0% found this document useful (0 votes)
285 views62 pages

Vadodara Mahanagar Seva Sadan Vadodara

This document is a tender notice and bid documents for the Supply, Erecting, Testing & Commissioning work of Side / Central Lighting on Lal Baug Fly Over Bridge and Service Road project in Vadodara, Gujarat. It includes instructions for bidders on submitting prequalification and price bids, estimated project costs, required documents, and technical specifications. Bidders must submit prequalification bids with supporting documents by post and price bids online by the specified deadlines in December 2011 to be considered for the contract.

Uploaded by

rvmehta18
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
285 views62 pages

Vadodara Mahanagar Seva Sadan Vadodara

This document is a tender notice and bid documents for the Supply, Erecting, Testing & Commissioning work of Side / Central Lighting on Lal Baug Fly Over Bridge and Service Road project in Vadodara, Gujarat. It includes instructions for bidders on submitting prequalification and price bids, estimated project costs, required documents, and technical specifications. Bidders must submit prequalification bids with supporting documents by post and price bids online by the specified deadlines in December 2011 to be considered for the contract.

Uploaded by

rvmehta18
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

-1-

VADODARA MAHANAGAR SEVA SADAN


VADODARA

NAME OF WORK::

Supply, Erecting, Testing & Commissioning work of Side /


Central Lighting on Lal Baug Fly Over Bridge and Service
Road.

PART-I
TECHNICAL BID

Bid No: [VMC/SLP/CL/013 /2011-12]

OFFICE OF EXECUTIVE ENGINEER


[ELECTRICAL]
STREET LIGHT DEPARTMENT
VADODARA MAHANAGAR SEVA SADAN
VADODARA
GUJARAT STATE

DECEMBER 2011
-2-
INDEX
SR. NO. DESCRIPTION PAGE NO.
1. TENDER NOTICE 3

2. FORM OF TENDER 4

3. TENDER DOCUMENT 6

4. TENDER & ACCEPTANCE OF TENDER 9

5. MEMORANDUM 10

6. DEFINATION OF TERMS (CHAPTER – I) 12

7. PREQUALIFICATION CRITERIA (CHAPTER - II) 15


FOR TENDERER

8. GENERAL INFORMATION OF 17
TENDERER (CHAPTER - III)

9. DECLARATION FORM (CHAPTER - IV) 18

10. SCOPE OF WORK (CHAPTER - V) 19

11. GENERAL INSTRUCTION OF THE 20


TENDERER (CHAPTER - VI)

12. GENERAL CONDITION OF TENDER 27


(CHAPTER – VII)

13. SPECIAL CONDITION OF TENDER (CHAPTER – VIII) 41

14. DETAILED TECHNICAL SPECIFICATIONS FOR


CENTRAL LIGHTING WORK (CHAPTER – IX ) 47

15. APPROVED VENDOR LIST 55

16 PRICE BID 56

17 ANNEXURE-A 63

18 ANNEXURE-B 64

19 ANNEXURE-C 65

20 ANNEXURE-D 66
-3-
TENDER NOTICE

SWARNIM GUJARAT
Vadodara Mahanagar Seva Sadan
E-TENDER NOTICE

Vadodara Mahanagar Seva Sadan invites tender in two parts (Technical Bid & Price Bid) from
registered Contractors in appropriate class either with VMSS, Central/State/PWD/M.E.S./Semi
Government or other such institutions for the Supply, Erecting, Testing & Commissioning work of
Side / Central Lighting on Lal Baug Fly Over Bridge and Service Road through On line e-tendering
system.
Last due date Last Date for
Estimated of Issuing of Submission of
E.M.D Tender fee Stamp Duty
cost Tender Completed Tender
Rs. Rs. Rs.
(in Rs.) Documents. Documents.
Date Date
12,95,033/- 25,910/- 1,000/- As per rule 13.12.2011 17.12.2011

(1) The tender bid document will be available and downloaded from [Link] between
dt.03.12.2011 to dt.13.12.2011 up to 16:00 hrs. (2) Last date of On line submission of tender is
17.12.2011 upto 11:00 a.m.(3)Conditional tender shall not be accepted. (4) Hard copy of Pre-qualification
bid along with EMD & tender fee shall be submitted by Registered A.D. / Speed Post only & should be
addressed to Dy. Municipal Commissioner (Record Branch), Vadodara Mahanagar Seva Sadan,
Khanderao Market Building, Rajmahal Road, Vadodara–390 209 till dt.17.12.2011 up to 16:00 hrs. (5)
The bid documents is also available on [Link], [Link], [Link] &
[Link] website of Vadodara Mahanagar Seva Sadan. (6) VMSS reserves the right to accept
or reject any or all tenders without assigning any reason thereof. (7) This Tender notice shall form a part
of contract document.

PRO No. /2011-12 Additional City Engineer


-4-
FORM OF TENDER

To,
The Municipal Commissioner,
Vadodara Municipal Corporation
Khanderao Market,
Rajmahal Road,
Vadodara-390 209.

Dear Sir,

Reference is made to the tender invited by you for the work of

Name of work : Supply, Erecting, Testing & Commissioning work of Side /


Central Lighting on Lal Baug Fly Over Bridge and Service
Road.

I / we have visited the site and have examined the drawings, General conditions of
contract, specification, etc. as given in Tender Document to the above work. I/We
hereby offer to undertake the work of “Central lighting for above referred work”. In
conformity with the specification, general and special conditions of contract etc. as given
in Tender Document at the respective rated mentioned in my/our Tender.

I/We undertake to complete the works indicated above within specified time limit
mentioned in tender document from the date of receipt of work order.
-5-

I/We have deposited as earnest money a sum as indicated Rs. 25910/- (Rupees twenty
five thousand nine hundred ten only) which amount is not to bear any interest and I
/We do hereby agree that this sum shall be forfeited in the event of failure to execute the
contract agreement after acceptance of the tender by VMC.

I/We understand that you are not bound to accept the lowest or any tender you may
receive.

Yours faithfully,
Name of Partners / Directors of the Firm

1.___________________________ Signature_____________________
2.___________________________ Signature ______________________
3.___________________________ Signature_____________________

Address______________________________________________________________________
___________________________________________________

Date::-
-6-
TENDER DOCUMENTS
The set of tender documents as per list attached is issued to :--
Name of Work : Supply, Erecting, Testing & Commissioning work of Side /
Central Lighting on Lal Baug Fly Over Bridge and Service
Road.

Name & Address of Tenderer: .


.
.
The fees of the Tender document is Rs.1,000/- (Rupees One Thousand Only).
The Tenderer shall submit this tender in accordance with the various instructions
included in the tender documents.
PREQUALIFICATION BID ::-
The tenderer shall have to submit Prequalification Bid with related documents “On Line”
through nprocure website and “Hard Copy” through RPAD / Speed Post.
This cover shall contain following :
1) Demand Draft/Pay Order/Bank Guarantee (if the estimated tender amount is Rs.50
Lac or above) in favour of Municipal Commissioner, Vadodara Municipal
Corporation at Vadodara only to be forwarded towards EMD.
2) Demand Draft/Pay Order in favour of Municipal Commissioner, Vadodara
Municipal Corporation at Vadodara only to be forwarded towards non refundable
Tender Fee.
3) Forwarding letter along with conditions/clarifications, if any and necessary
a) Electrical Contractor License.
b) Bidder shall be registered with VMSS or any other Government/Semi
Government body for Rs.20 Lacs & above Class. Certified copy shall be
attached in [Link].
c) Tender must be accompanied by a Earnest money deposit of Rs.25,910/-
(Rupees twenty five thousand nine hundred ten only) in the form of
Demand draft of any Nationalized Bank in favour of the “Municipal
Commissioner‟, Vadodara.
d) Valid Solvency Certificate of Solvency certificate of 50% of Tender amount
shall be attached alongwith tender documents.
-7-
e) Bidder shall have average annual turnover of Rs.30 Lac during last three
years.
Tenderer is not allowed to mention rates in Technical Bid. All the Tender pages must be
duly sealed & signed. Original tender documents must be submitted as it is and
photocopy will not be accepted.
This cover must be superscripted as “Prequalification/Tender Bid, Name of Work, Date
of Opening & PRO No.
PRICE BID ::-
1) Price Bid cover (Hard Copy) shall not be accepted by Vadodara Municipal
Corporation by post or personally. The Price Bid shall be submitted through the
website of nprocure only. The bidder who had completed the formalities of
registration with the agency “nprocure” are only eligible to quote the price bid of
this tender through the web site [Link] within the stipulated
time limit mentioned in the advertisement.
2) All bidder can submit the price bid only on web site. The prices for offer are to be
quoted by the bidders at specified spaces. No condition will be accepted along with
the price bid.
IMPORTANT NOTE ::-
(1) Technical Bid along with EMD & Tender fee must be sealed & superscribed and
shall be submitted to the Dy. Municipal Commissioner(Administrative), Record
Branch, Vadodara Mahanagae Seva Sadan, Khanderao Market Building,
Rajmahal Road, Vadodara-390 209 by Speed Post/Registered Post only on or
before Dt.17.12.2011 up to 16.00 hours, in absence of physical or On Line
technical bid the tender is liable to be rejected.
(2) Tenders received after due date will be rejected. Tender received or due to be
received after the time limit is over will not be accepted and if inadvertently
accepted will not be opened and will be returned unopened. The tenders who may
get opened before the due date with no indication having been given on the
outside of the envelope are liable to be rejected.
-8-
(3) On Line Technical Bid and Price Bid shall be submitted on or before 11:00 a.m.
on the due date (17.12.2011).
(4) If EMD & Tender Fee are not found enclosed in part-I, than the tender will be out
right rejected.
-sd-
Additional City Engineer,
Mahanagar Seva Sadan,
Vadodara.

