaser’s
Country, already imported:
[For previously imported Goods, the quoted price shall be
distinguishable from the original import value of these Goods
declared to customs and shall include any rebate or mark-up of
the local agent or representative and all local costs except
import duties and taxes, which have been and/or have to be paid
by the Purchaser. For clarity the bidders are asked to quote the
price including import duties, and additionally to provide the
import duties and the price net of import duties which is the
difference of those values.]
(i) the price of the Goods, including the original
import value of the Goods; plus any mark-up (or
rebate); plus any other related local cost, and
custom duties and other import taxes already paid
or to be paid on the Goods already imported.
(ii) the custom duties and other import taxes already
paid (need to be supported with documentary
evidence) or to be paid on the Goods already
imported;
(iii) the price of the Goods, obtained as the difference
between (i) and (ii) above;
(iv) any Purchaser’s Country sales and other taxes
which will be payable on the Goods if the contract
is awarded to the Bidder; and
(v) the price for inland transportation, insurance, and
other local services required to convey the Goods
from the named place of destination to their final
destination (Project Site) specified in the BDS.
(d) for Related Services, other than inland transportation and
other services required to convey the Goods to their final
destination, whenever such Related Services are
specified in the Schedule of Requirements:
(i) the price of each item comprising the Related
Services (inclusive of any applicable taxes).
14

14.7 Prices quoted by the Bidder shall be fixed during the Bidder’s
performance of the Contract and not subject to variation on any
account, unless otherwise specified in the BDS. A Bid submitted
with an adjustable price quotation shall be treated as non
responsive and shall be rejected, pursuant to ITB Clause 30.
However, if in accordance with the BDS, prices quoted by the
Bidder shall be subject to adjustment during the performance of
the Contract, a bid submitted with a fixed price quotation shall
not be rejected, but the price adjustment shall be treated as zero.
14.8 If so indicated in ITB Sub-Clause 1.1, bids are being invited for
individual contracts (lots) or for any combination of contracts
(packages). Unless otherwise indicated in the BDS, prices quoted
shall correspond to 100 % of the items specified for each lot and
to 100% of the quantities specified for each item of a lot. Bidders
wishing to offer any price reduction (discount) for the award of
more than one Contract shall specify the applicable price
reduction in accordance with ITB Sub-Clause 14.4 provided the
bids for all lots are submitted and opened at the same time.

Currencies of Bid 15.1 The Bidder shall quote in the currency of the Purchaser’s Country
the portion of the bid price that corresponds to expenditures
incurred in the currency of the Purchaser’s country, unless
otherwise specified in the BDS.
15.2 The Bidder may express the bid price in the currency of any
country in accordance with Section V, Eligible countries. If the
Bidder wishes to be paid in a combination of amounts in different
currencies, it may quote its price accordingly but shall use no
more than three currencies in addition to the currency of the
Purchaser’s Country.
Documents 16.1 To establish their eligibility in accordance with ITB Clause 4,
Establishing the Bidders shall complete the Bid Submission Form, included in
Eligibility of the Section IV, Bidding Forms.
Bidder
Documents 17.1 To establish the eligibility of the Goods and Related Services in
Establishing the accordance with ITB Clause 5, Bidders shall complete the
Eligibility of the country of origin declarations in the Price Schedule Forms,
Goods and Related included in Section IV, Bidding Forms.
Services
Documents 18.1 To establish the conformity of the Goods and Related Services to
Establishing the the Bidding Documents, the Bidder shall furnish as part of its Bid
Conformity of the the documentary evidence that the Goods conform to the
Goods and Related technical specifications and standards specified in Section VI,
Services Schedule of Requirements.
15

18.2 The documentary evidence may be in the form of literature,


drawings or data, and shall consist of a detailed item by item
description of the essential technical and performance
characteristics of the Goods and Related Services, demonstrating
substantial responsiveness of the Goods and Related Services to
the technical specification, and if applicable, a statement of
deviations and exceptions to the provisions of the Schedule of
Requirements.
18.3 The Bidder shall also furnish a list giving full particulars,
including available sources and current prices of spare parts,
special tools, etc., necessary for the proper and continuing
functioning of the Goods during the period specified in the BDS
following commencement of the use of the goods by the
Purchaser.
18.4 Standards for workmanship, process, material, and equipment, as
well as references to brand names or catalogue numbers specified
by the Purchaser in the Schedule of Requirements, are intended to
be descriptive only and not restrictive. The Bidder may offer
other standards of quality, brand names, and/or catalogue
numbers, provided that it demonstrates, to the Purchaser’s
satisfaction, that the substitutions ensure substantial equivalence
or are superior to those specified in the Schedule of
Requirements.
Documents 19.1 The documentary evidence of the Bidder’s qualifications to
Establishing the perform the contract if its bid is accepted shall establish to the
Qualifications of Purchaser’s satisfaction:
the Bidder
(a) that, if required in the BDS, a Bidder that does not
manufacture or produce the Goods it offers to supply shall
submit the Manufacturer’s Authorization using the form
included in Section IV, Bidding Forms to demonstrate that it
has been duly authorized by the manufacturer or producer of
the Goods to supply these Goods in the Purchaser’s Country;

(b) that, if required in the BDS, in case of a Bidder not doing


business within the Purchaser’s Country, the Bidder is or
will be (if awarded the contract) represented by an Agent in
the country equipped and able to carry out the Supplier’s
maintenance, repair and spare parts-stocking obligations
prescribed in the Conditions of Contract and/or Technical
Specifications; and

(c) that the Bidder meets each of the qualification criterion


specified in Section III, Evaluation and Qualification
16

Criteria.

Period of Validity 20.1 Bids shall remain valid for the period specified in the BDS after
of Bids the bid submission deadline date prescribed by the Purchaser. A
bid valid for a shorter period shall be rejected by the Purchaser as
non responsive.

20.2 In exceptional circumstances, prior to the expiration of the bid


validity period, the Purchaser may request bidders to extend the
period of validity of their bids. The request and the responses
shall be made in writing. If a Bid Security is requested in
accordance with ITB Clause 21, it shall also be extended for a
corresponding period. A Bidder may refuse the request without
forfeiting its Bid Security. A Bidder granting the request shall not
be required or permitted to modify its bid, except as provided in
ITB Sub-Clause 20.3.

20.3 In the case of fixed price contracts, if the award is delayed by a


period exceeding fifty-six (56) days beyond the expiry of the
initial bid validity, the Contract price shall be adjusted as
specified in the request for extension. Bid evaluation shall be
based on the Bid Price without taking into consideration the
above correction.

Bid Security 21.1 The Bidder shall furnish as part of its bid, a scanned copy of Bid
Security or a Bid-Securing Declaration, if required, as specified
in the BDS.
21.2 The Bid Security shall be in the amount specified in the BDS and
denominated in the currency of the Purchaser’s Country or a
freely convertible currency, and shall:
(a) at the bidder’s option, be in the form of either a letter of
credit, or a bank guarantee from a banking institution, or a
bond issued by a surety;

(b) be issued by a reputable institution selected by the bidder


and located in any eligible country. If the institution issuing
the bond is located outside the Purchaser’s Country, it shall
have a correspondent financial institution located in the
Purchaser’s Country to make it enforceable.

(c) be substantially in accordance with one of the forms of Bid


Security included in Section IV, Bidding Forms, or other
form approved by the Purchaser prior to bid submission;

(d) be payable promptly upon written demand by the Purchaser


17

in case the conditions listed in ITB Clause 21.5 are invoked;

(e) be submitted as a scanned copy . The original of the Bid


security shall be submitted in accordance with the
procedures specified in the ITB 22.1.

(f) remain valid for a period of 28 days beyond the validity


period of the bids, as extended, if applicable, in accordance
with ITB Clause 20.2;

21.3 If a Bid Security or a Bid- Securing Declaration is required in


accordance with ITB Sub-Clause 21.1, any bid not accompanied
by a substantially responsive Bid Security or Bid Securing
Declaration in accordance with ITB Sub-Clause 21.1, shall be
rejected by the Purchaser as non-responsive.

21.4 The Bid Security of unsuccessful Bidders shall be returned as


promptly as possible upon the successful Bidder’s furnishing of
the Performance Security pursuant to ITB Clause 44.

21.5 The Bid Security may be forfeited or the Bid Securing


Declaration executed:

(a) if a Bidder withdraws its bid during the period of bid


validity specified by the Bidder on the Bid Submission
Form, except as provided in ITB Sub-Clause 20.2; or

(b) if the successful Bidder fails to:

(i) sign the Contract in accordance with ITB Clause 43;

(ii) furnish a Performance Security in accordance with


ITB Clause 44.

21.6 The Bid Security or Bid- Securing Declaration of a JV must be in


the name of the JV that submits the bid. If the JV has not been
legally constituted at the time of bidding, the Bid Security or Bid-
Securing Declaration shall be in the names of all future partners
as named in the letter of intent mentioned in Section IV “Bidding
Forms,” Bidder Information Form Item 7.
21.7 If a bid security is not required in the BDS, and
(a) if a Bidder withdraws its bid during the period of bid validity
specified by the Bidder on the Letter of Bid Form, except as
provided in ITB 20.2, or
(b) if the successful Bidder fails to: sign the Contract in
accordance with ITB 43; or furnish a performance security
18

in accordance with ITB 44;


the Borrower may, if provided for in the BDS, declare the
Bidder disqualified to be awarded a contract by the Purchaser for
a period of time as stated in the BDS.

Format and 22.1 The Bidder shall prepare the documents comprising the bid as
Signing of Bid described in ITB clause 11. In addition, the Bidder shall produce
originals of the Bid Security, the Power of Attorney, and original
affidavit confirming correctness of information, documents and
certificates furnished with bid in the manner specified in the BDS.
In the event of any discrepancy between the original and the
uploaded documents, the original shall prevail.
22.2 The bid shall be digitally signed by the Bidder as detailed in BDS
under ITB 23.2.
22.3 Deleted

Submission and Opening of Bids


Submission, 23.1 The Bidder shall submit the bids electronically following the
Sealing and procedure specified in BDS under ITB 23.2, including alternative
Marking of Bids bids, if permitted in accordance with ITB 13, through the e-
procurement system. Any document submitted through any other
means will not be considered as part of the Bid except for the
Originals specified in ITB 21.

Deadline for 24.1 Bids must be submitted in the e-procurement system no later than
Submission of Bids the date and time specified in the BDS.
24.2 The Purchaser may, at its discretion, extend the deadline for the
submission of bids by amending the Bidding Documents in
accordance with ITB Clause 8, in which case all rights and
obligations of the Purchaser and Bidders previously subject to the
deadline shall thereafter be subject to the deadline as extended.

Late Bids 25.1 The e-Procurement system would not allow any late submission of
bids after due date & time as per server system. After electronic
online proposal submission, the system generates a unique
identification number which is time stamped. This shall be treated as
acknowledgement of the proposal submission. Any other system
functionality shall be specified in the BDS.
Withdrawal, 26.1 A Bidder may withdraw, substitute, or modify its bid on the e-
Substitution, and procurement system, in accordance with the process defined in the
Modification of BDS, no later than the date and time specified in the BDS.
Bids
19

26.2 Deleted
26.3 No bid may be withdrawn, substituted, or modified in the interval
between the deadline for submission of bids and the expiration of
the period of bid validity specified by the Bidder on the Bid
Submission Form or any extension thereof. Modification/
Withdrawal of the Bid sent through any other means shall not be
considered by the Purchaser.

Bid Opening 27.1 The Purchaser shall conduct the bid opening in public at the
address, date and time specified in BDS. Bidders may view the
bid opening online by logging on to the e-procurement portal.
27.2 The withdrawn bid will not be available in the system and therefore,
it will not be read. Only the last modified bid shall be available in
the system which shall be opened and read along with other bids.
Only bids that are opened and read out at bid opening shall be
considered further.
27.3 All other bids shall be opened one at a time, reading out: the name of
the Bidder and whether there is a modification; the total Bid Price,
per lot (contract) if applicable, including any discounts and
alternative bids; the presence or absence of a bid security, if
required; and any other details as the Purchaser may consider
appropriate. Only discounts and alternative bids read out at bid
opening shall be considered for evaluation. No Bid shall be rejected
at Bid opening.
27.4 The Purchaser shall prepare a record of the Bid opening, that shall
include, as a minimum: the name of the Bidder and whether there
is a withdrawal, substitution, or modification; the Bid Price, per
lot if applicable, including any discounts, and alternative offers if
they were permitted; and the presence or absence of a Bid
Security or Bid-Securing Declaration, if one was required. The
Bidders’ representatives who are present in the office of the
Purchaser to witness the bid opening shall be requested to sign the
record. A copy of the record shall be made available on the e-
procurement system.

Evaluation and Comparison of Bids


Confidentiality 28.1 Information relating to the examination, evaluation, comparison,
and post qualification of bids, and recommendation of contract
award, shall not be disclosed to bidders or any other persons not
officially concerned with such process until publication of the
Contract Award.
20

28.2 Any effort by a Bidder to influence the Purchaser in the


examination, evaluation, comparison, and post qualification of the
bids or contract award decisions may result in the rejection of its
Bid.
28.3 Notwithstanding ITB Sub-Clause 28.2, from the time of bid
opening to the time of Contract Award, if any Bidder wishes to
contact the Purchaser on any matter related to the bidding
process, it should do so in writing.
Clarification of 29.1 To assist in the examination, evaluation, comparison and post-
Bids qualification of the bids, the Purchaser may, at its discretion, ask
any Bidder for a clarification of its Bid. Any clarification
submitted by a Bidder in respect to its Bid and that is not in
response to a request by the Purchaser shall not be considered.
The Purchaser’s request for clarification and the response shall be
in writing. No change in the prices or substance of the Bid shall
be sought, offered, or permitted, except to confirm the correction
of arithmetic errors discovered by the Purchaser in the Evaluation
of the bids, in accordance with ITB Clause 31.
Responsiveness of 30.1 The Purchaser’s determination of a bid’s responsiveness is to be
Bids based on the contents of the bid itself.
30.2 A substantially responsive Bid is one that conforms to all the
terms, conditions, and specifications of the Bidding Documents
without material deviation, reservation, or omission. A material
deviation, reservation, or omission is one that:
(a) affects in any substantial way the scope, quality, or
performance of the Goods and Related Services specified in
the Contract; or
(b) limits in any substantial way, inconsistent with the Bidding
Documents, the Purchaser’s rights or the Bidder’s
obligations under the Contract; or
(c) if rectified would unfairly affect the competitive position of
other bidders presenting substantially responsive bids.
30.3 If a bid is not substantially responsive to the Bidding Documents,
it shall be rejected by the Purchaser and may not subsequently be
made responsive by the Bidder by correction of the material
deviation, reservation, or omission.
Non conformities, 31.1 Provided that a Bid is substantially responsive, the Purchaser may
Errors, and waive any non-conformities or omissions in the Bid that do not
Omissions constitute a material deviation.
31.2 Provided that a bid is substantially responsive, the Purchaser may
21

request that the Bidder submit the necessary information or


documentation, within a reasonable period of time, to rectify
nonmaterial nonconformities or omissions in the bid related to
documentation requirements. Such omission shall not be related
to any aspect of the price of the Bid. Failure of the Bidder to
comply with the request may result in the rejection of its Bid.
31.3 Provided that the Bid is substantially responsive, the Purchaser
shall correct arithmetical errors on the following basis:
(a) the system automatically calculates the total amount from
the unit rates and the quantities and the system also
automatically populates the amount in words from the
amount in figures and therefore there will be no room for
discrepancy; However,

(b) if there is a discrepancy between the unit price and the line
item total that is obtained by multiplying the unit price by
the quantity, the unit price shall prevail and the line item
total shall be corrected, unless in the opinion of the
Purchaser there is an obvious misplacement of the decimal
point in the unit price, in which case the line item total as
quoted shall govern and the unit price shall be corrected;
(c) if there is an error in a total corresponding to the addition or
subtraction of subtotals, the subtotals shall prevail and the
total shall be corrected; and
(d) if there is a discrepancy between words and figures, the
amount in words shall prevail, unless the amount expressed
in words is related to an arithmetic error, in which case the
amount in figures shall prevail subject to (a) and (b) above.
31.4 If the Bidder that submitted the lowest evaluated Bid does not
accept the correction of errors, its Bid shall be rejected.
Preliminary 32.1 The Purchaser shall examine the bids to confirm that all
Examination of documents and technical documentation requested in ITB Clause
Bids 11 have been provided, and to determine the completeness of
each document submitted.
32.2 The Purchaser shall confirm that the following documents and
information have been provided in the Bid. If any of these
documents or information is missing, the offer shall be rejected.
(a) Bid Submission Form, in accordance with ITB Sub-Clause
12.1;
22

(b) Price Schedules, in accordance with ITB Sub-Clause 12.2;


(c) Bid Security or Bid Securing Declaration, in accordance
with ITB Clause 21, if applicable.

Examination of 33.1 The Purchaser shall examine the Bid to confirm that all terms and
Terms and conditions specified in the GCC and the SCC have been accepted
Conditions; by the Bidder without any material deviation or reservation.
Technical
Evaluation 33.2 The Purchaser shall evaluate the technical aspects of the Bid
submitted in accordance with ITB Clause 18, to confirm that all
requirements specified in Section VI, Schedule of Requirements
of the Bidding Documents have been met without any material
deviation or reservation.

33.3 If, after the examination of the terms and conditions and the
technical evaluation, the Purchaser determines that the Bid is not
substantially responsive in accordance with ITB Clause 30, it
shall reject the Bid.

Conversion to 34.1 For evaluation and comparison purposes, the Purchaser shall
Single Currency convert all bid prices expressed in amounts in various currencies
into an amount in a single currency specified in the BDS, using
the selling exchange rates established by the source and on the
date specified in the BDS.

Domestic 35.1 Domestic preference shall not be a factor in bid evaluation, unless
Preference otherwise specified in the BDS.

Evaluation of Bids 36.1 The Purchaser shall evaluate each bid that has been determined,
up to this stage of the evaluation, to be substantially responsive.
36.2 To evaluate a Bid, the Purchaser shall only use all the factors,
methodologies and criteria defined in ITB Clause 36. No other
criteria or methodology shall be permitted.
36.3 To evaluate a Bid, the Purchaser shall consider the following:
(a) evaluation will be done for Items or Lots, as specified in
the BDS; and the Bid Price as quoted in accordance with
clause 14;
(b) price adjustment for correction of arithmetic errors in
accordance with ITB Sub-Clause 31.3;
(c) price adjustment due to discounts offered in accordance
with ITB Sub-Clause 14.4;
(d) adjustments due to the application of evaluation criteria
23

specified in the BDS from amongst those set out in Section


III, Evaluation and Qualification Criteria;
(e) adjustments due to the application of a margin of
preference, in accordance with ITB Clause 35 if applicable.

36.4 The Purchaser’s evaluation of a bid will exclude and not take into
account:
(a) In the case of Goods manufactured in the Purchaser’s
Country, sales and other similar taxes, which will be
payable on the goods if a contract is awarded to the Bidder;
(b) in the case of Goods manufactured outside the Purchaser’s
Country, already imported or to be imported, customs duties
and other import taxes levied on the imported Good, sales
and other similar taxes, which will be payable on the
Goods if the contract is awarded to the Bidder;
(c) any allowance for price adjustment during the period of
execution of the contract, if provided in the bid.
36.5 The Purchaser’s evaluation of a bid may require the consideration
of other factors, in addition to the Bid Price quoted in accordance
with ITB Clause 14. These factors may be related to the
characteristics, performance, and terms and conditions of
purchase of the Goods and Related Services. The effect of the
factors selected, if any, shall be expressed in monetary terms to
facilitate comparison of bids, unless otherwise specified in
Section III, Evaluation and Qualification Criteria. The factors,
methodologies and criteria to be used shall be as specified in ITB
36.3 (d).
36.6 If so specified in the BDS, these Bidding Documents shall allow
Bidders to quote separate prices for one or more lots, and shall
allow the Purchaser to award one or multiple lots to more than
one Bidder. The methodology of evaluation to determine the
lowest-evaluated lot combinations is specified in Section III,
Evaluation and Qualification Criteria.
Comparison of 37.1 The Purchaser shall compare all substantially responsive bids to
Bids determine the lowest-evaluated bid, in accordance with ITB
Clause 36.
Post qualification 38.1 The Purchaser shall determine to its satisfaction whether the
of the Bidder Bidder that is selected as having submitted the lowest evaluated
and substantially responsive bid is qualified to perform the
Contract satisfactorily.
24

38.2 The determination shall be based upon an examination of the


documentary evidence of the Bidder’s qualifications submitted by
the Bidder, pursuant to ITB Clause 19.
38.3 An affirmative determination shall be a prerequisite for award of
the Contract to the Bidder. A negative determination shall result
in disqualification of the bid, in which event the Purchaser shall
proceed to the next lowest evaluated bid to make a similar
determination of that Bidder’s capabilities to perform
satisfactorily.

Purchaser’s Right 39.1 The Purchaser reserves the right to accept or reject any bid, and to
to Accept Any Bid, annul the bidding process and reject all bids at any time prior to
and to Reject Any contract award, without thereby incurring any liability to Bidders.
or All Bids

Award of Contract
Award Criteria 40.1 The Purchaser shall award the Contract to the Bidder whose offer
has been determined to be the lowest evaluated bid and is
substantially responsive to the Bidding Documents, provided
further that the Bidder is determined to be qualified to perform
the Contract satisfactorily.

Purchaser’s Right 41.1 At the time the Contract is awarded, the Purchaser reserves the
to Vary Quantities right to increase or decrease the quantity of Goods and Related
at Time of Award Services originally specified in Section VI, Schedule of
Requirements, provided this does not exceed the percentages
specified in the BDS, and without any change in the unit prices
or other terms and conditions of the bid and the Bidding
Documents.
Notification of 42.1 Prior to the expiration of the period of bid validity, the Purchaser
Award shall notify the successful Bidder, in writing, that its Bid has been
accepted.
42.2 Until a formal Contract is prepared and executed, the notification
of award shall constitute a binding Contract.
42.3 The Purchaser shall publish in UNDB online and in the dg
Market and on the e-procurement portal, the results identifying
the bid and lot numbers and the following information: (i) name
of each Bidder who submitted a Bid; (ii) bid prices as read out at
bid opening; (iii) name and evaluated prices of each Bid that was
evaluated; (iv) name of bidders whose bids were rejected and the
reasons for their rejection; and (v) name of the winning Bidder,
and the price it offered, as well as the duration and summary
scope of the contract awarded. After publication of the award,
unsuccessful bidders may request in writing to the Purchaser for a
25

debriefing seeking explanations on the grounds on which their


bids were not selected. The Purchaser shall promptly respond in
writing to any unsuccessful Bidder who, after Publication of
contract award, requests a debriefing.
42.4 Upon the successful Bidder’s furnishing of the signed Contract
Form and performance security pursuant to ITB Clause 44, the
Purchaser will promptly notify each unsuccessful Bidder and will
discharge its bid security, pursuant to ITB Clause 21.4.
Signing of Contract 43.1 Promptly after notification, the Purchaser shall send the
successful Bidder the Agreement and the Special Conditions of
Contract.
43.2 Within twenty-eight (28) days of receipt of the Agreement, the
successful Bidder shall sign, date, and return it to the Purchaser.
43.3 Notwithstanding ITB 43.2 above, in case signing of the Contract
Agreement is prevented by any export restrictions attributable to the
Purchaser, to the country of the Purchaser, or to the use of the
products/goods, systems or services to be supplied, where such
export restrictions arise from trade regulations from a country
supplying those products/goods, systems or services, the Bidder
shall not be bound by its bid, always provided, always provided,
however, that the Bidder can demonstrate to the satisfaction of the
Purchaser and of the Bank that signing of the Contact Agreement
has not been prevented by any lack of diligence on the part of the
Bidder in completing any formalities, including applying for
permits, authorizations and licenses necessary for the export of the
products/goods, systems or services under the terms of the Contract.

Performance 44.1 Within twenty eight (28) days of the receipt of notification of
Security award from the Purchaser, the successful Bidder, if required, shall
furnish the Performance Security in accordance with the GCC,
using for that purpose the Performance Security Form included in
Section IX Contract forms, or another Form acceptable to the
Purchaser. The Purchaser shall promptly notify the name of the
winning Bidder to each unsuccessful Bidder and discharge the
Bid Securities of the unsuccessful bidders pursuant to ITB Sub-
Clause 21.4.
44.2 Failure of the successful Bidder to submit the above-mentioned
Performance Security or sign the Contract shall constitute
sufficient grounds for the annulment of the award and forfeiture
of the Bid Security or execution of the Bid-Securing Declaration.
In that event the Purchaser may award the Contract to the next
lowest evaluated Bidder, whose offer is substantially responsive
and is determined by the Purchaser to be qualified to perform the
26

Contract satisfactorily.

Section II. Bidding Data Sheet (BDS)


The following specific data for the goods to be procured shall complement, supplement, or
amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the
provisions herein shall prevail over those in ITB.

ITB Clause A. General


Reference
ITB 1.1 The Purchaser is: The Managing Director, HMWS&SB, Hyderabad

ITB 1.1 The name and identification number of the ICB are:
Supply, Delivery, Installation Commissioning of SCADA, Bulk &
Domestic AMR water meters and Operation and Maintenance of
malkagiri (part of GHMC) Comprehensive water supply improvement
including Operation and Maintenance for 5 years – Package-II Metering
) Malkajgiri Project under TMDP
The number, identification and names of the lots comprising this ICB are:
1(One)

ITB 2.1 The Borrower is: Government of India

ITB 2.1 The name of the Project is: Andhra Pradesh and Telangana Municipal
Development Project [APTMDP]

ITB 4.3-4.4 A list of debarred firms is available at http://www.worldbank.org/debarr

B. Contents of Bidding Documents


The clarification on bidding document will be through e-procurement
ITB 7.1
(https://eprocure.gov.in/eprocure/app) only. Clarifications sought through any
other mode will not be responded.

Clarification on bidding documents:


1. The bidder can post queries/clarifications only between the
‘Clarification Start date’ and ‘Clarification End Date’
2. Once the bid is published on the e-procurement platform, the registered
bidders can post their clarification with the help of option menu
“Clarification.” Option to attach a document for seeking clarification
is also available.
27

3. The bidder must add his tender to the list of “My Tenders” to be able
to post any clarification.
4. After clarification is issued by the publisher, an auto generated email
will be sent to the bidder. The bidder can view the clarification in the
‘clarification’ menu.
For further details pl. refer ‘Bidders Manual KIT’ by logging into
https://eprocure.gov.in/eprocure/app
7.2 Pre-bid Meeting:
ITB 7.2
7.2.1 The bidder or his official representative is invited to attend a per-bid
(New Clause) meeting, which will take place on 02-05-2016 at 11.00 am the
following address:
Chief General Manager (Engg),
PCC-III, HMWSSB, Khairatabad,
Hyderabad PIN: 500 004,
Telangana (India)
7.2.2 The purpose of the meeting will be to clarify issues and to answer
questions on any matter that may be raised at that stage.
7.2.3 The bidder is requested to submit any questions online through the e-
Procurement portal not later than one week before the meeting.
7.2.4 Minutes of the meeting, including the text of the questions raised
(without identifying the source of inquiry) and the responses given
will be uploaded on the website. Any modification of the bidding
documents which may become necessary as a result of the pre-bid
meeting shall be made by the Purchase exclusively through the issue
of an addendum pursuant to Clause 8 and not through the minutes of
the pre-bid meeting.
7.2.5 Non- attendance of the pre-bid meeting will not be a cause for
disqualification of a bidder.

C. Preparation of Bids
ITB 10.1 The language of the bid is: English

ITB 11.1 (h) The Bidder shall submit the following additional documents in its bid:
Affidavit confirming correctness of information, documents and certificates
furnished with bid.

ITB 13.1 Alternative Bids shall not be considered.

ITB 14.5 The Incoterms edition is: “Incoterms 2010”

ITB 14.6 (b) Place of Destination: Malkajgiri Municipality GHMC Limits , Hyderabad,
28

(i) and (c) (iii) Telangana State, India

ITB 14.6 (a) “Final destination (Project Site)”: Malkajgiri Municipality GHMC limits,
(iii);(b)(ii) & Hyderabad, Telangana State, India
(c)(v)

ITB 14.6 (b) In addition to the CIP price specified in ITB 14.6 (b)(i), the price of the Goods
(iii) manufactured outside the Purchaser’s Country shall be quoted: FOB.

ITB 14.6 (a) Add the following at the end of this Clause:
Bidders may like to ascertain availability of excise/custom duty exemption
benefits available in India to the contracts financed under World Bank
loan/credits. They are solely responsible for obtaining such benefits which
they have considered in their bid and in case of failure to receive such benefits
for reasons whatsoever, the Purchaser will not compensate the bidder (supplier
). The bidder shall furnish along with his bid a declaration to this effect in the
Declaration Format provided in Section IV of the bidding documents.
Where the bidder has quoted taking into account such benefits, he must give
all information required for issue of certificates in terms of the Government of
India Central Excise Notification and Customs Notification as per Form
stipulated in section IV. In case the bidder has not provided the required
information or has indicated to be furnished later on in the Declaration Format,
the same shall be construed that the goods for which certificate is required is
Nil.
To the extent the Purchaser determines the quantities indicated therein are
reasonable keeping in view the Schedule of requirements, the certificates will
be issued and no subsequent changes will be permitted. The certificate will be
issued within 60 days of signing of the contract for Goods mentioned in
Schedule of requirements. In case of materials pertaining to Variation items
and quantities the certificate shall be issued only on request from the Supplier
when in need and no subsequent changes will be permitted. Where such
Certificates are issued by the Purchaser, Excise Duty will not be reimbursed
separately.
If the bidder has considered the customs/excise duty exemption for Goods to
be bought for the work, the bidder shall confirm and certify that the Purchaser
will not be required to undertake any responsibilities of the Government of
India Scheme or the said exemptions being available during the contract
execution, except issuing the required certificate.
The bids which do not conform to the above provisions or any condition by the
bidder which makes the bid subject to availability of customs/excise duty
exemption for Goods or compensation on withdrawal of any variations to the
said exemptions will be treated as non responsive and rejected.
Any delay in procurement of Goods as a result of the above shall not be
entertained as a reason for granting any extension of time.
29

ITB 14.7 The prices quoted by the Bidder “shall not be” adjustable.

ITB 15.1 The Bidder “is” required to quote in the currency of the Purchaser’s Country
the portion of the bid price that corresponds to expenditures incurred in that
currency.

ITB 18.3 Period of time the Goods are expected to be functioning (for the purpose of
spare parts): 60 months

ITB 19.1 (a) Manufacturer’s authorization is: “required”

ITB 19.1 (b) After sales service is: “required”

ITB 20.1 The bid validity period shall be 120 days.

ITB 21.1 Bid shall include a Bid Security issued from an Indian nationalized/ scheduled
bank or a foreign bank operating in India on the format included in Section IV
Bidding Forms.

ITB 21.2 The amount of the Bid Security shall be: INR 9.72 Million or (US$ 151,000)
The bid security shall be denominated in Indian Rupees or US dollars or a
freely convertible currency.
The bidders are required to submit (i) Original Bid Security, (ii) Original
ITB 22.1
Power of Attorney in favour of the person signing the documents with the
bid, and (iii) Original Affidavit confirming correctness of information,
documents and certificates furnished with bid to the Chief General Manager
(Engg), PCC-III, HMWSSB, Hyderabad PIN: 500 004, Telangana (India).

These original documents are required to be scanned and uploaded along with
the bid in the e-procurement portal as per ITB 11.1, and 23.

Subsequently, these original documents are required to be sent to the


Purchaser so as to reach him at the address mentioned in the preceding
paragraph no later than the date and time of opening of bids specified in BDS
under ITB 27.1, either by registered post or by hand, failing which the bids
shall be declared non-responsive. In this regard, bidders should comply with
the following:
i) The above documents should be submitted in one envelope. The bidders
shall not write their names or addresses on this envelope.
ii) The unique identification number (Bid ID) generated by the system after
online submission of the bid as per ITB 25.1 shall be mentioned on
envelope containing the documents as detailed above.
30

D. Submission and Opening of Bids


ITB 23.1 Bidders “shall” submit their bids electronically only.

ITB 23.2 The bidding under this contract is electronic bid submission through website
https://eprocure.gov.in/eprocure/app Detail guidelines for viewing bids and
(New Clause)
submission of online bids is given on the website. The Invitation for Bids
under TMDP is published on this website. Any citizen or prospective bidder
can logon to this website and view the Invitation for Bids and can view the
details of works for which bids are invited.
The electronic bid submission procedure is described below:

To participate in the bidding, the Bidder should enroll in the e-procurement


Portal (CPPP) https://eprocure.gov.in/eprocure/app

1. Refer to ‘Bidders Manual KIT’ in the portal for enrollment. After


successful enrollment/registration, the choosen ‘Login ID’ and
password are sent to registered mail ID of the Bidder.
2. The bidder should have a valid Class-II (or above) Digital Signature
Certificate (DSC) with signing in certificate to participate in the bid.
The DSC can be procured from the licenced vendors approved by CCA
by making an application along with required documents. The
procedure for obtaining DSC by foreign bidders is given in
"Downloads" in the above site in the table "GePNIC software related
links" at Sno.13. The bidder is advised to install the prerequisite
software viz., PDF Creator, PDF Reader, DSC driver, JRE for
participating in the bid.
3. Bidder shall logon to the Portal by entering Login ID and Password.
The DSC (Card/E-token) should then be connected to the Computer.
Secure by clicking on ‘Login’ and enter PIN number. Then click on
‘Search Active Tenders’, with required key word. A message “Matched
Found with number of tenders will be displayed. By selecting the bid
intending to participate and clicking on ’Save’ the bid will be added to
‘My Tenders.’ Click on ‘View’ to get the details about the bid.
Download all the documents from the “work Item Document” like
BOQ, bid document, drawings etc.,
4. Collect and keep ready all the documents required for participating in
bid as mentioned in the downloaded bid document. Click on “Pay
Offline” and select “I Agree” to participate in the BID. Enter Bid
security details etc., By clicking on “Encrypt and Upload” a template
with Folder Icon ‘Free/Equal/Technical/Financial’ will be displayed.
Bidder can then upload Technical/Financial Bid Document.
Note: i) The file name of the downloaded BOQ should not be
changed.
31

ii) Special characters like blank space,!,@,#,$,%,^,&,*


are not allowed as File name.

5. After successfully uploading the required documents click on “Freeze


the Bid Submission”. A unique identification number (Bid ID) will be
generated as confirmation of bid submission. The unique identification
number (Bid ID) can be used by the bidder for future reference.

