Vadodara Mahanagar Seva Sadan Vadodara
Vadodara Mahanagar Seva Sadan Vadodara
NAME OF WORK::
PART-I
TECHNICAL BID
DECEMBER 2011
-2-
INDEX
SR. NO. DESCRIPTION PAGE NO.
1. TENDER NOTICE 3
2. FORM OF TENDER 4
3. TENDER DOCUMENT 6
5. MEMORANDUM 10
8. GENERAL INFORMATION OF 17
TENDERER (CHAPTER - III)
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.
To,
The Municipal Commissioner,
Vadodara Municipal Corporation
Khanderao Market,
Rajmahal Road,
Vadodara-390 209.
Dear Sir,
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.
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.
MEMORANDUM
(a) General description of work : Supply, Erecting, Testing & Commissioning work
of Side / Central Lighting on Lal Baug Fly
Over Bridge and Service Road.
(c) Earnest Money Deposit : Rs.25,910/- (Rupees twenty five thousand nine
hundred ten only)
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.
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.
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.
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.
***
- 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.
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.
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.
A. In case of individual
B. In case of Partnership
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
***
- 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.
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.
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.
CHAPTER – VI
6.1 DOCUMENTS
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.
6.6 WITNESS
- 22 -
Witness and sureties shall be persons of status and property and their names,
occupation and address shall be stated below their signature.
6.12 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 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.
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.
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.
***
7.1 GENERAL
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.
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.
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.
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.
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.
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.
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.
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.
8.3 The contractor shall have to give twelve months guarantee of materials
supplied and workmanship.
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.
8.20 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.
1. Mounting Height.
3. Over hang.
4. Angle of Tilt.
NOTE:-
1) Three span between poles near major junctions 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.
8.28 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 :
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
The contractor shall provide 3 core/2.5 [Link] copper wire form junction box to
luminaries of double PVC coating & ISI marked.
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.
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.
Item No.6 & 7 : Erection of 16 [Link] 4 core & 25 [Link] 4 core XLPE Cable :-
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
(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
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 -
NAME OF WORK::
PART-II
PRICE BID
Bid No: [VMC/SLP/CL/013/2011-12]
DECEMBER 2011
- 56 -
Unit Rate
Sr.
Quantity Item Description
No.
Rate(Rs.) Amount
TOTAL RS.
Amount in Rupees
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.
ANNEXURE - B
DETAILS OF THE WORKS IN HAND AND WORKS TENDERED F AS ON THE DATE OF SUBMISSION OF THE TENDER
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.
ANNEXURE - D
INFORMATION REGARDING FINANCEAL CAPACITY OF THE TENDERER
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.