Signature of Tenderer(s) with the seal of the firm:


-9-
VADODARA MAHA NAGAR SEVA SADAN

Tender and acceptance of Tender

To,
Municipal Commissioner,
Vadodara Municipal Corporation,
Khanderao Market,
Vadodara.
I/We hereby tender for Work of Supply, Erecting, Testing & Commissioning work of
Side / Central Lighting on Lal Baug Fly Over Bridge and Service Road

1. As per tender as separately signed and accepted by me/us, at the schedule of rates
quoted by me/us for the whole work in accordance with General Tender Notice,
General Conditions of Contract, Special Conditions of Contract, Specifications for
materials and Workmanship, Drawing, Time Schedule of Completion of jobs and
other documents and papers, all as detailed in the tender documents.

2. I/We agree to pay the earnest money and security deposit and accept the terms and
conditions as laid down in the memorandum below in this respect.

(Seal & Signature of the Tenderer)


- 10 -

MEMORANDUM

(a) General description of work : Supply, Erecting, Testing & Commissioning work
of Side / Central Lighting on Lal Baug Fly
Over Bridge and Service Road.

(b) Tender amount :Rs. 1000/-/- (Rupees One thousand Only)

(c) Earnest Money Deposit : Rs.25,910/- (Rupees twenty five thousand nine
hundred ten only)

The Earnest money is payable as per The Tender


Notice and clause (6.10) of General Instructions to
tenderer. The Earnest Money, if the Tender is
accepted will be retained against the Security
Deposit, it will be released after one year from the
completion of the work / project.

(d) Security Deposit : 3 % contract amount will be paid in the manner


set in clause (6.11)of the General Instructions of
Tender, on acceptance of tender.
(e) Tender Fee : Rs.1,000/- (Rupees One Thousand Only).
(f) Time allowed for : Fortnight from the date of acceptance of the
commencement of work tender.

Should this tender be accepted, I/we hereby agree to abide by and fulfill all terms
and conditions referred to above and in default hereof to forfeit and pay to the owner or
its successors or its authorized nominees. Such sum of money as are stipulated in
conditions contained in General Tender Notice and other documents.

1) I/We hereby pay the earnest money of Rs.25,910/- (Rupees twenty five thousand nine
hundred ten only) in the form of Demand draft/Pay Order in favor of Municipal
Commissioner, Vadodara Municipal Corporation , Payable at Vadodara.
2) If I/We fail to commence the work specified in the Memorandum in para (3) above or
if I/We fail to deposit the amount of security deposit specified in the Memorandum in
- 11 -
(3) above. I/We agree that the said owner or its successors without prejudice to any
other right or remedy be at liberty to forfeit the said earnest money in full, other wise
the said earnest money shall be retained by owner towards the security deposit
specified in para (3) above. The owner shall also be at liberty to cancel the of tender,
If I/We fail to pay security deposit as aforesaid or to execute and agreement or to start
work as stipulated in the Tender documents.
I/We enclose herewith evidence of my/our experience of execution of work of similar
nature and magnitude carried out by me/us in the prescribed Performa in Annexure – I and
also sales Tax Clearance Certificates and audited balance sheet of last three years.

Date day of 2011


Witness

Name (in Block letters) :


Address

Signature of Tenderer(s) with the seal of the firm..


- 12 -
CHAPTER – I

DEFFINITION OF TERMS
In the contract documents as are in defined where the context so admits the
following words & expression will have the following meanings.

1. “The Owner”, means the Vadodara Municipal Corporation having its registered
office at Khanderao Market, Palace road, Vadodara, Gujarat state.

2. “The Contractor, means the person or the persons, firm or Company whose tender
has been accepted by the Owner and includes the Contractor‟s legal representative,
his successor and permitted assigns.

3. The “Additional City Engineer” shall means the Additional City Engineer of
Vadodara Municipal Corporation or his successor in office as designated by the
Owner.

4. The “Engineer-in-charge”, shall mean the person designated as such by the Owner
and shall include those who are expressly authorized by him to act. For and on his
behalf for operation of this contract. The engineer in charge for this contract shall
be Executive Engineer, (Elect.)

5. “The work”, shall mean the works to be executed in accordance with the contract
or part thereof as the case may be and shall include all extra additional, altered
substituted works as required for purpose of the contract.

6. The “permanent work”, means and includes work which will be incorporated in
and form part of the work to be handed over to the Owner by the Contractor on
completion of the contract.
- 13 -

7. “Equipments”, means all appliance and equipment of whatsoever nature for the use
in or for the execution completion, operation or maintenance of the work unless
intended to form part of the permanent work.

8. “Site”, means the area on which the permanent works are to be executed or carried
out & any other places provided by the owner for purpose of the contract.

9. “Contract Documents”, means collectively the Tender documents Designs,


Drawings, Specifications agreed variation subsequent correspondence done, such
other documents constituting the Tender and acceptance thereof.

10. The “Sub-contractor”, means any person or firm or company (other than the
Contractor) to whom any part of the work has been entrusted by the Contractor,
with the written consent of the Engineer-in-in charge and the legal personal
representatives, successors and permitted assigns of such persons, firm or
company.

11. “The Contract”, shall means the agreement between the Owner and the Contractor
for the execution of the work including therein all contact documents.

12. “The Specification”, shall means the various technical specifications attached and
referred to in the Tender documents/ It shall also include the latest edition of
relevant Indian Standard Specification published before entering into contract.
Further in absence of any specific reference in ISS the Standards and specifications
of any other country may be followed.

13. The “Tender”, means the tender submitted by the contactor for acceptance by the
Owner.
- 14 -

14. The “Alteration Order”, means the order given in writing by the Engineer in
charge to effect additions to or deleting from the alterations in the works.

15. The “Period of Liability”, in relation to the work means he specified period from
the date of issue of completion certificate up to the date of issue of the final
certificate during which the contractor stands responsible for rectifying all defects
that may appear in the works.

16. “Commissioning” means the satisfactory operation of the luminaries as per


lighting design / electrical materials/ work as specified after all necessary initial
tests, checks and adjustment as required at site, if any work have been
satisfactorily completed and the equipment/work have been in continues and
uninterrupted commercial use for at least 30 days.

17. “Consulting Engineer”/ “Third Party Agency”, means the firm or the person as
may be duly appointed by the Owner to act as Consulting Engineer/ Third Party
Agency for the purpose of the work covered in the contract.
18. “Inspector” means any person or persons nominated by the Owner to inspect Store
or Works under the agreement and shall include his duly authorized representative
appointed to act as the Inspector.
19. “Letter of Intent” means the Owner‟s letter conveying the award of Contract.

Signature of Tenderer(s) with the seal of the firm..

***
- 15 -
CHAPTER – II
PREPREQUALIFICATION CRITERIA FOR THE TENDERER

The Tenderer shall meet following criteria to eligible to quote this tender.

1. Copies of original documents defining the constitution of legal & stable power of
attorney of the signatory of the tender to commit the Tender.

2. Experience in work of a similar nature during last five years.

3. The Tenderer must have valid Electrical Contractor License & P F registration.

4. The Tenderer must have registered in appropriate class either with Vadodara
Municipal Corporation, Central/State/PWD/M.E.S./Semi Govt. organizations. If
contractor have not registered with the VMC, then before getting work order he
should get registered with the VMC.

5. The Tenderer shall have to submit the Solvency certificate of 50% of Tender
amount and last three-year‟s annual turnover. (ANNEXURE – D)

6. The tenderer have to submit Sales Tax, Service tax, Provident fund clearance
certificate of last year duly attested. Audited balance sheet for last three years, duly
attested by C.A., shall be submitted. Certificate as per labour act shall be
submitted.

7. The Bidder firm must have qualified engineering staff.

8. The Tender shall have attached following documents along with tender.
a) Organization setup.
b) Technical staff detail.
c) Audited balance sheet for last three years.
d) Sales tax clearance certificate.
e) Electrical Contractor License.
f) Provident fund registration & clearance certificate.
g) Service tax clearance certificate
h) Proof of financial capability
- 16 -
i) List of recent jobs carried out (ANNEXURE – A, B, C)
j) List of work on hand.
k) List of tender participated.