For further details pl. refer ‘Bidder’s Manual KIT’ by logging


intohttps://eprocure.gov.in/eprocure/app

ITB 24.1 Bids must be submitted online through the e-procurement portal
http://eprocure.gov.in/ eprocure/app at or before 31-5-2016 up to 5:00 PM
(IST).
ITB 25.1 The electronic bidding system would not allow any late submission of
bids after due date and time as per server time.
The process of modification & withdrawal of bid:
ITB 26.1
1. The bidder can withdraw/modify the bid submitted by him previously.
However, if a bid is withdrawn, the bidder can’t participate in the bid
again.
2. After entering with the Login ID and Password, the bidder can modify or
resubmit the bid for any number of times till the last date of submission by
clicking on the option “My bid”. The list of tenders which the bidder
participated previously is displayed herewith the Bid.
3. Each unique identification number (Bid ID) has a corresponding
“Action” column containing the list of icons for ‘Rebid Submission, EMD
Resubmission, Tender Fee Resubmission, Financial Bid Resubmission,
Bid Withdrawal’ are displayed.
4. After resubmission, the bidder will get an acknowledgment with Re-Bid
Attempts Counter Number for that particular bid. As the bidder attempts
further rebid submissions, the Re-Bid Attempts Counter number goes on
increasing.
5. In Case of withdrawal of bid, the bidder need to click the “Withdraw Bid
“Icon under “Action” column of respective bid ID in ‘My Bid’ Section.
Once the bidder withdraws the bid, he/she cannot participate in the
bid again.
For further details pl. refer ‘Bidders Manual KIT’ by logging
intohttps://eprocure.gov.in/eprocure/app

ITB 26.1 A Bidder may withdraw, substitute, or modify its bid only before the deadline
for bid submission, name 31-5- 2016 up to 5:00 PM (IST)

ITB 27.1 The bid opening shall take place at:


Address:
Office of the Chief General Manager (Engg)
32

Project Construction Circle-III,


HMWS&SB, Khairatabad
Floor/Room number: 5th Floor
City : Hyderabad 500 004
Country: India
Date and Time for opening of Bids
Date: 04-06-2016
Time: 11:00 Hrs (IST)
The Purchaser will open all the Bids received online including modifications
made pursuant to ITB Clause 27, at the time and date and place specified in
BDS, and this could be viewed by bidders online.
In the event of the specified date of Bid opening being declared a holiday for
the Purchaser, the Bids will be opened at the appointed time and location on
the next working day.

ITB 27.1 The electronic bid opening procedures shall be:


Purchaser shall open the bids online on the due date and time specified above
by logging into the e-procurement portal.
1. After scrutiny and acceptance of bids, an auto generated email will be sent
to all the bidders who participated in the bid.
2. Also an auto generated electronic summary of the bid opening containing
bidders’ names, opening date, bid opener’s name and bid status is generated
and can be viewed by the bidder.
3. The bidder can further log in to his account and view all the bidders who
participated in the bid.
4. Purchaser shall also prepare minutes of the Bid opening, including the
information disclosed in accordance with ITB Clause 27 and upload the same
for viewing online.

E. Evaluation and Comparison of Bids

ITB 34.1 Bid prices expressed in different currencies shall be converted in: INR
The source of exchange rate shall be: BC selling market exchange rates
published by State Bank of India, Hyderabad main Branch.
The date for the exchange rate shall be: Last Date for submission of bids
If this date happens to be closing day/holiday for State Bank of India (SBI)
Hyderabad Main Branch., then the exchange rates as applicable for the
previous working day shall be taken. The methodology for calculating the
margin of preference and the criteria for its application shall be as specified in
33

Section III, Evaluation and Qualification Criteria.

ITB 35.1 Domestic preference “shall be” a bid evaluation factor.


Bids will be evaluated for the item and the related services together and the
ITB 36.3(a)
Contract will comprise the item along with the related services awarded to the
successful Bidder.

ITB 36.3(d) The adjustments shall be determined using the following criteria, from
amongst those set out in Section III, Evaluation and Qualification Criteria:
(a) Deviation in Delivery schedule: [ NO ]
(b) Deviation in payment schedule: [No]
(c) the cost of major replacement components, mandatory spare parts, and
service: [No]
(d) the availability in the Purchaser’s Country of spare parts and after-sales
services for the equipment offered in the bid No]
(e) the projected operating and maintenance costs during the life of the
equipment [No]
(f) the performance and productivity of the equipment offered: [NO]

ITB 36.6 Bidders “shall not be” allowed to quote separate prices for one or more lots.

F. Award of Contract

ITB 41.1 The maximum percentage by which quantities may be increased is: 15%
The maximum percentage by which quantities may be decreased is: 15%
34

Section III. Evaluation and Qualification


Criteria
This Section complements the Instructions to Bidders. It contains the criteria that the Purchaser
may use to evaluate a bid and determine whether a Bidder has the required qualifications. No
other criteria shall be used.

Contents
1. Domestic Preference (ITB 35.1)

2. Evaluation Criteria (ITB 36.3 (d))

3. Multiple Contracts (ITB 36.6)

4. Post qualification Requirements (ITB 38.2)


35

1. Domestic Preference (ITB 35.1):

If the Bidding Data Sheet so specifies, the Purchaser will grant a margin of preference to goods
manufactured in the Purchaser’s country for the purpose of bid comparison, in accordance with
the procedures outlined in subsequent paragraphs.
Bids will be classified in one of three groups, as follows:
(a) Group A: Bids offering goods manufactured in the Purchaser’s Country, for which (i)
labor, raw materials, and components from within the Purchaser’s Country account for
more than thirty (30) percent of the EXW price; and (ii) the production facility in which
they will be manufactured or assembled has been engaged in manufacturing or assembling
such goods at least since the date of bid submission.
(b) Group B: All other bids offering Goods manufactured in the Purchaser’s Country.
(c) Group C: Bids offering Goods manufactured outside the Purchaser’s Country that
have been already imported or that will be imported.
To facilitate this classification by the Purchaser, the Bidder shall complete whichever version of
the Price Schedule furnished in the Bidding Documents is appropriate provided, however, that
the completion of an incorrect version of the Price Schedule by the Bidder shall not result in
rejection of its bid, but merely in the Purchaser’s reclassification of the bid into its appropriate
bid group.
The Purchaser will first review the bids to confirm the appropriateness of, and to modify as
necessary, the bid group classification to which bidders assigned their bids in preparing their Bid
Forms and Price Schedules.
All evaluated bids in each group will then be compared to determine the lowest evaluated bid of
each group. Such lowest evaluated bids shall be compared with each other and if as a result of
this comparison a bid from Group A or Group B is the lowest, it shall be selected for the award.
If, as a result of the preceding comparison, the lowest evaluated bid is a bid from Group C, all
bids from Group C bids shall be further compared with the lowest evaluated bid from Group A,
after adding to the evaluated bid price of goods offered in each bid from Group C, for the purpose
of further comparison only, an amount equal to fifteen (15) percent of the respective CIP bid price
for goods to be imported and already imported goods. Both prices shall include unconditional
discounts and be corrected for arithmetical errors. If the bid from Group A is the lowest, it shall
be selected for award. If not, the lowest evaluated bid from Group C shall be selected for award.
36

2. Evaluation Criteria (ITB 36.3 (d))


The Purchaser’s evaluation of a bid shall take into account, in addition to the Bid Price for
Supply, Related Services and Operations & Maintenance for 60 months quoted in accordance
with Schedule VI, one or more of the following factors as specified in ITB Sub-Clause 36.3(d)
and in BDS referring to ITB 36.3(d), using the following criteria and methodologies.
(a) Delivery schedule. (as per Incoterms specified in the BDS)
The Goods specified in the List of Goods are required to be delivered within the
acceptable time range (after the earliest and before the final date, both dates inclusive)
specified in Section VI, Delivery Schedule. No credit will be given to deliveries
before the earliest date, and bids offering delivery after the final date shall be treated
as non responsive. Within this acceptable period, no adjustment will be carried out.
(b) Deviation in payment schedule.
Bidders shall state their bid price for the payment schedule outlined in the SCC. Bids
shall be evaluated on the basis of this base price. Bidders are, however, permitted to
state an alternative payment schedule and indicate the reduction in bid price they wish
to offer for such alternative payment schedule. The Purchaser may consider the
alternative payment schedule and the reduced bid price offered by the Bidder selected
on the basis of the base price for the payment schedule outlined in the SCC.
(c) Not Applicable

(d) Availability in the purchaser’s Country of spare parts and after sales services for
equipment offered in the bid.
An adjustment equal to the cost to the purchaser of establishing the minimum service
facilities and parts inventories, as outlined in BDS sub-clause 36.3(d), if quoted
separately, shall be added to the bid price, for evaluation proposes only.
(e) Project operating and maintenance costs.

Not applicable .
(f) Performance and productivity of the equipment. [insert of the following]

Not applicable

(g) Specific additional criteria

Not applicable
37

3. Multiple Contracts (ITB 36.6):

- Not Applicable. -

4. Post qualification Requirements (ITB 38.2)


After determining the lowest-evaluated bid in accordance with ITB Sub-Clause 37.1, the
Purchaser shall carry out the post qualification of the Bidder in accordance with ITB Clause 38,
using only the requirements specified. Requirements not included in the text below shall not be
used in the evaluation of the Bidder’s qualifications.

Qualifications requirements are specified below. The bidder shall furnish documents in support of
the qualifications and experience claimed by it.

(a) Financial Capability

 The Bidder shall have a minimum average Annual Financial Turnover of not less
than INR 486.00 Million i.e. US $ 7.14 Million equivalent in the last three years.
Bidder shall furnish Chartered Accountant’s Certificate confirming the Turnover
claimed by it.
 Liquid assets or availability of credit facilities of not less than INR – 162.00
Million i.e. US $ 2.38 Million equivalent.
Bidder shall furnish Bank’s certificate in respect of the availability of the
specified credit facility if the proposed contract for this bid package is
awarded to the bidder.

(b) Experience and Technical Capacity

Bidder shall have:


(i) Successfully carried out Operation & Maintenance of Pumping
Stations, Electrical Sub-stations of 33 kV and Water Supply
Distribution network for a length of 185 Km OR for a capacity of
33.00 MLD for at least 12 months in the last ten (10) years;

(ii) Supplied, installed and operated SCADA stations with automated


/remote operations in a water supply scheme which shall be in
operation for at least 12 months in the last ten (10) years and shall
have successfully carried out the water supply Billing for at least 12
months in the last ten years, for not less than 35,000 consumers; and

(iii) Supplied, erected and maintained following AMR compatible meters


(i) not less than 15 nos Full Bore Electromagnetic Flow Meters, (ii)
38

not less than 32 nos mechanical Bulk Water Meters and (iii) not less
than 40000 nos Domestic / Mechanical Water Meters of 15mm and
above, in the last ten years and same should be in satisfactory
operation for 12 months as on date of bid opening;

c) The Bidder shall furnish the following:


(i) Documents defining the constitution or legal status, place of registration and
principle place of business of the company or firm or partnership, etc.

(ii) The bidder should furnish a brief write-up, backed with adequate data, explaining
his available capacity and experience (both technical and commercial) for the
manufacture and supply of the required systems and equipment within the
specified time of completion after meeting all their current commitments.

(iii) The bidder should clearly confirm that all the facilities exist in his factory for
inspection and testing and these will be made available to the Purchaser or his
representative for inspection.

(iv) Details of Service Centres and information on service support facilities that would
be provided after the warranty period in the Service Support Form.

(v) Reports on financial standing of the Bidder such as Chartered Accountant


certified profit and loss statements, balance sheets and auditor’s report for the past
three years, banker’s certificates.
(d) Bids from Joint Venture firms of not more than 3 partners (i.e. Lead partner &
two more partners) shall comply with the following requirements:

(i) The bid, and in case of a successful bid the Contract Agreement, shall be signed by
all the partners so as to be legally binding on all partners;

(ii) One of the partners shall be nominated as being the lead partner who shall be the
incharge; and this authorization shall be evidenced by submitting a power of
attorney signed by legally authorized signatories of all partners;

(iii) Bid and performance securities of a Joint Venture must be in the name of
Joint Venture submitting the bid;

(iv) All partners of the Joint Venture shall be liable jointly and severally for the execution
and damages under the contract in accordance with the contract terms, and a
statement to this effect shall be included in the authorization mentioned under (ii)
above as well as in the Form of Bid and in the Form of Agreement (in the case of
a successful bid);

(v) In the event of any default by any partner/partners of Joint Venture, the other
partner/partners shall accept the liability and execute the contract in full;
39

(vi) Responsibilities in respect of supply of the lead firm as well as each of the Joint
Venture partners shall be clearly indicated in the JV agreement;

(vii) The Joint Venture agreement shall not be cancelled or amended unilaterally
without consent of the Purchaser and a statement to this effect should appear in
the JV agreement;

(viii) A copy of the JV agreement entered into by the Joint Venture partners and
registered shall be submitted with the bid; Alternatively a letter of intent to
execute a JV agreement in the event of a successful bid shall be signed by all
partners and submitted with the bid together with a copy of proposed agreement;

(ix) The lead partner incharge should be having at least up to 50% of the total post
qualification criteria requirement. The other two partners shall be responsible for
at least 25% each of the total requirement of post qualification. All combined they
should meet 100% of the post qualification requirement.

(x) Reports on the financial standing of each partner including profit and loss
statements, balance sheets and auditor’s reports for the past 5 years, and an
estimated financial projection for the next two years shall be furnished along with
the bid;

(xi) Bids from agents are not acceptable in the case of JV and such bids will be treated
as non-responsive.
40

Section IV. Bidding Forms

Table of Forms

Bidder Information Form .................................................................................................... 41

Joint Venture Partner Information Form .......................................................................... 42

Bid Submission Form ........................................................................................................... 43

Price Schedule for Water Meters/SCADA to be Supplied from Outside the Purchaser’s
Country .................................................................................................................................. 46

Price Schedule for Water Meters/SCADA to be Supplied from Inside the Purchaser’s
Country, already imported .................................................................................................. 52

Price Schedule for Water Meters / SCADA to be Supplied from Inside the Purchaser’s
Country .................................................................................................................................. 58

Price And Completion Schedule for Related Services Water meters & SCADA ......... 64

Price Schedule for Operation And Maintenance of Water meters/SCADA 65

Price Schedule for Operation and Maintenance of Pipe Line & Pump Houses. 66.

Bid Security (Bank Guarantee) ........................................................................................... 73

Bid-Securing Declaration …………………………………………………………………74

Manufacturer’s Authorization ............................................................................................ 75

Declaration regarding customs/excise duty exemption for materials .............................. 76

to be purchased consumption on works.


41

Bidder Information Form


[The Bidder shall fill in this Form in accordance with the instructions indicated below. No
alterations to its format shall be permitted and no substitutions shall be accepted.]

Date: [insert date (as day, month and year) of Bid Submission]
ICB No.: [insert number of bidding process]

Page ________ of_ ______ pages

1. Bidder’s Legal Name [insert Bidder’s legal name]

2. In case of JV, legal name of each party: [insert legal name of each party in JV]

3. Bidder’s actual or intended Country of Registration: [insert actual or intended Country of


Registration]

4. Bidder’s Year of Registration: [insert Bidder’s year of registration]

5. Bidder’s Legal Address in Country of Registration: [insert Bidder’s legal address in


country of registration]

6. Bidder’s Authorized Representative Information


Name: [insert Authorized Representative’s name]
Address: [insert Authorized Representative’s Address]
Telephone/Fax numbers: [insert Authorized Representative’s telephone/fax numbers]
Email Address: [insert Authorized Representative’s email address]

7. Attached are copies of original documents of: [check the box(es) of the attached original
documents]

 Articles of Incorporation or Registration of firm named in 1, above, in accordance with


ITB Sub-Clauses 4.1 and 4.2.

 In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB Sub-
Clause 4.1.

 In case of government owned entity from the Purchaser’s country, documents establishing
legal and financial autonomy and compliance with commercial law, in accordance with
ITB Sub-Clause 4.5.
42

Joint Venture Partner Information Form


[The Bidder shall fill in this Form in accordance with the instructions indicated below].
Date: [insert date (as day, month and year) of Bid Submission]
ICB No.: [insert number of bidding process]

Page ________ of_ ______ pages

1. Bidder’s Legal Name: [insert Bidder’s legal name]

2. JV’s Party legal name: [insert JV’s Party legal name]

3. JV’s Party Country of Registration: [insert JV’s Party country of registration]

4. JV’s Party Year of Registration: [insert JV’s Part year of registration]

5. JV’s Party Legal Address in Country of Registration: [insert JV’s Party legal address
in country of registration]

6. JV’s Party Authorized Representative Information


Name: [insert name of JV’s Party authorized representative]
Address: [insert address of JV’s Party authorized representative]
Telephone/Fax numbers: [insert telephone/fax numbers of JV’s Party authorized
representative]
Email Address: [insert email address of JV’s Party authorized representative]

7. Attached are copies of original documents of:[check the box(es) of the attached original
documents]

 Articles of Incorporation or Registration of firm named in 2, above, in accordance with


ITB Sub-Clauses 4.1 and 4.2.

 In case of government owned entity from the Purchaser’s country, documents


establishing legal and financial autonomy and compliance with commercial law, in
accordance with ITB Sub-Clause 4.5.
43

Bid Submission Form


[The Bidder shall fill in this Form in accordance with the instructions indicated No alterations to
its format shall be permitted and no substitutions shall be accepted.]

Date: [insert date (as day, month and year) of Bid Submission]
ICB No.: [insert number of bidding process]
Invitation for Bid No.: [insert No of IFB]
Alternative No.: [insert identification No if this is a Bid for an alternative]

To: [insert complete name of Purchaser]

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda
No.: ______________[insert the number and issuing date of each Addenda];

(b) We offer to supply in conformity with the Bidding Documents and in accordance with the
Delivery Schedules specified in the Schedule of Requirements the following Goods and
Related Services _______________________ [insert a brief description of the Goods and
Related Services];

(c) The total price of our Bid, excluding any discounts offered in item (d) below, is:
______________________________[insert the total bid price in words and figures,
indicating the various amounts and the respective currencies];

(d) The discounts offered and the methodology for their application are:

Discounts. If our bid is accepted, the following discounts shall apply [Specify in detail
each discount offered and the specific item of the Schedule of Requirements to which it
applies.]

Methodology of Application of the Discounts. The discounts shall be applied using the
following method:__________ [Specify in detail the method that shall be used to apply the
discounts];

(e) Our bid shall be valid for the period of time specified in ITB Sub-Clause 20.1, from the
date fixed for the bid submission deadline in accordance with ITB Sub-Clause 24.1, and it
shall remain binding upon us and may be accepted at any time before the expiration of that
period;

(f) If our bid is accepted, we commit to obtain a performance security in accordance with ITB
Clause 44 and GCC Clause 18 for the due performance of the Contract;

(g) We, including any subsupplier s or suppliers for any part of the contract, have nationality
from eligible countries________ [insert the nationality of the Bidder, including that of all
44

parties that comprise the Bidder, if the Bidder is a JV, and the nationality each subsupplier
and supplier]

(h) We have no conflict of interest in accordance with ITB Sub-Clause 4.2;

(i) Our firm, its affiliates or subsidiaries—including any subsupplier s or suppliers for any part
of the contract—has not been declared ineligible by the Bank, under the Purchaser’s
country laws or official regulations, in accordance with ITB Sub-Clause 4.3;

(j) The following commissions, gratuities, or fees have been paid or are to be paid with respect
to the bidding process or execution of the Contract: [insert complete name of each
Recipient, its full address, the reason for which each commission or gratuity was paid and
the amount and currency of each such commission or gratuity]

Name of Recipient Address Reason Amount

(If none has been paid or is to be paid, indicate “none.”)

(k) We understand that this bid, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal contract
is prepared and executed.

(l) We understand that you are not bound to accept the lowest evaluated bid or any other bid
that you may receive.

Signed:_______________ [insert signature of person whose name and capacity are shown]
In the capacity of _______[insert legal capacity of person signing the Bid Submission Form]

Name:____________ [insert complete name of person signing the Bid Submission Form]

Duly authorized to sign the bid for and on behalf of:_____ [insert complete name of Bidder]

Dated on ____________ day of __________________, _______ [insert date of signing]


45

Price Schedule Forms for Water Meters, SCADA &


O&M
[The Bidder shall fill in these Price Schedule Forms in accordance with the instructions
indicated. The list of line items in column 1 of the Price Schedules shall coincide with the List of
Goods and Related Services specified by the Purchaser in the Schedule of Requirements.]
46

Price Schedule for Water Meters/SCADA to be Supplied from Outside the Purchaser’s
Country
Date:_________________________
(Group C bids, goods to be imported) ICB No: _____________________

Alternative No: ________________


Currencies in accordance with ITB Sub-Clause 15
Page N ______ of ______
Line Description of Water Meters /SCADA Country of Delivery Quantity Unit price CIP Price Price per line item for inland Total Price
Item Origin Date as and CIP-MALKAJ per line transportation and other per Line
N defined by physical GIRI in item services required in the item
Incoterms unit in Nos. accordance (Col. 5x6) Purchaser’s country to convey (Col. 7+8)
From the with ITB the Goods to their final
date of 14.6(b)(i) destination specified in BDS
contract.
1 2 3 4 5 6 7 8 9
1 Supply of AMR meter with strainer unit water meter enabled
flanged end mechanical type bulk water meters and Strainer having
Class B cold water meter accuracy as per ISO 4064 specification
with EEC marking, with GPRS /GSM dry dial, hermetically sealed
IP 68 protection class (Copper Can) register, magnetic drive, with
removable mechanism, (dismantling joint) communication system
to server via transreceiver .
CWGM
1.1 150mm dia 1nos

1.2 200mm dia 1 nos

1.3 250mm dia 1 nos

Distribution
1.4 100mm dia 36 nos

1.5 150mm dia 9 nos

1.6 200mm dia 12 nos

1.7 250mm dia 4 nos


47

2 Supply delivery of Full -Bore Electro-magnetic flow meters


(EMF) as per ISO 4064 for pure water with accuracy +/- 5% of
measured value with GPRS/GSM & protection as per given
specification including sensor, transmitter surge arrestor cable GI
duct if suitable size 25 mtrs built in etc.The sensor should be as
per IP-68 protection. .

CWGM/DMS
2.1 9 nos
300 mm dia
2.2 13 nos
400 mm dia
2.3 2 nos
500 mm dia
2.4 2 nos
600 mm dia
2.5 1 nos
700 mm dia
2.6 2 nos
1200mm dia
2.7 1 nos
1600mm dia
3 Supply Magnetic type Multi jet Water meter AMR compatible
conforming to I.S. 779 / 1994 with latest amendments with I.S.I
mark (or) ISO 4064/1 Multi jet with its latest amendments with
EEC/FCRI Certification. The meter shall be inferential dry type
Class "B" with straight reading cyclometer, brass/bronze body nut
and tailpieces, strainer, protective plastic top lid, secured by a
robust hinge with sealing facilities for coupling, registration box
and top lid. All meters shall be suitable for indefinite immersion
under water compliant with IP 68 for the following sizes of
consumer connections. .
Water Meters

3.1 15mm dia 64117 nos

4 Supply of domestic multijet mechanical AMR water meters


horizontal inferential with magnetic drive and dry dial suitable for
ambient 500 C temperature duly sealed against tampering complete
with coupling at both ends and conforming to ISO 4064 with
GPRS / GSM/ RF / any other wireless communication system to
server via transreceiver along with hand held GPRS enabled
facility to communicate data with central server device and PC
software etc complete with EEC / OIML.MID certification for
Abroad meter and FCRI .
Water Meters
48

4.1 15mm dia 10000 nos

5 Supply of domestic multijet mechanical AMR water meters


horizontal inferential with magnetic drive and dry dial suitable for
ambient 500 C temperature duly sealed against tampering complete
with coupling at both ends and conforming to ISO 4064 with
GSM/GPRS/RF any other wireless communication system to
server via transreceiver along with hand held GPRS / GSM
enabled facility to communicate data with central server device
and PC software etc complete with EEC / OIML.MID certification
for Abroach meter and FCRI .

5.1 i) 20mm dia 5000 nos

5.2 ii) 25 mm dia 672 nos

6 Supply of SCADA equipment /System for


Electromagnetic Flow Meters l comprise of following: with
equal no of MOV BF valves and ultrasonic level sensors for 6
pump controllers 6 energy meters with UPS and supporting
by-pass material including valves etc.
49

Central SCADA Station will comprises of the following [to be filled by Complete
1) 1 No. of Engineering Work Station & 1 No. of Supplier bidder] Equipment
Work Station having INDUSTRIAL GRADE PC (Intel Dual as job
Core Processor 2.6 GHz , Memory 2 GB DDR3 RAM, 21.5”
LED Monitor, Hard Drives 320 GB SATA HDD, DVD
Writer / Reader DVD Writer)
2) Front End Redundant Processors apprppriate for Data
Acquisition and polling of data
3) CENTRE MANAGER SOFTWARE FOR GPRS
NETWORK
4) Visualization Software Packages for SCADA Automation
with Necessary DDE Servers
5) l Software Packages Automation for Data Logging &
Management
6) Software Packages for Reporting and Generation of
Necessary Reports , Water Audit reports and Billing
Information
7) Necessary Software Codes for DATA TRANSMISSION
AND MANAGEMENT SYSTEM
8) Panels for Housing Hardware such as Front End
Redundant Processors, necessary Power Components.
9) Furniture for Work Stations.
10) Necessary Software Development for reading
consumer meters and issuing Monthly Bills to
consumers, downloading the data into the system
in control center where the data from DMA meters
is already available and then the Zone wise water
audit report will be produced

REMOTE STATIONs for Electro Magnetic 30 Nos


7 Flow Meters:
1. PANEL – DULY WIRED with 230VAC Incomer MCB/24VDC
Power Supply and Necessary Wiring & Panel Accessories along
with PLC with necessary relays and fuse protections for all
incoming and out going terminals .
2. Programming of the Necessary Logic in the PLC.

3. GPRS Modem Gateways along with Cables Connecting to PLC


(wherever required)
4. Necessary Software Codes for DATA TRANSMISSION AND
MANAGEMENT SYSTEM
5. Supervision of Erection & Commissioning of Panels at each
Remote Stations
50

6.Motorized BF valves

7.Actuators

8. Ultrasonic Level Sensors.

9. By-Pass butterfly valves.

10. Pressure senors.

8 REMOTE STATIONs for AMR Bulk Water 64 Nos


Meters:
1. PANEL – DULY WIRED with 230VAC Incomer MCB/
24VDC Power Supply and Necessary Wiring & Panel Accessories
2. GPRS Modem Gateways along with Cables Connecting to PLC
(wherever required)
3. Necessary Software Codes for DATA TRANSMISSION AND
MANAGEMENT SYSTEM
4. Supervision of Erection & Commissioning of Panels at each
Remote Stations
6.Motorized BF valves

7.Actuators

8. Ultrasonic Level Sensors.

9. By-Pass butterfly valves.

10. Pressure Sensors.

9. CONTROL & AUTOMATION of 1 Job


1. Level of Water at Main Reservoir (GLSR), at 3 Nos. of GLSRs
and 9 Nos. of ELSRs or OHTs across including supply of Panel
PLC GPRS Modem, ULTs, Pressure Transmitters at inlet of each
sump, reading of Flow parameter from flow meters with Solar
Powered Inverter and 24 Hours Battery Back-Up.
2. Pump Station Automation PLC system for pump Control, energy
meters and provision of reading all power parameters over Modbus
into PLC, reporting of power parameters of each pump.
3. OHSR Automation including supply of Panel PLC Micro Logix
GPRS Modem, ULTs, Pressure Transmitters at inlet of each sump,
provision for reading of Flow parameter from flow meters.
.
Total Price
51

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [Insert Date]

Note: While filling up the price schedule the bidder should take into account the Technical requirements specified in the
bidding document.
52

Price Schedule for Water Meters/SCADA to be Supplied from Inside the Purchaser’s
Country, already imported

Date:_________________________
(Group C bids, Goods already imported) ICB No: _____________________
Alternative No: ________________
Currencies in accordance with ITB Sub-Clause 15 Page N ______ of ______

Line Description of Water Meters / SCADA Country of Delivery Quantity and Unit price Custom Duties Unit Price Price per line Price per line Sales and other taxes paid Total Price
Item Origin Date as physical unit including and Import net of custom item net of item for inland or payable per item if per line item
N defined by Custom Taxes paid per duties and Custom Duties transportation Contract is awarded (in (Col. 9+10)
Incoterms Duties and unit in import taxes, and Import and other accordance with ITB
From the Import Taxes accordance with in accordance Taxes paid, in services required 14.6C(iv)
date of paid, in ITB 14.6C(ii) , with ITB 14.6 accordance with in the
contract. accordance [to be supported C(iii) ITB 14.6C (i) Purchaser’s
with ITB by documents] (Col. 6 minus (Col. 58) country to
14.6C(i) Col.7) convey the
goods to their
final destination,
as specified in
BDS in
accordance with
ITB 14.6 C(v)
1 2 3 4 5 6 7 8 9 10 11 12
1 Supply of AMR meter with strainer unit
water meter enabled flanged end mechanical
type bulk water meters and Strainer having
Class B cold water meter accuracy as per ISO
4064 specification with GPRS/GSM EEC
marking, dry dial, hermetically sealed IP 68
protection class (Copper Can) register,
magnetic drive, with removable mechanism,
(dismantling joint) with communication
system to server via transreceiver .
CWGM

1.1 150mm dia 1 nos

1.2 200mm dia 1 nos

1.3 250mm dia 1 nos

Distribution
53

1.4 100mm dia 36 nos

1.5 150mm dia 9 nos

1.6 200mm dia 12 nos

1.7 250mm dia 4 nos

2 Supply delivery of Full -Bore Electro-


magnetic flow meters (EMF) as per ISO 4064
for pure water with accuracy +/- 5% of
measured value & protection as per given
specification with GPRS/GSM including
sensor, transmitter surge arrestor cable GI
duct if suitable size 25 mtrs etc. The sensor
should be as per IP-68 protection.

CWGM/DMS
2.1 9 nos
300 mm dia
2.2 13 nos
400 mm dia
2.3 2 nos
500 mm dia
2.4 2 nos
600 mm dia
2.5 1 nos
700 mm dia
2.6 2 nos
1200mm dia
2.7 1 nos
1600mm dia
3 Supply of Magnetic type Multi jet Water
meter AMR compatible conforming to I.S.
779 / 1994 with latest amendments with I.S.I
mark (or) ISO 4064/1 Multi jet with its
latest amendments with EEC/FCRI
Certification. The meter shall be inferential
dry type Class "B" with straight reading
cyclometer, brass/bronze body nut and
tailpieces, strainer, protective plastic top lid,
secured by a robust hinge with sealing
facilities for coupling, registration box and
top lid. All meters shall be suitable for
indefinite immersion under water compliant
with IP 68 for the following sizes of
consumer connections.
54

Water Meters

3.1 15mm dia 64117 nos

4 Supply of domestic multijet mechanical


AMR water meters horizontal inferential with
magnetic drive and dry dial suitable for
ambient 500 C temperature duly sealed
against tampering complete with coupling at
both ends and conforming to ISO 4064 with
GPRS / GSM/ RF / any other wireless
communication system to server via
transreceiver along with hand held GPRS
enabled facility to communicate data with
central server device and PC software etc
complete with EEC / OIML.MID
certification for Abroad meter and FCRI .
Water Meters

4.1 15mm dia 10000 nos

5 Supply of domestic multijet mechanical


AMR water meters horizontal inferential with
magnetic drive and dry dial suitable for
ambient 500 C temperature duly sealed
against tampering complete with coupling at
both ends and conforming to ISO 4064 with
GSM/GPRS/RF any other wireless
communication system to server via
transreceiver along with hand held GPRS /
GSM enabled facility to communicate data
with central server device and PC software
etc complete with EEC / OIML.MID
certification for Abroad meter and FCRI.
5.1 i) 20mm dia 5000 nos

5.2 ii) 25 mm dia 672 nos


55

6 SCADA –Supply with Electromagnetic


Flow Meters will comprise of following:
Complete
with equal no of MOV BF valves and
Equipment as
ultrasonic level sensors for 6 pump
job
controllers 6 energy meters with UPS and
supporting by-pass material including
valves etc
CENTRAL SCADA STATION will
comprise of following.
1) 1 No. of Engineering Work Station & 1
No. of Supplier Work Station having
INDUSTRIAL GRADE PC (Intel Dual
Core Processor 2.6 GHz , Memory 2
GB DDR3 RAM, 21.5” LED Monitor,
Hard Drives 320 GB SATA HDD,
DVD Writer / Reader DVD Writer
2) Front End Redundant Processors
apprppriate for Data Acquisition and
polling of data
3) CENTRE MANAGER SOFTWARE
FOR GPRS NETWORK
4) Visualization Software Packages for
SCADA Automation with Necessary
DDE Servers
5) l Software Packages Automation for
Data Logging & Management
6) Software Packages for Reporting and
Generation of Necessary Reports ,
Water Audit reports and Billing
Information
7) Necessary Software Codes for DATA
TRANSMISSION AND
MANAGEMENT SYSTEM
8) Panels for Housing Hardware such as
Front End Redundant Processors,
necessary Power Components.
9) Furniture for Work Stations
10.0Necessary Software Development for reading
consumer meters and issuing Monthly Bills to
consumers, downloading the data into the system
in control center where the data from DMA meters
is already available and then the Zone wise water
audit report will be produced

7 REMOTE STATIONs for Electro 30 Nos


Magnetic Flow Meters
56

1. PANEL – DULY WIRED with 230VAC


Incomer MCB/24VDC Power Supply and
Necessary Wiring & Panel Accessories along
with PLC .
2. Programming of the Necessary Logic in
the PLC.
3. GPRS Modem Gateways along with
Cables Connecting to PLC (wherever
required)
4. Necessary Software Codes for DATA
TRANSMISSION AND MANAGEMENT
SYSTEM
5. Supervision of Erection & Commissioning
of Panels at each Remote Stations
6.Motorized BF valves

7.Actuators

8. Ultrasonic Level Sensors.

9. By-Pass butterfly valves.

10. Pressure senors.

8 REMOTE STATIONs with AMR Bulk 64 Nos


Water Meters .
1. PANEL – DULY WIRED with 230VAC
Incomer MCB/ 24VDC Power Supply and
Necessary Wiring & Panel Accessories
2. GPRS Modem Gateways along with
Cables Connecting to PLC (wherever
required)
3. Necessary Software Codes for DATA
TRANSMISSION AND MANAGEMENT
SYSTEM
4. Supervision of Erection & Commissioning
of Panels at each Remote Stations
6.Motorized BF valves

7. Actuators

8. Ultrasonic Level Sensors.

9. By-Pass butterfly valves.

10. Pressure sesnors.


57

9. CONTROL & AUTOMATION of Complete


1. Level of Water at Main Reservoir (GLSR), Equipment as
at 3 Nos. of GLSRs and 9 Nos. of ELSRs or job
OHTs across including supply of Panel PLC
, GPRS Modem, ULTs, Pressure
Transmitters at inlet of each sump, reading of
Flow parameter from flow meters with Solar
Powered Inverter and 24 Hours Battery
Back-Up.
2. Pump Station Automation PLC system for
pump Control, energy meters and provision
of reading all power parameters over Modbus
into PLC, reporting of power parameters of
each pump.
3. OHSR Automation including supply of
Panel PLC , GPRS Modem, ULTs, Pressure
Transmitters at inlet of each sump, provision
for reading of Flow parameter from flow
meters
Total Price

Note: While filling up the price schedule the bidder should take into account the Technical requirements specified in the
bidding document.
58

Price Schedule for Water Meters / SCADA to be Supplied from Inside the Purchaser’s
Country

Date:_______________
ICB No:
(Group A and B bids) ____________________
Alternative No: ______
Currencies in accordance with ITB Sub-Clause 15 Page N ______ of ___
Line Description of Water Meters / SCADA Country of Delivery Date as Quantity and Unit price Total EXW Price per line item for inland Cost of local labor, raw Sales and other taxes Total Price
Item origin defined by physical unit EXW price per line transportation and other materials and components payable per line item per line item
N Incoterms from item services required in the from with origin in the if Contract is awarded (Col. 7+8)
the date of (Col. 56) Purchaser’s Country to Purchaser’s Country (in accordance with
contract. convey the Goods to their % of Col. 6 ITB 14.6(a)(ii)
final destination

1 2 3 4 5 6 7 8 9 10 11.
1 Supply of AMR meter with strainer unit water
meter enabled flanged end mechanical type bulk
water meters and Strainer having Class B cold water
meter accuracy as per ISO 4064 specification with
GPRS/GSM EEC marking, dry dial, hermetically
sealed IP 68 protection class (Copper Can) register,
magnetic drive, with removable mechanism,
(dismantling joint) with communication system to
server via transreceiver .
CWGM

1.1 150mm dia 1 nos

1.2 200mm dia 1 nos

1.3 250mm dia 1 nos

Distribution

1.4 100mm dia 36 nos

1.5 150mm dia 9 nos

1.6 200mm dia 12 nos


59

1.7 250mm dia 4 nos

2 Supply delivery of Full -Bore Electro-magnetic


flow meters (EMF) as per ISO 4064 for pure water
with accuracy +/- 5% of measured value &
protection as per given specification with
GPRS/GSM including sensor, transmitter surge
arrestor cable GI duct if suitable size 25 mtrs . The
sensor should be as per IP-68 protection.

