vadodara municipal corporationform of tender to, the municipal commissioner, vadodara municipal...

60
VADODARA MUNICIPAL CORPORATION TENDER DOCUMENTS FOR OPERATION AND MAINTENANCE OF GOTRI SEWAGE PUMPING STATION FOR THREE YEARS. PART – I TECHNICAL BID Bid No: [VMC/SWG/OM/APS / 00/2017-18] OFFICE OFTHE EXECUTIVE ENGINEER (ELE./MECH.) SEWAGE D. WORKS DEPARTMENT VADODARA MUNICIPAL CORPORATION VADODARA GUJARAT STATE July- 2018

Upload: others

Post on 19-Mar-2020

29 views

Category:

Documents


0 download

TRANSCRIPT

VADODARA MUNICIPAL CORPORATION

TENDER DOCUMENTS FOR

OPERATION AND MAINTENANCE OF GOTRI SEWAGE PUMPING

STATION FOR THREE YEARS.

PART – I

TECHNICAL BID

Bid No: [VMC/SWG/OM/APS / 00/2017-18]

OFFICE OFTHE EXECUTIVE ENGINEER (ELE./MECH.)

SEWAGE D. WORKS DEPARTMENT

VADODARA MUNICIPAL CORPORATION

VADODARA

GUJARAT STATE

July- 2018

INDEX

SR. NO. DESCRIPTION

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

11.

12.

13

14

TENDER NOTICE

FORM OF TENDER

TENDER DOCUMENT

TENDER AND ACCEPTANCE OF TENDER

MEMORANDUM

DEFINATION OF TERMS (CHAPTER – I)

PREQUALIFICATION CRITERIA (CHAPTER - II)

FOR TENDERER

GENERAL INFORMATION

TENDERER (CHAPTER - III)

DECLARATION FORM (CHAPTER - IV)

SCOPE OF WORK (CHAPTER - V)

GENERAL INSTRUCTION OF THE

TENDERER (CHAPTER - VI)

GENERAL CONDITION OF THE TENDER

(CHAPTER - VII)

SPECIAL CONDITION OF THE

TENDER (CHAPTER - VIII)

CHECK LIST

1

TENDER NOTICE

VADODARA MUNICIPAL CORPORATION

Office : Khanderao Market Building , Rajmahal Road , Vadodara - 390209

E-TENDER NOTICE

Vadodara Municipal corporation invites tender in two parts (Technical Bid & Price Bid) from

registered Contractors in appropriate class either with VMC / Central / State / PWD /M.E.S. /

Semi Government or other such institutions for the work of OPERATION AND MAINTENANCE

OF GOTRI SEWAGE PUMPING STATION FOR THREE YEARS through On line e-tendering

system.

Estimated

cost

(inRs.)

Complet

ion

Period

E.M.D

Rs.

Tender

fee

Rs.

Stam

p

Duty

Rs.

Last due date of

Issuing of Tender

Documents.

Last Date for

Submission of

Completed Tender

Documents.

Date / Time Date / Time

21,96,924/- 36

months 44,000/- 1000/-

As

per

rule

12/07/2018 to

26/07/2018 up

to 11:00 hrs

26/07/2018 up to

13 :00 hrs

(1) The tender bid document will be available and downloaded from www. (n) procure.com

website. (2) Tender document should be accepted only by E-tendering method on www. (n)

procure.com website. (3)Conditional tender shall not be accepted. If any condition in the price

bid is found , the tender will liable to be rejected. (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 municipal corporation ,

Khanderao Market Building, Rajmahal Road, Vadodara–390 209 till dt. 26/07/2018 up to 16:00

hrs. (5) The bid documents is also available on website of vadodara municipal corporation (6)

VMC 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. /2018-19 City Engineer (VMC)

Visit us at :www.vmcegov.com, vmcegov.org , vmcgujarat.com , vmcgujarat.org

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 for the work of following item/items.

Name of work::Operation and Maintenance GOTRI sewage pumping station For Three

years .

I / We have examined the drawings, General conditions of contract, specifications, etc. as given

in Tender Document to the above work. I/We hereby offer to undertake above referred work.