Signature of Tenderer(s) with the seal of the firm.


- 17 -
CHAPTER-III

GENERAL INFORMATION OF TENDERER

A. In case of individual

(i) Name of Business


(ii) Whether his business is registered
(iii) Data of Commencement of Business
(iv) Whether he pays Income Tax per year.

B. In case of Partnership

(i) Name of Partners


(ii) Whether the partnership is registered
(iii) Data of establishment of firm
(iv) If each of the partner of the firm pays Income tax over per year and if not
which of them pays the same.

C. In case of Limited liability company or company limited by Guarantees.

(i) Amount of paid up capital


(ii) Name of the Directors
(iii) Date of Registration of Company
(iv) Copies of the last two ear‟s balance sheets of the company.

Seal & Signature of the Tenderer.


- 18 -
CHAPTER-IV

DECLARATION REGARDING TENDERER’S WORK OF

COMPARABLE NATURE

I/We hereby declare that I/We have carried out successful works of this magnitude
and similar nature to the work set out in this Tender as given in Performa attached and
have adequate organization, experienced personnel and suitable equipment to handle
this type and magnitude of work

Seal & Signature of the Tenderer.

***
- 19 -

CHAPTER-V

SCOPE OF WORK

1. Supply, Installation, Testing & commissioning of street lighting system with all
accessories as specified. Streetlight pole installation layout shall be prepared & get
approved before installation.

2. Circuit distribution shall be made in such a manner that alternate luminaries can be
Switched Off at a desired time if required.

3. Entire lighting scheme with installation methodology.

4. Necessary approval from MGVCL/Electrical Inspector shall be obtained.

5. Day & Night Photograph in high resolution before execution of work, during
execution of work & after commissioning of work shall be taken & submitted by
contractor to VMC in digital as well as printed form.

6. All safety precautions shall be observed by the successful tenderer (contractor).

7. Five major items ( Poles, Luminaries with Lamps & Suitable brackets,4X16 Sq
mm &4X25 Sq mm cable, [Link], Energy Saver Unit ) will be supplied by
the Owner.

Seal & Signature of the Tenderer


- 20 -

CHAPTER – VI

GENERAL INSTRUCTION OF THE TENDERER

6.1 DOCUMENTS

The tenders as submitted shall consist of the following documents.


i) Complete set of Tender documents as sold / downloaded duly filled in and signed
by the Tenderer and as prescribed in different clauses of the tender documents.
ii) Demand draft of tender fee in case of Tender documents downloaded from
website.
iii) Earnest Money Deposit amounting to Rs.25,910/- (Rupees twenty five thousand
nine hundred ten only) and in the manner specified in clause (6.10) hereof.
iv) Power of Attorney or a True copy thereof duly attested by a Gazette Officer in
case an authorized representative has signed the tender, as required in 6-5 clause
hereof.
v) Audited Balance sheet for last three years, P.F., Sales Tax Clearance Certificate
and Certificate as per labour Act duly attested.
vi) Declarations regarding the tenderers work of comparable nature and construction
organization in the Performa enclosed and as description of the works therein.
vii) The full name and address of the Tenderer shall be written on the bottom left hand
corner of the sealed cover.
viii) Other documents mentioned in P.Q.- chapter-II
ix) Time Schedule (Clause 8.33)
x) Details of experience (clause 6.7 & 8.9)
- 21 -
6.2 ALL PAGES TO BE INITIALED
All signature in Tender documents shall be dated as well as all pages of all
sections of Tender documents shall be initialed at the lower right hand corner or
signed wherever required in the Tender papers by the Tenderer or by person
holding power of attorney authorizing him to sign on behalf of the Tenderer before
submission of Tender.

6.3 RATES TO BE IN FIGURES AND IN WORKS

The Tenderer shall quote the rates in English both in figures as well as in words
the rates and amounts tendered by him in the schedule of price bid. The item wise
tendered amount for the work shall be entered in the abstract of estimate and duly
signed by the Tenderer.

6.4 CORRECTIONS AND ERASURES


All Corrections and Alterations in the entire of Tender papers will be signed in
fully by the Tenderer with date. Over writings is not permissible.

6.5 SIGNATURE OF TENDERER


The Tender shall contain the name, residence and place of business of person or
persons making the Tender and shall be signed by the Tenderer with his usual
signature. Partnership firms shall furnish the full names of all the partners in the
Tender. It should be signed in the Partnership‟s name by all partners or, by duly
authorized representative followed by the name and designation of the person
signing Tender by a Corporation shall be signed by an authorized representative
and a Power of Attorney in that behalf shall accompany, the Tender copy of the
constitution of the firm with names of all partners shall be furnished When a
tenderer signs a tender in a language other than English, the total amount tendered
should in addition, be written in the same language, the signature should be
attested by the least one witness.

6.6 WITNESS
- 22 -
Witness and sureties shall be persons of status and property and their names,
occupation and address shall be stated below their signature.

6.7 DETAILS OF EXPERIENCE


The Tenderer should enclose documents to show that he has previous experience
in having successfully completed in the recent past work of this nature together
with the name of Owner‟s location of sites and value of contract.

6.8 ENGINEER OF CONTRACTOR


The Contractor on or after award of the work, shall name and depute a qualified
Electrical Engineer having sufficient experience in carrying out works of similar
nature, to whom the equipments, materials, if any shall be issued and instructions
for Erection and Commissioning.

6.9 TRANSFER OF TENDER DOCUMENTS


Transfer Of Tender documents are not permissible.

6.10 EARNEST MONEY DEPOSIT


The Tenderer must pay earnest money as given in the notice inviting Tenders and
attach the official receipt, if paid in cash with the technical bid of Tender.
The earnest money can be paid in Demand draft in favor of Municipal
Commissioner; Vadodara EMD shall be attached with Technical Bid.
The EMD also can be paid in the form of Bank Guarantee from nationalized bank
only, if tender amount is Rs. 50 lac and above.
Note: No interest shall be paid on the earnest money deposit. The earnest money
of the unsuccessful Tenderer will be refunded within reasonable period without
any interest.
The earnest money deposited by successful Tenderer will be retained towards the
Security Deposit for the fulfillment of the Contract, but shall be forfeited, if the
Tenderer fails to execute the agreement within 15 days after the letter of
acceptance of Tender.
- 23 -

6.11 SECURITY DEPOSIT


The person/persons whose tender may be accepted (herein after called the
contractor) shall pay 3% Security Deposit of the order value within 15 days from
the date of receipt of the order. Alternatively 3% S.D. shall be deducted from first
two bills. Security deposit in the form of Bank Guarantee will not be accepted.

6.12 VALIDITY

Tenders submitted by Tenderer shall remain valid for acceptance for a period of
120 days from the date of opening of the tender. The tenderer shall not be entitled
during the said period of 120 days, without the consent of writing of the owner to
revoke or cancel his tender or to vary the tender given or any terms thereof. In case
of tenderer revoking or canceling his tender or vary any term in regard to thereof
without the consent of owner in writing, the owner shall forfeit earnest money paid
by him along with the tender.

6.13 ADDENDA

Addenda to the tender document may be issued prior to the date of opening of
tenders to clarify documents or to reflect modifications in the design or contract
terms.

Each addendum issued by the VMC will be distributed to organization to whom a


set of tender documents has been issued.

Each recipient will regain one copy of each addendum for submission along with
his tender and returned one signed copy to Engineer-in-charge for
acknowledgement of receipt of the addendum All addendum issued by the VMC
shall become part of tender documents.
- 24 -
6.14 RIGHT OF OWNER TO ACCEPT OR REJECT TENDER

The acceptance of Tender will rest with the owner. The owner however,
does not bind itself to accept the lowest tender and reserves to itself the authority
to reject any or all the tenders received without assigning any reasons whatsoever.
The whole work may be split up between two or more contractors or accepted in
part and not entirely, if considered expedient. Misleading or wrong information
submitted by the bidder shall be liable to be rejected.
Tender in which any of the particulars and prescribed information are missing or
are incomplete in any respect and / or the prescribed conditions are not fulfilled are
liable to be rejected.

Canvassing in connection with tender is strictly prohibited and tenders submitted


by the tenderers, who resort to canvassing, will be liable to rejection.

Tender containing uncalled remarks or any additional conditions are liable to be


rejected.

6.15 TIME SCHEDULE


The time allowed for carrying out the job is as mentioned in Special Conditions
Clause 8.33.

6.16 COLLECTION OF DATA TENDERER’S RESPONSIBILITY


The tenderer shall visit the site and acquaint himself fully of the site conditions and
no claims whatsoever will be entertained on the plea of the ignorance or
difficulties involved in execution of work or carriage of materials.