CWGM/DMS
2.1 9 nos
300 mm dia
2.2 13 nos
400 mm dia
2.3 2 nos
500 mm dia
2.4 2 nos
600 mm dia
2.5 1 nos
700 mm dia
2.6 2 nos
1200mm dia
2.7 1 nos
1600mm dia
3 Supply of Magnetic type Multi jet Water meter
AMR compatible conforming to I.S. 779 / 1994
with latest amendments with I.S.I mark (or) ISO
4064/1 Multi jet with its latest amendments with
EEC/FCRI Certification. The meter shall be
inferential dry type Class "B" with straight reading
cyclometer, brass/bronze body nut and tailpieces,
strainer, protective plastic top lid, secured by a
robust hinge with sealing facilities for coupling,
registration box and top lid. All meters shall be
suitable for indefinite immersion under water
compliant with IP 68 for the following sizes of
consumer connections.
Water Meters

3.1 15mm dia 64117 nos


60

4 Supply of domestic multijet mechanical AMR water


meters horizontal inferential with magnetic drive
and dry dial suitable for ambient 500 C temperature
duly sealed against tampering complete with
coupling at both ends and conforming to ISO 4064
with GPRS / GSM/ RF / any other wireless
communication system to server via transreceiver
along with hand held GPRS enabled facility to
communicate data with central server device and
PC software etc complete with EEC / OIML.MID
certification for Abroad meter and FCRI.
Water Meters

4.1 15mm dia 10000 nos

5 Supply of domestic multijet mechanical AMR


water meters horizontal inferential with magnetic
drive and dry dial suitable for ambient 500 C
temperature duly sealed against tampering complete
with coupling at both ends and conforming to ISO
4064 with GSM/GPRS/RF any other wireless
communication system to server via transreceiver
along with hand held GPRS / GSM enabled facility
to communicate data with central server device and
PC software etc complete with EEC / OIML.MID
certification for Abroad meter and FCRI for Indian
.

5.1 i) 20mm dia 5000 nos

5.2 ii) 25 mm dia 672


nos
6 SCADA – Supply Complete
Equipment
as job
61

Central SCADA Station will with


Electromagnetic Flow Meters will comprise of
following: with equal no of MOV BF valves and
ultrasonic level sensors for 6 pump controllers 6
energy meters with UPS and supporting by-
pass material including valves etc CENTRAL
SCADA STATION will comprise of following.

1) 1 No. of Engineering Work Station & 1 No. of


Supplier Work Station having INDUSTRIAL
GRADE PC (Intel Dual Core Processor 2.6 GHz ,
Memory 2 GB DDR3 RAM, 21.5” LED Monitor,
Hard Drives 320 GB SATA HDD, DVD Writer /
Reader DVD Writer)
2) Front End Redundant Processors apprppriate for
Data Acquisition and polling of data
3) CENTRE MANAGER SOFTWARE FOR GPRS
NETWORK
4) Visualization Software Packages for SCADA
Automation with Necessary DDE Servers
5) l Software Packages Automation for Data
Logging & Management
6) Software Packages for Reporting and
Generation of Necessary Reports , Water Audit
reports and Billing Information
7) Necessary Software Codes for DATA
TRANSMISSION AND MANAGEMENT
SYSTEM
8) Panels for Housing Hardware such as Front End
Redundant Processors, necessary Power
Components.
9) Furniture for Work Stations
10.0Necessary Software Development for reading
consumer meters and issuing Monthly Bills to
consumers, downloading the data into the system in
control center where the data from DMA meters is
already available and then the Zone wise water
audit report will be produced

30 Nos
REMOTE STATIONs for Electro Magnetic
7 Flow Meters
1. PANEL – DULY WIRED with 230VAC Incomer
MCB/24VDC Power Supply and Necessary Wiring
& Panel Accessories along with PLC..
62

2. Programming of the Necessary Logic in the PLC.

3. GPRS Modem Gateways along with Cables


Connecting to PLC (wherever required)
4. Necessary Software Codes for DATA
TRANSMISSION AND MANAGEMENT
SYSTEM
5. Supervision of Erection & Commissioning of
Panels at each Remote Stations
6.Motorized BF valves

7.Actuators

8. Ultrasonic Level Sensors.

9. By-Pass butterfly valves.

10. Pressure & Chlorine senors.

8 REMOTE STATIONs for AMR Bulk Water 64Nos


Meters
1. PANEL – DULY WIRED with 230VAC Incomer
MCB/ 24VDC Power Supply and Necessary Wiring
& Panel Accessories
2. GPRS Modem Gateways along with Cables
Connecting to PLC (wherever required)
3. Necessary Software Codes for DATA
TRANSMISSION AND MANAGEMENT
SYSTEM
4. Supervision of Erection & Commissioning of
Panels at each Remote Stations
5.Motorized BF valves

6..Actuators

7. Ultrasonic Level Sensors.

8. By-Pass butterfly valves.

9. Pressure and Chlorine sensors.


63

9. CONTROL & AUTOMATION of Complete


1. Level of Water at Main Reservoir (GLSR), at 3 Equipment
Nos. of GLSRs and 9 Nos. of ELSRs or OHTs as job .
across including supply of Panel PLC GPRS
Modem, ULTs, Pressure Transmitters at inlet of
each sump, reading of Flow parameter from flow
meters with Solar Powered Inverter and 24 Hours
Battery Back-Up.
2. Pump Station Automation PLC system for pump
Control, energy meters and provision of reading all
power parameters over Modbus into PLC, reporting
of power parameters of each pump.
3. OHSR Automation including supply of Panel
PLC , GPRS Modem, ULTs, Pressure Transmitters
at inlet of each sump, provision for reading of Flow
parameter from flow meters
Total Price
Note: While filling up the price schedule the bidder should take into account the Technical requirements
specified in the bidding document.

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [insert date]
64

Price and Completion Schedule for Related Services


(Water Meters /SCADA/)

Date:___________________
Currencies in accordance with ITB Sub-Clause 15 ICB No: ________________
Alternative No: __________
Page N ______ of ______
Service Description of Services (excludes inland transportation and other services required in the Purchaser’s Country of Completion Date Quantity and Unit price Total Price per
N country to convey the goods to their final destination) Origin at place of Final physical unit Service
destination from (Col. 5*6)
date of awarding
contract.
1 2 3 4 5 6 7
1.0 Fixing and installing Commissioning of AMR type bulk water maters, strainer including
cutting out laid DI/MS pipe barrel piece; lifting the said pipe piece; cleaning & returning
to the departmental store of the Purchaser as per direction of the Engineer-in-charge;
lowering, aligning & placing the Water Meter unit, jointing the same with dismantling
joint and flange jointing as per the site conditions with new Nuts & Bolts and Rubber
insertion complete as per direction and satisfaction of the Engineer-in-charge at different
locations in the ULB.
CWGM

1.1 150mm dia 1 nos

1.2 200mm dia 1 nos

1.3 250mm dia 1 nos

Distribution

1.4 100mm dia 36 nos

1.5 150mm dia 9 nos

1.6 200mm dia 12 nos

1.7 250mm dia 4 nos

2.00 Construction of R.C.C. Chamber for Water Meter in M20 design mix concrete as per
Type design approved by the engineer -in charge including excavation and refilling with
suitable earth cost & conveyance of all materials , labour charges, formwork, machine
mixing, vibration , curing including cost of manhole cover, as per BIS 12592 H.D.560
mm dia clear opening etc. complete.
65

CWGM

2.01 150mm dia 1 nos

2.02 200mm dia 1 nos

2.03 250mm dia 1 nos

Distribution

2.04 100mm dia 36 nos

2.05 150mm dia 9 nos

2.06 200mm dia 12 nos

2.07 250mm dia 4 nos

3.00 Fixing and installing Commissioning of electromagnetic flow maters, including cutting
out laid DI/MS pipe barrel piece; lifting the said pipe piece; cleaning & returning to the
departmental store of the Purchaser as per direction of the Engineer-in-charge; lowering,
aligning & placing the electromagnetic flow Meter unit, jointing the same with
dismantling joint and flange jointing as per the site conditions with new Nuts & Bolts and
Rubber insertion complete as per direction and satisfaction of the Engineer-in-charge at
different locations in the ULB.
3.01 300 mm dia 9 nos

3.02 400 mm dia 13 nos

3.03 500 mm dia 2 nos

3.04 600 mm dia 2 nos

3.05 700 mm dia 1 nos

3.06 1200mm dia 2 nos

3.07 1600mm dia 1 nos

4.00 Construction of R.C.C. Chamber for Water Meter in M20 design mix concrete as per
Type design approved by the engineer -in charge including excavation and refilling with
suitable earth cost & conveyance of all materials , labour charges, formwork, machine
mixing, vibration , curing including cost of manhole cover, as per BIS 12592 H.D.560
mm dia clear opening etc. complete
4.01 300 mm dia 9 nos

4.02 400 mm dia 13 nos


66

4.03 500 mm dia 2 nos

4.04 600 mm dia 2 nos

4.05 700 mm dia 1 nos

4.06 1200mm dia 2 nos

4.07 1600mm dia 1 nos

5.00 Fixing and Commissioning of Magnetic Type Multi jet water Meters Domestic water
meters lowering, aligning & placing the water Meter unit, jointing the same with House 64117
service connection jointing as per the site conditions with new Nuts & Bolts and Rubber nos
insertion complete as per direction and satisfaction of the Engineer-in-charge at different
locations in the ULB.
15 mm dia
6.00 Fixing and Commissioning of Domestic water meters lowering, aligning & placing the
water Meter unit, jointing the same with House service connection with GPRS/GSM 10000
jointing as per the site conditions with new Nuts & Bolts and Rubber insertion complete as nos
per direction and satisfaction of the Engineer-in-charge at different locations in the ULB.
15 mm dia
7.00 Fixing and Commissioning of Domestic water meters lowering, aligning & placing the
water Meter unit, jointing the same with House service connection with GPRS /GSM 5672
jointing as per the site conditions with new Nuts & Bolts and Rubber insertion complete as nos
per direction and satisfaction of the Engineer-in-charge at different locations in the ULB.
20/25 mm dia Water Meters
8.00 Data Capturing at Central Server from REMOTE STATIONs with Magnetic Water Meters
AMR type with GSM/GPRS for communication to Server and will comprise of Necessary 64117
Software Codes for DATA RECEIVING AND MANAGEMENT SYSTEM at Central nos
Server (for, 15/)
9.00 Data Capturing at Central Server from REMOTE STATIONs with Domestic Water Meters
Multijet mechanical with sufficient hand held devices/e-pos/mpos machine /SMART
PHONE & and mobile printers for billing generation and collections , and communication 15672
to server and will comprise of necessary Soft ware Codes for Data Receiving and nos
Management Systen at Central Server for 15/20/25 mm dia .
67

10.0 Installation and Commissioning of SCADA system : the AMR Flow Meters/Electro Complete
magnetic flow strainers ultrasonic level transmitters SCADA panel box with necessary Equipment as
SMPS,Relays,MCB’s,uninterrupted power system, PLC, and Motorized BF valves . job
including he has to install the pump controller at all six pumping stations and control the
switching on & off pump remotely through the central server. The pump controller should
also have the functionalities of detecting dry run ,phase sensing ,etc .Energy meter should
be installed at also the pumping stations and should monitor the energy consumed Vs water
yield and the data is sent to the Central server through GSM/GPRS.
Ultrasonic level sensor shall be installed in all the GLSRs/Sumps/OHSR/ to monitor the
level of water and the date shall be sent to PLC through vide communication .
The installed Bulk water meter with AMR shall be at the out of inlet to measure the
quantity of water flowing into the OHSR .Motorized Butterfly valves shall be installed
near the inlet of OHSR to control the quantity of water . All the equipments shall be
connected to the PLC through vide communication in turn shall be communicated to the
Central Server using GPRS/GSM.All the SCADA equipments should be installted on the
by pass lane with all necessary arrangements .The Chlorine Sensor shall be installed at
various locations to measure the free residual chlorine and data shall be sent to the central
periodically . The pressure sensor shall be installed at necessary points in the water net
work to regulate the pressure depening upon the topological factors and control the
pressure in the water net work pipe line with the help of Mpotorized Butter fly valves.
Ordianlyr Bf valves needs to be installed on the main pipe line to control the water flow
through the by-pass SCADA line.

Total Bid Price


Note: While filling up the price schedule the bidder should take into account the Technical
requirements specified in the bidding document.

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [insert date]
68

Price schedule for Operation & Maintenance Services for Water Meters
and SCADA
To be provided in Malkajgiri Municipal GHMC Limits

Sl Description of Service Numbers to Unit / Period from the


Rate per
No be maintained date of installation
month
Commissioning
1.0
Operation & Maintenance of Bulk Flow Meters including the 64 Nos 60 months
cost of repairs opening and cleaning / replacement of spares
and services to the installed meters from the date of installation
to ensure that the meters are fully functional during this period
including Removal & Re Installation Testing Calibration and
recalibration at regular basis to ensure water accounting and
billing .
(Reference – Section 3 of Technical Specifications)
2.0 Operation & Maintenance to Electro Magnetic Flow Meters /
including the cost of repairs opening cleaning replacement of 30 Nos 60 months
spares services to the installed meters for a period of 60 months
from the date of installation to ensure that the meters are fully
functional during this period including Removal & Re
Installation of Testing Calibration & Recalibration at regular
basis to ensure water accounting and billing .
(Reference –Section 3 of Technical Specifications)
3.0 Operation & Maintenance of Domestic AMR Magnetic multijet 64117 Nos 60 months
Water Meters of 15 mm dia including the cost of repairs /
replacement of spares Testing Calibration and providing
services to the meters from the date of installation to ensure
that the meters are fully functional during this period – 15mm
dia
(Reference – Section 3 of Technical Specifications)
69

Operation & Maintenance of Domestic AMR multijet Water


4.0 Meters of 15 mm dia water meters horizontal inferential with hand held 10000 nos 60 months
device with GPRS/GSM magnetic drive including the cost of repairs /
replacement of spares Testing Calibration and providing
services to the meters from the date of installation to ensure
that the meters are fully functional during this period – 15mm
dia.
(Reference – Section 3 of Technical Specifications)
Operation & Maintenance of Domestic AMR Multijet Water 5672 Nos 60 months
Meters of 20/25 mm dia including the cost of repairs
4.0
replacement of spares Testing Calibration and providing
services to the installed meters from the date of installation to
ensure that the meters are fully functional during this period –
20mm dia & 25mm dia
(Reference – Section 3 of Technical Specifications)
5.0 Operations & Maintenance of CENTRAL SCADA for Five 94 stations Job
Years for MALKAJGIRI WATER SUPPLY SYSTEM for the SCADA central 60 months
followings minimum personnel Spares for all the items Server stations
covered for operation SCAD .. pumping stations
etc.
Cost of SCADA :
a. Project Engineer- 1 nos
b. Asst. Engineer - 2 nos
c. Skilled Persons – 5 Nos.
d. Unskilled Person –2 Nos.
e. Electricians - 2 nos
f. Technician - 1 nos
g. Helpers - 2 nos
Revenue Billing :
Reading consumer meters with sufficient hand held device/e-pos machine and
communications it to the server to central SCADA and issuing monthly
billing & collections downloading the data into the system in control center
where the data from DMA meters is already available and then the Zone wise
water audit report is produced (79789 connections).
h. Skilled persons for billing – 15 Nos
i. Supervisors for billig – 1 Nos
(Reference – Section 6 .of Technical Specifications)
70

6.0 The Operation and Maintenance (including preventive and breakdown 371.00 Ks m Job 60 months
maintenance) is round the clock including Sundays, all public holidays and all
festival days and as directed by the HMWSSB with skilled, semi-skilled and
unskilled workers as per the statement of man power required for regular
maintenance of ELSR/GLRS Sump & Pump Houses, Pumps and Motors and
analysis of samples including the water supply distribution network MS/DI
pipe from 100 mm to 1600 mm dia including all appurtenances , and all such
jobs specified or not specified for good performance of the system. The job as
a whole is to be treated as one with different components of work being
essential and related to each other, and the whole job will be completed when
all the different components are considered and completed in full shape and
the end result shall be effective functioning of the water supply system in the
project area as directed by the HMWSSB Engineers for a period of five years:
(Reference – Section 7 of Technical Specifications)
7.0 Supply and delivery of major consumable like liquid chlorine anhydrous i.e. 11.00 MT for MT
guaranteed chemically 99.98% purity conforming to IS-646/1986 in supplier's 5 years 60 Months
returnable standard leak proof containers of 1000Kgs capacity as per Indian
Explosive Act 1984 and gas cylinder rules of 1981 fitted with standard valves Supply shall be made
conforming to IS-3224 and such quantities to be supplied, used in every month on pro-rata
proportionate to the quantity of effluent disposed from the plant as per the log basis to meet requirement
extracts of various functional units starting from Inlet works, pumping station, of
reactors for collaboration of quantification and such procurement quantities
and quality of chemical specification shall be certified by the GM(QAT) and
Engineer-in charge.
8.0 Sampling and analysis of water. Daily check on residual chlorine at strategic 60 Samples 5 samples /per
locations and consumer ends at random is to be done & residual chlorine can monthly day 60 Months
readily be tested by electronic testing (and recording) kits / equipment by using
field test Kits and portable electro- photometric equipment to take water samples.
(Reference – Section 7 .of Technical Specifications)
71

Price schedule for Operation & Maintenance Services of Pipeline and Pump
Houses.
Sl.n Description of Services Number to be unit
maintained. Rate per month The Maintenance work has to
carried out after 31.8.2018
1.0 Operation and Maintenance of MS/DI pipe lines along with its 36 Months
appurtenances for the following items. 371 Kms rmt
a. 100 mm to 1600 mm dia DI / MS pipe line.-371 Kms
b.100 mm to 16oo mm dia Sluice Valves. – 300 nos
c. 100 mm to 200 mm dia AirValves /Scour valves 25 nos
(Reference – Section 7 of Technical Specifications)
2.0 Operation and Maintenance of Pumps and Motors replacing of
6 Pumping each
emergency spares for Pumps, Motors and Allied Electrical items Stations 36 Months
an Major or Minor repairs including all lubricants Consumables
etc .
(Reference –Section 7 of Technical Specifications)
72
73

Bid Security (Bank Guarantee)


[The Bank shall fill in this Bank Guarantee Form in accordance with the instructions
indicated.]
_______________________________
[Bank’s Name, and Address of Issuing Branch or Office]
Beneficiary: ___________________ [Name and Address of Purchaser]
Date: ________________

BID GUARANTEE No.: _________________

We have been informed that [name of the Bidder] (hereinafter called "the Bidder") has
submitted to you its bid dated (hereinafter called "the Bid") for the execution of [name of
contract] under Invitation for Bids No. [IFB number] (“the IFB”).

Furthermore, we understand that, according to your conditions, bids must be supported by a


bid guarantee.

At the request of the Bidder, we [name of Bank] hereby irrevocably undertake to pay you any
sum or sums not exceeding in total an amount of [amount in figures] ([amount in words])
upon receipt by us of your first demand in writing accompanied by a written statement
stating that the Bidder is in breach of its obligation(s) under the bid conditions, because the
Bidder:

(a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the
Form of Bid; or

(b) having been notified of the acceptance of its Bid by the Purchaser during the period of
bid validity, (i) fails or refuses to execute the Contract Form; or (ii) fails or refuses to
furnish the performance security, if required, in accordance with the Instructions to
Bidders.

This guarantee will expire: (a) if the Bidder is the successful bidder, upon our receipt of
copies of the contract signed by the Bidder and the performance security issued to you upon
the instruction of the Bidder; or (b) if the Bidder is not the successful bidder, upon the earlier
of (i) our receipt of a copy of your notification to the Bidder of the name of the successful
bidder; or (ii) twenty-eight days after the expiration of the Bidder’s Bid.

Consequently, any demand for payment under this guarantee must be received by us at the
office on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No 758 except that the supporting statement under Article 15(a) is
hereby excluded.
_____________________________
[signature(s)]
74

Bid-Securing Declaration
[The Bidder shall fill in this Form in accordance with the instructions indicated.]

Date: [date (as day, month and year)]


Bid No.: [number of bidding process]
Alternative No.: [identification No if this is a Bid for an alternative]

To: [complete name of Purchaser]


We, the undersigned, declare that:
We understand that, according to your conditions, bids must be supported by a Bid-Securing
Declaration.
We accept that we will automatically be suspended from being eligible for bidding in any
contract with the Purchaser for the period of time of [number of months or years] starting on
[date], if we are in breach of our obligation(s) under the bid conditions, because we:
(a) have withdrawn our Bid during the period of bid validity specified in the Form of
Bid; or
(b) having been notified of the acceptance of our Bid by the Purchaser during the period
of bid validity, (i) fail or refuse to execute the Contract; or (ii) fail or refuse to furnish
the Performance Security, if required, in accordance with the ITB.
We understand this Bid Securing Declaration shall expire if we are not the successful Bidder,
upon the earlier of (i) our receipt of your notification to us of the name of the successful
Bidder; or (ii) twenty-eight days after the expiration of our Bid.
Signed: [signature of person whose name and capacity are shown] In the capacity of [legal
capacity of person signing the Bid Securing Declaration]
Name: [complete name of person signing the Bid Securing Declaration]
Duly authorized to sign the bid for and on behalf of: [complete name of Bidder]
Dated on ____________ day of __________________, _______ [date of signing]
Corporate Seal (where appropriate)
[Note: In case of a Joint Venture, the Bid Securing Declaration must be in the name of all
partners to the Joint Venture that submits the bid.]
75

Manufacturer’s Authorization
[The Bidder shall require the Manufacturer to fill in this Form in accordance with the
instructions indicated. Thisletter of authorization should be on the letterhead of the
Manufacturer and should be signed by a person with the proper authority to sign documents
that are binding on the Manufacturer. The Bidder shall include it in its bid, if so indicated in
the BDS.]

Date: [insert date (as day, month and year) of Bid Submission]
ICB No.: [insert number of bidding process]
Alternative No.: [insert identification No if this is a Bid for analternative]

To: [insert complete name of Purchaser]

WHEREAS

We [insert complete name of Manufacturer], who are official manufacturers of[insert type of
goods manufactured], having factories at [insert full address of Manufacturer’s factories], do
hereby authorize [insert complete name of Bidder] to submit a bid the purpose of which is to
provide the following Goods, manufactured by us [insert name and or brief description of
the Goods], and to subsequently negotiate and sign the Contract.

We hereby extend our full guarantee and warranty in accordance with Clause 28 of the
General Conditions of Contract, with respect to the Goods offered by the above firm.

Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]

Name: [insert complete name(s) of authorized representative(s) of the Manufacturer]

Title: [insert title]

Dated on ____________ day of __________________, _______ [insert date of signing]


76

(Declaration regarding customs/excise duty exemption for materials


to be purchased consumption on works)

(Bidder’s Name and Address)

To:

[Purchaser’s name and Address]

Dear Sir,

Ref: [bid reference]

1. We confirm that we are solely responsible for obtaining customs/excise duty waivers which we
have considered in our bid and in case of failure to receive such waivers for reasons
whatsoever, the HMWSSB will not compensate us.
2. We are furnishing below the information required by the HMWSSB for issue of the necessary
certificates in terms of the Government of India Central Excise Notification No. 108/95 read
along with all subsequent amendments including the amendment dt.01-03-2008 and Customs
Notification No. 85/99.
3. The goods and equipment for which certificate is required are as under:

Items Make/ Brand Capacity Quantity Value State whether it will Remarks regarding
Name/Class [where be procured locally justification for the
applicable] or imported [if so quantity and their
from which country] usage in works
Goods
77

Items Make/ Brand Capacity Quantity Value State whether it will Remarks regarding
Name/Class [where be procured locally justification for the
applicable] or imported [if so quantity and their
from which country] usage in works
Equipment

4. We agree that no modification to the above list is permitted after bids are opened.
5. We agree that the certificate will be issued only to the extent considered reasonable by the
HMWSSB for the work, based on the Bill of Quantities and the construction program and
methodology as furnished by us along with the bid.
6. We confirm that the above goods will be exclusively used for the construction of the above
work. We are aware that exemption will be issued to only goods/material/equipment which
form part of the work on permanent basis but not for the goods/material/equipment which are
used by the supplier s for execution of project and after completion of the project, the goods
remain with the supplier s being owners of such goods for further deployment in other projects.

Date: __________________ (Signature) ____________________


(Printed Name) _________________
Place: __________________
(Designation) __________________
(Common Seal) ________________
(Common Seal) ________________
78

Section V. Eligible Countries

Eligibility for the Provision of Goods, Works and Services in Bank-Financed


Procurement

1. In accordance with Para 1.8 of the Guidelines: Procurement under IBRD Loans and
IDA Credits, dated May 2004, the Bank permits firms and individuals from all
countries to offer goods, works and services for Bank-financed projects. As an
exception, firms of a Country or goods manufactured in a Country may be excluded
if:

Para 1.8 (a) (i): as a matter of law or official regulation, the Borrower’s Country
prohibits commercial relations with that Country, provided that the Bank is
satisfied that such exclusion does not preclude effective competition for the
supply of the Goods or Works required, or

Para 1.8 (a) (ii): by an Act of Compliance with a Decision of the United Nations
Security Council taken under Chapter VII of the Charter of the United
Nations, the Borrower’s Country prohibits any import of goods from that
Country or any payments to persons or entities in that Country.

2. For the information of bidders, at the present time firms, goods and services from the
following countries are excluded from this bidding:

(a) With reference to paragraph 1.8 (a) (i) of the Guidelines:


NIL_________________________
_________________________

(b) With reference to paragraph 1.8 (a) (ii) of the Guidelines:


_____NIL____________________
_________________________
79

PART 2 – Supply Requirements


80

Section VI. Schedule of Requirements


Contents

1. List of Water Meters /SCADA and Delivery Schedule............................................... 81

2. List of Related Services and Completion Schedule ...................................................... 87

2.a List of Related Services and Completion Schedule


2.b List of Operation & Maintenance Services (Installation & Commissioning)
2.c. List of Operation & Maintenance Services (Pipelines)

3. Technical Specifications ................................................................................................. 95

4. Drawings ....................................................................................................................... 113

5. Inspections and Tests ................................................................................................... 114


81

1. List of Water Meters /SCADA and Delivery Schedule


Line Description of Goods Quantity Physical Final Delivery (as per Incoterms) Date
Item unit (Project
Earliest Latest
N Site)
Delivery Delivery
Destinatio
 (numbe Date from Date from
n as
r) the date of the date of
specified
Contract Contract
in BDS

1 2 3 4 5 6 7
1 Supply of AMR meter with strainer unit water meter Malkajgiri 16 weeks 24 weeks
enabled flanged end mechanical type bulk water Municipal
meters and Strainer having Class B cold water meter GHMC Limits
accuracy as per ISO 4064 specification with
GPRS/GSM EEC marking, dry dial, hermetically
sealed IP 68 protection class (Copper Can) register,
magnetic drive, with removable mechanism,
(dismantling joint) communication system to server
via transreceiver .
CWGM

1.1 150mm dia 1 Nos


1.2 200mm dia 1 Nos
1.3 250mm dia 1 Nos
Distribution Malkajgiri 16 weeks 24 weeks
Municipal
GHMCLimits
1.4 100mm dia 36 Nos
1.5 150mm dia 9 Nos
1.6 200mm dia 12 Nos
1.7 250mm dia 4 Nos
82

2 Supply of Full -Bore Electro-magnetic flow meters Malkajgiri 16 weeks 24 weeks


(EMF) as per ISO 4064 for pure water with accuracy Municipal
+/- 5% of measured value & protection as per given GHMC Limits
specification with GPRS/GSM including sensor,
transmitter surge arrestor cable GI duct if suitable size
25 mtrs etc complete as may be required at site The
sensor should be as per IP-68 protection.
CWGM/DMS
2.1 300 mm dia 9 Nos
2.2 400 mm dia 13 Nos
2.3 500 mm dia 2 Nos
2.4 600 mm dia 2 Nos
2.5 1 Nos
700 mm dia
2.6 2 Nos
1200mm dia
2.7 1 Nos
1600mm dia
3.0 Supply Magnetic type Multi jet Water meter AMR Malkajgiri 16 weeks 24 weeks
compatible conforming to I.S. 779 / 1994 with latest Municipal
amendments with I.S.I mark (or) ISO 4064/1 Multi GHMC Limits
jet with its latest amendments with EEC/FCRI
Certification. The meter shall be inferential dry type
Class "B" with straight reading cyclometer,
brass/bronze body nut and tailpieces, strainer,
protective plastic top lid, secured by a robust hinge
with sealing facilities for coupling, registration box
and top lid. All meters shall be suitable for indefinite
immersion under water compliant with IP 68 for the
following sizes of consumer connections.
Water Meters

3.1 15mm dia 64117 nos


83

4 Supply domestic multijet mechanical AMR water Malkajgiri 16 weeks 24 weeks


meters horizontal inferential with magnetic drive and Municipal
dry dial suitable for ambient 500 C temperature duly GHMC Limits
sealed against tampering complete with coupling at
both ends and conforming to ISO 4064 with GPRS /
GSM/ RF / any other wireless communication system
to server via transreceiver along with hand held GPRS
enabled facility to communicate data with central
server device and PC software etc complete with EEC
/ OIML.MID certification for Abroad meter and FCRI
for Indian.
Water Meters

4.1 15mm dia 10000 nos


5.0 Supply of domestic multijet mechanical AMR water Malkajgiri 16 weeks 24 weeks
meters horizontal inferential with magnetic drive and Municipal
dry dial suitable for ambient 500 C temperature duly GHMC Limits
sealed against tampering complete with coupling at
both ends and conforming to ISO 4064 with
GSM/GPRS/RF any other wireless communication
system to server via transreceiver along with hand
held GPRS / GSM enabled facility to communicate
data with central server device and PC software etc
complete with EEC / OIML.MID certification for
Abroach meter and FCRI for Indian..
5.1 i) 20mm dia 5000 nos
5.2 ii) 25 mm dia 672 nos
6.0 SCADA – SUPPLY, with Electromagnetic Flow Malkajgiri 24 weeks 32 weeks
Meters will comprise of following: with equal no Municipal
complete
of MOV BF valves and ultrasonic level sensors for GHMC Limits
equipment as job
6 pump controllers 6 energy meters with UPS and
supporting by-pass material including valves etc
84

Central SCADA Station will comprises of the


following
1) 1 No. of Engineering Work Station & 1 No. of
Supplier Work Station having INDUSTRIAL
GRADE PC (Intel Dual Core Processor 2.6 GHz ,
Memory 2 GB DDR3 RAM, 21.5” LED Monitor,
Hard Drives 320 GB SATA HDD, DVD Writer /
Reader DVD Writer)
2) Front End Redundant Processors apprppriate for
Data Acquisition and polling of data
3) CENTRE MANAGER SOFTWARE FOR GPRS
NETWORK
4) Visualization Software Packages for SCADA
Automation with Necessary DDE Servers
5) l Software Packages Automation for Data Logging
& Management
6) Software Packages for Reporting and Generation
of Necessary Reports , Water Audit reports and
Billing Information
7) Necessary Software Codes for DATA
TRANSMISSION AND MANAGEMENT SYSTEM
8) Panels for Housing Hardware such as Front End
Redundant Processors, necessary Power Components.
9) Furniture for Work Stations.
10) Necessary Software Development for reading
consumer meters and issuing Monthly Bills to
consumers, downloading the data into the system in
control center where the data from DMA meters is
already available and then the Zone wise water audit
report will be produced.

Malkajgiri
Municipal 24 weeks 32 weeks
Nos
REMOTE STATIONs with Electromagnetic Flow GHMC Limits
30
Meters
7.

1. PANEL – DULY WIRED with 230VAC Incomer


MCB/24VDC Power Supply and Necessary Wiring &
Panel Accessories along with PLC
85

2. Programming of the Necessary Logic in the PLC.


3. GPRS Modem Gateways along with Cables
Connecting to PLC (wherever required)
4. Necessary Software Codes for DATA
TRANSMISSION AND MANAGEMENT SYSTEM
5. Supervision of Erection & Commissioning of
Panels at each Remote Stations
6.Motorized BF valves
7.Actuators
8. Ultrasonic Level Sensors.
9. By-Pass butterfly valves.
10. Pressure and Chlorine senors.

