Embassy of India

Kathmandu

TENDER NOTICE for Water Treatment Plant and Sewage Treatment Plants

Sealed and separate tenders are invited in two bid system (Technical and financial) directly from reputed and experienced bidders for annual maintenance contract of Water Treatment Plant and Sewage Treatment Plants in Embassy’s complex. The last date of receipt of offer in sealed envelope is on or before 23rd February 2015 upto 1700 hrs. Interested parties are requested to contact Second Secretary (Admn, Estt & Proj), Embassy of India, Kathmandu (Ph. 01-4434276/4412374 & 01-4410900 ext. 4179/4133) from 02nd February 2015 onwards between 10.00 A.M. to 4.00 P.M. for visit on site and getting detailed scope of work, Evaluation criteria etc.

Kat/Estt/872/03/2014

Sd/-

(Head of Chancery)

ANNEXURE'A'

BRIEF DESCRIPTION OF VARIOUS INSTALLATIONS

A. EXISTING WATER TREATMENT PLANT:-

(I) PRESENT SCHEME:- Raw water tank- Alum dosing-Pressure sand filter-Softener-Dual media

Filter-Ammonia exchanger-Degassing tower-Soda ash dosing-Treated water tank.

(ii) BRIEF DESCRIPTION OF FILTERS (ION EXCHANGE MAKE):-

a. Pressure Sand Filter(2)-Dia-30", Height-72",Media Layer-Iron/Gravel/Fine Sand- 400/100/400 MM

b. Water Softener(2)-Dia-21",Height-62",Resin Volume-300 ltrs; Regnerant Type-NaCl Regenerant per Regeneration Cycle-48kg; Output Between Regeneration-60,0000 ltrs.

c. Dual Media Filter (DMF-85) (2) -Dia-24",Height-72"; Filter Media-550 kg.

d. Ammonia Exchanger (2)– size-21"x62",-Filter media-Resin 225H (300 ltrs) Regenerate

Type-HCL; Regenerate per Regeneration Cycle-72ltrs(Every Fortnight)

e. Degasification System (2)(DGT Module-350; Height-1600; Capacity-6-9 m3/hr.

(iii) VARIOUS TYPES OF PUMPS (MOTOR RATINGS)-

a. Filter Feed Pump (4 Nos.)-1.5 KW; (1No,)-5.5 KW

b. Horticulture Pump(2 Nos.)-1.5 KW

c. Main Fire Pump (1 No.) -37 KW

d. Jockey Pump (1 No.)-5.5 KW

e. Diesel Engine Pump (1 No.)-4.4 KW

f. Booster Pumps (3 Nos.)- 4.0 KW

g. Dosing Pumps (4 Nos.)-80 W

h. Ammonia Plant Pump (4 Nos.)-746 W

i. Ammonia Plan Blower (2 No.)- 180 W

(iv) ELECTRIC PANELS.

a. Main Feeder Panel

b. Control Panel for Horticulture Pump

c. Control Panel for Deep Tube well

d. Control Panel for Filter Feed Pump

e. PLC Control Panel for Booster Pumping System

f. Control Panel for Fire Fighting Pumps

B. EXISTING SEWAGE TREATMET PLANT (THREE NOS.)

(I) Activated Carbon Filter (Down Flow Type)-Dia-300: Height-1400

(ii) Air Blower (Motor-3HP)-2 Nos.

(iii) Various Types of Pumps (Motor Ratings)-

a. Effluent/Sewage Pump (1 No.)-750 W

b. Sludge Pump (1 No.)-750 W

c. Filter Feed Pump (1 No.)- 750 W

d. Chlorine Dosing Pump (1 No.)-250 W

e. Sump Pump (1 No.)-1.1 KW

f. Treated Water/Horticulture Supply Pump (2 Nos.)-5.5 KW

g. Hydraulic Press Pump ( 1 No.)- 1.50 KW

(iv) Electric Control Panel-One No.

C. REFLECTING POOL.

(i) Electric Control Panel-One No.

(ii) Various Types of Pumps (Motor Ratings)-

a. 2.0 HP- 2 Nos.

b. 2.5 HP- 1 No.

c. 0.5 HP- 2 Nos.


ANNEXURE'B'

SCOPE OF WORK

It includes the following-

1.  Maintenance of all pumps, dosing pump, PVC tank, rota meters, pH value meters TDS meter, charts/drawing of various treatment processes and their sequence, water testing kit, sampling of water both at source as well in pump house for treated water, water level indicators for all three underground tanks etc. installed in WTP/STP/Reflecting pool.