6.17 AGREEMENT
- 25 -
The successful tenderer shall be required to execute an agreement within 15 days
from the date of acceptance of tender. In the event of failure on the part of the
successful tenderer to sign the agreement within above stipulated period, the
earnest money or his initial Security deposit will be forfeited and the acceptance of
the tender shall be considered as cancelled. The successful tender shall be
considered as cancelled. The successful tenderer will be required to sign the
Contract Agreement on Rs. 100/- Gujarat Government Stamp paper.

6.18 WORKMAN COMPENSATION & EMPLOYER’S LIABILITY FOR


INSURANCE
Insurance shall be effected for all the contractor‟s employees engaged in the
performance of this contract. If any of the work is sublet, the contractor shall
require the sub-contractor to provide workman‟s compensation and it is
employer‟s liability to cover such employs under insurance, if such
employees are not covered under the contractor‟s insurance.

6.19 LABOUR LAWS

No labour below the age of twenty years shall be employed on the work, or as,
defined in labour law.
The contractor shall not pay less than what is provided under law to labourers
engaged by him on the work.
All running account payments shall be regarded as payments by law of advance
against the final payment only and not as payments for actually done and
completed, and shall not preclude the requiring of bad, unsound, imperfect or
unskilled work to be removed and taken away and reconstructed or re-erected or
be considered as an admission of the due performance of the contract or any part
of thereof in its respect or of occurring of the contract or any part of thereof in its
respect or of occurring of any claim of the contractor, nor shall it conclude,
determine or affect in any way the powers of owner under these conditions or any
of them as to the final settlement and adjustments of the accounts or in any other
- 26 -
way or affect the contract. The final bill shall be submitted by the contractor
within one month of dated fixed for completion of the work, otherwise the
Engineer-in-charge‟s certificate of the measurement and of total amount payable
for the work accordingly shall be final and binding on all parties.
***

Signature of Tenderer(s) with the seal of the firm..


- 27 -
CHAPTER – VII
GENERAL CONDITIONS OF TENDER

7.1 GENERAL

Contractor shall adhere to safe erection/electrical connections as per Indian


Electric Act & Rules 1910 and amendment thereof. He has to provide guard
against hazardous and unsafe working conditions and shall comply with
Employer‟s safety rules as set forth herein.

7.2 FIRST AID AND INJURIES

I. Contractor shall maintain First Aid facilities for its employers and
those of its sub – contractors.

II. All critical injuries shall be reported promptly to the Owner, and a
copy of Contractor‟s report each personal injury requiring the
attention of a physician shall be furnished to the Owner.

III. In case of electrical accident (Fatal / Non fatal ) Electrical


Inspector of IMP Department shall be informed within 24 hours.

7.3 PROVISION OF SAFETY EQUIPMENT FOR SAFE HANDLING

When the work is done near any place where there is a risk of drawing all
necessary safety equipment shall be provided and kept ready for use and all
necessary steps taken for prompt rescue of any person in danger and
adequate provision should be made for prompt first aid treatment of all
injuries likely to be sustained during the course of the work.

7.4 IN CASE OF ANY DISPUTES

Except where otherwise specified in the contract and subject to the powers
delegated to him by Corporation under the Bombay provincial Municipal
corporation Act, 1949 rules then in force, the decision of the Additional City
- 28 -
Engineer of the Corporation for the time being shall be final, conclusive and
binding on all parties to the contract upon all questions relating to the
meaning of the specifications, designs, drawings and instructions herein
before mentioned and as to the quality of workmanship, or materials on the
work, or as to many other questions, claim, right, matter or thing
whatsoever. If any way arising out of, or relating to the contract, designs,
drawings, specifications estimates, instructions order, or these conditions, or
otherwise concerning the works, of the execution or failure to execute the
same, whether arising during the progress of the work, or after completion
or abandonment thereof.

7.5 TIME SCHEDULE OF COMPLETION


The time scheduled for Completion of the work is attached to the tender
documents and program of work in detail will be prepared during the course
of the execution of the work.

7.6 EXTENSION OF TIME


If the contractor shall desire an extension of the time from completion of the
work on the grounds of his having been unavoidably hindered in its
execution or on any other grounds. He shall apply in writing to the
Engineer-in charge within three working days of the date at the hindrance on
account of which he desires such extension as aforesaid, and the Engineer-
in-charge shall, if in his opinion (which shall not be final) reasonable
grounds have been shown therefore recommended, such extension of time as
may, in his opinion be necessary or proper to the competent authority.
7.7 TECHNICAL SPECIFICATION

1) Contractor shall have to submit all the design calculations and


drawings to the corporation for the approval before the execution of
works.
- 29 -
2) Corporation may appoint outside agency (Third Party) for inspection
of materials and supervision of works, the charges shall be paid by the
VMC.

7.8 INTERPRETATION OF CONTRACT DOCUMENT


The provisions of the General conditions of contract shall prevail over those
of any other documents forming part of contract, Several document forming
the contract are to be taken as mutually explanatory, should there be any
discrepancy, inconsistency, error or omissions in the contract or any of
them, the matter may be referred to Engineer in charge. Vadodara
Municipal Corporation who shall give his decision and issue to the
contractor instructions directing in what manner the work is to be carried
out. The decision f Engineer-in-charge shall be final and conclusive and the
contractor shall carry out work in accordance with his decision.

7.9 SINGULAR AND PLURAL


In these contract documents unless otherwise stared specification, the
singular shall include the plural and vice versa wherever the context so
requires.

7.10 COMPLIANCE OF LAWS ETC


The contractor shall respect and comply with all Nation, State and Local
laws effecting the works under this contract and shall bear the cost of nay
claim or damage or loss due to violation or all such laws, ordinances etc.

7.11 SERVICES REQUIRED FOR CONTRACT PURPOSE


The contractor shall arrange for applying to proper authorities to obtain
services of water, light, telephone etc. If necessary, the contractor shall bear
all costs in connection with the services.
- 30 -

7.12 CONTRACTOR TO OBTAIN HIS OWN INFORMATION

The contractor in fixing his rate shall for all purpose what so ever be
deemed to have himself independently obtained all necessary information
for the purpose of preparing his tender. The correctness of the details given
in the Tender document to help the contractor to make up the Tender is not
guaranteed. The contractor shall be deemed to have examined the contract
documents, to have generally obtained his own information in all matters
whatsoever that might effect the carrying out the works at the scheduled
rates and to have satisfied himself to the sufficiency of his tender. Any error
in description or quantity or any other aspect in scheduled rates or omissions
there from shall not initiate the contractor according to drawings and
specification at the scheduled rates. He is deemed to know the scope, nature
and magnitude of the works and requirements of materials and labour and
the type of work. He is deemed to have acquainted himself as to his liability
for payment of Government Taxes, Customs Duty and charges. Any neglect
failure on the part of the Contractor in obtaining necessary and reliable
information upon the foregoing or any other matters affecting the contract
shall not relieve him from any risks or liabilities or the entire responsibility
for completion of the work at the scheduled rates and time in strict
accordance with correct documents.

7.13 COMPENSATION FOR DELAY


The time allowed for a carrying out the work as entered in the tender shall
be strictly observed by the contractor/ The work shall throughout the
stipulated period of the contract be proceeded with all the degligence (time
being deemed to be the essence of the contract) and the Contractor shall pay
to the Owner as compensation any amount equal to 0.5% or such smaller
- 31 -
amount as the Engineer-in-charge (whose decision in writing will be final)
may decide on the contract value per week that the work may remain
incomplete as per the time schedule subject to a maximum compensation of
10% of contract value after which the period action will be taken by
Engineer-in-charge under the provisions of the contract. To ensure good
progress during the execution of the work, the contractor shall be bound in
all cases in which the time allowed for any work. In event of the contractor
failing to comply with this condition, he shall be liable to pay compensation
an amount as amount as stipulated above.

7.14 RIGHT OF THE OWNER TO FORFEIT SECURITY DEPOSIT


Whenever any claim against the contractor for the payment of a sum of
money arises out of / under the contract, the owner shall be entitled to
recover such sum by appropriating in part or whole the security deposit of
the contractor. In the event of the security being insufficient or if security
has been taken from the contractor than the balance or the total sum
recoverable, as the case may be shall be deducted from any sum then due to
which at any time thereafter may become due to the contractor under this or
any other contract with the owner and should this sum be not sufficient to
cover the recoverable amount the contractor shall pay to the Owner on
demand the balance remaining due.

7.15 NO COMPENSATION FOR ALTERATION IN OR RESTRICTION


OF WORK
If at any from the commencement of the work the owner shall for any
reason whatsoever not require the whole or part there of a specified in the
Tender to be carried out the Engineer-in-charge shall give notice in writing
of the fact to the Contractor, who shall have no claim to any payment or
compensation, whatsoever on account of any profit or advantage which he
- 32 -
might have derived from the execution of the work in full, but which he did
not derive in consequence of the full amount of the work not having been
carried out, neither shall have any claim for compensation by reason of any
alterations having been made in the original specification, drawings, designs
and instructions which shall invoice any curtailment of the work as
originally contemplated.