Malkajgiri
REMOTE STATIONs with AMR Bulk Water will 24 weeks 32 weeks
8 64 Nos Municipal
comprise of following:
GHMC Limits
1. PANEL – DULY WIRED with 230VAC Incomer
MCB/ 24VDC Power Supply and Necessary Wiring
& Panel Accessories
2. GPRS Modem Gateways along with Cables
Connecting to PLC (wherever required)
3. Necessary Software Codes for DATA
TRANSMISSION AND MANAGEMENT SYSTEM
4. Supervision of Erection & Commissioning of
Panels at each Remote Stations
6.Motorized BF valves
7.Actuators
8. Ultrasonic Level Sensors.
9. By-Pass butterfly valves.
10. Pressure and Chlorine senors.
86

9. CONTROL & AUTOMATION of Malkajgiri 24 weeks 32 weeks


1. Level of Water at Main Reservoir (GLSR), at 3 Municipal
Nos. of GLSRs and 9 Nos. of ELSRs or OHTs across complete complete
equipment equipment GHMC Limits
including supply of Panel PLC GPRS Modem,
ULTs, Pressure Transmitters at inlet of each sump,
reading of Flow parameter from flow meters with
Solar Powered Inverter and 24 Hours Battery Back-
Up.
2. Pump Station Automation PLC system for pump
Control, energy meters and provision of reading all
power parameters over Modbus into PLC, reporting
of power parameters of each pump.
3. OHSR Automation including supply of Panel PLC
, GPRS Modem, ULTs, Pressure Transmitters at inlet
of each sump, provision for reading of Flow
parameter from flow meters
87

2.a List of Related Services and Completion Schedule


Place where Final Completion
1 Services Date(s) of
Service Description of Service Quantity Physical
shall be Services from the
Unit
performed date of contract
1.0 Fixing and installing commissioning of AMR type bulk water maters, strainer including cutting
out laid DI/MS pipe barrel piece; lifting the said pipe piece; cleaning & returning to the Malkajgiri 32 weeks
departmental store of the Purchaser as per direction of the Engineer-in-charge; lowering, aligning Municipal
& placing the Water Meter unit, jointing the same with dismantling joint and flange jointing as GHMC Limits
per the site conditions with new Nuts & Bolts and Rubber insertion complete as per direction and
satisfaction of the Engineer-in-charge at different locations in the ULB.
CWGM

1.20 150mm dia 1


Nos
1.21 200mm dia 1 Nos

1.22 250mm dia 1 Nos


Distribution

1.23 100mm dia 36 Nos

1.24 150mm dia 9 Nos

1.25 200mm dia 12 Nos

1.26 250mm dia 4 Nos

2.00 Construction of R.C.C. Chamber for Water Meter in M20 design mix concrete as per Type 64 Nos
design approved by the engineer -in charge including excavation and refilling with suitable earth Malkajgiri 32 weeks
cost & conveyance of all materials , labour charges, formwork, machine mixing, vibration , Municipal
curing including cost of manhole cover, as per BIS 12592 H.D.560 mm dia clear opening etc. GHMC Limits
complete.
CWGM

2.10 150mm dia 1 Nos

2.11 200mm dia 1 Nos

2.12 250mm dia 1 Nos


Distribution
88

2.13 100mm dia 36 Nos

2.14 150mm dia 9 Nos

2.15 200mm dia 12 Nos

2.16 250mm dia 4 Nos

3.00 Fixing and installing Commissioning of electromagnetic flow maters, including cutting out laid
DI/MS pipe barrel piece; lifting the said pipe piece; cleaning & returning to the departmental Malkajgiri 32 weeks
store of the Purchaser as per direction of the Engineer-in-charge; lowering, aligning & placing Municipal
the electromagnetic flow Meter unit, jointing the same with dismantling joint and flange GHMC Limits
jointing as per the site conditions with new Nuts & Bolts and Rubber insertion complete as per
direction and satisfaction of the Engineer-in-charge at different locations in the ULB.
3.10 300 mm dia 9 Nos

3.11 400 mm dia 13 Nos

3.12 500 mm dia 2 Nos

3.13 600 mm dia 2 Nos

3.14 700 mm dia 1 Nos

3.15 1200mm dia 2 Nos

3.16 1600mm dia 1 Nos

4.00 Construction of R.C.C. Chamber for Water Meter in M20 design mix concrete as per Type 30 Nos
design approved by the engineer -in charge including excavation and refilling with suitable earth Malkajgiri 32 weeks
cost & conveyance of all materials , labour charges, formwork, machine mixing, vibration , Municipal
curing including cost of manhole cover, as per BIS 12592 H.D.560 mm dia clear opening etc. GHMC Limits
complete
4.10 300 mm dia 9 Nos

4.11 400 mm dia 13 Nos

4.12 500 mm dia 2 Nos

4.13 600 mm dia 2 Nos

4.14 700 mm dia 1 Nos

4.15 1200mm dia 2 Nos

4.16 1600mm dia 1 Nos


89

5.00 Fixing and Commissioning of Magnetic type Multijet Domestic water meters lowering, aligning
& placing the water Meter unit, jointing the same with House service connection jointing as per Malkajgiri
the site conditions with new Nuts & Bolts and Rubber insertion complete as per direction and 64117 nos Municipal
GHMC Limits 24 weeks
satisfaction of the Engineer-in-charge at different locations in the ULB.
15 mm dia
6.00 Fixing and Commissioning of Domestic water meters lowering, aligning & placing the water
Meter unit, jointing the same with House service connection with GPRS/GSMjointing as per Malkajgiri
the site conditions with new Nuts & Bolts and Rubber insertion complete as per direction and 10000 nos Municipal
GHMC Limits 24 weeks
satisfaction of the Engineer-in-charge at different locations in the ULB.
15 mm dia
7.00 Fixing and Commissioning of Domestic water meters lowering, aligning & placing the water
Meter unit, jointing the same with House service connection jointing with GPRS/GSM as per Malkajgiri
the site conditions with new Nuts & Bolts and Rubber insertion complete as per direction and 5672 nos Municipal
GHMC Limits 24 weeks
satisfaction of the Engineer-in-charge at different locations in the ULB.
20/25 mm dia Water Meters
8.00 Monthly Data Capturing at Central Server from REMOTE STATIONs with Domestic Multi jet 15672 nos
Water Meters AMR type with GSM/GPRS/RF for communication to Server directly or Malkajgiri 60 months
indirectly and will comprise of Necessary Software Codes for DATA RECEIVING AND Municipal
MANAGEMENT SYSTEM at Central Server (for , 15,20mm & 25mm dia) GHMC Limits

9.00 Monthly Data Capturing at Central Server from REMOTE STATIONs with Domestic Water 64117 Nos
Meters Multijet mechanical with sufficient hand held devices/e-pos/mpos machine /SMART Malkajgiri 60 months
PHONE & and mobile printers for billing generation and collections , and communication to Municipal
server and will comprise of necessary Soft ware Codes for Data Receiving and Management GHMC Limits
Systen at Central Server for 15 mm dia .
90

10.0 Installation and Commissioning of SCADA system : the AMR Flow Meters/Electro magnetic Complete Job
flow strainers ultrasonic level transmitters SCADA panel box with necessary Malkajgiri 32 weeks
Equipment Municipal
SMPS,Relays,MCB’s,uninterrupted power system, PLC, and Motorized BF valves . including
he has to install the pump controller at all six pumping stations and control the switching on & GHMC Limits
off pump remotely through the central server. The pump controller should also have the
functionalities of detecting dry run ,phase sensing ,etc .Energy meter should be installed at also
the pumping stations and should monitor the energy consumed Vs water yield and the data is
sent to the Central server through GSM/GPRS.
Ultrasonic level sensor shall be installed in all the GLSRs/Sumps/OHSR/ to monitor the level of
water and the date shall be sent to PLC through vide communication .
The installed Bulk water meter with AMR shall be at the out of inlet to measure the quantity of
water flowing into the OHSR .Motorized Butterfly valves shall be installed near the inlet of
OHSR to control the quantity of water . All the equipments shall be connected to the PLC
through vide communication in turn shall be communicated to the Central Server using
GPRS/GSM.All the SCADA equipments should be installted on the by pass lane with all
necessary arrangements .The Chlorine Sensor shall be installed at various locations to measure
the free residual chlorine and data shall be sent to the central periodically . The pressure sensor
shall be installed at necessary points in the water net work to regulate the pressure depening upon
the topological factors and control the pressure in the water net work pipe line with the help of
Mpotorized Butter fly valves. Ordianlyr Bf valves needs to be installed on the main pipe line to
control the water flow through the by-pass SCADA line.
91

2.b. List of Operation & Maintenance Services


To be provided in Malkajgiri Municipal GHMC Limits

Sl Description of Service Numbers to Unit / Period from the


Rate
No be maintained date of installation
.
Commissioning
1.0
Operation & Maintenance of Bulk Flow Meters including the 64 Nos 60 months
cost of repairs opening and cleaning / replacement of spares
and services to the installed meters from the date of installation
to ensure that the meters are fully functional during this period
including Removal & Re Installation Testing Calibration and
recalibration at regular basis to ensure water accounting and
billing .
(Reference – Section 3 of Technical Specifications)
2.0 Operation & Maintenance to Electro Magnetic Flow Meters
/ including the cost of repairs opening cleaning replacement of 30 Nos 60 months
spares services to the installed meters for a period of 60
months from the date of installation to ensure that the meters
are fully functional during this period including Removal & Re
Installation of Testing Calibration & Recalibration at regular
basis to ensure water accounting and billing .
(Reference –Section 3 of Technical Specifications)
3.0 Operation & Maintenance of Domestic AMR multijet Water 64117 Nos 60 months
Meters of 15 mm dia including the cost of repairs /
replacement of spares Testing Calibration and providing
services to the meters from the date of installation to ensure
that the meters are fully functional during this period – 15mm
dia
(Reference – Section 3 of Technical Specifications)
92

Operation & Maintenance of Domestic AMR multijet Water


4.0 Meters of 15 mm dia water meters horizontal inferential with hand held 10000 nos 60 months
device with GPRS/GSM magnetic drive including the cost of repairs /
replacement of spares Testing Calibration and providing
services to the meters from the date of installation to ensure
that the meters are fully functional during this period – 15mm
dia.
(Reference – Section 3 of Technical Specifications)
Operation & Maintenance of Domestic AMR Multijet Water 5672 Nos 60 months
Meters of 20/25 mm dia including the cost of repairs
5.0
replacement of spares Testing Calibration and providing
services to the installed meters from the date of installation
to ensure that the meters are fully functional during this period
– 20mm dia & 25mm dia
(Reference – Section 3 of Technical Specifications)
6.0 Operations & Maintenance of CENTRAL SCADA for Five Years for 94 stations Job
MALKAJGIRI WATER SUPPLY SYSTEM including 5 % of SCADA central 60 months
the BOQ quantity of spares to be available in the site. Server stations
a. Project Engineer- 1 nos pumping stations
b. Asst. Engineer - 2 nos etc.
c. Skilled Persons – 5 Nos.
d. Unskilled Person –2 Nos.
e. Electricians - 2 nos
f. Technician - 1 nos
g. Helpers - 2 nos
Reading consumer meters with sufficient hand held device/e-pos machine
and communications it to the server to central SCADA and issuing monthly
billing & collections downloading the data into the system in control center
where the data from DMA meters is already available and then the Zone wise
water audit report is produced (79789 connections).
h. Skilled persons for billing – 15 Nos
i. Supervisors for billig – 1 Nos
(Reference – Section 6 .of Technical Specifications)
93

7.0 The Operation and Maintenance (including preventive and breakdown 371.00 Ks m Job 60 months
maintenance) is round the clock including Sundays, all public holidays and
all festival days and as directed by the HMWSSB with skilled, semi-skilled
and unskilled workers as per the statement of man power required for regular
maintenance of ELSR/GLRS Sump & Pump Houses, Pumps and Motors
and analysis of samples including the water supply distribution network
MS/DI pipe from 100 mm to 1600 mm dia including all appurtenances , and
all such jobs specified or not specified for good performance of the system.
The job as a whole is to be treated as one with different components of work
being essential and related to each other, and the whole job will be
completed when all the different components are considered and completed
in full shape and the end result shall be effective functioning of the water
supply system in the project area as directed by the HMWSSB Engineers for
a period of five years:
(Reference – Section 7 of Technical Specifications)
8.0 Supply and delivery of major consumable like liquid chlorine anhydrous i.e. 11.00 MT for MT
guaranteed chemically 99.98% purity conforming to IS-646/1986 in 5 years 60 Months
supplier's returnable standard leak proof containers of 1000Kgs capacity as
per Indian Explosive Act 1984 and gas cylinder rules of 1981 fitted with Supply shall be made
standard valves conforming to IS-3224 and such quantities to be supplied, every month on pro-rata
used in proportionate to the quantity of effluent disposed from the plant as basis to meet requirement
per the log extracts of various functional units starting from Inlet works, of
pumping station, reactors for collaboration of quantification and such
procurement quantities and quality of chemical specification shall be
certified by the GM(QAT) and Engineer-in charge.
9.0 Sampling and analysis of water. Daily check on residual chlorine at strategic 60 Samples 5 samples /per
locations and consumer ends at random is to be done & residual chlorine can monthly day 60 Months
readily be tested by electronic testing (and recording) kits / equipment by
using field test Kits and portable electro- photometric equipment to take water
samples.
(Reference – Section 7 .of Technical Specifications)
94

2.c.List of Operation & Maintenance Services of Pipeline and Pump


Houses
Sl.n Description of Services Number to be unit
maintained. Rate The Maintenance work has to
carried out after 31.8.2018
1.0 Operation and Maintenance of MS/DI pipe lines along with its 36 Months
appurtenances for the following items. 371 Kms rmt
a. 100 mm to 1600 mm dia DI / MS pipe line.-371 Kms
b.100 mm to 16oo mm dia Sluice Valves. – 300 nos
c. 100 mm to 200 mm dia AirValves /Scour valves 25 nos
(Reference – Section 7 of Technical Specifications)
2.0 Operation and Maintenance of Pumps and Motors replacing of
6 Pumping each
emergency spares for Pumps, Motors and Allied Electrical Stations 36 Months
items an Major or Minor repairs including all lubricants
Consumables etc .
(Reference –Section 7 of Technical Specifications)
95

3. Technical Specifications
A. Scope of Work

The scope of work involves execution of the followings.

Supply, Delivery, Installation Commissioning of SCADA , Bulk & Domestic AMR water
meters and Operation and Maintenance of malkagiri (part of GHMC) Comprehensive
water supply improvement including Operation and Maintenance for 5 years .
 Supplying including safe delivery at site of work, of the Meters/SCADA.
 Disjointing existing dismantling joints, flange joints or making new joints in the
absence of dismantling joints by cutting barrel piece pipe from the line, taking out the
barrel piece and return to the store of Purchaser.
 Fitting and fixing of Meters, including providing necessary new Nuts & Bolts, Rubber
insertions and other consumables, all as per standard IS Specifications and direction
of the Engineer-in-charge, including matching the worked upon segment.
 Maintenance up to five years from date of commissioning including replacement of
damaged Meters and/or damaged components of the Meters, Operation and
Maintenance water supply distribution net work & SCADA Revenue Billing and
Collection .
 The bidder is required to examine carefully the site for the proposed works. The
prevailing condition at the actual site of work. No subsequent claim on account of
insufficient knowledge in this score will be entertained. The cost by the bidder shall
remain unchanged irrespective of the actual site conditions. No extra claim shall be
entertained on account of variations in site situation

Domestic Water Meters

Location Size/Dia. Numbers Remarks


For new & existing connections 15mm 74117
For new & existing connections 20mm 5674
(Domestic / Commercial)
Total : 76791
96

Bulk Water Meters


Sl. Component / Location Quantity of Bulk Water Meters
No. 600 mm 700 mm 1200mm 1600mm Total
1. Clear Water Gravity Main 2 1 2 1 6
(CWGM)

Sl. Component Quantity of Bulk Water Meters


No. / Location 100 mm 150 mm 200 mm 250 300 400 500 mm Total
mm mm mm
2. Distribution Zones (DMAs)
Zone – 1A 19 2 1 1 1 1 - 25
Zone – 1B 1 1 - 1 - - - 2
Zone – 2 - 2 3 - - 1 - 6
Zone – 3A 5 3 1 - - 1 - 10
Zone – 3B 1 - 1 - 1 1 - 3
Zone – 4A 4 - 1 - 1 1 - 7
Zone – 4B - 1 - 2 1 1 1 5
Zone-5 - - - - 1 - - 1
Zone-6 - 1 - - 1 1 - 2
Zone-7 - - - - - 1 - 1
Zone – 8A - - 1 - 1 - - 2
Zone – 8B 1 - 1 - - 1 - 3
Zone – 8C - - - 1 - - 1 2
Zone – 9A 3 - 2 1 1 - 6
Zone – 9B 2 - 2 - 1 2 - 6
Total : 36 10 13 5 9 13 2 88

Note:
1. Installation of meters shall be done through plumbers appointed by the supplier only.
2. The meters procured shall be fixed as per contract period.
3. Soon after the installation of water meters, the consumer shall provide protection to
the water meter. If after the installation of the water meters, the meters are stolen or
damaged it is the responsibility of the customer to get a new meter installed at his own
cost.
4. If any critical component of water meter is out of service or water meter is not
working due to clogging or any technical flaws or any manufacturing defect is
observed during the installation, the supplier shall replace the defective unit with the
new one with in 48 Hours .
5. The supplier will have to operate and maintain the entire system starting from date of
commissioning of the Meters for a period of five years after successful trial run and
commissioning of the system as per provision made elsewhere in this document.
97

6. Supply of 6 sets of completion plans and maintenance manual and brochures will be
required to be provided.
7. The supplier is required to examine carefully the site of the proposed works, each and
every data of existing facilities as required and provided in the tender document.
8. After award of contract actual assessment of prevailing site conditions shall be done
by the Bidder, free of cost. The cost of the work quoted by bidder shall remain
unchanged irrespective of the actual site condition.
9. Supplying, laying, jointing, testing and commissioning of Bulk Water Meters as well
as Water Meters for individual House/Premises Service Connections are spread over
the entire area.
10. Fitting, fixing and testing of all Water Meters as per relevant IS codes, including cost
of meters, and including other necessary appurtenance. The sizes and numbers of
Bulk Water meters as will be required in both feeder mains and distribution systems
are given.
11. Water Meters of different diameters are to be provided at different locations as shown
in the drawing enclosed with the contract.
12. The responsibility of up-keep of meters vests with the owner or occupier of the
property. Any defects noticed will be intimated to the bidder through the ULB. The
bidder shall replace the defunct meter with a spare- working/ new meter, the removed
defective meter shall be calibrated and if found working satisfactorily the same may
be accounted under the spare meter category. The bidder will be responsible to repair
the meter within 7 days. In the event of repairs requiring more than 7 days, the
supplier shall replace the defunct meter and intimate the meter reading to the ULB for
billing.
13. The supplier will be given Bunch Authorization for fixing the meters. He shall
proceed with the installation of meters within 7 days of authorization for fixing and
hand over the fitted meters to the occupier of the property and intimate to the ULB for
billing.
14. The Supplier shall provide meters to the existing Water connections.
15. The supplier supplies and installs the meter at the customers place and services to
make necessary arrangements to keep the water meter in good working condition.
Apart from the meters supplied with manufacturing defect, damaged due to improper
handling or stolen, there are certain aspects to be looked into to keep the water meter
in good working condition. The meter might clogged due to minute foreign particles,
leakage in pipes wherein the soil get up with water and gets deposited in the small
delicate parts of the water meter thereby showing in accurate reading and hence need
98

calibration. To get the meter calibrated due to blockage of delicate part of meter, the
meter has got to be removed from customer’s place, checked for the calibration and
after recalibrating, it is to be re-fixed at the customer’s place.
The cost quoted by the bidder shall remain unchanged irrespective of the actual
site conditions. No extra claim shall be entertained on account of variations in
prevailing site conditions.

B Test Bench:

When the consumer complains of defects in meters or as and when required the
supplier has to demonstrate accuracy of the meter through appropriate testing on site.
The supplier shall arrange for testing accuracy through appropriate mobile portable
testing equipment (latest technology).

In case of continued conflict with the customer, the supplier shall arrange to remove
the meter and send it for accuracy test and calibration at the Test bench. If the meter
is found faulty it has to be replaced /repaired within in 3 working days.

The test bench shall be installed and maintained by the supplier at any location
within the ULB to cater to a cluster of ULBs.

E. Storage:

The storing place for the meters supplied by the supplier will be provided free of cost
by the ULB. The security for the meter stocked shall be the responsibility of the
supplier.
99

GENERAL SPECIFICATION FOR WATER METERS

A - Domestic Pre-Equipped Water Meters - 15 mm am dia above

1.0 General:-

The meters procured will be used for measurement of cold, chlorinated potable water and will
be installed just above the ground level. The meters will be installed in Malkajgiri Municipal
area in the State of Talangana, India. The meters should withstand the natural wear and tear
that is expected due to rain or sun in these places. All the meters supplied shall be suitable for
indefinite immersion under water compliant with IP 68. The warranty for customer water
meters is for sixty months from the date of installation of water meters.

The water meters shall be packed taking all precautions so that they are not damaged during
the transport in containers or boxes containing not more than fifty (50) meters each. Any
water meters that are damaged at the time of receipt at the purchasers store will not be
considered for payment.

2.0 Scope of Application:

“ Water Meters / AMR compatible water meters conforming to ISO 4064 or IS 779 , EEC
approved with IP 68 protection for domestic house connections”.

3.0 Applicable Standards:-

The meter shall conform to latest version of IS 779 or ISO-4064 standards for domestic
meters and protection as per IP 68 for required size standards for velocity, super dry, and
magnetic drive meter. Test certificates from any Third Party (FCRI) should be provided with
tender documents, which may help Utility in assessing the meters technical merits and its
suitability for the prevailing operating conditions.

4.0 Meter Type


The meters shall be:
a) Inferential / Velocity meters / AMR meters
b) Super Dry dial
c) Hermitically sealed
d) Class B

5.0 Material:-

The meter upper case in addition to the Lid and other exposed parts shall be made of
Engineering Plastic. The meter body shall be of Brass / Bronze. Material that come in contact
with the water supply shall withstand 2 ppm (parts per million) of chlorine residual in the
100

water supply and shall be resistant to corrosion. The water meter and accessories shall be
manufactured from materials of adequate strength and durability. The materials, which come
in contact with the potable water, shall not create a toxic hazard, shall not support microbial
growth, and shall not give rise to unpleasant taste or discoloration in the Water Supply.
However, the spindle and bearing inside the hydraulic chamber shall be made of polished
stainless steel. The internal pressure cup shall be made of engineering plastic. The lower case
of the meter shall be painted with Epoxy Polyster Powder mix painting (Resists to salt bath
Endurance Test) externally. The painting materials shall be safe for human uses and not affect
human health and it will not come in contact with water.

All the materials used to construct/manufacture customer meters shall confirm to Appendix B
of IS 779 or clause 4.7 of ISO – 4064-1 including the following.
a) Body shall be either Bronze and Brass
b) The totalizer shield shall be enclosed in a copper can.
c) Lid shall be made of bronze, brass, plastic or stainless steel.
d) Cap and cap ring shall be made of engineering plastic.
e) Registration box can be made of plastic.
f) Screws & studs shall be made high tensile brass or superior material
g) Strainers shall be made of plastics or superior material
h) Impeller shall be made of plastics or superior material
i) Impeller shaft shall be of either stainless steel or high tensile brass
j) Nipples and nuts shall be of same materials as that of body of the meter
k) Measuring chamber shall be of the same materials as that of body of the meter
l) The spindle and bearings inside the hydraulic chamber shall be made of polished
Stainless Steel with hard metal tip and sapphire.

6.0 The Totalizer and Totalizer Shield:-

The totalizer shall be designed in such a way that totalizer is encapsulated with metallic
preferably with copper. The totalizer protective cover shall be made of study glass / Poly
carbonate and shall have a thickness of not less than 5 mm. sturdy glass is defined as the
ability of the counter protection glass to withstand without damage, a free fall of a metal ball
weighing 27.2 grams from a vertical distance of not less than 70 cm.

Totalizer shall be of straight reading type.

The totalizer shall register in Cubic Meter Units.

The Totalizer shall be set at 0 (zero) at the time of installation, only small readings will be
there which arises from the accuracy testing of the meters.
101

The Totalizer shall consist of a row of minimum five on-line consecutive digits to read at
least 99,999 m3

Another three digits or pointers shall register flows in liters and be of a different colour.

The Totalizer or any part of it shall not be capable of being repaired to protect from tampering
easily at site.

The Totalizer shall be of close type to avoid Tampering.

The Totalizer shall be suitable for test or an electronic test bench.

The protection class of the totalizer shall be IP 68.

The totalizer shall be prepared for remote reading. The remote reading feature must be able to
be added without taking the meter from the pipe or dismantling the meter.

7.0 Internal Strainer:-

The meter shall be supplied with a tubular strainer in the inlet of the water meter with at least
12 holes / cm2.

8.0 Impeller/Vane and its Chamber:-

The pivot of the impeller/vane should be guaranteed against any corrosion or damage for at
least one year from the date on invoice. The impeller chamber shall be resistant to corrosion.

9.0 Construction:-

Meter construction shall be as per clause 7 of IS 779 or relevant clauses of ISO4064-1


Each meter should be supplied with two cylindrical nipples or tail pieces with connecting
nuts. Threads on the connection shall conform to latest version of IS 2634 (part 1 to 3) or ISO
228 -1.
All meters shall be supplied with an easily removable tubular inlet strainer.
The sealing wires shall be of rust proof material

10.0 Indicating Device

The totalizer shall be designed in such a way that if the totalizer protective glass is broken for
any reason the totalizer unit cannot be removed from its place. The totalizer protective cover
shall be made of mineral glass and shall have a thickness of not less than 12mm.
The totalizer shall be:
It shall be set at Zero at the factory, excepting the volume registered while testing the meters
at the factory.
102

It shall consist of a row of minimum four on-line consecutive digits to read at least 9,999m3
or Kl. Meter may have another three digits or pointers which shall register flows in liters.

11.0 Meter – Size and Overall dimensions

Nominal diameter of the meters shall be 15mm


Meter threads, nominal flow rate, minimum length of threads on either side, overall
dimensions shall be as per Table 2 of IS 779 or Table 1 of ISO 4064 -1.

12.0 Technical Characteristics


All Meters shall be of PN 10 pressure rating. The meters shall be capable of operating in
ambient temperatures upto 500C.
The maximum permissible pressure loss through the water meters shall be:
a) At Qn 0.025 mpa
b) At Qmax 0.10 mpa

13.0 Metrological Characteristic

The maximum permissible error in the lower zone from Qmin (including) up to Qn
(excluding) shall be + 5%
The maximum permissible error in the upper zone from Qn (including) up to Qmax
(including) shall be + 2%

Parameter 15mm
Minimum staring flow (litres/hour) 30
Transitional flow (litres/hour) 120
Maximum flow (liters/hour) 3,000

14.0 Installation:

The meters are to be fixed to the pipe line of the houses at the entrance or as requested by the
customer or as directed by the engineer in charge of the work.
(a) Preventive maintenance:-
• Proper handling, storage and transportation of water meters.
• To clean the dirt box or strainer wherever installed.
• To replace the gaskets, if any
• To clean the chamber in which the meter is installed and keep free from flooding, &
seepage.
93
• To remove the meter for further internal repair/replacement if it does not show correct
reading pattern.
(b) Breakdown maintenance:-
Replacement of broken glass, lid and fallen wiper wherever provided: - These are the only
basic
103

breakdowns observed during periodical inspection. If a meter found not working, then it shall
be
removed immediately and sent to meter service workshop. In meter workshops normally
following
steps are performed to carry out the repairs:
• Disassembling of water meters including strainer, measuring unit, regulator, registering
device, etc.
• Clean all disassembled spare parts in detergent solution in warm water.
• Inspect the cleaned parts and replace worn parts and gaskets, if any.
• Inspect the meter body spur threads and cover threads.
• Inspect the sealing surface on meter body and paint the meter body, if necessary.
• Inspect the vane wheel shaft pinion, bearing & pivot.
• Inspect the vane wheel chamber.
• Reassemble the water meter properly after reconditioning.
• Calibrate & test the repaired water meter for leakage & accuracy as per IS 678410. Make
entry in the life register of that water meter for keeping history record.

15.0 Connection & Jointing:-

No lead jointing should be used in installing the water meter and connecting them to the
existing pipes. The supplier should, as a part of his bid mention the type of jointing envisaged
at his own cost as per site condition. If there is any problem with quality of pipes after the
pipes are cut the pipes shall be jacked up as per the relevant standards and the jointing works
shall be carried out.

16.0 AMR System Specifications:


Meters are with a built in transceiver and the radio will be based on any wireless
communication system that transmits every 5 Sec. -2dbm. Once it recognizes the handheld
device meter shall connect and forwards its reading to the Hand Held device.
The register includes display of 8 digits at size of 10mm + 4 signals:
Measuring units - m³.
The register works on Battery with expected life time of more than 10 years.
Handheld unit for walk by.
The Existing Handheld device of HMWS&SB shall be used with necessary modifications by
installing an application on it, so as to enable the system to operate. The reading will be in
accordance to preset walking route. The unit will read the meter and displays:
Meter number
Current reading.
Last reading (if loaded by the supplier )
104

Alerts such as:


Leak
Tamper
Low batt.
And back flow.
The info will be stored on the application database (local on the device). With the HH device
which has 3G built in, the supplier will be able to down load the read data directly to the
WEB and forward to the billing system.

AMR System General Requirements:


1. The register includes display of 8 digits at size of 10mm + 4 signals:
2. The AMR trans-receivers shall be wireless and have IP 68 protection class.
3. AMR shall be obtainable even under submerged conditions.
4. The remote readings and dial readings of water meters shall match at all the times.
5. The AMR device of the water meter shall be tamper proof.
6. If the AMR communication frequency is using / operating on paid frequency band, then
the AMR water meter manufacturer has to produce the valid copy of license issued
by Govt. of India / Deptt. of Telecom (DOT), for using the said operating frequency
band. The cost of the same will be presumed as included in the quoted rates.
7. The technically qualified bidders shall obtain license for using frequency band to
conduct the demo in the area of demonstration.
8. All water meter shall be fitted with wireless remote trans receivers for AMR reading. It
shall be inbuilt in the water meter without wires.
9. The water meters fitted with A.M.R. shall have the facility to transmit reading in
maximum submerged condition (as specified for IP-68 compliance)& the remote
readings should be obtained outside the meter chamber, with water meter in
submerged condition & lid of the chamber closed

HAND HELD DEVICE/SMART PHONE ;

1. The hand held device or reading device shall have the sufficient memory(minimum 4000
reading data) for storage of maximum data / reading along with sufficient power back
up. It should be able to read the AMR meter reading from a minimum distance of 50
mtrs in case of walk by reading machines.

2. The Central server should have 99% uptime to capture all field Data immediately .

3. The Communications between the hand held and the central server shall be secured and
105

encrypted.

2. The HHU shall have onsite search facility in HHU to identify the meter position in
particular area and to obtain the corresponding details of it

1. The HHU should be connected via GPRS to the central server. The Data should be
immediately to the server by GPRS.

2. The HHU should be adjustable back light, sun light readable, colour display and
touch screen.

ADDITIONAL SPECIFICATIONS:
1. In case of AMR reading, if reading not captured due to some reason, HHU should
have capability to record to data manually along with route data to be downloaded with
notification of cause of manual reading. The issue should be resolved within fifteen
days and no manual reading will be allowed in next billing cycle meter will be
treated as unread and will attract action under relevant clause for that particular
meter.

2. Different type of indications such as read meter/unread meters/meters to be read,


meters read with observations , meter with alarm, unreadable
meters/meter not okay, reading not reliable, meter maintenance required
should appeared on HHU.

INSTALLATION:
1. Installation of water meters means replacement of meters or installation of new meters in
Malkajigiri area on the water connections as per the list containing name of consumer,
address & W C no. given by HMWS&SB.

2. The supplier will be at liberty to engage civil associates for the installation work for which
approval will have to be taken from the department by submitting the credentials of the
civil associates the firm intends to engage. Responsibility for fulfillment of the
contractual obligation including quality of work, conduct of personnel engaged for
installation work will remain with the principal i.e. the firm to whom the contract is
awarded.

3 The supplier shall issue laminated photo identity cards under the joint signatures of
General Manager (Engg.), HMWSSB & Authorized representative of the firm to its
personnel responsible for carrying out the meter installation and maintenance. While on
work, the Identity cards will be displayed by the employees of the firm. The supplier
employees will be courteous in their interaction with the consumer. It will be binding on the
106

firm to discontinue the services of any of its employee with immediate effect on receipt
of complaint (verbal or in writing) on verification by the Executive Engineer concerned.

Removal of existing meters:

The existing consumer meter shall be removed by dismantling existing


threaded/flanged/welded specials without damaging the specials. If the meter belongs to
the consumer which as per the revenue record is marked as private then the meter and all
fittings shall be returned to the consumer / HMWSSB.

Record for old water meters recovered and private meters handed over back to the
consumers shall be maintained by the bidder along with identification for nine
months from the installation date after nine months bidder shall dispose the old records.

Fixing new meter:


The new meters are to be fixed on the service connections preferably just near the
entrance of property of consumer or at the location earmarked in the dwelling unit. The
consumer record including name, address and other details shall be provided by HMWSSB.
Firm has to submit the program of fixing of meters before actually starting the work.
Firm has to fix the meters in suitable batches preferably not less than 2500 consumers each.

The firm shall submit a monthly progress report on meter supplied & their installation to the
Executive Engineer (by the 10th of following month) & details of installation of
meters to concerned manager with in 15days.

MAINTENANCE:

The manufacturer firm shall stand guarantee against all manufacturing defects for the
meters for 5 years including defect liability period from the date of installation of last
lot of meters. The date of installation shall be considered from the last day of the 6 th
month for the entire lot of meters installed proceeding that day.

During the Guarantee period if any meter becomes defective or not found as per specification,
the same shall be replaced free of cost by the firm at site failing which it will be repaired
/ replaced at the risk& cost of the firm within 3 days.

The firm shall prepare and maintain the data base i/c the date of installation, date of
defects observed/ pointed out, date of repair /replacement of meter etc.

If the meter is found tampered with or stolen, the same will not be covered under
guarantee of the firm.

The firm shall be responsible for maintaining the installed meters during the guarantee period
of five (5) years from the date of completion of installation of the supplied meters i/c
cost of radio frequency if any required for AMR system. The date of installation of
the meters shall be considered as last day of the Third month for the entire lot of meters
installed during that quarter.

The supplier shall have to appoint Customer Redressal officer with the full fledged team
of skilled technicians, tools & mobile van to attend and resolve the customer
complaints of urgent nature viz. Leakage from the body of meter & fittings, blockage of
strainer of the meter within 48 hours irrespective of any holiday. The firm will provide a
107

help line number for contact and registration of complaints from the consumers.

Complaints regarding abnormal readings will also be treated as defective meters unless proved
otherwise by conducting field test within consumer premises. The meter shall be tested on
complaint & if found defective showing incorrect reading shall be treated as defective meter.
The bidder has to arrange for the replacement of such water meters with duly tested
meters.
B. Bulk Water Meters – 100mm to 250 mm dia

1.0 Type of Meters:-

I. The type of meter shall be AMR compatible with Pulse Emitter Pre-Equipped. Meter is a
Removable Element water meter in sizes 15mm to 250mm for cold water. Magnetic drive,
lower transmission resistance. The measuring mechanism shall be removable from the body
for checking, maintaining and replacing without removing the body. Water temperature: T50
or T30 – Water pressure :<1.6MPa. The meter shall be suitable for installation in any position
with the direction of flow as indicated by the arrow cast in the meter body with the register
face upwards. It shall have a Dry dial register to ensure clear reading. Register capable of
3600 rotation. Meter shall not be affected by external magnetic field. Meter to conform to IS:
2373, ISO 4064 and EEC marked/ MID Certification..