2.  Replacement, if required, of all ineffective media & resins in treatment filters.

3.  Replacement/repair, if any, is required the same has to be carried out within a week after the award of contract.

4.  Chlorine dosing pump with PVC tank for bacteria removal & disinfection.

5.  To maintain water quality with economical chemical dosage in treatment processes.

6.  All the pumps/motors should be property greased & serviced and defective parts replaced.

7.  All the equipments should be checked and defective parts replaced.

8.  All electrical panels should be property checked and repairs or change of defective parts should be undertaken.

9.  Arrangements should be made for easy sampling of water both at sources as well as in pump house for treated water after the treatment process is over.

10.  Cleaning and disinfection of all three underground tanks on quarterly basis.

11.  Chemicals required for dosing shall be supplied by Embassy of India.

12.  Operation & maintenance staff should be trained for proper dosing of chemicals for water treatment plant, sewage treatment plants & reflecting pool.

13.  Monthly visits should be undertaken by trained technical persons to check all the pumps, electrical panels, treatment filters and other accessories. The technical visits should be got verified from JE(Elect) & JE(M).

14.  To hand over WTP/STP/reflecting pool including all equipment in working conditions after the expiry of Annual Maintenance Contract, the Handing over/Taking over report will be prepared by the company after physical verification in the presence of JE(M) and JE(Elct) and duly signed and certified by all the three parties [Company representative, JE(M) and JE(Elct)]


ANNEXUR'C'

TERMS & CONDTIONS

1. All the rates should be quoted Nepali Rupee. (The rates should be quoted both in figures as well

As words. =1.00 Indian Rupee=1.60 nepali rupees)

2. The rates are net and nothing extra is payable over the quoted rates.

3. 10% security deposit shall be deducted from the gross amount. This is payable after one year of

completion work.

4. AMC amount is payable after every three months subject to satisfactory service and certified by JE(E) and JE(M).

5. The quantity of resins or media mentioned in the quotation should brought to site and shown to

the Engineer in Charge . Quantity remaining unutilized shall not be paid for and necessary

deduction shall be made from the bill. Addition quantity, if any, required beyond the quantity

mentioned in the quotation shall be provided by the agency free of cost.

6. The quotation should include the quantity and cost of all media, resins, spares, parts,

accessories required for the work. Spares or equipment not provided shall not be paid for.

additional spares, parts, equipments, etc. required during execution of work shall also not be

Paid for and these have to be provided free of cost by the agency.

7. Parts replaced/repaired should carry one year free replacement warrantee from the agency.

8. Additional spares, if required, due to damage or malfunctioning of any equipment, one month

after completion of work shall be paid for by the Mission. Any spare part required within one

month of completion has to be provided by the agency free of cost.

9. All the modifications and repairs should be carried out with original spares from original

manufactures. These should be got approved from the Engineer-in-Charge [JE(M) and JE(E)].

10. Payment shall be released only after the test result from a reputed Testing Laboratory confirms

the quality of treated water as per WHO norms.

11. Mission will get the quality of treated water tested from reputed Laboratories every three

Months beginning with completion of work. In case, the samples fail the desired quality

Standards, the cost of testing shall be recovered from the agency. The agency will then take

Necessary measures to achieve the desired quality of treated water and get the treated water

tested from the reputed Lab. at its own cost. Treated water means treated drinking water as

well as treated sewage water.

12. All statutory taxes shall be paid by the agency to concerned tax authorities on its own.

Necessary TDS, if any, required as per Rules will be deducted from the payments made to

agency for the work. Nothing extra will be paid in any circumstance.

13. The agencies should provide details of similar works executed with Govt., local bodies & large

reputed institutions along with the quotations..

14. Embassy of India reserves the right to reject any or all the quotations without assigning any

reason.

15. Incomplete quotations shall be summarily rejected.

Pre-Qualification/Evaluation/Exclusion Criteria

Sl / Particulars / Details / Evaluation Marks
1 / Experience / (a) The company/contractor should have at least seven years experience in security system works including supply of spares and installation & maintenance of all allied security system.
(b) Preference will be given to those company/contractors which has experience in working with Diplomatic Missions/Govt. Departments/Hotels / 03
02
2 / Registration No. / The company/contractor should have a valid Registration Number either in India and/or Nepal / 01
3 / Minimum Wages / The contractor will provide Certificate/undertaking that he will pay not less than minimum wages fixed by GON / 01
4 / Turnover / The contractor should have a minimum turnover of IRs. 7.5 lakhs per year or equivalent in Nepalese Rupees / 02
5 / VAT / Certificate that company/contractor pays VAT regularly and their VAT dues are cleared either in India and/or Nepal / 01
NOTE : Unprecedented situation : If after opening of financial bids it is found that there are more than one lowest bidders, in that case preference will be given to those contractors which scores more evaluation marks in the technical bids.
Minimum 70% examination mark is required to shortlist the firms for opening of financial bids