7.16 CONTRACTOR’S SUBORDINATE STAFF AND THEIR


CONDUCT
1) The Contractor shall provide to the satisfaction of the Engineer-in-charge
sufficient and qualified staff superintend the execution of the works
competent sub-agents, engineering assistants, formed and leading hands
including those specially qualified by previous experience to supervise the
types of works, comprised in the contract in such manner as will ensure
work of the best qualify, expeditious working and proper supervision shall
be employed and whenever in the opinion of the Engineer-in-charge. This is
not the case, additional and properly qualified supervisory staff shall be
employed by the contract of without additional charge and thereof. The
contractor shall ensure to the satisfaction of the Engineer-in-charge. That
subcontractors, if any shall provide competent and efficient supervision over
the work entrusted on them.

2) If and whenever any of the Contractor‟s or sub-contractor‟s agents,


Assistants. Foremen or other employees shall in the opinion of Engineer-in-
charge be guilty of any misconduct or to be incompetent or insufficiently
qualified or negligent in the performance of their duties or that in the
opinion of the owner or the Engineer-in-charge it is undesirable for
administrative or any other reason for such person or persons to be
employed in the works, the contractor, if so directed by the Engineer-in-
charge shall at once remove such person or persons from employment
- 33 -
thereon. Any person or persons remove from the works shall not again be
employed in connection with the works without the written permission of
the Engineer-in-charge at the expense of the Contractor be a qualified and
competent substitute should be contractor be requested to repatriate any
person remove from the works. He shall do so and shall bear all costs in
connection herewith.

3) The contractor shall be responsible for the proper behavior of all the staff,
foremen, workmen and others and shall exercise a proper degree of control
over them in particular and without prejudice to the said generality the
Contractor shall be bound to prohibit and prevent any employees from
trespassing or acting in any way detrimental or prejudicial to the interest of
community or of the proprietors or occupiers of land and properties in the
neighborhood and in the event of such employee so trespassing, the
contractor shall be responsible therefore and relieve the owner of all
consequent claims or actions for damages or injuries or any other grounds
whatsoever. The decision of the Engineer-in-charge upon any matter arising
this clause shall be final.

7.17 RESPONSIBILITY FOR LEVEL AND ALIGNMENT


The Contractor shall entirely and exclusively be for the horizontal and
vertical and vertical alignment, the levels and correctness of every part of
the work and shall rectify effectively any errors or imperfections therein.
Such rectification shall be carried out by the Contractor at his own cost,
when instructions are issued to that effect by the Engineer-in-charge.

7.18 MATERIALS TO BE SUPPLIED BY THE CONTRACTOR


The contractor shall procure and provide that whole of the materials
required for the commissioning. For the completion and maintenance of the
works. Contractor shall make his own arrangement for procuring required
- 34 -
materials and for the transport thereof. The owner may give necessary
recommendation but assumes no further responsibility of any nature. The
owner will insist on the procurement of materials with ISI/ISO stamp which
are supplied by reputed suppliers.
7.19 ACTION WHERE NO SPECIFICATION ISSUED
In case of any class of work for which there is no such specification
supplied by the owner as mentioned in Tender document such work shall be
carried out in accordance with Indian Standard Specifications and if the
Indian Standard Specification do not cover the same the work should be
carried as per standard Engineering practice subject to the approval of the
Engineer-in-charge.
7.20 ABNORMAL RATES
The contractor is expected to quote for each item after careful analysis of
cost involved fro the performance of complete item considering all
specifications and conditions of contract. This will avoid loss or profit or
gain in case of curtailment or change of specification for any item owner
reserve the right to reject tender if abnormality in quoted rates will be found,
analysis for such rate to be furnished the Tenderer on demand.
7.21 ACTION AND COMPENSATION IN CASE OF BAD WORK.
If it shall appear to the Engineer-in-charge that any work has been executed
with unsound, imperfect or unskilled workmanship or with materials of any
inferior description or that any materials or articles provided by the
Contractor for the execution of the work are unsound or of a inferior quality
to that contracted for or otherwise not in accordance with the specifications
at his own cost.
7.22 SUSPENSION OF WORKS.

1) Subject to the provision of sub-part (2) of this clause the contractor shall
if ordered in writing by the Engineer-in-charge or his representative
temporarily suspend the works of any part thereof such period and such
- 35 -
time as to ordered and shall not after receiving such written orders,
proceed with the work therein ordered to be suspended until he shall
have received a written order to proceed therewith. The Contractor shall
not be entitled to claim compensation for any loss or damage sustained
by him by reason or completion, corresponding with the delay caused by
any such suspension of the work as aforesaid will be granted to the
contractor should be applied for the same provided that the suspension
was not a consequent to any default or failure on the part of the
contractor.

7.23 OWNER MAY DEPART OF WORK


Upon failure of the contractor to comply with any instructions given in
accordance with provisions of this contract, the Owner shall have the
alternate right, instead of assuming charge of entire work, to place additional
labour force, tools equipments and materials and such parts of the work as
the owner may designate or also engage another contractor to carry out the
work. In such cases, the owner shall recover the cost of materials, labour
and other change from the bills payable to the contractor if the amount
which otherwise might due to him and he completed the said work, is less
than the expenditure on account of Owner assuming the work. In case, if
the payment due to him (had he completed the wok) is higher than cost of
assuming the work by the Owner, the Owner shall be required to make
payment of the difference of amount to the Contractor for assuming such
work. However in this eventually also, the Owner shall recover 10% (Ten
percent) supervision charges of the work.

7.24 CARE OF WORK


From the commencement to the completion of the works, the Contractor
shall take fully responsibility for the case of all works including all the
temporary works and in case damage, loss or injury shall happen to the
- 36 -
works or to any part thereof or to any temporary works from any cause
whatever, shall at his own cost repair and make good the same so that at
completion the works shall be in good order and in conformity in every
respects with the requirements of the contract and the Engineer-in-charge.

7.25 DEFECTS PRIOR TO TAKING OVER


A) If at any time before the work is taken over, the Engineer-in-charge shall
decide that any work done or materials used by the Contractor any sub
contractor is or are defective, or not in accordance with the specifications or
that the works or any portion thereof are defective, or do not fulfill the
requirements of contract (all such matters being herein after, called
„Defects‟ in this clause).
B) As soon as reasonable practicable given to the contractor notice in writing of
the said decision specifying particular of the defects alleged to exist or to
have occurred, then the Contractor shall at his own expense and with all
speed make good the defects so specified. In case the Contractor shall fail
to do so the Owner may take at the cost of the Contractor, such steps as may
in all circumstances be reasonable to make good such defects. The
expenditure so incurred by the Owner will be recovered from the amount
due to the contractor. The decision of the Engineer-in-charge with regard to
the amount to be recovered from the contractor will be final and binding on
the Contractor. As soon as the works have been completed in accordance
with the contract and have passed the tests on completion, the Additional
City Engineer shall issue to notification (here in after called Completion
Certificate) in which he shall certify the date on which the works have been
so complete and have passed the said tests and the Owner shall be deemed
to have taken over the works on the date so certified. If the works have been
divided in to various groups in the contract, the Owner shall be entitled to
take over any group or groups before the other or other and thereupon the
Additional City Engineer shall issue a completion certificate in respect
- 37 -
thereof Such completion certificate will however, be for such group and
groups to taken over only. If by reason of any default on the part of the
contractor a completion certificate has not been issued in respect of very
portion of the work within one month after the one fixed by the contract of
the completion of works, the Owner shall be at the liberty to use the work
any portion thereof respect on which a completion certificate has been
issued provided that the works the portion thereof used as aforesaid shall be
reasonably capable of being used and that contract shall be afforded
reasonable opportunity for completion of those works for the issue of
completion certificate.

7.26 DEEFECTS AFTER TAKING OVER


In order that the contractor could obtain a completion certificate, he shall
make good with all possible speed any defects arising from the defective
materials supplied by the contractor or workmanship or any omission of the
contractor that may have been noticed or developed after the works or group
of the works have been taken over the period allowed for carrying such a
works will be normally one month. If any defect be not made good within
responsible time, the owner may process to do the work at contractor‟s *
expense & deduct from the final bill, such amount as may be decided by the
owner or in any other way very or affect the contract.

The final bill shall be submitted by the contractor within one month of
the date fixed for completion of the work, otherwise the Engineer-in-
charge‟s certificate of the measurements & of total amount payable for the
work shall be final & binding to contractor.