II. All water meters offered under the terms and specifications of the tender must be AMR type
meter and be fitted with a low mass rotor which is parallel to the direction of water flow and
exhibits dynamic thrust relief.

III. The meter bodies will be flanged end for connection and be drilled in accordance with ISO
7005-2

IV. The water meter will have a magnetic coupling between the meter mechanism and the
register. Thus must be fully tamperproof and prevent the meter reading being affected by any
non-destructive external methods.

V. The register mechanism will be mounted within a non- plastic housing preferably made from
copper and should be fitted with a mineral glass window. The register may be submersible to
3 m. depth of water and will remain condensation free. (IP 68)

VI. The register mechanism will be pre equipped to receive a pulse output unit for AMR. IP 68
protection class must be respected when meter put on use with RF or any type of AMR.

VII. The meter shall have the facility for AMR pre-equipped with watchable target to allow
communication and remote reading through Pulse output, radio frequency, M – BUS protocol.
The meter shall have the facility for pulse outputs ranging from I Pulse per 10 liter through to
I Pulse per 1,000 liters depends upon meter size and specification.
108

VIII. The complete measuring mechanism of the meter shall be removable and interchangeable
with a replacement pre calibrated mechanism. Changing the mechanism will not have an
effect larger than +1/- 0.5% on the accuracy of the complete meter within the EEC / MID/
OIML limits for the Class B standard. The rates for inter changeable mechanism shall be
Quoted separately.

IX. The meter should be capable of installation in horizontal plane with no change in accuracy of
reading. The meter should also be able to function in reverse flow and maintain the EEC /
MID / OIML Class B Standard.
109

2.0 Material and Workmanship:-

The meter shall be guaranteed against defects in material and workmanship for a minimum
period of one year from date of delivery. Parts to replace those in which a defect may develop
within such period shall be supplied without charge, piece, upon the return of such defective
parts to the supplier thereof or upon proof of such defects. All parts of the meters shall be
finished to ensure interchangeability, which is to be guaranteed. The materials for the various
parts of the meter shall be as follows:

3.0 Main Parts:-

The meter body shall be manufactured of cast iron (Conforming to grade FGI 250) and shall
be coated with a high quality fusion bounded powder coating inside and outside the meter
body.

Propeller shall be made of suitable moulded material shaving sufficient rigidity and strength
to operate at maximum rated capacity of the meter. Propeller shall have specific gravity as
close to that of water and shall be hydro-statically and dynamically balanced.

Propeller shaft / spindles shall be made of stainless steel or tugsten carbide and shaft bearings
shall be of jewel / ball of suitable type made of corrosion resistant materials.

4.0 Marking:-

Each water meter shall be marked with the following information:-

a. Direction of water flow with an arrow indicating the direction.


b. Trade Mark and / or name of the manufacturer.
c. The metrological class and Qn rate in m3 / hour
d. The Manufacture’s series number of the meter permanently affixed to the meter’s
upper or lower case
e. Working Pressure
f. Approval EEC marking and No. of approval certificate
g. Year of manufacturing printed on the counter or engraved on the head ring.
h. EEC marking
110

5.0 Registers:-

The Register shall be designed in such a way that Register is encapsulated with metallic
preferably with copper. The Register protective cover shall be made of sturdy glass and shall
have a thickness of not less than 5 mm sturdy glass is defined as the ability of the counter
protection glass to withstand, without damage, a free fall of a metal ball weighing 27.2 grams
from a vertical distance of not less than 70 cm.

6.0 Accuracy:-

The meters performance specifications shall be to EEC / ISO – 4064 Class B performance.
Accuracy shall be in accordance with ISO and EEC Class B.

7.0 Head loss:-

Meters shall show a loss of head not exceeding 0.1 Bars at Qn in accordance with ISO 4064.

8.0 Working Pressure:

The meters working pressure shall be 20 Bars.

9.0 Working Temperature:

The meter must be able to withstand a maximum working temperature of 50° C. (warm water
meter type).

10.0 Seals:

All meters shall be sealed with approved type of seals.


111

C. Full Bore Electromagnetic Flow Meter: 300mm to 1600 mm dia

1. Meters shall confirm to ISO 4064 with accuracy +/- 0.5% of measured value.

2. Working conditions & Specifications:

a) Water Temp : 10 Deg – 50 Deg.

b) Water quality of potable chlorinated

c) Operating pressure : 10 – 15 Kg/ Sq.cm

d) Full bore Bi-directional Electromagenetic Flow Meters shall be designed, manufactured &
calibrated to international standards with accuracy of +/- 0.5% of reading.

e) The supplier should have full ISO – 9000 series accreditions & full it aceable calibrations methods
to either of the two primary standards means of testing i.e. mass ( ISO 4185) or volume ( ISO 6817).

f) Each meter shall be wet calibrated at the place of manufacturing with 3 point calibratiobns at
sufficient flow rates. The testing facility shall be duly accredited in accordance to ISO 17025.

g) The sensor shall be of standard length as per ISO 13359.

h) The sensor shall have built in stainless steel Grounding Electrode & Empty pipe Detection. Any
ground probes, rings, flanges or strips will be strictly not acceptable.

i) The liner material shall be either certified Hard Rubber (HR) with drinking water approval or
Polyurathane (PU) & Teflon.

j) The sensor & transmitter shall be capable of working in tropical environment.

k) The meter body shall be flanged or with custom connector as per the requirement . Wafer design
will not be acceptable.

l) The housing of flow meter shall be die cast Aluminum / painted steel with suitable anti- corrosion
paint.

m) The flow meter shall be suitable for both submergence as well as burial installation & shall
withstand all necessary natural shocks.

n) The transmitter & sensor shall not have any EMI interferences in the actual flow meter reading.
112

o) The totalizer value shall be protected by EEPROM during power outage and utilize an overflow
counter.

Strainer - To conform to IS 2373. Strainers shall be made of a material which is not susceptible to
electrolytic corrosion. They shall be of plastic or other corrosion resistant materials. They shall be
rigid, easy to remove and clean and shall be fitted on the inlet side of the water meter. The strainer
shall have total area of holes not less than twice the area of the nominal inlet bore of the pipe to which
the meter is connected. Where strainer is installed outside the meter, it shall be at such a distance that
it does not affect the accurate functioning of the meter.

O&M towards Flow meters & accessories:

b) The O&M shall be decided on planned preventive maintenance program to be finalized


with HMWSSB for a maintenance period of 5 Yrs.

c) Regular visit to the flow meters ( once in 2 months to check the healthyness of
instrument).

d) Repairs / replacements of components / spare parts as may be necessary during the flow
meter inspection.

e) Emergency visit to site within 48 hours for attending any major trouble shooting and
break downs.

f) Providing complete technical details on instrument with necessary manuals.

Note: The successful supplier has to obtain approval for the specification drawings for all meters from
the Engineer-in-charge / Competent Authority.
113

4. Drawings

These Bidding Documents includes the following drawings.

Drg. Drawing Name


No.

1 Pipe network showing DMAs and location of meters zone wise


Zones: 1-A, 1-B, 2, 3-A, 3-B, 4-A, 4-B, 5, 6, 7, 8-A, 8-B, 8-C, 9-A & 9-B

2 Drawing showing details of chambers for meters

Note: The successful supplier has to obtain approval for the specification drawings for all meters from
the Engineer-in-charge / Competent Authority.
114

5. Inspections and Tests


1.0 Inspection and Testing

The type or make of the meter which is supposed to be supplied shall be tested as per the
provision of IS 779 read with IS 6784 or ISO 4064-3 for the following.
(a) Acceptance tests
(b) Type tests

In addition to the above, all meters to be supplied by the successful bidder should be tested
for the Production Routine Tests as per the provisions of clause 12.3 of IS 779. The
successful bidder should provide the manufacturer’s Production Routine Test Certificates
along with every meter supplied.

If any meter is supplied without the manufacturers Production Routine Test Certificates as per
standards required, it will not be considered for payment.

The meters shall be free from “Dial Not Visible” defect due to vaporization of any
chemical or oil used for gaskets or any other parts of the meters, the supplier shall
replace the total lot/batch of such meters within 30 days time.

2.0 Accuracy Class:-

The accuracy of the meter shall be in accordance with ISO 4064 Class B.

3.0 Pressure and Temperature:-

The working pressure shall be at least 5 bars, the testing in accordance with ISO 4064. The
meter shall be capable to operate in an ambient temperature of up to 50° C.

4.0 Pressure Loss:-

The pressure loss through the water meter shall not be greater than 0.25 bar at Qn and 1.0 bar
at Qmax.

5.0 Meter Markings:-


The water meter shall be marked with the following identifications:
a. Direction of Water Flow with an arrow indicating the direction.
b. Trade Mark and / or name of the Manufacturer
c. The metrological class and Qn Flow Rate in m3 / hour.
d. The Manufacture’s series number of the meter permanently affixed to meter’s upper
or lower case.
e. Working Pressure
f. Approval marking and No of approval certificate.
g. Year of manufacturing printed on the counter or engraved on the head ring.
115

h. EEC marking
6.0 Accessories:
 The meter shall include the following accessories.
 Two threaded tailpieces, which shall conform to ISO 228 for threaded end.
 Meters with sealing arrangement to seal with meter body.
7.0 Conformance to Meter Testing:
a. The meter shall be tested for conformance test according to ISO-4064
b. The meter shall be tested for registration accuracy as per EEC/ISO4064 Class B.
8.0 Seal:

The meter shall be sealed by the manufacture before delivery and shall be provided with a
hole for sealing the meter with the tail pieces on the inlet side of the meter.

9.0 Spare Parts:

The supplier shall have sufficient inventory of spare parts till the end of contract period.

10.0 Shipping Containers:

The water meters shall be packed in containers or boxes containing not more than fifty (50)
meters each.

11.0 Quality of Water meter:


The supplier shall comply with the following for ensuring quality of meters:
1. ISI marked meters along with Life Cycle Test Report/Certificate, obtained from
FCRI [Fluid Control Research Institute) (or) EEC certification or OEIL. MID
certification
Testing of Pipe and Equipment Fittings:

All the Meters and fittings will have to be tested both at factory and at site as per
relevant Indian Standards. The sample testing shall be witnessed by the Engineer-in-
Charge or his authorized representatives and Third Party Quality Control supplier .
116

6. Technical Requirements for SCADA in Malkajgiri

1 Background: Malkajgiri receives water from feeder main by gravity. The Distribution system
is divided into eight zones and then subdivided into 94 DMA zones. Water is first received
into a Sump by gravity from the feeder main. From the sump water is pumped by a pump into
adjacent OHSR (overhead Balancing Reservoir). From the OHSR water is distributed to
consumers where the distribution system is divided into DMA zones.

2 Controls required:
(i) The inflow and the cumulative flow for the day into each sump has to be controlled to the
required quantity / rate of flow. After the days requirement is supplied to the sump the inlet to
the sump has to be closed automatically. The Valve shall open again after a preset level in
sump is received.
(ii) Pumps at sump will be operated remotely based on level in OHSR.
(iii) The inflow and the cumulative flow for the day into OHSR/ESR s has to be controlled to the
required quantity / rate of flow
(iv) Whenever there is no demand in distribution system the OHSR/ESR s will overflow and
hence the level is to be sensed and the flow into ESR is to be stopped.
(v) To supply water from the OHSR/ESR at required design flow it is necessary to provide flow
measurement & control device.
(vi) Residual heads at inlet to sumps need to be monitored.

3 Main Components of Flow and pressure controls are: (i) Ultrasonic Level (Sump/ESR) Sensor &
Transmitter, (ii) Pressure Sensor and Transmitter located at inlet to sump(iii) Turbine flow meter
upto 200 mm and magflow meter from 300 mm and above) with signal generation at inlet to
sump, at outlet of each pump and outlet of OHSR, (iv) Butterfly Valves,operated with Actuator
Motor (v) Programmable Logic Controller/Remote Terminal Unit (PLC/RTU) and (vi) GSM/
VSAT / GPRS Modems. Instrumentation such as Flow meters, level sensors, BF valves, PLC
panels etc require prompt servicing arrangement and hence require at least five years of
guarantee. Dependable quality power at ESR is required for reliable functioning of the controls
and hence, a battery back-up system shall be provided with charger facility with minimum 24
hour battery back-up and enabled with Solar Connectivity.

4 Operations:
i) Sump: The rate of inflow and the cumulative flow for the day into each sump has to be
controlled the required quantity / rate of flow. Water meter will be installed at inlet of sump
to monitor the quantity of water supplied into sump. After the days requirement is supplied to
the sump the flow meter at inlet to the sump will send a signal to the PLC and from PLC to
the MOV by which sump inlet valve will be closed automatically. When the sump becomes
full, a signal from Ultrasonic level transmitter in the sump will be sent to PLC which will
send a signal to the MOV to close and the sump inlet Valve and will be opened after a preset
level in sump is received.

5. Pump Station Automation: - Pumps in the sumps will be operated based on the levels of
Sump/ OHSR/ESR. The level of OHSR and flow into OHSR will be monitored. The level in
the OHSR will be monitored by ultrasonic level transmitter and transmitted to PLC by cables.
When the maximum water level reaches in the OHSR, the pumps will stop. When the preset
level in the OHSR is reached the pumps from sump will restart. Pump Controller will be
installed at the pumping station to control the pumps. These Motors can be switched On / Off
remotely depending on the water level at sump/ OHSR. Energy meter will be installed to
collect data on power consumption by each motor for generating Reports like Power
consumed Vs water pumped . A flow meter is installed on outlet of each pump, and data on
quantity pumped, energy consumed , KW per KL of water pumped and cumulative number of
hours that each pump has been running.
117

5 OHSR Automation: - The following equipment will be installed for automation of operations
at OHSR.
(i) Ultrasonic Level Transmitter: - Ultrasonic Level sensor/ transmitter will be installed at
OHSR which will determine exact tank water level and transmit to PLC through RS485. This
level determination will enable to control the ON /Off the Motors at Pumping Station.
(ii) Flow Meter & Water AMR type meters & Electro-magentic Flow meter: Flow meter with
Pulse Output upto 200 mm and Magflow meter above 300 mm to facilitate AMR system will
be installed at the outlet of OHSR to measure the volumetric flow rate of water from OHSR.
Depending on the Flow rate at OHSR Pulse gets generated. This Pulse is collected and is sent
to PLC Through RS485. After the days requirement is supplied into the distribution system
from the OHSR the flow meter at inlet to the sump will send a signal to the PLC and from
PLC to the MOV by which OHSR outlet valve will be closed automatically.
(iii) Strainers: - Strainers will be installed at the Out Let of OHSR to filter any solid matter to
flow into the feeder lines to OHSRs
(iv) PLC with GSM/GPRS:-This Unit (RTU) will be installed at Sumps and OHSR and
provides interfaces all equipments in OHSR and transmits data on tank water level, rate of
flow and cumulative flow from the flow meter to master control room.
(v) Power Back up:- Power back up for MOV and PLC will be provided at OHSR by using
Solar Inverter.
(vi) Pressure Transmitter: - Pressure Transmitter is installed at inlet of OHSR to measure
Pressure of water the data collected is sent to PLC and from PLC to Control Station located at
Malkagiri .
(vii) Motorized Valve: - It is installed at inlet of sump and outlet of OHSR which will receive
signals from PLC and will close or open depending on whether desired quantity of water is
supplied into the system is reached. This is controlled automatically by PLC.
(viii) All the Instruments/ equipments will communicate with Local RTU by wired
communication through RS 485 and All RTU will communicate with the Control station
located at Malkagiri through GSM/ SMS / VSAT / GPRS.
Pressure transmitter / Transducers: Pressure transducers are also known as pressure
transmitters and shall be of proven make and produce a 4-20mA signal which shall be
least affected by electrical noise and resistance in the signal wires.

Control Center: The data flow will be as follows: Flow into Sumps/OHSR/ ELSR and water
level measurements shall be measured as frequently as every 15 minutes. This frequency may
be adjusted to longer time periods as required by RWSSD. RTU shall return the latest
measurement since the last time it was queried. Data will be received from all RTUs. The data
collected through GSM VSAT / GPRS Modem will be processed by the data processing
software. The processed data will be stored locally in the Control Center and made available
to the HMWSSB .The data transmitted from Sumps, Pumping station and OHSR s shall be
linked to control center to a desktop PC. Software shall be installed in the system to store data
and generate reports on query. Reports include: (i) Daily/ monthly quantity of water supplied
to each sump and from each OHSR (ii) Daily / monthly pumping hours, (iii) daily and
monthly energy consumption for each pump, (v) Monthly average KW/KL of water pumped,
(vi) Monthly cumulative number of pumping hours for each pump, (vi) Daily / monthly
pumping interruptions due to power failure and other interruptions.

5. Technical Specifications
Introduction

The main Aim of SCADA System for Comprehensive Water Supply Service Improvements in
Malkajgiri Project under TSMDP is to achieve maximum benefit of water distribution to all
118

planned localities. This requires close monitoring of water distribution system.


. Malkajgiri receives water from feeder main by gravity. The Distribution system is divided
into eight zones and then subdivided into 94 DMA zones. Water is first received into a
Sump by gravity from the feeder main. From the sump water is pumped by a pump into
adjacent OHSR (overhead Balancing Reservoir). From the OHSR water is distributed to
consumers where the distribution system is divided into DMA
It is proposed that flows at different locations on 94 DMA’s designated locations. These
measuring locations are to be connected using VSAT / GPRS data communication network to
Master Control Centres at Malkajgiri if required using VSAT / GPRS communication.

Equipment :
Sump: The following equipment will be installed for automation of operations at Sump.
1. Ultrasonic Level Transmitter: - Ultrasonic Level transmitter confirming to IP-64 or above the out of
it ultrasonic level sensor should 4-20 mA and and should a detecting range of min 5 mtrs and above
with built in display indicating the level of water be installed at Sump. The levels of SUMP will be
monitored and inlet into sump and Pumps at sump will be operated based on the levels of Sump.
When level of Sump reaches maximum water level, sump will overflow and hence the level will be
sensed and the signal sent to PLC which will in turn send a signal to the Motorised BF valve (MOV)
at sump’s inlet to stop the flow into Sump and once a preset level in Sump is reached, ultrasonic level
transmitter sends a signal to PLC which in turn will send a command to open the MOV to resume the
flow into the Sump. Pressure Transmitter: - Pressure Transmitter will be installed at inlet of Sump
OHSR to measure Pressure of water and send the data collected to PLC and from PLC to Control
Station located at Malkajgiri.
2 Pump Station Automation: -(i) Pump Controller will be installed at the pumping station to
control the Motors and 1 Stand bye Motor. These Motors can be switched On / Off remotely
depending on the water level at OHSR (Over Head Service Reservoir) and sump level. When the level
in the sump reaches a low level the pumps will stop and will resume pumping after a set level is
reached in the sump. (ii) Energy meter will be installed to collect data on power consumption by
each motor for generating Reports like Power consumed Vs water pumped (iii) A flow meter will be
installed on pumping main and data on quantity pumped, energy consumed , KW per KL of water
pumped and cumulative number of hours that each pump has been running.
3 OHSR Automation: - The following equipment will be installed for automation of operations
at OHSR.
(i) Ultrasonic Level Transmitter: - Ultrasonic Level transmitter will be installed at OHSR The levels
of OHSR will be monitored and Pumps at sump will be operated based on the levels of OHSR. (i)
Ultrasonic Level Transmitter: Ultrasonic Level sensor will be installed at OHSR. Whenever there is
no demand in distribution system the OHSR s will overflow. When level of OHSR reaches maximum
water level, the ultrasonic level transmitter will send a signal to the pump controller to put off the
pumps and when the level in OHSR reaches a set level, signal will be sent to pump controller to
resume pumps.

(ii) Flow Meters with strainers: Bulk Meters Full -Bore Electro-magnetic flow meters (EMF with
magnetic drive Flow meters or magnetic flow meters with Pulse Output to facilitate AMR system
along with strainer will be installed at the inlet of OHSR to measure the volumetric flow rate of water
into the OHSR. When the rate of flow varies from the set value and cumulative quantity of flow
exceeds the designed quantity, the MOV will operate by automatic command from the PLC to
regulate rate of flow and thus achieve the required designed cumulative inflow into the OHSR.
(iii) Motorized Valve (MOV): - MOV is installed at inlet of OHSR which will receive signals from
PLC and will close or open depending on whether desired quantity of water is supplied to the OHSR
is reached. This is controlled automatically by PLC.
(iv) PLC with GSM/GPRS:-This PLC will be installed at each OHSR and provides interfaces for all
equipments in OHSR and by using commands from the PLC control the pumps at sump, water level
119

of OHSR, rate of flow of water and cumulative Quantity of water entering the OHSR. All the data is
transmitted to a Control Station located at Malkagiri .
(v) All the Instruments/ equipments will communicate with Local PLC by wired communication and
All PLC will communicate with Central Server located at the Control station located at Malkagiri
through GPRS/SMS. The communication should by Bi- directional ie., from PLC to the Server and
via the server should be able to set the desired parameters such as quantity of water to be delivered
,time ,duration etc in the PLC.The PLC shall also be able to send all necessary data of the parameters
set back to the server on demand.
(v) Power Back up:- Power back up is planned at OHSR by using Solar enabled Inverter.
(vi) All Equipments will be fixed in main line and a Bypass Option is provided with manual
Operating valves to provide uninterrupted water supply in case of failure/ maintenance of the
automation.
(vii) Chlorine Sensor : Chlorine sensor shall be installed at the out lets of OHSR to measure the
residual pre chlorine periodically and Data should be sent to the server.

Specific Technical specifications for SCADA;

1. The bidder shall follow a quality assurance plan and adopt well-documented quality
processes.

2 Data Transfer Unit (AMR ): AMR system with flow meters to transmit the flow meter
reading to PLC, shall be of proven and reputed make and shall be demonstrated in the field to
achieve the desired transmission of flow data..

3 Motorized Butterfly Valves : The BF Valves conforming to IS 13095 and material as per IS
1865 with renewable (Soft Seated) Resilient seated soft sealing . valves shall conform to IS
13095 and materials as per IS:1865 , , with renewable soft seal on the disc and Body seat face
of stainless steel/nickel weld overlay with powder or liquid Expoxy coating with minimum
thickness of 250 microns applied on both body and disc inside and outside, which needs
automation in the project lowering the valves into the chamber including all civil works
which are required as per the site conditions. higher international standards are also accepted.
Electric Valve Actuators : The actuator shall be self contained unit designed for intermittent
electrical operation shall be reputed make and drien by Motor confirming to IS 12824 suitable
for butterfly valves that rotates through a quarter-turn (90 degree) or more from open to close.
Actuator allows the vale stem to move from the fully closed to fully open position and via.
The Actuators should have a potential free limit switch which provides feed back of the
status of the valve weather opened or closed As required for controlling the rate of flow of
water the feed back of the valve position my be provided through 4-20 mA. The degree of
production should be IP 64 or higher and should be confirm to CE certified.

4 Remote PLC with GSM/GPRS Communications standards and protocols shall follow the
relevant ITU-T and ITU-R standards. Where such standards are not fully developed, other
industry-accepted standards such as IEEE, ANSI, ISO, IEC, or Open Systems Foundation
(OSF) may be offered.
Computer standards shall conform to the ISO/OSI seven-layer concept for Open Systems
Interconnection. Except where otherwise specified or implied, the Contract Works shall
comply with the latest applicable specifications of the International Electro-Technical
Commission (IEC), Australian Standards or the British Standards Institution (BS) or Indian
Standard recommendations, but the Supplier may submit for approval equipment or materials
conforming to technically equivalent or better than standards proposed in this Specification.
Reference to a particular standard or recommendation in this Specification does not relieve
the Supplier of the necessity of providing the Contract Works complying with other relevant
standards or recommendations.
120

5 RTU/ PLC must be proven make and logic shall be demonstrated in the field to achieve the
desired controls. Well proven and widely used model, produced by a primary brand name and
tested in a large number of installations. Provide manufacturer’s certificate that the model
proposed has been in production at least one year. Open design, operating with a wide variety
of sensors. Open design, operating with a wide variety of sensors. Data storage shall be non-
volatile memory sufficient to store one year data for all parameters. Individual recording
intervals for each sensor/parameter. Multi-tasking operating system-must log data and
transmit at same time. Digital display for viewing current data and setting values.
(i) Input /Output : Required number of input/output channels, serial ports for data
communication.
(ii) Software: Communication software shall be compatible with both Windows XP as well as
Windows 7, English language with all required licenses.
(iii) Different user levels, system of user rights / passwords, access restricted to authorized
personnel
(iv) Serial cable + adaptor (if required) for laptop connection. All accessories (fixing units, etc) as
required.
(v) The environmental enclosure would house the RTU, power supply, and data
retrieval/transmission peripherals. The enclosures would provide protection from dust,
humidity, precipitation, sunlight, environmental pollution, and insect/rodent infestation. The
Enclosure should be customized for cable-entry openings or mounting brackets.
(vi) Complete tool kit for installation and routine maintenance giving full details (number of
pieces and type).
(vii) Full documentation and maintenance instructions in English (1 copy per station).

6 Control Center: The data transmitted from Sump, Pumping station, OHSR s shall be linked to
control center to a desktop PC. All flow meters ( both DMA and Consumer meters) data will
be also transmitted to Control center. Software shall be installed in the system to store data
and generate reports on query. Reports include: (i) Daily/ monthly quantity of water supplied
to each OHSR (ii) Daily / monthly pumping hours, (iii) daily and monthly energy
consumption for each pump, (v) Monthly average KW/KL of water pumped, (vi) Monthly
cumulative number of pumping hours for each pump, (vi) Daily / monthly pumping
interruptions due to power failure and other interruptions.

The data flow will be as follows: Flow into Sump, OHSR and water level measurements shall
be measured as frequently as every 15 minutes. This frequency may be adjusted to longer
time periods as required by RWSSD. RTU shall return the latest measurement since the last
time it was queried. Data will be received from all RTUs. The data collected through GSM
will be processed by the data processing software. The processed data will be stored locally in
the Control Center and made available to the HMWSSB.

7 Online UPS Minimum 1 KVA with solar back up: Battery shall conform to and 14001 and
UPS to ISO 9001.
Technology shall be Digital signal processor controlled True Online. High frequency.
Inverter technology: PWM technology with built in galvanic isolation.
Battery recharge time after complete discharge 8 hours. Output Voltage 220/230/240.
Efficiency AC to AC 93 % and DC to A C 94%. UPS shutdown with alarm and indication in
case of over voltage and under voltage of output, low battery, inverter overload, over
temperature, output short.
Isolation: Power: Both input and output with MCB s, Automatic static bye-pass, short circuit
protection, input- under and over voltage and output under and over voltage.
Indicators for : Mains on , Inverter on/off, low battery, battery overcharge, inverter overload/
current and temperature. Protection IP 22, RS 232 Port for auto shutdown, Audible alarm for
battery low, mains failure, output over current and overload.
Battery : appropriate SMF battery.
121

8 Pump controller: The Motors have to be switched On / Off remotely depending on the water
level at sump and OHSR through the PLC. The Controller by shall be a proven reputed make
and provide a secure and reliable remote management system, which shall enable to monitor
and manage pump systems remotely and linked to the SCADA. An alarm or warning, shall be
notified to the pump supplier s directly. The communication interface shall enable
transmission and storage of data on pumping operations for transmission via GPRS / SMS
from the pumps and controllers. The built-in multi-purpose I/O board shall allows to connect
sensors and switches. The pump should be controlled through the PLC that may be
programmable by the central server. The pump Motors and other allied are specified in the
9 Adequate Protection shall be provided from the PLC which shall be housed in the pump
house.

10 All power and control cables shall be of best quality and be laid and protected by laying in
separate sealed PVC conduits.
11 Pressure transmitter / Transducers: Pressure transducers/ pressure transmitters shall be of
proven make and produce a 4-20mA signal which shall be least affected by electrical noise
and resistance in the signal wires.

SOFT ware SCADA HMI requirements : The HMI (human machine inter face)
should have a dash board that represents and shows the water net work including the
positioning of the pumps and the control valves and ELSR/GLSR of the main lines.
The operations may be controlled through this dash board for easy usage or
monitoring the entire scada systems . The dash board must show live Data of not later
than 3 min latency and all alerts that may be defined at a later date for the proposer
functioning of the SCADA system must be displayed on this dash board indicating the
cause of alert.

Reports such as reconciliation the entire water sourced and consumed , daily
consumption , consumption by tank/area shall be provided.
Calendar /Auto functionality : The SCADA system should be able to define and
confirgure the quantity of water , time period ,days of the week, and the operation of
such a plan shall be executed unattended through PLC based on this calendar . This
auto calendar should be configurable through the soft ware remotely any number of
times.

Note : The supplier shall at times keep minimum required spares in case of emergency
/break down at least 5 % of the requirements.
122

7. MANNING, OPERATION AND MAINTENANCE

I. BACKGROUND:

1.0 The Malkagiri Circle is part of Greater Hyderabad Municipal Corporation and in this
project clear water will be available from an assigned feeder main from Krishna Drinking
Water Supply Project Ph-III (Ring Main) or GDWSP Ph.I which is being considered as
source of safe and potable water for the project area. This will be extended from near
location in Sainikpuri area by a 1200 mm dia MS pipe line to gravitate water to the
proposed 18000 KL GLSR at Defense colony for 53.19 MLD of treated water to the
water supply system of Hyderabad Metropolitan area in Malkagiri. Under the Component
a 18000 Kl GLSR at defense colony which will act as Master Balancing Reservoir ,Clear
water Feeder Mains from 500 mm dia to 1600 mm dia MS/DI pipe line and distribution
net work in 15 zones from 100 to 600 mm dia measuring about 396.00 kms and water
Quality monitoring and surveillance ,electrical and mechanical works and GLSR’s/ELSR
. From Defense colony 1200 mm dia MS pipeline water flows by gravity to 18000 KL
GLSR at Defense Colony and then distributed in to the network.

2.0 Components of Phase-I:

2.1 Pipelines:

a) The Rising main 1600 mm dia MS pipe line to length of 3.695 kms from
Defence Colony to Anand bagh junction branching off from location near
Vajpayee Nagar Railway crossing and another branching Chanikyapuri
and another branching main of 500 mm dia DI pipe line length of 2.40
Kms towards Thirumal Nagar GLSR another branching main of 700 mm
dia MS pipe line length of 1.27 Kms to Gautham Nagar GLSR .Alignment
of pipe line have been finalized to cover the assigned command areas in
respective water supply zones which included all the municipal ward of
town . Altogether 9 water supply zones have been finalized in which 3
zones have to 2 sub zones and 1 zone has three sub-zones. Each sub-zone
has dedicated ELSR expect the zoner 6 (Thirumal Nagar) which will
receive water from GLSR directly. The total length of Distribution pipe
line is 383.20 KMs. Ranging from 100 mmm dia to 450 mm dia. The areas
covered are a.Defence Colony b)Sainikpuri c)Vajapyee Nagar d)
Sainathpuram e) Moula ali f) Thirumal Nagar g) Chanakyapuri h)
Gautham Nagar i) JLS Nagar . The DI/DF metal seated Gate valve from
80mm dai to 1600 mm dia D/F to act as control valves fixed on the pipe
line.

9 Distribution zones have been further divided into 6 zones and 94


numbers of DMA’s and Bulk Water Meter and Electro Magnetic Water
Meters and valves .

For water quality monitoring and surveillance :


123

By using field test Kits and portable electro- photometric equipment to take
water samples.

2.2 Pump Houses at 6 places:

a) At Sainikpuri:
A pump house for housing the clear water pumping equipment required for
Pumping water to 1900 KL ELSR of size 8m x10 mts is constructed with 2
Numbers of pumping units along with required suction, delivery and
various valves.

b) At Sainathpuram:
A pump house for housing the clear water pumping equipment required for
Pumping water to 1450 KL ELSR of size 8m x10 mts is constructed with 2
Numbers of pumping units along with required suction, delivery and
various valves.

c) At Moulali:
A pump house for housing the clear water pumping equipment required for
Pumping water to 700 KL ELSR of size 8m x10 mts is constructed with 2
Numbers of pumping units along with required suction, delivery and
various valves.

d) At Defence Colony:
A pump house for housing the clear water pumping equipment required for
Pumping water to 1400 KL ELSR of size 8m x10 mts is constructed with 2
Numbers of pumping units along with required suction, delivery and
various valves.

e) At Vajpayee Nagar
A pump house for housing the clear water pumping equipment required for
Pumping water to 1900 KL and 1600 KL ELSR’s of size 10m x18 mts is
constructed with 4 Numbers of pumping units along with required suction,
delivery and various valves.

f) At Goutham Nagar
A pump house for housing the clear water pumping equipment required for
Pumping water to 2900 KL, 2600 KL and 2800 KL ELSR’s of size 10m
x16 mts is constructed with 6 Numbers of pumping units along with
required suction, delivery and various valves.

2.3 Details of the Reservoir:

Sl.No. Location / Capacity of Reservoir


a. Proposed GLSR ‘s
1. 18 ML Capacity Clear Water Terminal Balancing Reservoir at
Defence colony
2. At Gautham Nagar -1450 KL
3. c)At Thirumal Nagar -5000 KL
124

Sl.No. Location / Capacity of Reservoir


a. Proposed GLSR ‘s
b. Proposed ELSR’s
1. At Defence colony : 1400 KL
2. At Sainikpuri : 1900 KL
3. At Vajpayee Nagar :i -1600 KL
ii -1900 KL
4. At Moua- Ali 700 KL
5. At Gautham Nagar i - 2600 KL
ii -2900 KL
6. JLNS Nagar - 2800 KL
7. Sainath puram - 1450 KL
Existing ELSR ‘s
1. Defence colony - 600 KL
2. Sainathpuram - 1500 KL
3. Chanakyapuri - 600 KL
4. Goutham Nagar - 1100 Kl
Existing GLSR
1 Defence colony- 1000 Kl
2. Sainikpuri- 3000 KL
3. Vajpayee Nagar - 11000 KL
4. Sainathpuram - 3000 Kl
5. Moua-Ali- 2300 KL

2.4 The system is provided with SCADA with Automation and manual operation.
Each shift 1 No semiskilled fitter and 2 Nos valve supplier s/Helpers are
needed to be provided at each of the 5 places where reservoirs are located
enroute. The semi-skilled fitters shall attend the minor leaks and tightening
nuts, bolts etc., to the required extent except in the case of major leaks / bursts
of the pipelines which are required to be attended by the main supplier who
has executed the job. The semi skilled and valve supplier s are required to man
and operate the various valves of the reservoirs and also on the main MS
pipelines within the premises of the reservoir sites as per the directions of the
concerned Engineers of HMWSSB and as per the time schedules and time to
time instructions thereon. The work inspector is also required to inform the
Engineers of HMWSSB and also concerned representative of the main
supplier who has executed the work in case of any major leaks or bursts and
pursue till the said major leaks or bursts are attended by the main supplier
being within the defect liability period. Thereafter, the has to attend the such
repairs till the completion of O&M Contract period. The work inspector is
required to be available at the telephone and should be able to communicate
with the Engineers of HMWSSB duly noting the instructions and pass on the
same to the concerned. For three shifts round the clock all together at each
reservoir site 3Nos of semi-skilled fitters and 6Nos of valve supplier s/helpers
need to be provided along with work inspector.