In conformity with the specification, general and special conditions of contract etc. as given in

Tender Document at the respective rate mentioned in my/our Tender.

I/We undertake to complete the work indicated above within the specified time limit mentioned

in the tender document from the date of receipt of work order.

I/We have deposited as earnest money a sum of Rs. 44,000/-(Fourty Four Thousand rupees

only) as indicated. The said 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 the owner.

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

receive.

Yours faithfully,

Name of Partners / Directors of the Firm

1.___________________________ Signature_____________________

2.___________________________ Signature _____________________

3.___________________________Signature_____________________

Address_____________________________________________________________________________________

________________________

Date:

TENDER DOCUMENTS

This is a two bid tendering system and the tender documents consists of –

Part I : Technical Bid (page no.1 to 60)

Part II: Price Bid. The set of tender documents as per list attached is issued to :-

Name of Tenderer : ______________________________________________

Address of Tenderer

:_________________________________________________________________________________________

The fees of the Tender document is Rs. 1,000/- (One Thousand Only)

The Tenderer shall submit this tender in accordance with the various instructions included in

the tender documents.

PREQUALIFICATION / TECHNICAL 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 nonrefundable Tender Fee.

3. Forwarding letter along with conditions/clarifications, if any and necessary.

4.

4.1. Copies of original documents defining the constitution of legal & stable power of

attorney of the signatory of the tender to commit the Tender.

4.2. GST registration certificate, Provident Fund, Labour license of ongoing work, PAN

card.

4.3. The Tenderer must have registered in appropriate class in appropriate Category

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 shall have to get registered with the VMC in appropriate

class & group.

4.4. Tender must be accompanied by a Earnest money deposit of Rs. 44,000/-(Fourty

Four Thousand rupees only) in the form of Demand draft of any Nationalized

Bank in favour of the “Municipal Commissioner’, Vadodara.

4.5. Valid Solvency Certificate of any nationalized bank Rs.5,50,000/- shall be

attached along with tender documents.

4.6. Average Annual financial turnover during the last 3 years, ending 31st March of the

previous financial year, should be at least 30% (Rs. 6,60,000/-) of the estimated

cost.

4.7. Tenderer should have carried out single similar nature job works during last 7

years ending last day of month previous to the one in which applications are

invited should be either of the following:-

• Three similar completed works costing not less than the amount equal to

40%i.e Rs. 2, 94,000/-.

Or

• Two similar completed works costing not less than the amount equal to

50% i.e Rs. 3,67,000/-.

Or

• One similar completed works costing not less than the amount equal to

80% i.e Rs. 5,87,000/-.

Note: Estimate cost for one year is considered as 1/3 of total estimate value of

tender

Similar work means “work of operation & maintenance of pump sets with electrical &

mechanical accessories for portable water/effluent/sewage water.”.in Municipal

Corporation, Central/State/ PWD/ M.E.S./Semi Govt. or Big reputed Pvt. Organization.”

Copies of work order, completion certificate and Performance certificate from the

concerned organization in the name of tenderer shall be submitted. Amount of completed

work will be considered and calculated one year basis.

Following enhancement factors will be used for the cost of works executed and financial figures

to arrive at common base for the value of the works completed in India.

Financial Year Multiplying Factor

One (2017-2018) 1.1

Two(2016-2017) 1.21

Bidder should indicate actual figures of cost and amount for the work executed without

accounting for the above mentioned factors.

5) The Tenderer shall also have to attach following documents along with tender.

(a) Organization Set Up.

(b) Technical Staff detail.

(c) Attested Copy of Income Tax Clearance certificate / IT Return.

(d) Attested Copy of GST Registration certificate..

(e) List of recent jobs carried out or work on hand.

(g) The bidder shall have to attach copy of valid electrical license contractor certificate.

6) Bidder must have to submit confirmation letter of the site visit of this work along with

tender documents.

7) The Bidder should not have been blacklisted/ banned for carry out work in government /

semi government organization in Gujarat/India. It means bidder should not be under

debarment at the time of quoting this tender. An undertaking by an authorized signatory

of the company needs to be submitted in this regard.