7.27 PERIOD OF LIABILITY & GUARANTEE


The Contractor shall be liable for a period of one year after the date of issue
of the certificate of completion of work issued by the Additional City
- 38 -
Engineer. This period shall be deemed as guarantee period during which,
the contractor shall be responsible for rectifying any defects that may
develop in his workmanship within the time specified by the Owner at the
risk and cost of the contractor and such cost will be adjusted against the
security deposit, Security deposit will be returned after expire of guarantee
period.

7.28 SETTLEMENT OF DISPUTES BY ARBITRATION


Any dispute or differences that may arise between the Engineer-in-charge
on one hand and the contractor on the other hand regarding the contract,
meaning of effect of contract documents, design drawings, specification,
estimates, rates of schedule of item of otherwise, quality of materials,
workmanship employed during the execution, failure the execute the
instructions of Engineer-in-charge relating to the works, etc. shall be
referred to the arbitration for decision. The venue of the arbitration shall be
the place where the contract agreement signed Arbitration proceeding will
be initiated on receipt of written notice from the contractor addressed to any
matter wherein he intends to go in for arbitration. The arbitration
proceeding will be conducted and settled in accordance with the rules of
arbitration of the Indian Council Arbitration and the award made in
pursuance thereof shall be binding on both parties.

7.29 INSUREANCE IN RESPECT OF DAMAGE TO PERSONS AND


PROPERTY
The Contractor shall be responsible for all injury to persons, animals or
things and for all structural and decorative damage to the property, which
may arise, from the operation or negligence of contractor or of any
nominated Sub-contractor‟s employees. Whether such injury or damage
arise from carelessness. Accident or any other cause whatever in any way
connected with the carrying out of this contract. This clause shall be held to
- 39 -
include, INTER ALIA, any damage to building whether immediately
adjacent or otherwise, and any damage to roads, streets, foot-paths, bridges
or ways as well as damage caused to the buildings and works forming the
subject of this contract by frost or other inclemency of weather. The
contractor shall indemnify the Owner and hold him harmless in respect of
all and expenses arising from any such injury or damage to person or
property aforesaid and also in respect of any claim made in respect of injury
or damage under any Acts of Government or otherwise and also in respect
of any Award of compensation or damages consequent upon such claim.

The Contractor shall reinstate all damage of every sort mentioned in this
clause so as to deliver up the whole of the contract works completed.
And perfect in every respect and so as to make good or otherwise satisfy all
claims for damage to the property of third parties.

The Contractor shall indemnify the Owner against all clams which may
made against the Owner by any member of the public or other third party in
respect of anything which may arise in respect of the works or in
consequence thereof and shall at his own expenses arrange to effect and
maintain, until actual handing, over works to the Corporation with an
approved office a Policy of insurance in the Joint names of the Owner
and the Contractor against such risks from time to time during the currency
of this Contract. The contractor shall similarly indemnify the owner against
all claims which may be upon the owner whether under the Workmen‟s
Compensation Act or any other Stature in force during the currency of this
contract or at common law in respect of any employee effect & maintain
until the actual handling over of the central lighting work with an approved
office of policy of Insurance in the joint names of the Owner & the
contractor against such risks from time to time during the currency of the
contract.
- 40 -
The contractor shall be responsible for anything which may be excluded
from the insurance Policies above referred to & also for all the other
damages to any property arising out & incidental of the negligence or
defective carrying out of this contract. He shall also indemnify the Owner
in respect of any costs charges or expenses arising out of any claim or
proceedings & also in respect of any Award of compensation of damage
arising there from.
The Owner shall be at liberty & is hereby empowered to deduct the amount
of any damage, compensation, costs charges & expenses arising or
occurring from or in respect of any such claim or damage from any sum due
or to become due to the contractor.

7.30 FORCE MAJURE CLASUE


Should the failure or delay in execution contract arise from the flood,
restrain, imposed by the Government Act of Legislature or other authority,
stoppage, delay or hindrance in the supply of row materials fuel explosion,
accident, riot or any other inevitable or unforeseen conditions beyond the
control directly or indirectly interfering with the work which may be
reasonable ground for granting the stoppage, the contractor shall be allowed
such stoppage upon such application being made by the contractor. The
contractor shall not be allowed to claim for any compensation for loss or
damage that would be suffered to him directly or indirectly on this account.
- 41 -
CHAPTER – VIII
SPECIAL CONDITION OF TENDER
8.1 The contractor have to supply necessary electrical materials, mentioned in
price bid schedule A2 as per technical specification in accordance with latest
code of IS.

8.2 Supply, erections, testing and commissioning shall be completed within


specified time, from the date of acceptance of order.

8.3 The contractor shall have to give twelve months guarantee of materials
supplied and workmanship.

8.4 The contractor shall make necessary storage arrangement.

8.5 In case of any dispute in the execution, specification term and conditions,
the decision of Additional city engineer shall be final and binding to the
contractors.

8.6 Erection of all materials, sundries will be carried out as per technical
specification, in absence of specification, work shall be carried out as per
instruction of Engineer-in-charges.

8.7 The contractor shall provide all necessary materials, equipments, labours,
etc. for erection, testing and commissioning work at his own cost and risk
till completion.

8.8 The contractor will have to make an arrangement for water and electric
power supply at his own cost and risk for execution of the work.
- 42 -
8.9 The contractor shall submit necessary documents showing experience in
similar kind of work as per Annexure - A, B, C.

8.10 If the rate for additional, altered or substituted are specified in the contract
for the work, the contractor is bound to carry out the additional altered or
substituted work at the same rates are specified in the contract.

8.11 If the rates for the additional altered or substituted work are not specifically
provided in the contract for the work, the rates will be derived from the rates
for similar class of work as are specified in the contract for the work. The
opinion of the Engineer-in-charge as to whether or not the rates can be
reasonably so derived from the items in this contract will be final and
binding to the contractor.

8.12 Audited balance sheet for last three years shall be submitted.

8.13 The contractor after award of the work shall name and depute qualified
engineer having sufficient experience in carrying out work of similar nature,
to whom the equipments materials, if any shall be issued and instruction for
erection work given.

8.14 The tender shall remain valid for acceptance for a period of 120days from
the date of opening of the tender. The tenderer shall not be entitled during
the said period of 120 days to revoke or cancel his tender or to vary the
tender or to vary the given or any term thereof. In case of tender revoking
or canceling his tender or revoking the same or vary in term in regard to
thereof, the Owner shall forfeit earnest money paid by him along with the
tender.
- 43 -
8.15 3% S.D. shall be paid within 15 days from the date of LOI or Work Order
whichever is earlier. 2% EMD will be converted into SD. The same shall be
released after one year from the date of completion of work.

8.16 The contractor must pay the Earnest money Deposit and tender fee as given
in the notice inviting Tenders and attach the Demand Draft /Pay order of
same with the Tender, failing of which the tender is liable to be rejected.
The Earnest Money Deposit/Tender Fee can be paid by Demand Draft/ Pay
Order/Bank Guarantee in favour of the Municipal Commissioner, Vadodara
Municipal Corporation, Vadodara.

8.17 No interest shall be paid on the earnest money deposit & S.D. The earnest
money deposit of the unsuccessful contractor will be refunded within a
reasonable period of time without any interest.

8.18 The earnest money deposited of successful tenderer will be retained towards
the Security Deposit for the fulfillment of the contract but shall be forfeited
if the contractor fails to execute the agreement within 15 days after the letter
of acceptance of the tender.

8.19 Supply, erection, testing and commissioning shall be completed within


specified time limit. Detail schedule of the supply, erection, testing and
commissioning shall be attached along with the Tender. Penalty for the late
completion will be at the rate of 0.5% of the contract value per week and
maximum up to 10% of the Contract value.

8.20 The rates quoted by the contractor shall inclusive of all taxes.
- 44 -
8.21 All items of supply and work done should be as per relevant IS/ISI marked
wherever applicable or as specified accordingly.

8.22 The successful tenderer shall be required to execute an agreement within 15


days from the date of issue of the work order. In the event of failure on the
part of the successful tenderer to sign the agreement within the above
stipulated time period the earnest money or his initial Security Deposit will
be forfeited and the acceptance of the tender shall be considered cancelled.

8.23 Conditions pertaining to technical specifications will not be accepted. In


case condition mentioned in price bid, Owner will reject the tender after
opening the price bid.

8.24 The price escalation or variation clause will not be accepted.

INSTALLATION METHODOLOGY (To be given by the Owner)

1. Mounting Height.

2. Span Between Poles.

3. Over hang.

4. Angle of Tilt.

NOTE:-

1) Three span between poles near major junctions shall be 0.7 span.

2) Span between poles on curves shall be 0.7 span.

3) On all major junctions triple arm bracket with three luminaries shall
be considered.

8.25 Entire lighting scheme with installation methodology (given by the Owner)
shall be approved before commencement of actual work on site. Pole
- 45 -
installation layout shall be approved by Engineer in charge before
commencement of work.