2.5 For each day a Pipe line misties needs to be kept on the site shall be
provided. The main job of these Pipe line misties is to monitor and supervise
125

the Rising main and Distribution main required to see that frequent valves of
the MS/DI pipeline is done in addition to attending the gland packing etc., for
the sluice / isolation valves at his cost within this contract. The supplier is
required to get the reservoirs including sump portions got cleaned manually in
addition to scouring away the deposits at least once in two months period and
see that the reservoirs including sump portions are kept clean always at his
cost. The deposited materials should be removed and carted away within 1 Km
distance as directed by the Engineers of the HMWSSB at his cost. The
supplier is also required to man and operate the Sluice valves opening and
closing in distribution mains in 9 zones and 5 sub-Zones street lightings and
lighting provided on the Reservoirs in all the 8 premises of HMWSSB where
Reservoirs, Pump Houses.

i) The supplier is required to provide round the clock patrolling along the entire
alignment of 12.865 Km long 1600/1200/700/500 mmdia MS/DI pipeline
from Defence colony to Anand Bagh junction and Goutham Nagar and
Thirumal Nagar .The Pipe line misties need to patrol each package of the
pipeline with four wheeler and locate the leaks, bursts etc.., in addition to
manning and operating the various valves along the MS pipeline as directed by
the concerned Engineers of HMWSSB time to time. The Pipe line misties
along with the semi-skilled fitters and valve supplier s should ensure that all
the Air Valves, Air Relief Valves, Air Cushion Valves are working properly
and rectify minor leaks, if any. The Pipe line misties are also required to
ensure that no material pertaining to HMWSSB is subject to theft or
mishandling by any of the miscreants. They are required to particularly ensure
that there is no unauthorized operation of scour valves and sucking water from
the air valves etc. If any major leaks / bursts are observed anywhere on the
1600/1200/700/500 mm dia MS/DI pipeline or its accessories such as valves
etc., immediately the The Pipe line misties on duty shall inform the
concerned Engineers of HMWSSB and pursue the said main supplier till the
said major leaks / bursts are attended and rectified within the minimum
possible time. The Pipe line misties and his semi skilled fitters and valve
supplier s are required to act as liaison personnel in such emergencies between
the concerned Engineers of HMWSSB and the representatives of the main
supplier who has executed the pipeline work. The Pipe line misties are also
required to see that the properly any leaks nor stresses developed in the
exposed pipeline. Further the supplier is required to see that frequent greasing
and oiling of all the bolts, nuts etc., of all the valves of the MS/DI pipeline is
done in addition to attending the gland packing etc., for the sluice / isolation
valves at his cost within this contract and always the valve chambers should be
ensured to be kept clean without any foreign material and easy for operation.
The duplicate keys of the locking arrangements of all the valve chambers need
to be kept with the concerned The Pipe line misties to facilitate the above
operations and maintenance.
ii) The minimum personnel to be provided round the clock for patrolling the
1600/1200/700/500 mmdia MS/DI pipeline all along Defence colony to Anand
Bagh junction and Goutham Nagar and Thirumal Nagar including Distribution
zones .
126

2.6 Pumping Equipment at 6 places :


a) At Sainikpuri :
2 nos pumping units of capacity 254 Cum/hr against 29.50 M rated head
each HSC Pumps with 37KW motor for pumping water to 1900 KL ELSR
(one working and one Stand by) with substation.

b) At Defense Colony :
2 nos pumping units of capacity 188 Cum/hr against 27 M rated head each
HSC Pumps with 22KW motor for pumping water to 1400 KL ELSR (one
working and one Stand by) with substation.

c) At Vajpayee Nagar :
4 nos pumping units of capacity 257 Cum/hr and 213 Cum/hr against 24
M rated head each HSC Pumps with 30 and 22 KW motor for pumping
water to 1900 KL & 1600 KL ELSR’s (Two working and Two Stand by)
with substation.

d) At Moulali:
2 nos pumping units of capacity 69 Cum/hr against 30 M rated head each
HSC Pumps with 15 KW motor for pumping water to 700 KL ELSR (one
working and one Stand by) with substation.

e) At Sainathpuram:
2 nos pumping units of capacity 199 Cum/hr against 32 M rated head each
HSC Pumps with 30 KW motor for pumping water to 1450 KL ELSR
(one working and one Stand by) with substation.

f) At Goutham nagar:
6 nos pumping units of capacity 377 Cum/hr, 371 Cum/hr and 386 Cum/hr
against 22 & 30 M rated head each HSC Pumps with 37KW & 45 KW
motor for pumping water to 2900, 2600 & 2800 KL ELSR’s at Goutham
Nagar and JLNS Nagar (Three working and Three Stand by) with
substation

i) For each shift required semiskilled fitters and valve supplier /Helpers and are
needed to be provided in each zone. The semi-skilled fitters shall attend the
minor leaks and tightening nuts, bolts etc., to the required extent except in the
case of major leaks / bursts of the pipelines which are required to be attended
by the main supplier during the defect liability period who has executed the
job. The semiskilled and valve supplier s are required to man and operate the
various valves of the reservoirs and also on the main MS pipelines within the
premises of the reservoir sites as per the directions of the concerned Engineers
of HMWSSB and as per the time schedules and time to time instructions
thereon. The work inspector is also required to inform the Engineers of
HMWSSB and also concerned representative of the main supplier who has
executed the work in case of any major leaks or bursts and pursue till the said
major leaks or bursts are attended by the main supplier being within the defect
liability period. The work inspector is required to be available at the telephone
and should be able to communicate with the Engineers of HMWSSB duly
127

noting the instructions and pass on the same to the concerned. For three shifts
round the clock all together at each reservoir required semi-skilled fitters,
semi-skilled fitters and valve supplier s need to be provided work inspector
helpers.
ii) The required personnel are to be provided for three shifts round the clock at
the reservoir sites as directed by the departmental officers.
ii) The minimum personnel to be provided for three shifts round the clock is as
directed by the departmental officers.

3.0 Overall Operation and Maintenance of Comprehensive Water Supply Services


Improvements in Malkajgiri (Part of GHMC)”:

3.1 The supplier is required to note that persons required are to be provided on
contract basis for the operation and maintenance of the Project, he is overall
responsible and accountable to the HMWSSB for successful operation and ,
Operation and Maintenance of “GLSRs, ELSRs, Pump House, Feeder Mains
and Distribution Network of Comprehensive Water Supply Services
Improvements in Malkajgiri (Part of GHMC)” round the clock .

The supplier is also required to have a local office at Malkagiri , Hyderabad and
keep contact persons at both the offices always to be available to the Engineers of
HMWSSB for passing on timely instructions and guidance as required during the
entire period of contract. The phone contact numbers including mobile phones with
fax numbers etc., shall be made to the Engineers of HMWSSB.
The supplier and necessary furniture and other equipment for communication etc.,
should be provided by the supplier at his cost.

3.2 The supplier is required to provide necessary uniform to all the personnel made
available on system to work with HMWSSB in this job for proper identification and
security. The supplier is also required to provide necessary implements and safety
equipments to the personnel at his cost to enable them inturn to perform their duties in
manning & operation of the Project.

3.3 The amount shown in the BOQ is inclusive of EPF, Insurance, Uniform & Shoes to
the employees and other statutory benefits & service tax etc as enforce for the time
being engaged for the job including over heads and administrative charges also
provisions towards protective and safety devices, Cost of implements, tools, torch
lights, stationery, office establishment and furniture cost and other expenditures also .

3.4 The supplier shall be solely responsible for the payment of the E.P.F, Insurance,
Uniform & Shoes and other statutory benefits to his employees & service tax etc as
enforce for the time being and the rates/amount for the various items shown in BOQ
is taken into account all sorts. The amount shall remain unaffected by any change that
may be made from time to time.

A log book should be maintained covering the following items.


Timings when the pumps are started, operated and stopped during 24 hours,
• Voltage in all three phases,
• Current drawn by each pump-motor set and total current drawn at the installation,
• Frequency,
• Readings of vacuum and pressure gauges,
128

• Motor winding temperature,


• Water level in intake/sump,
• Flow meter reading,
• Daily PF over 24 hours duration, and
• Any specific problem or event in the pumping installation or pumping system e.g. burst in
pipeline, tripping or fault, power failure.

(a) Preventive maintenance:-


• Proper handling, storage and transportation of water meters.
• To clean the dirt box or strainer wherever installed.
• To replace the gaskets, if any
• To clean the chamber in which the meter is installed and keep free from flooding, &
seepage.
93
• To remove the meter for further internal repair/replacement if it does not show correct
reading pattern.
(b) Breakdown maintenance:-
Replacement of broken glass, lid and fallen wiper wherever provided: - These are the only basic
breakdowns observed during periodical inspection. If a meter found not working, then it shall be
removed immediately and sent to meter service workshop. In meter workshops normally following
steps are performed to carry out the repairs:
• Disassembling of water meters including strainer, measuring unit, regulator, registering
device, etc.
• Clean all disassembled spare parts in detergent solution in warm water.
• Inspect the cleaned parts and replace worn parts and gaskets, if any.
• Inspect the meter body spur threads and cover threads.
• Inspect the sealing surface on meter body and paint the meter body, if necessary.
• Inspect the vane wheel shaft pinion, bearing & pivot.
• Inspect the vane wheel chamber.
• Reassemble the water meter properly after reconditioning.
• Calibrate & test the repaired water meter for leakage & accuracy as per IS 678410. Make
entry in the life register of that water meter for keeping history record.

(a) Chlorination by Gaseous Chlorine:


Elemental chlorine at a normal pressure is a toxic, yellow green gas, and is liquid at high
pressure. Chlorine gas is released from a liquid chlorine cylinder by a pressure reducing and
flow control valve operating at a pressure less than atmospheric pressure. The gas is injected
in the water supply pipe where highly pressurized water is passed through a venture creating a
vacuum that draws the chlorine in to the water stream. Adequate mixing and contact time must
be provided after injection to ensure complete disinfection of pathogens. It may be necessary
to control the PH of water. A basic system consists of chlorine cylinder mounted with vacuum
regulator, chlorine gas injectors, and a contact tank or pipe. Prudence or state regulation
would require that a second cylinder and gas regulator be provided with a change-over valve
to ensure continuity of disinfection. Additional safety and control system may be required.
Chlorine is very effective for removing almost all pathogen and is appropriate for both a
primary and secondary disinfectant. The limitation with this is, it is dangerous gas that is lethal
at concentrations as low as 0.1 per cent air by volume.
129

Performance Targets During the Operation and Maintenance Period

1. The operation and maintenance period ("Operation and Maintenance Period") of 60


months shall commence from the Final Takeover Date ITB clause 18.3 .

During the Operation and Management Period, the Supplier must meet all the
following Performance Targets:

(a) Continuous Pressured Water Supply must be provided to every connected property
connected to the public network progressively over a period of two years from the
date of commissioning.

(b) Emergency stoppages shall not exceed twelve hours and no more than an average
of four emergency stoppages [of less than 12 hours each] shall occur in any
continuous period of twelve months.

(c) 100% of all property connections (individual and shared), feeds to OHSRs, GLSRs
must be metered and computerized records of the readings must be maintained.

(d) 100% of Customer meters must be read every month and a bill for water used
based on these volumetric readings must be issued to 100% of connected properties
each month by the Supplier with prior approval of the HMWSSB obtained pursuant
to the provision of the generated bills before dispatch to the Customers.

(e) Customer service and support centre must be situated at a location easily
accessible to residents of the Malkajgiri Project Area and operated on a 24-hour basis.

(f) All Customer queries and complaints to be responded to within 24 hours and
redressed within 7 days of such complaint or query, except the complaints concerning
low pressure or poor quality of water, which must be responded to within 12 hours
and redressed within 24 hours of such complaint.

(g) leaks appearing at the surface must be repaired within 24 hours of


notification/observance.
130

Operation and Maintenance Period Obligations

- Operation and Maintenance Period Obligations.


I. During the Operation and Management Period, the Supplier shall undertake operations,
maintenance and management in accordance with the service levels stipulated as part of
Performance Targets. This includes but is not limited to:
a. providing infrastructure and operational data on the supply system and distribution
networks prior and during the contract period addressing but not limited to the following:

II. Information Assistance If and as required, the Supplier will provide assistance to the
HMWS&SB or agencies/advisors nominated by it in the following:
a. identification and removal of any critical bottlenecks of distribution system to improve the
overall supply regime in the Malkajgir Project area.

III. The Supplier shall have the performance obligations during the Operation and
Management Period:

(a) The Supplier shall achieve the Performance Targets set out for the Operation and
Management Period in terms of the Final Operation and Maintenance Plan approved by the
HMWSSB .

(b) The supplier shall provide to HMWSSB within one week of expiry of every 52 week
period from the Effective Date, a report on infrastructure and operational data of the water
supply systems, as operated, as well as project design statistics and construction cost data and
the data on customers, assets, and all relevant items of Service; HMWS&SB.

(c) The Supplier shall maintain bulk and distribution system's Facilities, operation and
maintenance to best international standards, including a systematic approach to managing and
controlling leakages and pressure;

(e) The Supplier shall provide to the HMWSSB , a report on the project operational data
("Project Operational Data"), including technical and cost data, , in relation to the period of
twelve weeks commencing from the Final Takeover Date and for every subsequent period of
twelve weeks commencing from expiry of the previous twelve week period. The last report
on Project Operational Data should represent the period from expiry of the previous twelve-
week period to the expiry of the Contract. Every report on Project Operational Data shall
include description of service levels, state of Facilities, physical improvements carried and
consequent investments made, operational issues including customer service, billing,
management of HMWSSB Employees, maintenance of records, connections and
disconnections, interface with the HMWSSB and training imparted to the HMWSSB
Employees during the period of the report.

(f) The Supplier shall provide to HMWSSB , Monthly Progress Reports from the Final
Takeover Date till the expiry of the Contract, provided that the last Progress Report may
represent a period lesser than a month.

(g) The Supplier shall provide to the HMWSSB , a Final Report on the completion of the
operations in such Demonstration Zone including infrastructure and operational data on the
supply system and distribution networks, as operated under the Continuous Pressured Water
Supply regime, and any eventual updating needed of project design statistics and construction
131

cost data as well as project design statistics developed in the course of the Contract to assist
the HMWSSB of future management.

(h) The Supplier shall continuously log pressure readings at all additional pressure-metering
points installed at Critical Zone Points on the distribution network as approved by the
HMWSSB on suggestion by the Supplier , including a point where pressure is routinely
experienced at the minimum level and to measure and monitor Continuous Pressured Water
Supply on a daily basis in accordance with the procedure set out.

(i) The Supplier shall maintain throughout the quality of water in both Bulk and distribution.
The Supplier shall also monitor the quality of the water throughout and in this regard take
two spot samples of the water supplied at the bulk supply meter chamber on entrance to the
Distribution Zone and at the Critical Zone Points, where minimum zone pressure is measured
shall be collected. These samples are to be taken 2 times per week throughout the Operation
and Management Period. One of the samples should be analysed on site for chlorine residual.
The other sample, taken in accordance with the sterile requirements for bacterial analysis,
shall be analysed at a laboratory approved by the HMWSSB for Total Coliform and E.
Coliform bacteria.

(j) The Supplier shall undertake emergency chlorination measures shall be undertaken in
times of outbreak of epidemics and any such emergency situations.

(k) The Supplier shall ensure and shall as far as practicable actively deploy at work all the
HMWSSB s Employees deputed to it.

l) The Supplier shall monitor whether the introduction of Continuous Pressured Water
Supply creates any negative effects, damage to the local environment or increased risk to the
health of residents, particularly in respect to eventual increases in wastewater volumes and
brings any negative effects to the attention of the HMWSSB .

(m) The Supplier shall provide to HMWSSB in writing every four week during the
Operation and Maintenance Period, a report on the Customer complaints received and
addressed by the Supplier during the period of such report.

(n) The Supplier shall liase with the HMWS&SB wherever there may be an interface with
the construction and/or operation of priority investments and shall assist with data and
experience to design the improvement plan for the entire Malkajgir Circle Area.

(o) In addition to the above the following shall also be the Obligation of the Supplier

(i) Potential sources of pollution observed in the catchment shall be ascertained. The likely
effect on water being drawn at sources should be mentioned. Reports of such findings shall
be promptly sent to the HMWSSB for corrective action
(ii) A permanent arrangement shall be made for recording daily flows near the reservoirs /
inlets / outlets and distribution. Appropriate records in the form of graphs showing variation
of flows in the source for each month in a year and for each year shall be maintained.
(iii) Shall ensure that sufficient bulk water availability level
(iv) All intake strainers shall be cleaned at frequent intervals particularly during monsoon to
prevent entry of floating matter into the intake works
132

(v) All pumps and pumping machinery shall be maintained by the Supplier as detailed in
CPHEEO Manual .
(vi) The Operation and Maintenance of transmission mains shall include the following
HMWS&SB Malkagiri – from Intake 18 ML GLSR to individual ELSRs and - Valves and
other accessories fixed in the raising mains
(viii) Shall conduct regular leak detection survey particularly to detect bursting of pipes and
leaky joints
(ix) A detailed record of break downs and leaks observed and repaired should be maintained
section wise so that more vulnerable lengths could be identified and special measures to
repair/replace them could be taken up
(x) A regular schedule of inspection and attendance to all valves, including air and scour
valves shall be drawn up and the same to be followed scrupulously.
(xi) Shall maintain GLSR/ELSR/Pump houses in such a way that it prevents emergencies
and unscheduled shutdowns
(xii) Pump Houses and sump, all electro mechanical parts are to be periodically maintained
and cleaned.
(xiii) Keep a set of plans giving details of the several units and indicating the layout and
position of all pipelines and appurtenances;
(xiv) Establish a systematic plan of daily operation of GLSR/ELSR/Pump houses and have a
routine schedule for inspection of machinery and lubrication and maintain record thereof.
(xv) Maintain data and record of each piece of equipments in the giving details of cleaning
and replacement of work parts and other data of importance such as unusual incidents on
faulty operating conditions.
(xvi) Keep a record of analysis of water collected at various points from the source to the
distribution system and observation on the effect of such quality on the several units of
operation
(xvii) Shall ensure that the discharge at inlets and outlets fairly tally and should also ensure
that water level indicators and recorders are in proper working order.
(xviii) The valve chambers shall be properly closed and protected from external pollution
(xix) A program for periodical cleaning of the reservoirs at least once in a year should be
undertaken. During such cleaning process there should be facility to bye- pass the supply to
distribution system
(xx) Any damages to structural components shall be brought to the notice of HMWSSB
promptly for immediate repairs .

CLEANING OF RESERVOIRS ;

Routine inspection is the best way to determine when a tank requires maintenance and
cleaning. A visual inspection can be made from the roof manhole with water level lowered to
about half full or less. Alternatively a detailed inspection can be made after draining the tank
and then cleaning or washing. Best time of the year to take up cleaning of SRs is during the
period of lowest water consumption

i. Disconnection of HSC for non payment of user fee upon receiving request from the
HMWSSB . HMWSSB Malkagiri .
(ii) The Supplier shall compile, monitor, and document infrastructure and operational data,
including but not limited to service levels, state of assets, physical improvements made,
customer service, billing, employee management, asset maintenance, record maintenance,
connections and disconnections, systems and procedures adopted.
133

In addition to its specific obligations under the Operation and Maintenance Period of the
Contract, the Supplier shall have the following general obligations as they may be applicable
during the term of the Contract:
(a) The Supplier shall perform the Services in accordance with this Contract, and carry out
its obligations with all due diligence, efficiency, and economy, in accordance with generally
accepted professional techniques and practices, and shall observe sound management
practices, and employ appropriate advanced technology and safe methods. The Supplier shall
always act, in respect of any matter relating to this Contract or to the Services, as faithful
advisers to the HMWSSB , and shall at all times support and safeguard the HMWSSB ’s
legitimate interests in any dealings with sub-supplier s or third parties.
(b) Day-to-day management and operation of the distribution system including establishment
of a customer service centre which will carry out the functions of customer billing and
collection as well as manage customer relations, support and complaints for a period of 5
years from the Final Takeover.
(c) The Supplier shall carry on basic plumbing and shall replace, with the approval of the
HMWSSB , illegal property water connections with legal connections where the property
owner accepts the option to legitimize the connection, and if the property owner does not so
opt to legitimize the connection, to facilitate disconnection of such illegal connections by the
HMWSSB .
(d) The Supplier shall train the HMWSSB Employees and ensure that the utilization of local
staff is maximized in the performance of this Contract by the Supplier .
(e) The Supplier shall train such number of the local management and staff of the HMWSSB
during the last six months of the Operation and Maintenance Period as may be specified by
the HMWSSB . In imparting the training the Supplier shall ensure transfer of skill and
technology to the Supplier and sustainability of the Continuous Pressured Water Supply in
the Malkajgiri Circle beyond completion of the Contract.
(f) The Supplier shall be responsible for maintaining all Supplier Permits to perform the
Services throughout the Term.
(g) The Supplier shall ensure that all materials and workmanship used in the course of the
Contract shall be in accordance with the standard specifications used by the Board, or in
absence of an appropriate Board specification, in accordance with the Indian National
Standards.
(h) The Supplier shall replace or install Customer metering on all points of Customer supply
and regularly calibrate all the meters installed for accurate readings to avoid underestimation
of non-revenue water;
(j) The Supplier shall supply water to properties presently unconnected to the distribution
network as agreed, including extension of the distribution system within Malkajgiri area limit
as needed to satisfy this requirement under instructions from the HMWSSB ;
(k) The Supplier shall achieve the Performance Target relating to physical losses by using a
combination of different measures including, but not limited to, the following:
(i) Control of pressure in the system, while meeting the minimum zone pressure requirement,
by a combination of pressure control and the laying of alternative network feeder, concrete
pipes within the Malkajgiri area. (ii) Detection, location and repair of leaks on the distribution
networks using good quality pipe clamps. (iii) The Supplier will use their experience and
diagnostic analysis of the system to determine the most cost-effective measures to achieve the
Performance Targets during the Operation and Maintenance Period.
(l) The Supplier shall on a periodic basis update the plan of the distribution system within
each 1:2500 . The plan should show the inlet chamber, the boundary valves, the distribution
system location in plan (providing diameter, material and approximate depth data) and list of
every stand-post and property connected to the public water distribution network.
134

(m) Neither the Supplier nor its employees shall engage, either directly or indirectly, in any
of the following activities:
(n) During the term of this Contract, any business or professional activities in the India which
would conflict with the activities assigned to them under this Contract;
(o) After the termination of this Contract, such other activities as may be specified by the
HMWSSB .
(p) The instructions in the bills generate by the Supplier should indicate that the Customer
must make the payment directly to the HMWSSB and that the Customer should treat the bill
as 2 week's notice of disconnection, if payment is not made by the due date he is liable for
disconnection of water supply.
(q)The water bill format shall be as per HMWSSB prevailing format.

The proposed tariff details require an official letter signed by the HMWSSB which will
define the price per m3 according to the different type of connection and the price of the flat
rate according to the type of connection and the size of the connection pipe.

iv. At the end of contract period, the Supplier shall handover the above proposed hardware
along with system software and application software of B&C and customer care system to
HMWSSB .

Web based online open source soft ware should be provided for the convenience of the customer
to provide information such his billion details of the last payments current bills etc using cans no
and customer registered mobile nos. The application should accept the payments from the
customer through the following mode Net banking-Debit Card – Credit Card. Such soft ware
should be mobile friendly and compatible that is responsive web portal site.

If the customer wanted to pay the bill at the door step the application should have the provision
for accepting the bill payments thorough mobile solutions and issuance of duplicate bill also may
be provided through the mobile soft ware.

This includes for transaction involving billing, collection and supplier is also responsible for
issuing following monthly bills through epos / hand held machines / smart phones. All pending
bill payments due for payment beyond the payment date must be conveyed to the consumer by
the way of SMS alerts.

The length and width of spot bill is 20 x 5.5 cms and thickness is 60 GSM. The back space of pre-
printed stationery is meant for the rules & regulations and advertisements and a portion of bottom
of the face of the bill is open to the advertisements for which the Board reserves the right to
content & proceeds.

The HMWSSB shall permit the advertisements on the bills on its own accord and the revenue
generated out of the advertisements is the source of income to the Board.

The supplier shall be held responsible for errors in the Spot Billing and necessary penalties
will be levied as per Penalty Clause as per Section-H clause 49.

The supplier shall engage a persons with one EPOs machine(Electronic Payment and
Application )/smart phone based billing soft ware with mobile printers and mops (Money
point o sale) (as spare) for each zone so as to meet the exigencies on account of absence of
meter reader due to ill health or otherwise so that work of meter reading, issuance of bills is
not hampered for any reason. The services of the spare person can be utilized for issuance of
water meter out of order notices, disconnection notices, identification & conversion of illegal
135

connections to legal, during normal times.

The supplier should ensure continuous and uninterruptable services to the Board by deploying
a reasonably qualified candidate. Preferably the same person to be deployed for a period not
less than one year.

Meter reading shall be taken invariably where meters are working and new meters fixed
wherever necessary.

The cell number & contact number of the consumer has to be updated in the provision
available in the hand held epos machine.

The supplier shall also specify the particulars of personnel employed 1) Number of personnel
per sub division, section and docket 2) qualification of the personnel employed for spot billing
and their previous experience 3) the recruitment plan along with the details to overcome the
shortage of man power in the course of normal operations. If any change of personnel during
the agreement period, the details of the persons should be submitted to HMWSSB.

The number of services (CANs) mentioned in docket of requirement is only indicative and
there is likelihood of increase / decrease in the numbers between 1500 to 2500 and beyond.

The billing work should be planned in such a manner to cover all the consumers almost on the
same date to maintain equivocal cycle for meter reading.

The billing work should be complete between 1st to 15th of every month or as specified as
per schedule of billing communicated from time to time. The meter readings along with the
meter status and the purpose for which the supplied water is being utilized and status of the
service, condition of the meter and of the seals should be furnished to the
DY.GM/Manager/concerned for scrutiny and send them to General Manager concerned on
succeeding day of 15th of every month.

The meter reading should be confine timings between sunrise to sunset.

The spot bills shall be issued for all the CANs and there will not be any exceptions like Door
lock etc. The spot bills shall be generated and delivered for all the services downloaded and if
any bill is pending either for generation or for delivery or both after 15 th of every month, the
penalty as per the Penalty Clause will be levied for each bill.

If any meter is found defective, not working or stuck up or under lock consecutively for two
months the supplier shall inform through special report to the General Manager (E) concerned
the particulars of such meters and the consequential action of issuance of meter out of order
notice shall be completed by the supplier duly signed by the General Manager (E) or his
representative.

The list of bills issued along with the amount of demand raised and the water Quantity billed
should be furnished to the Manager (Engg.) and Dy. General Manager (Engg.) concerned on
8th and 15th of every month with a clear exception report regarding defective meters & meters
removed with CAN Nos. Meter reader wise consolidated report regarding No. of bills issued,
water quantity billed with the above exceptions shall be submitted to the General Manager
(Engg.), Dy. General Manager (Engg.) and Manager (Engg.) concerned on 16 th of every
month.

For cancellation of receipts in case of any wrong entry, a letter requesting for cancellation of
receipt should be addressed to the CGM(Rev)/GM(Rev), HMWSSB duly attaching original
receipt.
136

Meter readings of premises shall be taken on the fixed date and time as specified and any
deviation of meter reading date will attract penalties.

The consumer should be explained about readings, units consumed and the bill amount and all
the doubts of consumer should be clarified on the spot.

The supplier shall employ such persons with minimum qualification as may be necessary with
sufficient Computer knowledge and full knowledge of Water Meters for the spot billing work.
They should be in sufficient number to complete the work within the stipulated time frame.
Depending on the progress of billing, the officer authorized by the Board shall have the right
to instruct to deploy such additional persons as may be required.

The supplier shall comply with the orders and instructions of HMWSSB in the due discharge
of work assigned.
The supplier shall ensure that the persons working under their control shall be very courteous
to the consumer and also ensure that they shall not enter into any argument with consumer and
should have patience.

The supplier shall note that the persons engaged by them are not on the employment of the
HMWS&SB and shall not have any right to claim any employment in the HMWS&SB at any
time. Necessary Identity cards shall be issued to the persons engaged for spot billing work
with the signature of the concerned General Manager (Engg). If change of personnel is made
by thesupplier , the Identity Card previously issued should be returned to HMWSSB for
signing new identity cards of the replaced persons. The above Terms and conditions must be
incorporated in the orders issued to the persons engaged by the supplier .

If the work entrusted is not proper and to the satisfaction of HMWSSB and if there are any
complaints from the consumers for the wrong preparation of bills, penalties will be levied as
specified above. If the work of the supplier continues to be unsatisfactory, the agreement shall be
terminated by the HMWSSB with one month notice at any time during subsistence of this
agreement.

Agency shall comply with the orders and instructions of the General Managers/ DGMs /
Managers concerned on this behalf in due discharge of functions and work.

Any additional information required by the HMWSSB through its authorized officer should be
furnished as instructed from time to time.

The supplier has to submit the details of consumers who are having arrears such as CAN No,
amount to be paid & the pay by date daily to the Manager (E), for facilitating the Manager (E)
concerned to disconnect the water supply service of the defaulting consumer soon after the pay by
date. This will increase the No. of consumers paid and also the revenue collection.

The supplier shall engage the persons for Spot billing & Collection on monthly basis but not on
No. of bills raised and issued. The process of Spot Billing and issuing of bills should be
completed by 15th of every month and the same should be 100% of the CAN Nos. allotted.

The persons engaged by the supplier after completing the Spot billing and issuing process by 15th
of every month, individual meter readers should identify the CAN Nos. which have not paid by
pay by day and should furnish the list of such CAN Nos. with H.No. and address, amount payable
details immediately after expiry of the pay by day to the DGM(E) / Manager (E) concerned.
Based on the above information furnished by the Spot billing supplier , the concerned DGM(E) /
Manager (E) immediately mobilize the disconnecting gangs for effective collection of bills raised.
The information should be furnished such that on each pay by day expiry only that list can be
137

tackled easily instead of furnishing bulk information, which becomes unwieldy. The above
process should continue till 30th / 31st of every month. The above generated information should be
scrutinized for the correctness by the supervisors engaged by the supplier .

In addition to the above, the supplier shall furnish on 1st of the every month on the billing road
map along with the name of the meter reader and his code, the areas he is authorized to cover on
day to day billing on that month to the Manager (E) concerned. This facilitates verification of
correctness of billing process by any persons authorized by the HMWS&SB for verification on
daily basis from 1st to 15th of every month.

The supplier engaged for the Spot Billing, while generating and issuing of bills should note the
CAN Nos. of the meters under “repair status” and should immediately on the succeeding day
should inform in writing to the specified meter fixing agencies engaged by the HMWS&SB with
the details of CAN Nos. and address for getting the meters repaired and keeping them under
working condition.

The supplier shall note that under any circumstances the repair meter status of a CAN should not
be continued for the next month i.e. on the succeeding month the meter reading should be given
invariably for the above particular meter. Liaisoning with the Meter fixing and repairing supplier
fixed by the HMWS&SB should be done for getting the meters repaired in time, failing which
penalty will be levied as shown below for each such non repaired meter billing.

The supplier after completing the Spot Billing process for the month shall generate the CAN Nos.
with meters and the same should be verified with the list furnished by the Meter fixing agencies
claiming fixing of new meters and if any discrepancy is found should be intimated in writing to
the General Manager (Engg.) concerned for taking further necessary action. Any false report
found , the entire cost of new meter will be recovered from both the Spot billing and Meter fixing
agencies.

The supplier shall note that only readings should be entered for the metered connections and the
system itself will indicate the meter status as under repair when the same reading is repeated on
the succeeding month.

The supplier or his authorized officiating person shall attend the meetings whenever called for by
the HMWS&SB authorities.

HMWSSB shall furnished the list of CAN Nos.(Customer Account No. ) with metered
connections to the supplier before starting their spot billing process and the supplier is liable for
generating and issuing of meter reading bills for the above CAN Nos. If any new meters are
fixed by the Meter Fixing agencies the same will be furnished by the Meter Fixing agencies to
the Spot Billing supplier for issuing metered bills. If any average bill for the above CAN Nos.
having metered connections is generated and issued by the Spot billing supplier .

The supplier is responsible for prompt payment of remuneration w.r.t labour laws and minimum
wages Act to each individual meter reader engaged by the supplier .

Exemptions

i) No Penalties will be levied for the first two months of the docket allotment treating as cooling
period. The minimum billing percentage for the cooling period is 100%.

Other conditions :
138

a) Certain provisions towards cleansing of Dockets vis-à-vis Not-traceable and


Disconnected CANs will be provided to the agencies and the Manager(E) concerned shall
certify the same.
b) GM (E) of O&M Divisions shall recommend for additional penalties towards erroneous
readings etc that have come to his notice and have not been included in other penalty
reports. Likewise exemptions may also be certified by the GM (E)s of O&M Divisions
with valid reasons.
c) A person of supervisory cadre shall be nominated by the supplier for attending to review
meetings, addressing queries, in addition to the owner/proprietor of the supplier . Names
and phone numbers of such persons shall be intimated to the Board in advance.
d) The software changes require that the machines may be changed or upgraded during the
contract period and the agencies will have to comply at their own cost.
e) Agencies shall be held accountable, for the purpose of calculating penalties, only for the
connections uploaded to their machines and the categories of CANs permitted to be billed
by them.