8) Contractor, who is operating &maintaining more or equal to six APS in sewage

Department of VMC, will not be eligible to quote this tender (APS which is/are covered

under this tender of O & M will not be considered for this criteria of qualifications)

9) Bidder can quote for maximum six APS O & M work in VMC, Vmc will allow to work for

O & M of maximum six APS to a contractor.

10) Contractor who is operation & maintaining ‘X’ nos. APS O & M, can quote for ‘Y’ APS O &

M work, where ‘X’=Number of APS O & M work on hand & ‘Y’ = 6-‘X’

11) Litigation History: The Bidder should provide accurate information on any litigation

history or arbitration resulting from contracts completed or under execution by him over

the last ten years. This should also include such cases, which are in process/ progress. A

consistent history of awards against the bidder has not provided such information and

Three(2015-2016) 1.33

Four(2014-2015) 1.46

Five (2013-2014) 1.61

Six (2012-2013) 1.77

Seven(2011-2012) 1.95

has come to the notice of the authority, the tender will be rejected at whatsoever stage

and in such case all the losses that will arise out of this issue will be recovered from the

tenderer/contractor and he will not have any defence for the same.

:Evaluation Criteria:

1 Tenderer must fulfill all pre-qualification criteria mentioned elsewhere in the

tender.

2 Contractor, who is operating & maintaining more or equal to Six APS in Sewage

Department, will not be eligible to quote this tender. APS which is/are covered

under this tender will not be considered for qualification criteria of

Maximum/Equal to six APS.

3 VMC will open price bid of qualified bidders up to six APS O & M work only

(Considering existing O & M work of APS on hand by same bidders).

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. This cover

must be superscripted as “Prequalification/Tender Bid, Name of Work, and 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 “n-

procure” are only eligible to quote the price bid of this tender through the web site

https://www.nprocure.com within the stipulated time limit mentioned in the

advertisement.

2) All bidders 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 &super scribed and shall be

submitted to the Dy. Municipal Commissioner (Administrative), Record Branch, Vadodara

Municipal Corporation, Khanderao Market Building, Rajmahal Road, Vadodara-390 209 by

Speed Post/Registered Post only on or before dt.26/07/2018 up to 16.00 hours. In

absence of physical & 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

3) On Line Technical Bid and Price Bid shall be submitted on or before 11.00 p.m. on the due

date

4) If EMD & Tender Fee are not found enclosed in part-I, than the tender will be out right

rejected.

5) Price- Bid will be opened after scrutiny of pre-Qualification Bid. Price bid shall not be

opened if Tenderer is disqualified at pre-qualification stage.

6) Evaluation of Technical Bid (P.Q. Bid) shall be done on the basis of submitted authentic

documents only.

7) Once the pre-qualification bid is opened the Tenderer shall not submit any documents/

clarifications without request/approval of authority. Conditional Tenders shall not be

accepted & shall be rejected.

8) The Cost of Bid Document will not be refunded under any circumstance,

9) Tender copy should be reached only by Registered post / Speed post at Record Branch.

Khanderao Market Building, Vadodara Municipal corporation, on or before Date :

26/07/2018 up to 16=00 hours.

10) The Tenderer are advised to read carefully & study all the pages of tender document which

forms part & parcel of the contract Document.

11) Tender shall visit the site before quoting tender to understand site condition toexecute the

work and if required get necessary data at their own cost.

12) The bidding capacity of the tenderer should be more than the estimated cost of the work

put to tender, failing which the tenderer will be disqualified.

13) The tender will be liable to be rejected outright, if while submitting it.

• The tenderer propose any alterations in the work specified in the tender or in the

time limit allowed for carrying out the work or any other condition.

• Any of the pages of the tender are removed or replaced.

• Any errors are made by him in the tender.

• All correction and addition or pasted slips are not initiated by tenderer.

• The tenderer or in the case of a firm, each partners thereof does not sign or the

signature/signature is/are not attested by a witness on page of the tender in the

space provided for the purpose.

• The tender which do not fulfill any of the condition of those in the printed form

and those tender which are incomplete.

• If VMC will find performance certificate with unsatisfactory performance,

submitted by the tenderer VMC will out rightly reject the tender without

assigning any reason thereof.