8.26 The contractor shall take necessary safety precaution. Contractor shall hold
responsible if accident/accidents occurred due to negligence/carelessness of
the contractor.

8.27 The contractor shall obtain necessary approval from MGVCL.

8.28 Day & Night Photograph in high resolution before execution of work,
during execution of work & after commissioning of work shall be taken &
submitted by contractor to VMC in digital as well as printed form.

8.29 VMC reserves the right to issue work order in part or full to the successful
bidder. Successful bidder have no right to claim loss of business in this
regard.

8.30 Contractor will not be allowed to start work before installing the caution
board on both the end & all major crossing of the road. Caution boards shall
be installed before commencement of the work and it shall be removed after
commissioning of the work.

8.31 If safety measures will not be observed by the contractors then he will be
responsible for any accident occur due to his negligence.

8.32 In case of site clearance is not available due to any reason, suitable
extension shall be given to the contractor to carry out the work.
- 46 -
8.33 TIME SCHEDULE
CONTRACTORS SCHEDULE FOR EXECUTION OF WORKS

Tenderer shall furnish the Schedule for the work to be completed as per the following format :

Sr. Time Schedule for Varies Activities Schedule Duration


No. As per VMC As per Bidder „s
Assessment Assessment
1. Mobilization at site 5 days

2. Erection of Poles 1 Week

3. Erection of DWC Pipe & Cable 1 Week

4. Erection of Luminaries & miscellaneous items. 1 Week

5. Testing & Commissioning of work 2 days

Total 4 Week

8.34 Five major items ( Poles, Luminaries with Lamps & Suitable brackets,4X16
Sq mm &4X25 Sq mm cable, [Link], Energy Saver Unit ) will be
supplied by the Owner.

Note :- This is tentative schedule, Contractor shall have to match his progress with
the development of the road work. Detailed time schedule is to be enclosed
along with the Technical-bid.

*******
Signature of Tenderer(s) with the seal of the firm..
- 47 -

CHAPTER – IX

DETAILED TECHNICAL SPECIFICATIONS FOR CENTRAL LIGHTING


WORK.

(TO BE SUPPLIED BY CONTRACTOR)

Item No.1 : 3 Core 2.5 [Link]. wire for Luminaries Wiring :-

The contractor shall provide 3 core/2.5 [Link] copper wire form junction box to
luminaries of double PVC coating & ISI marked.

Item No.2 :: Supply of 4 Amp. MCB :-

The contract shall provide & erect 2 No. single pole 4 Amp MCB suitable to
operate on 230V AC system & having breaking capacity of 10 KA inside the junction
box. MCB shall be of white colour.

Item No.3 :: Junction Box.

Providing and Erecting “Everest”, “Hansel”, “Rolec” or approved make street


light / wall / pole mounting junction box compression moulded from DMC (thermoset
plastic) or from ABS plastic with vertical sliding cover/ (top/left)side open cover having
locking with head stud, loop in / loop out in built terminal suitable for four core cable,
shockproof, rustproof & waterproof of I.P. 54 / I.P. 65 protected with clamp or bolt nut &
earth bolt of size 327mm x 254mm x 120mm or suitable size.
The contractor shall provide 2 No. single pole 6 Amp. MCB suitable to operate
on 230 V. AC system & having breaking capacity of 9 KA inside the junction box. MCB
shall be of white colour & Standard, MDS, Anchor, Havells, Super, Indo Asian Make
- 48 -
only the box should equipped with earthing plate & cable clamps with cadmium patting.
All bolts & nuts are also cadmium patted. The junction box should be properly earthed.

Schedule - B ( ERECTION , TESTING AND COMMISSIONING)

Item No.1 : Erection of 10 mtr./8.5 mtr Streetlight Pole::-

The contractor shall erect 10mtr/ 8.5 mtr M.S./ GI pole supplied by the
corporation. Contractor has to make RCC structure of 450mm X 450mm X 1200 mm
using required PCC, M.S. Bar, 75 mm dia GI pipe for cable entry, 4 nos M24 X 650mm
J-Bolt as per drawing attached. Contractor has to do masonry work with fine plastering
above ground for matching the divider shape in case of single stone divider with 50mm
slope towards outer periphery. The Plinth shall be painted with white lime or divider
colour. The pole shall be erected on the same RCC structure by using stenless steel to
AISI 304 grade hardware and anticorrosive paints. Locking nut shall be provided for
saftety purpose on base plate.

Item No.2 : Erection of 10 mtr M.S / GI Pole on base mounting RCC structure::-

The contractor shall erect 10 mtr M.S./ GI pole supplied by the corporation. The
pole shall be erected on the existing RCC structure by using stenless steel to AISI 304
grade hardware and anticorrosive paints. Locking nut shall be provided for saftety
purpose on base plate.

Item No.3,4 & 5 : Single arm, Double arm & Triple arm GI pipe Bracket for non
decorative lantern (drawing no5.)

The contractor shall provide & erect the bracket, fabricated from medium
class GI pipe of 50mm dia or of the dia suitable for the entry of the fixture & the
length „L‟ of the pipe shall be as per design requirement and without
circumferential joint, the pipe shall be welded to the sleeve of suitable dia to fix on
the top of pole. The sleeve shall be 30cms. long made from class „B‟ MS pipe.
The GI pipe should be welded to the sleeve at suitable angle „Φ‟ as per design
- 49 -
requirement with a support of 6mm. MS gusset plate. The complete bracket is to
be hot dip galvanized & painted with two coats of red oxide & two coats of silver
paint. The contractor shall design, Single Arm/Double arm or Triple arm G.I. pipe
bracket according to the lighting design given with the tender and drawing no.2.

„L‟ & „Φ‟ shall be as per requirement of lighting design.

Item No.6 & 7 : Erection of 16 [Link] 4 core & 25 [Link] 4 core XLPE Cable :-

The contractor shall erect alluminium conductor, armoured XLPE, LT cable of


1100 V grade laid in DWC pipe in an approved manner as per direction.
Item No.9 : Laying of DWC/HDPE Pipe :-
The contractor shall lay 50mm/38mm (OD/ID) Double Wall Corrugated pipes
(DWC) of polyethylene confirming with necessary connecting accessories of same
material for laying of cable from junction box to junction box .DWC pipe is to be laid
30cm below road (tar) surface. In any case laying of DWC pipe will not be allowed in the
divider above road (tar) surface.
Item No.10 : Erection of Energy Saver Unit :-
The contractor shall erect energy saver unit on section pillar & dully wired with 6
[Link] PVC insulated Copper wire as directed.
Item No.12 : GI Coil type Earthing :-
The contractor shall provide 10 SWG G.I. wire coil of 2kg. & 15 kg. Common
salt & charcoal each for the purpose of earthing. This will be taken to the pole at a 3
mtrs height & buried, properly bolted & connected to it. The earth pit should be at least
1 Mtr, away from the pole.

Item No.13 : Cable gland for 16/25 [Link] 4core cable :-


The contractor shall provide & erect brass cable gland with rubber ring for 4 core
25/16sq,mm XLPE armoured cable cable complete with outgoing tails, insulating tape
etc. in an approved manner.
- 50 -
Item No.14 : Cable Lugs :-

The contractor shall provide & erect lugs for 16/25 lugs for 16/25 sq. mm cable,
of Dowels make only. Lugs should be crimped by suitable crimping tool & after
crimping if any portion without insulation. The same should be covered sufficiently with
PVC tape. The lugs shall be of alluminium tinned copper lug with sufficient thread.
Item No.15 & 16 : Construction of Section Pillar & Providing & Erecting

[Link] :-

The contractor shall erect & commissioned street light section pillar erected on
steel reinforced cement concrete foundation plinth of size 100 cms height above the
ground level and 45 cms below Ground level, “C” shape 100 cms thick & 100 cms wide
as per instruction of Engineer in charge. The plinth should be smooth plastered & hollow
in the middle for the cable entry.
MS steel cupboard shall be matching with the housing of energy saver unit ,made
out of 18 SWG black iron sheet. It shall match the power coating colour with energy
saver [Link] cupboard shall have 4 nos. legs grouted in the plinth of size 40 X 40 X 6
mm MS angle, 30 cms long, each welded to the cupboard. The cupboard shall house the
service equipment & have proper latch lock with duplicate keys as directed. The
cupboard shall be provided with 25mm. thick wooden board duly painted with two coats
of oil paint, erected with 3/8” nut bolts, danger notice board, cable entry, earthing
terminals, sufficient louvers for air circulation & 4” X 3” window for Meter reading etc
as directed. The cupboard shall be duly powdered coated & plinth with white lime wash.
The contractor has to provide & erect following switchgears in the cupboard dully wired
with 6 [Link] PVC insulated Copper wire as directed.
1 SMFP Switch 415V, 63 Amps. 1 No.
sheet metal four pole switch
2 Porcelain base Neutral Link for 63 Amps. 2 Nos.
The contractor shall erect energy saver unit on section pillar & dully wired with 6
[Link] PVC insulated Copper wire as directed.
- 51 -
Separately GI Plate type earthing (Drawing no 1) with plate size 45x45x0.35
Cms burried in specially prepared 2.5 [Link] earth pit complete with necessary G.I.
strip in G.I Pipe 2mtr long with coupling and G.I. plug using salt and charcoal/coke for
steel cupboard & energy saver unit
Item No. 18 :- Excavation of Earth :-