HMWSSB deserves the right to rationalize the dockets such that each docket contains 2000 to
4000 CANs and accordingly the number dockets will be increased / decreased.
139

MALKAJGIRI WSS - O&M CHECK LISTS

1. Chlorinators
Note the following readings:
i) Dosage of chlorine, Residual of chlorine and Pressure readings of chlorine
ii) Observe for leakage of Gas
iii) Uninterrupted supply of water for chlorinator
iv) Functioning of Rotameter
v) Functioning of rate setter
vi) Status of Gas filters
vii) Check for leakage
viii) Check for signs of corrosion
ix) Check for spare cylinders
x) Functioning of Chlorinator panel
xi) Availability of replacement spares
xii) Availability of adequate chlorine gas cylinders stock
xiii) Check the incoming water lines
xiv) Check the solution feeder lines
xv) Check the ventilation of chlorine house
xvi) Check the structural safety of chlorine house

2. Transformers

i) Oil level in transformer


ii) Relay alarm circuit
iii) Load (Amperes)
iv) Voltage
v) Bushings
vi) Dehydrating breathers
vii) Voltage tap changing switch
viii) Dielectric strength of oil
ix) AB switch contacts
x) Drop in fuse contacts
xi) All bus bars
xii) Earth resistance
xiii) Lightning arresters
xiv) Relays
xv) Oil in transformers
xvi) Once in 2 years
xvii) Painting to transformers, poles and fencing

4 Motors

Daily checks
i) Eliminate dirt (Less than 1 000 KVA)
ii) Anti moisture precautions
iii) Oiling and greasing to avoid friction
iv) Check for vibration
v) Check for tightness of contacts
vi) Operation at rated voltage
vii) Check tripping elements to offer protection
140

viii) Inspect contact points for any deposition


ix) Clean the cabinet to remove dirt
x) Check for fuse ratings
xi) Check whether manufacturers recommendations are followed regarding
xii) Quality of oil and grease
xiii) Correct periodical of lubrication
xiv) (avoid over-lubrication )
xv) Check for performance of capacitors

4 Pumps
Daily Checks :
i) Timing of pump running
ii) Observe for leakges through stuffing box
iii) Bearing temperature
iv) Any undue noise or vibration
v) Readings of pressure, voltage and current

vi) Half Yearly checks

vii) Free movement of the gland of stuffing box


viii) Cleaning and oiling of gland bolts
ix) Inspection of the gland packing
x) Alignment of pump and drive
xi) Cleaning of oil lubricated bearings/or grease lubricated and replacing oil and
grease
xii) Clean and examine all bearings for flows

xiii) Annual Checks :

xiv) Examine shaft sleeves for wear or scour


xv) Check clearance at wearing ring
xvi) Check impeller hubs and vane tips for pitting or erosion
xvii) Calibration of all instruments and flow meters
xviii) Check performance of pump Q, H, KW and efficiency
xix) Check for availability of required tools
xx) Check for availability of lubricants and other consumables such as gland packing,
bolts etc.
xxi) Check for repair facilities such as pullers, clamps, machinery, welding set,
grinder,
xxii) blower, drilling machine etc.

xxiii) Records to be kept on the Operations :


xxiv) Note the water levels in the SR s ( for all compartments ) at hourly intervals.
xxv) Note the time and relevant operation of control valves with time of opening and
closure or throttling position of the valves.
xxvi) Note the hourly flow meter readings both on the inlets and outlets
xxvii) Note the hourly residual chlorine readings of inflow water and outflow water
141

xxviii) Record on when the structure of the reservoir was last repaired to attend to
structural defects or arrest leakage and the cost of materials and labour cost
thereof
xxix) Record on when the reservoir was last cleaned and the cost of materials and labour
cost thereof
xxx) Record on when the reservoir was last painted and the cost of materials and labour
cost thereof
xxxi) Record on when the piping at the reservoir was last painted and the cost of
materials and labour cost thereof
5 Clear Water Sump and Service Reservoir (SR)

i) Check for proper closure of washout valves


ii) Check for functioning of Water level indicators
iii) Check for status of ventilators; whether Fly proof mesh over ventilators
requires to be replaced
iv) Check for the status of Manhole covers; are they corroded ?
v) Check the water quality and find the necessity to clean and disinfect insides
vi) Check whether the roof of SR is clean and whether the surroundings of SR are
clean
vii) Check whether the Operation of valves is smooth without any abrupt stoppage
during closure
viii) Check for leakage through valves at gland, bolts or any other place
ix) Check whether closure of a valve results in complete stoppage of flow or if
any flow passes the valve ( passing valve )
x) Check for any structural damages to the reservoir especially whether the roof
is corroded due to chlorination and assess the structural soundness of the
reservoir
xi) Assess the status of ladder and railings whether corroded ?
xii) Check for leakage through the structure of the SR
xiii) Check for leakage through interconnecting pipe work at the SR
xiv) Check for any signs of corrosion of interconnecting pipe work at the SR
xv) Inspect for any possibilities of pollution of the water stored in the reservoir
xvi) Status of out-fall drain for scour and overflow
xvii) Assess the need for painting of the reservoir and piping work
xviii) Assess the status of lightning arrestor where provided
xix) Check for the availability of consumables , spares and tools
xx)
5 Checks to be carried out in the distribution system :

i) Check whether the Operation of valves is smooth without any abrupt stoppage
during closure
ii) Check whether closure of a valve results in complete stoppage of flow or if any
flow passes the valve ( passing valve )
iii) Check for status of scouring and then proper closure of washout valves
iv) Check for leaks through pipes
v) Check for leakage through valves at gland, bolts or any other place
142

vi) Check for leaks at the appurtenances


vii) Check for any signs of corrosion of pipelines
viii) Check for the status of Manhole covers over the chamber covers; are they
corroded ?
ix) Inspect for any possibilities of pollution of the distribution system water stored
x) Status of out-fall drain for scour and overflow
xi) Assess the need for painting of the piping work
xii) Check for availability of spares for
xiii) valves and pipes and jointing materials
xiv) Review the method of giving consumer connections in the field
xv) Preparation of water budget for each zone
xvi) served by one reservoir
xvii) Number .of connections given
xviii) Number .of meters out of order
xix) Status of hydrants and PSPs
xx) Status of Distribution System
xxi) Review of pressures
xxii) Review of flows
xxiii) Corrosive water
xxiv) Study of inflows and outflows
xxv) Identify source of leakage
xxvi) Status of bulk metering and consumer
xxvii) Metering
xxviii) Unauthorised connections if any
xxix) Review facilities for repair of consumer meters
xxx) Status of PSPs
xxxi) Availability of updated system map
143

Applicable codes

Various Indian standard codes applicable to water supply and sanitation related
activity are given in this section.

Sl.No. IS Code No. Title


General
1 SP 7 (Part 9 section 1) : National building code of Indian 1983 part 9
1983 plumbing services : section 1 : water supply
2. SP 35: 1987 Hand book on water supply and drainage
with special emphasis n plumbing
3. 1172: 1983 Code of basic requirements for water supply
drainage and sanitation (third revision)
5. 456: 1978 Code of practice for plain and reinforced
concrete (second revision)
6. 457: 1957 Code of general construction of plain and
reinforced concrete for dams and other
massive structures
7. 1343:1980 Code of practice for prestressed concrete
(first revision)
9 3370 Code of practice for concrete structure for
the storage of liquids
a. Part 1 : 1965 General requirements
b. Part 2 : 1965 Reinforced concrete structures
c. Part 3 : 1967 Prestressed concrete structures
d. Part 4 : 1967 Design tables
10. 6518:1972 Code of practice for control of sediment in
reservoirs
11. 5330:1984 Criteria for design of anchor block for
penstocks with expansion joints (first
revision)
13. 7357:1974 Code of practice for structural design of
surge tanks
16. 4890:1968 Methods for measurement for suspended
sediment in open channels
17. 4926:1976 Ready-mixed concrete (first revision)
18 5477 Methods for fixing the capabilities of
reservoirs
a Part 1 : 1969 General requirements
b Part 2 : 1969 Dead storage
c Part 3 : 1969 Live storage
d Part 4 : 1971 Flood storage
19 10221:1982 Code of practice for coating and wrapping
of underground steel pipelines

Pipe and Pipe laying


Cast iron
144

Sl.No. IS Code No. Title

1 1536:1976 V
2. 1537:1976 Vertically cast iron pressure pipes for water,
gas and sewage (first revision)
3. 1538 (part 1 to 24) Cast iron fittings for pressure pipes for
water, gas and sewage (second revision)
4 1879 : 1965. Pipe Part 1 to Malleable cast iron pipe fittings (first revision)
10
5 3114:1985 Code of practice for laying of cast iron pipes
(third revision)
6 782:1978 Caulking lead (third revision)
7 616:1978 Centrifugally cast (spun) iron low pressure pipes
for water, gas and sewage (first revision)
8 7181:1986 Horizontally cast iron double flanged pipes for
water, gas and sewage (first revision)
9 8329:1977 Centrifugally cast (spun) ductile iron pressure
pipes for water, gas and sewage
10 9523:1980 Ductile iron fittings for pressure pipes for water,
gas and sewage
11 11606:1966 Methods of sampling cast iron pipes and fittings
12 11906:1986 Recommendations for cement mortar lining cast
iron, mild steel and ductile iron pipes and
fittings for transportation of water
13 12288:1987 Code of practice for laying of ductile iron pipes
Concrete
Sl.No. IS Code No. Title

14 458:1971 Concrete pipes (with and without


reinforcement) (second revision)
15 784:1978 Pre-stressed concrete pipes (including fittings)
(first revision)
16 1916:1963 Steel cylinder reinforced concrete pipes
17 3597:1985 Methods of test for concrete pipes (first
revision)
18 3597:1985 Code of practice for laying of concrete pipes
(first revision)
19 4350:1967 Concrete porous pipes for under drainage
Asbestos cement pipes
20 1592:1980 Asbestos cement pressure pipes (second
revision)
21 6530:1972 Code of practice for laying of asbestos cement
pressure pipes
22 5531:1977 Cast iron specials for asbestos cement pressure
pipes for water, gas and sewage (first revision)
23 9627 : 1980 Asbestos cement pressure pipes (light duty)
Mild steel tubes and pipes
24 1239 Mild steel tubes, tubulars and other wrought
steel fittings.
145

a Part 1 : 1979 Mild steel tubes (fourth revision)


b Part 2 : 1982 Mild steel tubulars and other wrought steel pipe
fittings (third revision)
25 1978:1982 Line pipe
26 3589:1981 Electrically welded steel pipes for water, gas
and sewage (150 to 2000 mm nominal size)
(first revision)
27 4270:1993 Steel tubes used for water wells (first revision)
28 4516:1968 Elliptical mild steel tubes
29 5504:1969 Spiral welded pipes
30 5822:1986 Code of practice for laying of welded steel pipes
for water supply (first revision)
31 4711:1974 Method for sampling of steel pipes, tubes and
fittings (first revision)
32 4736:1986 Hot dip zinc coatings on mild steel tubes (first
revision)
33 9286:1971 Seamless and welded steel pipes for sub-zero
temperature services
34 6631:1972 Steel pipes for hydraulic purposes
35 11722:1986 Thin welded flexible quick couplings pipes
Plastic pipes
Sl.No. IS Code No. Title
36. 3976:1985 Low density polyethylene pipes for potable
water supplies (second revision)
37 4984:1987 High density polyethylene pipes for potable
water supplies, sewage and industrial effluents
(third revision)
38 4985:1988 Unplasticized PVC pipes for potable water
supplies (second revision)
39 12818:1988 UPVC bbed and casing ipes for potable water
supply
40 7634 Code of practice for plastic pipe work for
potable water supplies
A Part 1 : 1975 Choice of materials and general
recommendation
B Part 2 : 1975 Laying and jointing polyethylene (PE) pipes
C Part 3 : 1975 Laying and jointing unplasticized PVC pipes
41 7834(Part 1 to ) 1975 Injection moulded PVC fittings with solvent
cement joints for water supplies
42 8008(Part 1 to7 ) 1975 Injection moulded HDPE fittings for potable
water supplies
43 8360 Fabricated high density polyethylene (HDPE)
fittings for potable water supplies
A Part 1 : 1977 General requirements
B Part 2 : 1977 Specific requirements for 900 tees
C Part 3 : 1977 Specific requirements for 900 bends
44 10124(part 1 to 13)1988 Fabricated PVC fittings for potable water
146

Sl.No. IS Code No. Title


Supplies
45 12231:1988 UPVC pipes for use in suction and delivery lines of
agriculture pumps
46 12235(Part 1 to 11)1986 Methods for test for unplasticized PVC pipes for
potable water supplies
47 12709 : 1989 Specification for glass fibre reinforced plastic (GRP)
pipes for water supply and sewerage

Sl.No. IS Code No. Title


Miscellaneous Pipes
51 11906 : 1986 Recommendations for cement – mortar lining for
cast iron, mild steel and ductile – iron pipes and
fittings for transportation of water
Water Fittings
Taps
Water Meters
8 779:1978 Water meter (domestic type) (first revision)
9 2104:1981 Water meter boxes (domestic type) (first revision)
10 2373:1981 Water meter (bulk type) (third revision)
11 2401:1973 Code of practice for selection, installation and
maintenance of domestic water meters (first revision)
12 6784 : 1984 Method for performance testing of water meters
(domestic type (first revision)

Sl.No. IS Code No. Title


Valves
13 780:1984 Sluice valves for water works purposes (50 to 300
mm size) (sixth revision)
14 2906:1984 Sluice valves for water works purposes (350 to 1200
mm size) (third revision)
15 2685:1971 Code of practice for selection, installation and
maintenance of sluice valves (first revision)
16 3042:1965 Single faced sluice gates (200 to 1200 mm size)
17 3950:1979 Surface boxes for sluice valves (first revision)
18 778:1984 Copper alloy gate, globe and check valves for water
works purposes (fourth revision)
19 1701:1960 Mixing valves for ablutionary and domestic purposes
20 1703:1977 Ball valves (horizontal plunger type) including floats
for wter supply purposes (second revision)
21 4838:986 Foot valves for water works purposes (second
revision)
22 5312 Switng check type reflux (non-return) valve for
147

water works purposes


5312 (Part 1) 1984 single door pattern (first revision)
5312 (Part 2) 1986 Multi door pattern
23 9338:1984 Cast iron screw down stop valves and stop and check
valves of water works purposes (first revision)
24 9739:1981 Pressure reducing valves for domestic water supply
systems
25 12234:1988 Equilibrium plastic float valve for cold water
services
Miscellaneous Fittings
26 2692:1978 Ferrules for water services (first revision)
29 10446:1983 Glossary of terms relating to water supply and
sanitation
Tubewells pumps and prime movers
Glossary
1. IS 9439 : 1980 Glossary of terms used in water well drilling
technology
2. Code of practice IS 2800:1979 code of practice for construction and
testing of tube wells
a) Part I construction (first revision)
b) Part II Testing (first revision)
3. IS 11189:1985 Methods for tube well development
4. IS 11632:1986 Code of practice for rehabilitation of tube well
Tubewell Components
5 IS 4097:1967 Gravel for use as pack in tubewells
6 IS 4270:1983 Steel tubes used for water wells (first revision)
7 IS 9110:1983 Well screens and slotted pipes (first revision)
Drilling equipments, accessories and methods
8. IS 7156:1974 General requirements for reverse circulation drilling
rigs
9. IS 7206:1974 General requirements for straight rotary drillings rigs
10. IS 7209:1974 General requirements for blast hold drilling rigs
15. IS 11672:1986 Tungsten carbide buttons and insets for use in down
the hole (DTH) bits
17. IS 11830 General requirements for down the hole hammer rigs
for water wells
a. Part 1 – 1986 Hydraulic rigs
18. IS 12097:1987 Classification and selection of drilling rigs for water
well drilling
19. IS 12194:1987 Dimension for rock roller bits and blade drag bits for
rock drilling equipment
Pumps and related standards
20 IS 8035:1976 Shallow well hand pumps
21 IS 9301:1984 Deep well hand pumps (second revision)
22 IS 11004:1985 Code of practice for installation and maintenance of
deep well hand pumps
a Part 1 Installation
b Part 2 Maintenance
Other pumps
148

23 IS 1520:1980 Horizontal centrifugal pumps for clear, cold, fresh


water (second revision)
24 IS 1710:1972 Vertical turbine pumps for clear, cold, fresh water
(first revision)
25 IS 6595:1980 Horizontal centrifugal pumps for clear, cold, fresh
water for agricultural purposes (first revision)
26 IS 8034:1976 Submersible pump sets for clear, cold, fresh water
27 IS 8418:1977 Horizontal centrifugal self priming pumps
28 IS 8472:1977 Regenerative self priming pumps for clear, cold fresh
water
29 IS 9079:1979 Monoset pumps for clear, cold fresh water for
agricultural purposes
30 IS 9137:1978 Code for acceptance test for centrifugal mixed flow
and axial pumps – Class C
31 IS 9542:1980 Horizontal centrifugal monoset pumps for cold, fresh
water
32 IS 9694 Code of practice for selection, installation, operation
and maintenance for horizontal centrifugal pumps for
agricultural applications
a Part 1 : 1980 Selection
b Part 2 : 1980 Installation
c Part 3 : 1980 Operation
d Part 4 : 1980 Maintenance
33 IS 10572:1983 Methods of sampling pumps
36 IS 10981:1983 Code of acceptance test for centrifugal mixed flow
and axial pumps – Class B
37 IS 11346:1985 Testing set up for agricultural pumps
38 IS 12225:1987 Technical requirements for jet, centrifugal pump
combination
39 IS 5120 :1977 Technical requirements for rotodynamic special
purpose pumps
Prime Movers
40 IS 325:1979 Three phase induction motors
41 IS 900:1965 Code of practice for installation and maintenance of
induction motors
42 IS 996:1979 Single phase small A.C. and universal electric
motors (second revision)
43 IS 4029:1967 Guide for testing three phase induction motors
44. IS 7538:1975 Three phase squirrel cage induction motors for
centrifugal pumps for agricultural application
45 IS 8789:1978 Valves of performance characteristics for three phase
induction motors
46 IS 9283:1979 Motors for submersible pumpsets
Sl.No. IS Code No. Title
Water Quality
1 IS 258:1967 Potash alum (first revision)
2 IS 259:1969 Aluminium alum (first revisin)
3 IS 260:1969 Aluminium sulphate
4 IS 299:1980 Aluminium ferric (third revision)
149

5 IS 646:1986 Liquid chlorine (second revision)


6 IS 1065:1971 Bleaching powder, stable
7 IS 1622:1981 Methods of sampling and microbiological
examination of water (first revision)
8 IS 3025(Part 1 to 36)1988 Methods of sampling test (physical and chemical) for
water and waste water.
9 IS 9825:1981 Chlorine tablets
10 IS 10500:1983 Drinking
11 IS 10553 Requirements for chlorinatin equipment
Part 1:1983 General guidelines for chlorinatin plants including
handling, storage and safety of chlorie cylinders and
drums
Part 2:1983 Vacuum feed type chlorinators
Part 3:1983 Gravity feed type gaseous chlorinators
Part 4:1987 Bleaching powder solution feeder displacement type
chlorinator
12 IS 3918:1966 Code of practice for use of current meter (cup type)
for water flow measurement
13 IS 4080:1967 Specification for vertical staff gauges
14 IS 6062:1971 Method of measurement of flow of water in open
channels using standing wave flume – fall
15 IS 6063:1971 Method of measurement of flow of water in open
channels using standing wave flume
16 IS 6064:1971 Specification for sounding and suspension
equipment
17 IS 9117:1979 Recommendation for liquid flow measurement in
open channels by weirs and flumes
18 IS 9922:1981 Guide for selection of method for measuring flow in
open channels
151

PART 3 - Contract
152

Section VII. General Conditions of Contract


Table of Clauses
Definitions ............................................................................................................................ 154

Contract Documents ........................................................................................................... 155

Fraud and Corruption ........................................................................................................ 155

Interpretation ...................................................................................................................... 156

Language.............................................................................................................................. 157

Joint Venture, Consortium or Association ....................................................................... 158

Eligibility.............................................................................................................................. 158

Notices .................................................................................................................................. 158

Governing Law .................................................................................................................... 158

Settlement of Disputes ........................................................................................................ 158

Inspections and Audit by the Bank ................................................................................... 159

Scope of Supply ................................................................................................................... 159

Delivery and Documents..................................................................................................... 159

Supplier’s Responsibilities ................................................................................................. 160

Contract Price ..................................................................................................................... 160

Terms of Payment ............................................................................................................... 160

Taxes and Duties ................................................................................................................. 160

Performance Security ......................................................................................................... 161

Copyright ............................................................................................................................. 161

Confidential Information ................................................................................................... 161

Subcontracting .................................................................................................................... 162


153

Specifications and Standards ............................................................................................. 162

Packing and Documents ..................................................................................................... 163

Insurance ............................................................................................................................. 163

Transportation .................................................................................................................... 163

Inspections and Tests .......................................................................................................... 163

Liquidated Damages ........................................................................................................... 165

Warranty ............................................................................................................................. 165

Patent Indemnity ................................................................................................................. 166

Limitation of Liability ........................................................................................................ 167

Change in Laws and Regulations ...................................................................................... 167

Force Majeure ..................................................................................................................... 168

Change Orders and Contract Amendments ..................................................................... 168

Extensions of Time .............................................................................................................. 169

Termination ......................................................................................................................... 169

Assignment........................................................................................................................... 171

Export Restriction ............................................................................................................... 171


154

Section VII. General Conditions of Contract


Definitions 1.1 The following words and expressions shall have the meanings
hereby assigned to them:
(a) “Bank” means the World Bank and refers to the
International Bank for Reconstruction and Development
(IBRD) or the International Development Association
(IDA).
(b) “Contract” means the Contract Agreement entered into
between the Purchaser and the Supplier, together with the
Contract Documents referred to therein, including all
attachments, appendices, and all documents incorporated
by reference therein.
(c) “Contract Documents” means the documents listed in the
Contract Agreement, including any amendments thereto.
(d) “Contract Price” means the price payable to the Supplier
as specified in the Contract Agreement, subject to such
additions and adjustments thereto or deductions
therefrom, as may be made pursuant to the Contract.
(e) “Day” means calendar day.
(f) “Completion” means the fulfillment of the Related
Services by the Supplier in accordance with the terms and
conditions set forth in the Contract.
(g) “GCC” means the General Conditions of Contract.
(h) “Goods” means all of the commodities, raw material,
machinery and equipment, and/or other materials that the
Supplier is required to supply to the Purchaser under the
Contract.
(i) “Purchaser’s Country” is the country specified in the
Special Conditions of Contract (SCC).
(j) “Purchaser” means the entity purchasing the Goods and
Related Services, as specified in the SCC.
(k) “Related Services” means the services incidental to the
supply of the goods, such as insurance, installation,
training and initial maintenance and other such
obligations of the Supplier under the Contract.
155

(l) “SCC” means the Special Conditions of Contract.

(m) “Subsupplier ” means any natural person, private or


government entity, or a combination of the above, to
whom any part of the Goods to be supplied or execution
of any part of the Related Services is subcontracted by
the Supplier.

(n) “Supplier” means the natural person, private or government


entity, or a combination of the above, whose bid to perform
the Contract has been accepted by the Purchaser and is
named as such in the Contract Agreement.

(o) “The Project Site,” where applicable, means the place


named in the SCC.

Contract 2.1 Subject to the order of precedence set forth in the Contract
Documents Agreement, all documents forming the Contract (and all parts
thereof) are intended to be correlative, complementary, and
mutually explanatory. The Contract Agreement shall be read as
a whole.

Fraud and 3.1 If the Purchaser determines that the Supplier and/or any of its
Corruption personnel, or its agents, or its Subsupplier s, consultants,
service providers, suppliers and/or their employees has
engaged in corrupt, fraudulent, collusive, coercive or
obstructive practices, in competing for or in executing the
Contract, then the Purchaser may, after giving 14 days notice to
the Supplier, terminate the Supplier's employment under the
Contract and cancel the contract, and the provisions of Clause
35 shall apply as if such expulsion had been made under Sub-
Clause 35.1.
(a) For the purposes of this Sub-Clause:
(i) “corrupt practice” is the offering, giving, receiving
or soliciting, directly or indirectly, of anything of
value to influence improperly the actions of
another party6;
(ii) “fraudulent practice” is any act or omission,
including a misrepresentation, that knowingly or
recklessly misleads, or attempts to mislead, a party
to obtain a financial or other benefit or to avoid an

6
“Another party” refers to a public official acting in relation to the procurement process or contract execution.
In this context, “public official” includes World Bank staff and employees of other organizations taking or
reviewing procurement decisions.
156

obligation7;
(iii) “collusive practice” is an arrangement between
two or more parties8 designed to achieve an
improper purpose, including to influence
improperly the actions of another party;
(iv) “coercive practice” is impairing or harming, or
threatening to impair or harm, directly or
indirectly, any party or the property of the party to
influence improperly the actions of a party9;
(v) “obstructive practice” is
(aa) deliberately destroying, falsifying, altering
or concealing of evidence material to the
investigation or making false statements to
investigators in order to materially impede a
Bank investigation into allegations of a
corrupt, fraudulent, coercive or collusive
practice; and/or threatening, harassing or
intimidating any party to prevent it from
disclosing its knowledge of matters relevant
to the investigation or from pursuing the
investigation; or
(bb) acts intended to materially impede the
exercise of the Bank’s inspection and audit
rights provided for under
Clause11[Inspections and Audits by the
Bank].
3.2 Should any employee of the Supplier be determined to have
engaged in corrupt, fraudulent, collusive, coercive, or
obstructive practice during the purchase of the Goods, then that
employee shall be removed.

Interpretation 4.1 If the context so requires it, singular means plural and vice versa.

4.2 Incoterms

(a) Unless inconsistent with any provision of the Contract,


the meaning of any trade term and the rights and

7
“Party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or
contract execution; and the “act or omission” is intended to influence the procurement process or contract
execution.
8
“Parties” refers to participants in the procurement process (including public officials) attempting to establish
bid prices at artificial, non competitive levels.
9
“Party” refers to a participant in the procurement process or contract execution.
157

obligations of parties thereunder shall be as prescribed by


Incoterms.

(b) The terms EXW, CIP, FCA, CFR and other similar terms,
when used, shall be governed by the rules prescribed in
the current edition of Incoterms specified in the SCC and
published by the International Chamber of Commerce in
Paris, France.

4.3 Entire Agreement

The Contract constitutes the entire agreement between the


Purchaser and the Supplier and supersedes all communications,
negotiations and agreements (whether written or oral) of the
parties with respect thereto made prior to the date of Contract.

4.4 Amendment

No amendment or other variation of the Contract shall be valid


unless it is in writing, is dated, expressly refers to the Contract,
and is signed by a duly authorized representative of each party
thereto.
4.5 Nonwaiver
(a) Subject to GCC Sub-Clause 4.5(b) below, no relaxation,
forbearance, delay, or indulgence by either party in
enforcing any of the terms and conditions of the Contract
or the granting of time by either party to the other shall
prejudice, affect, or restrict the rights of that party under
the Contract, neither shall any waiver by either party of
any breach of Contract operate as waiver of any
subsequent or continuing breach of Contract.
(b) Any waiver of a party’s rights, powers, or remedies under
the Contract must be in writing, dated, and signed by an
authorized representative of the party granting such
waiver, and must specify the right and the extent to which
it is being waived.
4.6 Severability
If any provision or condition of the Contract is prohibited or
rendered invalid or unenforceable, such prohibition, invalidity
or unenforceability shall not affect the validity or enforceability
of any other provisions and conditions of the Contract.
Language 5.1 The Contract as well as all correspondence and documents
relating to the Contract exchanged by the Supplier and the
Purchaser, shall be written in the language specified in the
158

SCC. Supporting documents and printed literature that are


part of the Contract may be in another language provided they
are accompanied by an accurate translation of the relevant
passages in the language specified, in which case, for purposes
of interpretation of the Contract, this translation shall govern.
5.2 The Supplier shall bear all costs of translation to the governing
language and all risks of the accuracy of such translation, for
documents provided by the Supplier.
Joint Venture, 6.1 If the Supplier is a joint venture, consortium, or association, all of
Consortium or the parties shall be jointly and severally liable to the Purchaser for
Association the fulfillment of the provisions of the Contract and shall
designate one party to act as a leader with authority to bind the
joint venture, consortium, or association. The composition or the
constitution of the joint venture, consortium, or association shall
not be altered without the prior consent of the Purchaser.

Eligibility 7.1 The Supplier and its Sub supplier s shall have the nationality of
an eligible country. A Supplier or Sub supplier shall be
deemed to have the nationality of a country if it is a citizen or
constituted, incorporated, or registered, and operates in
conformity with the provisions of the laws of that country.
7.2 All Goods and Related Services to be supplied under the
Contract and financed by the Bank shall have their origin in
Eligible Countries. For the purpose of this Clause, origin means
the country where the goods have been grown, mined,
cultivated, produced, manufactured, or processed; or through
manufacture, processing, or assembly, another commercially
recognized article results that differs substantially in its basic
characteristics from its components.

Notices 8.1 Any notice given by one party to the other pursuant to the
Contract shall be in writing to the address specified in the
SCC. The term “in writing” means communicated in written
form with proof of receipt.
8.2 A notice shall be effective when delivered or on the notice’s
effective date, whichever is later.

Governing Law 9.1 The Contract shall be governed by and interpreted in


accordance with the laws of the Purchaser’s Country, unless
otherwise specified in the SCC.

Settlement of 10.1 The Purchaser and the Supplier shall make every effort to
Disputes resolve amicably by direct informal negotiation any
disagreement or dispute arising between them under or in
159

connection with the Contract.


10.2 If, after twenty-eight (28) days, the parties have failed to
resolve their dispute or difference by such mutual consultation,
then either the Purchaser or the Supplier may give notice to the
other party of its intention to commence arbitration, as
hereinafter provided, as to the matter in dispute, and no
arbitration in respect of this matter may be commenced unless
such notice is given. Any dispute or difference in respect of
which a notice of intention to commence arbitration has been
given in accordance with this Clause shall be finally settled by
arbitration. Arbitration may be commenced prior to or after
delivery of the Goods under the Contract. Arbitration
proceedings shall be conducted in accordance with the rules of
procedure specified in the SCC.
10.3 Notwithstanding any reference to arbitration herein,

(a) the parties shall continue to perform their respective


obligations under the Contract unless they otherwise agree;
and
(b) the Purchaser shall pay the Supplier any monies due the
Supplier.
Inspections and 11.1 The Supplier shall permit, and shall cause its Subsupplier s and
Audit by the Bank consultants to permit, the Bank and/or persons appointed by the
Bank to inspect the Supplier’s offices and all accounts and
records relating to the performance of the Contract and the
submission of the bid, and to have such accounts and records
audited by auditors appointed by the Bank if requested by the
Bank. The Supplier’s and its Subsupplier s and consultants’
attention is drawn to Clause 3 [Fraud and Corruption], which
provides, inter alia, that acts intended to materially impede the
exercise of the Bank’s inspection and audit rights provided for
under this Sub-Clause 11.1 constitute a prohibited practice subject
to contract termination (as well as to a determination of
ineligibility pursuant to the Bank’s prevailing sanctions
procedures).

Scope of Supply 12.1 The Goods and Related Services to be supplied shall be as
specified in the Schedule of Requirements.
Delivery and 13.1 Subject to GCC Sub-Clause 33.1, the Delivery of the Goods and
Documents Completion of the Related Services shall be in accordance with
the Delivery and Completion Schedule specified in the Schedule
of Requirements. The details of shipping and other documents to
be furnished by the Supplier are specified in the SCC.
160

Supplier’s 14.1 The Supplier shall supply all the Goods and Related Services
Responsibilities included in the Scope of Supply in accordance with GCC
Clause 12, and the Delivery and Completion Schedule, as per
GCC Clause 13.

Contract Price 15.1 Prices charged by the Supplier for the Goods supplied and the
Related Services performed under the Contract shall not vary
from the prices quoted by the Supplier in its bid, with the
exception of any price adjustments authorized in the SCC.

Terms of Payment 16.1 The Contract Price, including any Advance Payments, if
applicable, shall be paid as specified in the SCC.
16.2 The Supplier’s request for payment shall be made to the
Purchaser in writing, accompanied by invoices describing, as
appropriate, the Goods delivered and Related Services
performed, and by the documents submitted pursuant to GCC
Clause 13 and upon fulfillment of all other obligations
stipulated in the Contract.
16.3 Payments shall be made promptly by the Purchaser, but in no
case later than sixty (60) days after submission of an invoice or
request for payment by the Supplier, and after the Purchaser
has accepted it.
16.4 The currencies in which payments shall be made to the
Supplier under this Contract shall be those in which the bid
price is expressed.
16.5 In the event that the Purchaser fails to pay the Supplier any
payment by its due date or within the period set forth in the
SCC, the Purchaser shall pay to the Supplier interest on the
amount of such delayed payment at the rate shown in the SCC,
for the period of delay until payment has been made in full,
whether before or after judgment or arbitrage award.

Taxes and Duties 17.1 For goods manufactured outside the Purchaser’s Country, the
Supplier shall be entirely responsible for all taxes, stamp
duties, license fees, and other such levies imposed outside the
Purchaser’s Country.

17.2 For goods Manufactured within the Purchaser’s country, the


Supplier shall be entirely responsible for all taxes, duties,
license fees, etc., incurred until delivery of the contracted
Goods to the Purchaser.

17.3 If any tax exemptions, reductions, allowances or privileges may


be available to the Supplier in the Purchaser’s Country, the
Purchaser shall use its best efforts to enable the Supplier to
161

benefit from any such tax savings to the maximum allowable


extent.

Performance 18.1 If required as specified in the SCC, the Supplier shall, within
Security twenty-eight (28) days of the notification of contract award,
provide a performance security for the performance of the
Contract in the amount specified in the SCC.

18.2 The proceeds of the Performance Security shall be payable to


the Purchaser as compensation for any loss resulting from the
Supplier’s failure to complete its obligations under the
Contract.

18.3 As specified in the SCC, the Performance Security, if required,


shall be denominated in the currency(ies) of the Contract, or in
a freely convertible currency acceptable to the Purchaser; and
shall be in one of the format stipulated by the Purchaser in the
SCC, or in another format acceptable to the Purchaser.

18.4 The Performance Security shall be discharged by the Purchaser


and returned to the Supplier not later than twenty-eight (28)
days following the date of Completion of the Supplier’s
performance obligations under the Contract, including any
warranty obligations, unless specified otherwise in the SCC.

Copyright 19.1 The copyright in all drawings, documents, and other materials
containing data and information furnished to the Purchaser by
the Supplier herein shall remain vested in the Supplier, or, if
they are furnished to the Purchaser directly or through the
Supplier by any third party, including suppliers of materials,
the copyright in such materials shall remain vested in such
third party
Confidential 20.1 The Purchaser and the Supplier shall keep confidential and
Information shall not, without the written consent of the other party hereto,
divulge to any third party any documents, data, or other
information furnished directly or indirectly by the other party
hereto in connection with the Contract, whether such
information has been furnished prior to, during or following
completion or termination of the Contract. Notwithstanding
the above, the Supplier may furnish to its Subsupplier such
documents, data, and other information it receives from the
Purchaser to the extent required for the Subsupplier to perform
its work under the Contract, in which event the Supplier shall
obtain from such Subsupplier an undertaking of
confidentiality similar to that imposed on the Supplier under
162

GCC Clause 20.


20.2 The Purchaser shall not use such documents, data, and other
information received from the Supplier for any purposes
unrelated to the contract. Similarly, the Supplier shall not use
such documents, data, and other information received from the
Purchaser for any purpose other than the performance of the
Contract.
20.3 The obligation of a party under GCC Sub-Clauses 20.1 and
20.2 above, however, shall not apply to information that:
(a) the Purchaser or Supplier need to share with the Bank or
other institutions participating in the financing of the
Contract;
(b) now or hereafter enters the public domain through no
fault of that party;
(c) can be proven to have been possessed by that party at the
time of disclosure and which was not previously
obtained, directly or indirectly, from the other party; or
(d) otherwise lawfully becomes available to that party from a
third party that has no obligation of confidentiality.
20.4 The above provisions of GCC Clause 20 shall not in any way
modify any undertaking of confidentiality given by either of
the parties hereto prior to the date of the Contract in respect of
the Supply or any part thereof.
20.5 The provisions of GCC Clause 20 shall survive completion or
termination, for whatever reason, of the Contract.