14) Municipal Commissioner Reserve’s right to accept any or reject all tenders without

assigning any reason thereof.

-sd-

City Engineer,

MahanagarSevaSadan,

Vadodara.

Signature of Tenderer :

Signature of the Officer :

Issuing the Tender document

Signature of the Officer :

Opening the Tender.

TENDER AND ACCEPTANCE OF TENDER

To,

Municipal Commissioner,

Vadodara Municipal Corporation,

Khanderao Market,

Vadodara.

I/We hereby submit the tender for Operation and Maintenance of GOTRI sewage pumping

station For three years. as referred in form of Tender, General & special Conditions of Contract,

Drawing, Time Schedule of Completion of jobs, and other documents and papers, detailed in the

tender documents.

2) It has been explained to me/us that the time stipulated for the work in all respect as

mentioned in the “Time Schedule of Completion of Job”, is signed and accepted by

me/us is the essence of contract. I/We agree that in the case of failure on my/our part to

strictly observe the schedule of work. I/We shall pay compensation to the owner as per

provision and stipulations contained in clause of General conditions of contract and

I/We agree for recovery being made as specified therein. In exceptional circumstances,

extension of time limit shall be granted by the Engineer-in-charge at his entire discretion.

3) 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.

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

MEMORANDUM

a) General description of work:Operation and Maintenance of GOTRI sewage pumping

station For three years

b) Tender Documents : The Tender Documents can be obtained from the websites

www.vmcegov.org, www.vmc.gov.in, www.nprocure.com

c) Tender fee amount :Rs1,000/-

(One Thousand Only)

d) Earnest Money Deposit :Rs. 44,000/-(Fourty Four Thousand rupees

only)The Earnest money is payable

as per The Tender Notice and clause (6.8) 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 completion

of the O&M work .

e) Security Deposit : 3 % contract amount will be paid in the manner set

in clause of the General Instructions of Tender, on

acceptance of tender. Security deposit will be

returned after completion of this O&M work

f) Time allowed for

Completion of this work : 03 years .

g) 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 is stipulated in the

conditions contained in General Tender Notice and other documents.

h) I/We hereby pay/submit the earnest money of Rs. 44,000/-(Fourty Four Thousand

rupees only) in the form of Demand draft/Pay Order/ Bank Guarantee in favour of

Municipal Commissioner, Vadodara Municipal Corporation , Payable at Vadodara from

Nationalized Bank.

i) 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 (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. Otherwise, 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 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 to work of similar nature and magnitude

carried out by me/us.

Date day of 2018

Witness

Name (in Block letters) :

Address

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

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 Tenderer”, means the manufacturer or its authorized dealer, 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 “ City Engineer” shall means the 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 work of various item/s mentioned 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. “Contract Documents”, means collectively the Tender documents Designs, Drawings,

Specifications agreed variation subsequent correspondence done, such other documents

constituting the Tender and acceptance thereof.

7. “The Contract”, shall means the agreement between the Owner and the contractor for the

execution of the work including therein all contact documents.

8. “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 IS the Standards and specifications of any other country may be

followed.

9. The “Tender”, means the tender submitted by the tenderer for acceptance by the Owner.

10. 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.

11. The “Period of Liability”, means the material supplied by the contractor and work shall

stand guarantee for the period of 12 months from date of erection and commissioning.

12. “ Site Engineer “ mens the engineer appointed by Executive Engineer , ELE&MECH for

related pumping stations.

13. “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.

14. “Letter of Intent” means the Owner’s letter conveying the award of Contract.

15. “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.

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

CHAPTER – II

PRE-QUALIFICATION CRITERIA FOR THE TENDERER

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 nonrefundable Tender Fee.

3. Forwarding letter along with conditions/clarifications, if any and necessary.

4.

8.1. Copies of original documents defining the constitution of legal & stable power of

attorney of the signatory of the tender to commit the Tender.

8.2. GST registration certificate, Provident Fund, Labour license of ongoing work, PAN

card.

8.3. The Tenderer must have registered in appropriate class in appropriate Category

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 shall have to get registered with the VMC in appropriate

class & group.