The contractor have to excavate soft soil as per the site conditions for laying of
DWC pipe or any purpose, refilling the same with excavated material & make the ground
as per original immediately.
Item No.19 : Excavation of Hard rock :-

The contractor have to excavate the Road/Hard rock may be required as per the
site conditions for laying of DWC pipe or any purpose, refilling the same with excavated
material & make the ground as per original immediately.
Item No. 20 : C. C. Foundation :-

The contractor shall erect M.S. steel tubular pole supplied by the corporation. The
foundation shall be of c.c. & bricks pieces of the ratio of [Link] and of size of 60 x 60x
150cms (width x length x Depth) and 30cms x 30cms plinth of C.C. The Plinth shall be
painted with white lime.
Item No.22 : Removal of Street light pole :-

The contractor have to remove street light pole & returned to the VMC Store.
Item No.23 :Removal of Street light Line/ Catenary Line

The contractor have to remove Street light line with Guarding (if any), MS
bracket, Insulators etc. & returned to the VMC Store.
Item No.24 : Removal of Street light fitting Pipe bracket

The contractor have to remove Street light fitting with pipe bracket etc.& returned
to the VMC Store.
- 52 -
Note ::

(1) The specifications mentioned above are minimum requirements of VMSS tenderer

can quote for higher specification for better performance.

(2) VMSS will appoint Third Party Inspection (TPI) for quality monitors, checking &

certifying the work & workmanship. Charges for the same shall be paid by VMSS to

the TPI agency.

(3) Workmanship of international standard is desired by VMSS.

(4) VMSS reserves the rights to select the vendor.

(Seal & Signature of The Tenderer)


- 53 -
Drawing no - 1
- 54 -

APPROVED VENDOR LIST


Sr.
Item Make
No.
HYLITE, RAICAB, ATLAS
1. 3 Core TC Wire BRUCAB
Super / KEW / Standard /
2. Sheet metal Switch. Havells / Trishul.
Indoasian / L&T / Siemens / GE
3. MCB / C&S.

NOTE :
1. Makes mention above or any other make approved by the corporation shall be used
by the contractor with prior permission of Engineer-in-Charge.
2. No condition is allowed in Price Bid.

3. Five major items ( Poles, Luminaries with Lamps & Suitable brackets, 4X16
[Link]. & 4X25 [Link]. cable, [Link], Energy Saver Unit ) will be supplied
by the Owner.
- 55 -

VADODARA MAHANAGAR SEVA SADAN


VADODARA

NAME OF WORK::

Supply, Erecting, Testing & Commissioning work of (Side


/ Central) Lighting on Lal Baug Fly Over Bridge and
Service Road.

PART-II
PRICE BID
Bid No: [VMC/SLP/CL/013/2011-12]

OFFICE OF EXECUTIVE ENGINEER


[ELECTRICAL]
STREET LIGHT DEPARTMENT
VADODARA MAHANAGAR SEVA SADAN
VADODARA
GUJARAT STATE

DECEMBER 2011
- 56 -

VADODARA MAHANAGAR SEVA SADAN


PRICE BID
Schedule - A2 - SUPPLY ITEMS ( By Contractor )
Supply Erection, Testing & Commissioning of (Side/Central)
Lighting on Lalbaug Flyover Bridge and Service Road.
Unit Rate
Sr.
Quantity Item Description
No.
Rate(Rs.) Amount

3800 1 Supply of 3 Core 2.5 [Link].


unarmoured copper cable for
Luminaries wiring as per
specifications.
230 2 Supply of 4 Amp MCB in integral
pole junction box as per specification.
102 3 Supply of Junction Box complete
with terminal block etc. as per
specification.
TOTAL Rs.

Schedule - B - FOR ERECTION , TESTING AND


COMMISSIONING

Unit Rate
Sr.
Quantity Item Description
No.
Rate(Rs.) Amount

92 1 Erection of 12 mtr. M.S. Pole as per


specifications.
123 2 Erection of 10 mtr. M.S. Pole as per
specifications.(RA).
3 4 Erection of Twin 250 W. HPSV
Luminaries complete with lamp,
bracket and TC wire as per
specifications.
223 5 Erection of Single 250 W. HPSV
Luminaries complete with lamp,
bracket and TC wire as per
specifications.
2 6 Erection of Triple 250 W. HPSV
Luminaries complete with lamp
,bracket and TC wire as per
specifications.
- 57 -
Unit Rate
Sr.
Quantity Item Description
No.
Rate(Rs.) Rate(Rs.)

8200 7 Erection of16 [Link]. 4 Core XLPE


cable as per specifications.
1000 8 Erection of 25 [Link]. 4 Core XLPE
cable as per specifications.
230 9 Erection of 4 Amp MCB in integral
Junction Box as per specifications.
7100 10 Laying of DWC / HDPE Pipe
complete with necessary fitting as per
specifications.
4 11 Erection of Energy Saver Unit as per
specifications.
102 12 Erection of Junction Box complete
with terminal block etc. as per
specification.
230 13 Providing & Erecting GI Coil type
earthing complete with salt &
charcoal etc. as per specifications.

480 14 Providing & fixing Cable Gland for


16/25 [Link]. 4 core XLPE cable
complete as per specifications.
1857 15 Providing & fixing Cable Lugs for
16/25 [Link]. 4 core XLPE cable
complete as per specifications.
4 16 Construction of Section Pillar
complete with Plinth as per
specifications.
4 17 Providing & Erecting MS cupboard
on above Section Pillar complete with
Switchgears etc. as per specifications.
450 18 100mm dia trench less bore for laying
DWC / HDPE / GI pipe under the
road.
810 19 Excavation of Earth as per
specifications.
500 20 Excavation of Hard rock as per
specifications.
5 21 Construction of CC foundation with
material for erection of removed pole
complete as per specifications.
- 58 -
Unit Rate
Sr.
Quantity Item Description
No.
Rate(Rs.) Rate(Rs.)

250 22 Providing & Laying GI Pipe 80 mm


dia light class „A‟ as per
specifications.
30 23 Removal of street light pole &
transportation to store / new site.
607 24 Removal of street light line/catenary
with guarding etc. & transportation to
store / new site.
30 25 Removal of street light with lamp
pipe bracket etc. & transportation to
store / new site. (RA).

TOTAL RS.
Amount in Rupees

(Seal & Signature of the Tenderer)


- 59 -

ANNEXURE - A
DETAILS OF THE WORKS OF SIMILAR TYPE AND MAGNITUDE CARRIED OUT BY THE TENDERER
DURING LAST 7 YEARS PERIOD

Date of Completion
Sr. Tendered
Name of Work Place Date of Start Prescribed date Actual date of Principal Features
No. Cost
of completion Completion

Note : Certificate of completion of the work from the owner shall be given f each work.
A separate sheet may, if required, be used f giving the Performa mentioned above. The sheet shall be duly
signed and attached to the tender.
Work executed in the name of the Tenderer only shall be considered, work executed as a sub-contract shall not be
considered.

Seal & Signature of the Tenderer.


- 60 -

ANNEXURE - B

DETAILS OF THE WORKS IN HAND AND WORKS TENDERED F AS ON THE DATE OF SUBMISSION OF THE TENDER

WORKS IN HAND WORKS TENDERED FOR


Sr. Name of Place and Cost of work Stipulated Main features of the
Anticipated Date when
No. Work Country Tendered remaining to Tender date work
Date of decision is
Cost be executed as Cost & period of
Completion expected
on date Completion

Seal & Signature of the Tenderer


- 61 -

ANNEXURE - C
DETAILS OF TECHNICAL PERSONNEL WITH TENDERER WHO ARE PROPOSED FOR THIS CONTRACT.

Professional
Since how long in
Sr. Experience and
Description of Category Name Qualification service with Remark
No. details of works
tenderer
carried out

Note : The complete biodata of each personnel with qualification and experience shall be furnished separately along with this schedule.

Seal & Signature of the Tenderer


- 62 -

ANNEXURE - D
INFORMATION REGARDING FINANCEAL CAPACITY OF THE TENDERER

Sr. No. Details Amount Remarks


1. Solvency

Annual turnover for last three years : Details of major contracts executed during these years shall
be furnished.
a) 2008-2009
2.
b) 2009-2010

c) 2010-2011
3. Price of the biggest job carried out Certificate from the owner in support of successful
completion of work may be furnished.

Seal & Signature of the Tenderer

You might also like