Subcontracting 21.1 The Supplier shall notify the Purchaser in writing of all
subcontracts awarded under the Contract if not already
specified in the bid. Such notification, in the original bid or
later shall not relieve the Supplier from any of its obligations,
duties, responsibilities, or liability under the Contract.

21.2 Subcontracts shall comply with the provisions of GCC Clauses


3 and 7.

Specifications and 22.1 Technical Specifications and Drawings


Standards
(a) The Goods and Related Services supplied under this
Contract shall conform to the technical specifications and
standards mentioned in Section VI, Schedule of
Requirements and, when no applicable standard is
mentioned, the standard shall be equivalent or superior to
163

the official standards whose application is appropriate to


the Goods’ country of origin.

(b) The Supplier shall be entitled to disclaim responsibility


for any design, data, drawing, specification or other
document, or any modification thereof provided or
designed by or on behalf of the Purchaser, by giving a
notice of such disclaimer to the Purchaser.

(c) Wherever references are made in the Contract to codes


and standards in accordance with which it shall be
executed, the edition or the revised version of such codes
and standards shall be those specified in the Schedule of
Requirements. During Contract execution, any changes in
any such codes and standards shall be applied only after
approval by the Purchaser and shall be treated in
accordance with GCC Clause 33.

Packing and 23.1 The Supplier shall provide such packing of the Goods as is
Documents required to prevent their damage or deterioration during transit
to their final destination, as indicated in the Contract. During
transit, the packing shall be sufficient to withstand, without
limitation, rough handling and exposure to extreme
temperatures, salt and precipitation, and open storage. Packing
case size and weights shall take into consideration, where
appropriate, the remoteness of the goods’ final destination and
the absence of heavy handling facilities at all points in transit.

23.2 The packing, marking, and documentation within and outside


the packages shall comply strictly with such special
requirements as shall be expressly provided for in the Contract,
including additional requirements, if any, specified in the SCC,
and in any other instructions ordered by the Purchaser.

Insurance 24.1 Unless otherwise specified in the SCC, the Goods supplied
under the Contract shall be fully insured—in a freely
convertible currency from an eligible country—against loss or
damage incidental to manufacture or acquisition,
transportation, storage, and delivery, in accordance with the
applicable Incoterms or in the manner specified in the SCC.

Transportation 25.1 Unless otherwise specified in the SCC, responsibility for


arranging transportation of the Goods shall be in accordance
with the specified Incoterms.
Inspections and 26.1 The Supplier shall at its own expense and at no cost to the
164

Tests Purchaser carry out all such tests and/or inspections of the
Goods and Related Services as are specified in the SCC.
26.2 The inspections and tests may be conducted on the premises of
the Supplier or its Sub supplier , at point of delivery, and/or at
the Goods’ final destination, or in another place in the
Purchaser’s Country as specified in the SCC. Subject to GCC
Sub-Clause 26.3, if conducted on the premises of the Supplier
or its Sub supplier , all reasonable facilities and assistance,
including access to drawings and production data, shall be
furnished to the inspectors at no charge to the Purchaser.
26.3 The Purchaser or its designated representative shall be entitled
to attend the tests and/or inspections referred to in GCC Sub-
Clause 26.2, provided that the Purchaser bear all of its own
costs and expenses incurred in connection with such
attendance including, but not limited to, all traveling and board
and lodging expenses.
26.4 Whenever the Supplier is ready to carry out any such test and
inspection, it shall give a reasonable advance notice, including
the place and time, to the Purchaser. The Supplier shall obtain
from any relevant third party or manufacturer any necessary
permission or consent to enable the Purchaser or its designated
representative to attend the test and/or inspection.
26.5 The Purchaser may require the Supplier to carry out any test
and/or inspection not required by the Contract but deemed
necessary to verify that the characteristics and performance of
the Goods comply with the technical specifications codes and
standards under the Contract, provided that the Supplier’s
reasonable costs and expenses incurred in the carrying out of
such test and/or inspection shall be added to the Contract Price.
Further, if such test and/or inspection impedes the progress of
manufacturing and/or the Supplier’s performance of its other
obligations under the Contract, due allowance will be made in
respect of the Delivery Dates and Completion Dates and the
other obligations so affected.
26.6 The Supplier shall provide the Purchaser with a report of the
results of any such test and/or inspection.
26.7 The Purchaser may reject any Goods or any part thereof that
fail to pass any test and/or inspection or do not conform to the
specifications. The Supplier shall either rectify or replace such
rejected Goods or parts thereof or make alterations necessary
to meet the specifications at no cost to the Purchaser, and shall
repeat the test and/or inspection, at no cost to the Purchaser,
165

upon giving a notice pursuant to GCC Sub-Clause 26.4.


26.8 The Supplier agrees that neither the execution of a test and/or
inspection of the Goods or any part thereof, nor the attendance
by the Purchaser or its representative, nor the issue of any
report pursuant to GCC Sub-Clause 26.6, shall release the
Supplier from any warranties or other obligations under the
Contract.
Liquidated 27.1 Except as provided under GCC Clause 32, if the Supplier fails
Damages to deliver any or all of the Goods by the Date(s) of delivery or
perform the Related Services within the period specified in the
Contract, the Purchaser may without prejudice to all its other
remedies under the Contract, deduct from the Contract Price,
as liquidated damages, a sum equivalent to the percentage
specified in the SCC of the delivered price of the delayed
Goods or unperformed Services for each week or part thereof
of delay until actual delivery or performance, up to a maximum
deduction of the percentage specified in those SCC. Once the
maximum is reached, the Purchaser may terminate the Contract
pursuant to GCC Clause 35.

Warranty 28.1 The Supplier warrants that all the Goods are new, unused, and
of the most recent or current models, and that they incorporate
all recent improvements in design and materials, unless
provided otherwise in the Contract.
28.2 Subject to GCC Sub-Clause 22.1(b), the Supplier further
warrants that the Goods shall be free from defects arising from
any act or omission of the Supplier or arising from design,
materials, and workmanship, under normal use in the
conditions prevailing in the country of final destination.

28.3 Unless otherwise specified in the SCC, the warranty shall


remain valid for twelve (12) months after the Goods, or any
portion thereof as the case may be, have been delivered to and
accepted at the final destination indicated in the SCC, or for
eighteen (18) months after the date of shipment from the port
or place of loading in the country of origin, whichever period
concludes earlier.
28.4 The Purchaser shall give notice to the Supplier stating the
nature of any such defects together with all available evidence
thereof, promptly following the discovery thereof. The
Purchaser shall afford all reasonable opportunity for the
Supplier to inspect such defects.
166

28.5 Upon receipt of such notice, the Supplier shall, within the
period specified in the SCC, expeditiously repair or replace the
defective Goods or parts thereof, at no cost to the Purchaser.
28.6 If having been notified, the Supplier fails to remedy the defect
within the period specified in the SCC, the Purchaser may
proceed to take within a reasonable period such remedial
action as may be necessary, at the Supplier’s risk and expense
and without prejudice to any other rights which the Purchaser
may have against the Supplier under the Contract.

Patent Indemnity 29.1 The Supplier shall, subject to the Purchaser’s compliance with
GCC Sub-Clause 29.2, indemnify and hold harmless the
Purchaser and its employees and officers from and against any
and all suits, actions or administrative proceedings, claims,
demands, losses, damages, costs, and expenses of any nature,
including attorney’s fees and expenses, which the Purchaser
may suffer as a result of any infringement or alleged
infringement of any patent, utility model, registered design,
trademark, copyright, or other intellectual property right
registered or otherwise existing at the date of the Contract by
reason of:
(a) the installation of the Goods by the Supplier or the use of
the Goods in the country where the Site is located; and
(b) the sale in any country of the products produced by the
Goods.
Such indemnity shall not cover any use of the Goods or any
part thereof other than for the purpose indicated by or to be
reasonably inferred from the Contract, neither any
infringement resulting from the use of the Goods or any part
thereof, or any products produced thereby in association or
combination with any other equipment, plant, or materials not
supplied by the Supplier, pursuant to the Contract.
29.2 If any proceedings are brought or any claim is made against the
Purchaser arising out of the matters referred to in GCC Sub-
Clause 29.1, the Purchaser shall promptly give the Supplier a
notice thereof, and the Supplier may at its own expense and in
the Purchaser’s name conduct such proceedings or claim and
any negotiations for the settlement of any such proceedings or
claim.
29.3 If the Supplier fails to notify the Purchaser within twenty-eight
(28) days after receipt of such notice that it intends to conduct
any such proceedings or claim, then the Purchaser shall be free
167

to conduct the same on its own behalf.


29.4 The Purchaser shall, at the Supplier’s request, afford all
available assistance to the Supplier in conducting such
proceedings or claim, and shall be reimbursed by the Supplier
for all reasonable expenses incurred in so doing.
29.5 The Purchaser shall indemnify and hold harmless the Supplier
and its employees, officers, and Subsupplier s from and against
any and all suits, actions or administrative proceedings, claims,
demands, losses, damages, costs, and expenses of any nature,
including attorney’s fees and expenses, which the Supplier
may suffer as a result of any infringement or alleged
infringement of any patent, utility model, registered design,
trademark, copyright, or other intellectual property right
registered or otherwise existing at the date of the Contract
arising out of or in connection with any design, data, drawing,
specification, or other documents or materials provided or
designed by or on behalf of the Purchaser.
Limitation of 30.1 Except in cases of criminal negligence or willful misconduct,
Liability
(a) the Supplier shall not be liable to the Purchaser, whether
in contract, tort, or otherwise, for any indirect or
consequential loss or damage, loss of use, loss of
production, or loss of profits or interest costs, provided
that this exclusion shall not apply to any obligation of the
Supplier to pay liquidated damages to the Purchaser and
(b) the aggregate liability of the Supplier to the Purchaser,
whether under the Contract, in tort or otherwise, shall not
exceed the total Contract Price, provided that this
limitation shall not apply to the cost of repairing or
replacing defective equipment, or to any obligation of the
supplier to indemnify the purchaser with respect to patent
infringement

Change in Laws 31.1 Unless otherwise specified in the Contract, if after the date of
and Regulations 28 days prior to date of Bid submission, any law, regulation,
ordinance, order or bylaw having the force of law is enacted,
promulgated, abrogated, or changed in the place of the
Purchaser’s country where the Site is located (which shall be
deemed to include any change in interpretation or application
by the competent authorities) that subsequently affects the
Delivery Date and/or the Contract Price, then such Delivery
Date and/or Contract Price shall be correspondingly increased
or decreased, to the extent that the Supplier has thereby been
affected in the performance of any of its obligations under the
168

Contract. Notwithstanding the foregoing, such additional or


reduced cost shall not be separately paid or credited if the same
has already been accounted for in the price adjustment
provisions where applicable, in accordance with GCC Clause
15.

Force Majeure 32.1 The Supplier shall not be liable for forfeiture of its
Performance Security, liquidated damages, or termination for
default if and to the extent that its delay in performance or
other failure to perform its obligations under the Contract is the
result of an event of Force Majeure.
32.2 For purposes of this Clause, “Force Majeure” means an event
or situation beyond the control of the Supplier that is not
foreseeable, is unavoidable, and its origin is not due to
negligence or lack of care on the part of the Supplier. Such
events may include, but not be limited to, acts of the Purchaser
in its sovereign capacity, wars or revolutions, fires, floods,
epidemics, quarantine restrictions, and freight embargoes.
32.3 If a Force Majeure situation arises, the Supplier shall promptly
notify the Purchaser in writing of such condition and the cause
thereof. Unless otherwise directed by the Purchaser in writing,
the Supplier shall continue to perform its obligations under the
Contract as far as is reasonably practical, and shall seek all
reasonable alternative means for performance not prevented by
the Force Majeure event.
Change Orders and 33.1 The Purchaser may at any time order the Supplier through
Contract notice in accordance GCC Clause 8, to make changes within
Amendments the general scope of the Contract in any one or more of the
following:
(a) drawings, designs, or specifications, where Goods to be
furnished under the Contract are to be specifically
manufactured for the Purchaser;
(b) the method of shipment or packing;

(c) the place of delivery; and

(d) the Related Services to be provided by the Supplier.

33.2 If any such change causes an increase or decrease in the cost


of, or the time required for, the Supplier’s performance of any
provisions under the Contract, an equitable adjustment shall be
made in the Contract Price or in the Delivery/Completion
Schedule, or both, and the Contract shall accordingly be
amended. Any claims by the Supplier for adjustment under
169

this Clause must be asserted within twenty-eight (28) days


from the date of the Supplier’s receipt of the Purchaser’s
change order.

33.3 Prices to be charged by the Supplier for any Related Services


that might be needed but which were not included in the
Contract shall be agreed upon in advance by the parties and
shall not exceed the prevailing rates charged to other parties by
the Supplier for similar services.

33.4 Subject to the above, no variation in or modification of the


terms of the Contract shall be made except by written
amendment signed by the parties.

Extensions of Time 34.1 If at any time during performance of the Contract, the Supplier
or its subsupplier s should encounter conditions impeding
timely delivery of the Goods or completion of Related Services
pursuant to GCC Clause 13, the Supplier shall promptly notify
the Purchaser in writing of the delay, its likely duration, and its
cause. As soon as practicable after receipt of the Supplier’s
notice, the Purchaser shall evaluate the situation and may at its
discretion extend the Supplier’s time for performance, in which
case the extension shall be ratified by the parties by
amendment of the Contract.

34.2 Except in case of Force Majeure, as provided under GCC


Clause 32, a delay by the Supplier in the performance of its
Delivery and Completion obligations shall render the Supplier
liable to the imposition of liquidated damages pursuant to GCC
Clause 26, unless an extension of time is agreed upon, pursuant
to GCC Sub-Clause 34.1.

Termination 35.1 Termination for Default


(a) The Purchaser, without prejudice to any other remedy for
breach of Contract, by written notice of default sent to
the Supplier, may terminate the Contract in whole or in
part:
(i) if the Supplier fails to deliver any or all of the
Goods within the period specified in the Contract,
or within any extension thereof granted by the
Purchaser pursuant to GCC Clause 34;
(ii) if the Supplier fails to perform any other obligation
under the Contract; or
(iii) if the Supplier, in the judgment of the Purchaser has
engaged in fraud and corruption, as defined in GCC
170

Clause 3, in competing for or in executing the


Contract.
(b) In the event the Purchaser terminates the Contract in
whole or in part, pursuant to GCC Clause 35.1(a), the
Purchaser may procure, upon such terms and in such
manner as it deems appropriate, Goods or Related
Services similar to those undelivered or not performed,
and the Supplier shall be liable to the Purchaser for any
additional costs for such similar Goods or Related
Services. However, the Supplier shall continue
performance of the Contract to the extent not terminated.
35.2 Termination for Insolvency.
(a) The Purchaser may at any time terminate the Contract by
giving notice to the Supplier if the Supplier becomes
bankrupt or otherwise insolvent. In such event,
termination will be without compensation to the Supplier,
provided that such termination will not prejudice or affect
any right of action or remedy that has accrued or will
accrue thereafter to the Purchaser

35.3 Termination for Convenience.


(a) The Purchaser, by notice sent to the Supplier, may
terminate the Contract, in whole or in part, at any time
for its convenience. The notice of termination shall
specify that termination is for the Purchaser’s
convenience, the extent to which performance of the
Supplier under the Contract is terminated, and the date
upon which such termination becomes effective.
(b) The Goods that are complete and ready for shipment
within twenty-eight (28) days after the Supplier’s receipt
of notice of termination shall be accepted by the
Purchaser at the Contract terms and prices. For the
remaining Goods, the Purchaser may elect:
(i) to have any portion completed and delivered at the
Contract terms and prices; and/or
(ii) to cancel the remainder and pay to the Supplier an
agreed amount for partially completed Goods and
Related Services and for materials and parts
previously procured by the Supplier.
171

Assignment 36.1 Neither the Purchaser nor the Supplier shall assign, in whole or
in part, their obligations under this Contract, except with prior
written consent of the other party.

Export Restriction 37.1 Notwithstanding any obligation under the Contract to complete
all export formalities, any export restrictions attributable to the
Purchaser, to the country of the Purchaser, or to the use of the
products/goods, systems or services to be supplied, which arise
from trade regulations from a country supplying those
products/goods, systems or services, and which substantially
impede the Supplier from meeting its obligations under the
Contract, shall release the Supplier from the obligation to
provide deliveries or services, always provided, however, that
the Supplier can demonstrate to the satisfaction of the
Purchaser and of the Bank that it has completed all formalities
in a timely manner, including applying for permits,
authorizations and licenses necessary for the export of the
products/goods, systems or services under the terms of the
Contract. Termination of the Contract on this basis shall be for
the Purchaser’s convenience pursuant to Sub-Clause 35.3.
173

Section VIII. Special Conditions of Contract


The following Special Conditions of Contract (SCC) shall supplement and / or amend the General Conditions of
Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.

GCC 1.1(j) The Purchaser’s country is: India

GCC 1.1(k) The Purchaser is: The Managing Director, HMWS&SB, Hyderabad

GCC 1.1 (q) The Project Site(s)/Final Destination(s) is: Municipal limits of Malkajgiri PIN: 500047,
Telangana, India

GCC 4.2 (a) The meaning of the trade terms shall be as prescribed by Incoterms.

GCC 4.2 (b) The version of Incoterms shall be 2010.

GCC 5.1 The language shall be: English

GCC 8.1 For Notices, the Purchaser’s address shall be:


Chief General Manager(Engg)
Project Construction Circle-III
HMWSSB, Khairatabad
Hyderabad 500004
Telangana (INDIA)
Phone No. : +91 04 66872222 Extn: 330
Mobile No: +91 9989986779
Email: cgmpcc3hmwssb@gmail.com
GCC 9.1 The governing law shall be the law of: India

GCC 10.2 The rules of procedure for arbitration proceedings pursuant to GCC Clause 10.2 shall be
as follows:
“At the time of finalizing the Contract, Clause 10.2 (a) shall be retained in the case of a
Contract with a foreign Supplier and clause 10.2 (b) shall be retained in the case of a
Contract with a national of the Purchaser’s country.”
(a) Contract with foreign Supplier:
GCC 10.2 (a)—Any dispute, controversy or claim arising out of or relating to this
Contract, or breach, termination or invalidity thereof, shall be settled by arbitration in
accordance with the UNCITRAL Arbitration Rules as at present in force.

(b) Contracts with Supplier national of the Purchaser’s country:


i) In case of dispute or difference arising between the Purchaser and Supplier who is a
national of India relating to any matter arising out of or connected with this agreement,
such disputes or difference shall be settled in accordance with the Arbitration and
Conciliation Act, 1996. The arbitral tribunal shall consist of 3 arbitrators one each to be
174

appointed by the Purchaser and the Supplier. The third Arbitrator shall be chosen by the
two Arbitrators so appointed by the Parties and shall act as Presiding arbitrator. In case
of failure of the two arbitrators appointed by the parties to reach upon a consensus
within a period of 30 days from the appointment of the arbitrator appointed
subsequently, the Presiding Arbitrator shall be appointed by Chairman, Telangana State
Centre, The Institution of Engineers (India) Hyderabad.

ii) If one of the parties fails to appoint its arbitrator in pursuance of sub clause (a) above,
within 30 days after receipt of the notice of the appointment of its arbitrator by the other
party, then Chairman, Telangana State Centre, The Institution of Engineers (India)
Hyderabad shall appoint the Arbitrator.

iii) The venue of Arbitration shall be Hyderabad and the language of the arbitration
proceedings and that of all documents and communications between the parties shall be
English.

iv) The decision of the majority of arbitrators shall be final and binding upon parties.
The cost and expenses of Arbitration proceedings will be paid as determined by the
arbitral tribunal. However, the expenses incurred by each party in connection with
the preparation, presentation etc of its proceedings as also the fees and expenses
paid to the arbitrator appointed by such party or on its behalf shall be borne by each
party itself.

GCC 13.1 Details of Shipping and other Documents to be furnished by the Supplier are as follows:

(a) For Goods supplied from abroad :


Within 24 hours of shipment, the Supplier shall notify the Purchaser and the Insurance
Company by cable or telex or fax the full details of the shipment including Contract
number, description of goods, quantity, the vessel, the bill of lading number and date, port
of loading, date of shipment, port of discharge, etc. The Supplier shall send the following
documents to the Purchaser:
(i) 3 copies of Supplier’s invoice showing contract number, goods' description,
quantity, and unit price and total amount;
(ii) Original and 3 copies of the negotiable, clean, on-board bill of lading marked
freight prepaid and 3 copies of non-negotiable bill of lading;
(iii) 3 Copies of packing list identifying contents of each package;
(iv) Insurance certificate;
(v) Manufacturer’s/Supplier’s warranty certificate;
(vi) Inspection certificate issued by the nominated inspection agency , and the
Supplier’s factory inspection report; and
(vii) Certificate of Origin of goods.
The above documents shall be received by the Purchaser at least one week before arrival of
Goods at the port or place of arrival and, if not received, the Supplier will be responsible for
any consequent expenses.

(b) For Goods from within India :


175

Upon delivery of the goods to the transporter/consignee, the supplier shall notify the
purchaser and send the following documents to the Purchaser :
(i) 3 copies of the Supplier invoice showing contract number, goods'
description, quantity, unit price, total amount;
(ii) Delivery note, Railway receipt or acknowledgment of receipt of goods
from the Consignee;
(iii) 3 Copies of Packing list identifying the contents of each package;
(iv) Insurance Certificate;
(v) Manufacturer’s/Supplier’s warranty certificate;
(vi) Inspection Certificate issued by the nominated inspectionsupplier , and
the Supplier’s factory inspection report; and
(vii) Certificate of Origin.
The above documents shall be received by the Purchaser before arrival of the Goods and, if not
received, the Supplier will be responsible for any consequent expenses.

GCC 15.1 The prices charged for the Goods supplied and the related Services performed “shall not”be
adjustable.

GCC 16.1 GCC 16.1—The method and conditions of payment to be made to the Supplier under this
Contract shall be as follows:

Payment for Goods supplied from abroad:

Payment of foreign currency portion shall be made in the following manner:

(i) Advance Payment: NIL

(ii) On Supply & Delivery: Eighty (80) percent of the Contract Price for Supply of the
Goods shipped shall be paid through irrevocable Letter of Credit opened in favor of
the Supplier in a bank in the Supplier’s country, upon submission of (a) documents
specified in SCC under GCC 13.1 and (b) any other documents which may be
specified in the Letter of Credit.

(iii) On installation & Commissioning: Balance twenty (20) percent of the Contract
Price for supply of Goods and 100% of the Price for the corresponding ‘Related
Services’ (Installation & Commissioning) shall be paid after satisfactory installation
and commissioning of Goods upon submission of claim supported by the
acceptance certificate issued by the Purchaser.
Payment of local currency portion shall be made in INR within thirty (30) days of
presentation of claim supported by a certificate from the Purchaser declaring that the
Goods have been delivered and that all other contracted Services have been performed.

Payment for Goods and Services supplied from within the Purchaser’s country:

Payment for Goods and Services supplied from within the Purchaser’s country shall be
made in INR as follows:

(i) Advance Payment: NIL

(ii) On Supply & Delivery: Eighty (80) percent of the Contract Price for Supply of the
176

Goods shall be paid on receipt of the Goods within thirty (30) days upon submission
of the documents specified in GCC Clause 13.

(iii) On installation & Commissioning: Balance twenty (20) percent of the Contract
Price for supply of Goods and 100% of the Price for the corresponding ‘Related
Services’ (Installation & Commissioning) shall be paid after satisfactory installation
and commissioning of Goods upon submission of claim supported by the acceptance
certificate issued by the Purchaser.

GCC 16.5 The payment-delay period after which the Purchaser shall pay interest to the supplier shall be
(30) days.
The interest rate that shall be applied is 5 %

GCC 18.1 A Performance Security shall be required.


Performance Security shall be 10% of Contract Price during installation and Commissioning + 2
months and 5 % of the contract price during O&M period.

GCC 18.3 The Performance Security shall be in the form of “a Bank Guarantee” issued either (a) by a
bank located in the country of the Purchaser (Nationalized or Scheduled Bank in India) or a
foreign bank through a correspondent bank located in the country of the Purchaser
(Nationalized or Scheduled Bank in India), or (b) directly by a foreign bank which has been
determined in advance to be acceptable to the Purchaser
The Performance security shall be denominated in a freely convertible currency acceptable to
the Purchaser.

GCC 18.4 Discharge of the Performance Security shall take place: not later than 60 days following the date
of Completion of the Supplier’s obligations under the Contract.

GCC 23.2 The packing, marking and documentation within and outside the packages shall be: Each
package will be marked on three sides with proper paint/indelible ink with the following :

(i) Project; (ii) Contract No.; (iii) Country of Origin of Goods;

(iv) Supplier’s Name; (v) Packing List Reference number.

GCC 24.1 The insurance coverage shall be as specified in the Incoterms.


Supplier shall insure the goods shipped/dispatched for an amount equal to 110 percent of the
CIP (EXW for Goods supplied from within the country) value of the Goods from “Warehouse
to warehouse (final destination)” on “All Risks” basis including War Risks and Strikes.

GCC 25.1 Responsibility for transportation of the Goods shall be as specified in the Incoterms.

GCC 26.1 The inspections and tests shall be carried out for the Goods supplied as per IS/EN and as per
clause 1 of technical specification.

GCC 26.2 The Inspections and tests shall be conducted as per clause 5 of the technical specification.
177

GCC 27.1 The liquidated damages:


If the Supplier fails to deliver any or all of the Water Meters/SCADA by the Date(s) of delivery
within the period specified in the Contract (Schedule of Requirements), the liquidated damages will
be levied at 0.5% per week or part thereof as applied to the value of delayed goods.

If the Supplier fails in installation and commissioning of the supplied Water Meters /SCADA by
the Completion Date(s) specified in Section VI for List of Related Services, for reasons not
attributable to the Purchaser, the liquidated damages will be levied at 0.5% per week or part thereof,
as applied to value of the delayed services.

GCC 27.1 The maximum amount of liquidated damages shall be: 10% of contract price.

GCC 27.2 If the Supplier fails to meet the performance obligations during the O&M period as listed in the
Table below, damages will be deducted from the payments due to the Supplier as per amounts
indicated against each item.

Sl.No Item (Non-compliance of Amount to Per /day


performance obligations) damages which
will be deducted
(Rs)

1 Delay in attending pipe line burst 5000/- Day


/leakage.beyond 48 hours.

2. Delay in attending the break down 2000/- Day


of the SCAD equipments etc .

3. Errors in recording bills 500/- Each bill

4. Wrong meter status. 500/- Each bill

5. Bills not issued without valid 50/- Per bill


reasons.

6. Bills generated and Not handed over 50/- Each bill


to the customers personally

7. In correct entery updating of Contact 0.50 paise Per CAN


Cell Phone Customer number

8. Wrong category billing of the 500/- Per bill


consumer

9. Collection shortfall penalty and the 2000/- Each docket


minimum percentage is 50% with
increase of 5% every four months for
each docket
178

10. Failure to achieve Minimum epos Minimum


Billing CANs for each docket ePos/smart phone
based billing should
be 98%,, billing
disputed CANs or
with valid reasons
will be exempted.
Billing shortfall will
be penalized @
Rs.2000/- per each
docket.

11. Not attending/submitting the chlorine 2500/- Per day.


samples.

GCC 28.3 The Supplier shall be responsible for repair/ rectification , spares and maintenance of the Goods
and Equipment supplied by it at its cost during the entire period of 60 months of Operation and
Maintenance effective from the satisfactory installation and commissioning of said Goods and
Equipment

GCC 28.5 The period for repair or replacement shall be as per clause 3 of technical specification.
179

Section IX. Contract Forms

Table of Forms

1. Contract Agreement ....................................................................................................... 180

2. Performance Security ..................................................................................................... 182

3. Bank Guarantee for Advance Payment ........................................................................ 183


180

1. Contract Agreement
[The successful Bidder shall fill in this form in accordance with the instructions indicated]

THIS CONTRACT AGREEMENT is made


the [ insert: number ] day of [ insert: month ], [ insert: year ].

BETWEEN
(1) [ insert complete name of Purchaser ], a [ insert description of type of legal
entity, for example, ansupplier of the Ministry of .... of the Government of
{ insert name of Country of Purchaser }, or corporation incorporated under
the laws of { insert name of Country of Purchaser } ] and having its principal
place of business at [ insert address of Purchaser ] (hereinafter called “the
Purchaser”), and
(2) [ insert name of Supplier], a corporation incorporated under the laws of
[ insert: country of Supplier] and having its principal place of business at
[ insert: address of Supplier ] (hereinafter called “the Supplier”).
WHEREAS the Purchaser invited bids for certain Goods and ancillary services, viz., [insert
brief description of Goods and Services] and has accepted a Bid by the Supplier for the
supply of those Goods and Services in the sum of [insert Contract Price in words and
figures, expressed in the Contract currency(ies)] (hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall constitute the Contract between the Purchaser and the
Supplier, and each shall be read and construed as an integral part of the Contract:

(a) This Contract Agreement


(b) Special Conditions of Contract
(c) General Conditions of Contract
(d) Technical Requirements (including Schedule of Requirements and Technical
Specifications)
(e) The Supplier’s Bid and original Price Schedules
(f) The Purchaser’s Notification of Award
(g) [Add here any other document(s)]
181

3. This Contract shall prevail over all other Contract documents. In the event of any
discrepancy or inconsistency within the Contract documents, then the documents shall
prevail in the order listed above.

4. In consideration of the payments to be made by the Purchaser to the Supplier as


hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the
Goods and Services and to remedy defects therein in conformity in all respects with the
provisions of the Contract.

5. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of
the Goods and Services and the remedying of defects therein, the Contract Price or such
other sum as may become payable under the provisions of the Contract at the times and
in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with the laws of [insert the name of the Contract governing law country] on the
day, month and year indicated above.
For and on behalf of the Purchaser

Signed: [insert signature]


in the capacity of [ insert title or other appropriate designation ]
in the presence of [insert identification of official witness]

For and on behalf of the Supplier

Signed: [insert signature of authorized representative(s) of the Supplier]


in the capacity of [ insert title or other appropriate designation ]
in the presence of [ insert identification of official witness]
182

2. Performance Security
[The bank, as requested by the successful Bidder, shall fill in this form in accordance with
the instructions indicated]

Date: [insert date (as day, month, and year) of Bid Submission]
ICB No. and title: [insert no. and title of bidding process]

Bank’s Branch or Office: [insert complete name of Guarantor]


Beneficiary:[insert complete name of Purchaser]
PERFORMANCE GUARANTEE No.: [insert Performance Guarantee number]
We have been informed that [insert complete name of Supplier] (hereinafter called "the
Supplier") has entered into Contract No. [insert number] dated [insert day and month],
[insert year] with you, for the supply of [description of Goods and related Services]
(hereinafter called "the Contract").
Furthermore, we understand that, according to the conditions of the Contract, a Performance
Guarantee is required.
At the request of the Supplier, we hereby irrevocably undertake to pay you any sum(s) not
exceeding [insert amount(s10) in figures and words] upon receipt by us of your first demand
in writing declaring the Supplier to be in default under the Contract, without cavil or
argument, or your needing to prove or to show grounds or reasons for your demand or the
sum specified therein.
This Guarantee shall expire no later than the [insert number] day of [insert month][insert
year],11 and any demand for payment under it must be received by us at this office on or
before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
458, except that subparagraph (ii) of Sub-article 20(a) is hereby excluded.
[signatures of authorized representatives of the bank and the Supplier]

10
The Bank shall insert the amount(s) specified in the SCC and denominated, as specified in the SCC, either
in the currency(ies) of the Contract or a freely convertible currency acceptable to the Purchaser.
11
Dates established in accordance with Clause 18.4 of the General Conditions of Contract (“GCC”), taking
into account any warranty obligations of the Supplier under Clause 16.2 of the GCC intended to be secured
by a partial Performance Guarantee. The Purchaser should note that in the event of an extension of the
time to perform the Contract, the Purchaser would need to request an extension of this Guarantee from the
Bank. Such request must be in writing and must be made prior to the expiration date established in the
Guarantee. In preparing this Guarantee, the Purchaser might consider adding the following text to the
Form, at the end of the penultimate paragraph: “We agree to a one-time extension of this Guarantee for a
period not to exceed [six months] [one year], in response to the Purchaser’s written request for such
extension, such request to be presented to us before the expiry of the Guarantee.”
183

3. Bank Guarantee for Advance Payment


[The bank, as requested by the successful Bidder, shall fill in this form in accordance with
the instructions indicated.]
Date: [insert date (as day, month, and year) of Bid Submission]
ICB No. and title: [insert number and title of bidding process]
[bank’s letterhead]
Beneficiary: [insert legal name and address of Purchaser]
ADVANCE PAYMENT GUARANTEE No.:[insert Advance Payment Guarantee no.]
We, [insert legal name and address of bank], have been informed that [insert complete name
and address of Supplier] (hereinafter called "the Supplier") has entered into Contract No.
[insert number] dated [insert date of Agreement] with you, for the supply of [insert types of
Goods to be delivered](hereinafter called "the Contract").
Furthermore, we understand that, according to the conditions of the Contract, an advance is
to be made against an advance payment guarantee.
At the request of the Supplier, we hereby irrevocably undertake to pay you any sum or sums
not exceeding in total an amount of [insert amount(s)12 in figures and words] upon receipt by
us of your first demand in writing declaring that the Supplier is in breach of its obligation
under the Contract because the Supplier used the advance payment for purposes other than
toward delivery of the Goods.
It is a condition for any claim and payment under this Guarantee to be made that the advance
payment referred to above must have been received by the Supplier on its account [insert
numberand domicile of the account]
This Guarantee shall remain valid and in full effect from the date of the advance payment
received by the Supplier under the Contract until [insert date13].
This Guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No 758 except that the supporting statement under Article 15(a) is
hereby excluded.
_____________________
[signature(s) of authorized representative(s) of the bank]

12
The bank shall insert the amount(s) specified in the SCC and denominated, as specified in the SCC, either
in the currency(ies) of the Contract or a freely convertible currency acceptable to the Purchaser.
13
Insert the Delivery date stipulated in the Contract Delivery Schedule. The Purchaser should note that in the
event of an extension of the time to perform the Contract, the Purchaser would need to request an extension
of this Guarantee from the bank. Such request must be in writing and must be made prior to the expiration
date established in the Guarantee. In preparing this Guarantee, the Purchaser might consider adding the
following text to the Form, at the end of the penultimate paragraph: “We agree to a one-time extension of
this Guarantee for a period not to exceed [six months][one year], in response to the Purchaser’s written
request for such extension, such request to be presented to us before the expiry of the Guarantee.”

You might also like