8.4. Tender must be accompanied by a Earnest money deposit of Rs. 44,000/-(Fourty

Four Thousand rupees only) in the form of Demand draft of any Nationalized

Bank in favour of the “Municipal Commissioner’, Vadodara.

8.5. Valid Solvency Certificate of any nationalized bank Rs.5,50,000/- shall be

attached along with tender documents.

8.6. Average Annual financial turnover during the last 3 years, ending 31st March of the

previous financial year, should be at least 30% (Rs. 6,60,000/-) of the estimated

cost.

8.7. Tenderer should have carried out single similar nature job works during last 7

years ending last day of month previous to the one in which applications are

invited should be either of the following:-

• Three similar completed works costing not less than the amount equal to

40%i.e Rs. 2, 94,000/-.

Or

• Two similar completed works costing not less than the amount equal to

50% i.eRs. 3,67,000/-.

Or

• One similar completed works costing not less than the amount equal to

80% i.eRs. 5,87,000/-.

Note: Estimate cost for one year is considered as 1/3 of total estimate value of

tender

Similar work means “work of operation & maintenance of pump sets with electrical &

mechanical accessories for portable water/effluent/sewage water.”.in Municipal

Corporation, Central/State/ PWD/ M.E.S./Semi Govt. or Big reputed Pvt. Organization.”

Copies of work order, completion certificate and Performance certificate from the

concerned organization in the name of tenderer shall be submitted. Amount of completed

work will be considered and calculated one year basis.

Following enhancement factors will be used for the cost of works executed and financial figures

to arrive at common base for the value of the works completed in India.

Bidder should indicate actual figures of cost and amount for the work executed without

accounting for the above mentioned factors.

5) The Tenderer shall also have to attach following documents along with tender.

(a) Organization Set Up.

(b) Technical Staff detail.

(c) Attested Copy of Income Tax Clearance certificate / IT Return.

Financial Year Multiplying Factor

One (2017-2018) 1.1

Two(2016-2017) 1.21

Three(2015-2016) 1.33

Four(2014-2015) 1.46

Five (2013-2014) 1.61

Six (2012-2013) 1.77

Seven(2011-2012) 1.95

(d) Attested Copy of GST Registration certificate..

(e) list of recent jobs carried out or work on hand.

(g) The bidder shall have to attach copy of valid electrical license contractor certificate.

6) Bidder must have to submit confirmation letter of the site visit of this work along with

tender documents.

7) The Bidder should not have been blacklisted/ banned for carry out work in government /

semi government organization in Gujarat/India. It means bidder should not be under

debarment at the time of quoting this tender. An undertaking by an authorized signatory

of the company needs to be submitted in this regard.

8) Contractor, who is operating &maintaining more or equal to six APS in sewage

Department of VMC, will not be eligible to quote this tender (APS which is/are covered

under this tender of O & M will not be considered for this criteria of qualifications)

9) Bidder can quote for maximum six APS O & M work in VMC, Vmc will allow to work for

O & M of maximum six APS to a contractor.

10) Contractor who is operation & maintaining ‘X’ nos. APS O & M, can quote for ‘Y’ APS O &

M work, where ‘X’=Number of APS O & M work on hand & ‘Y’ = 6-‘X’

11) Litigation History: The Bidder should provide accurate information on any litigation

history or arbitration resulting from contracts completed or under execution by him over

the last ten years. This should also include such cases, which are in process/ progress. A

consistent history of awards against the bidder has not provided such information and

has come to the notice of the authority, the tender will be rejected at whatsoever stage

and in such case all the losses that will arise out of this issue will be recovered from the

tenderer/contractor and he will not have any defence for the same.

Chapter III

:Evaluation Criteria:

9.1 Tenderer must fulfill all pre-qualification criteria mentioned elsewhere in the

tender.

9.2 Contractor, who is operating & maintaining more or equal to Six APS in Sewage

Department, will not be eligible to quote this tender. APS which is/are covered

under this tender will not be considered for qualification criteria of

Maximum/Equal to six APS.

9.3 VMC will open price bid of qualified bidders up to six APS O & M work only

(Considering existing O & M work of APS on hand by same bidders).

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. This cover

must be superscripted as “Prequalification/Tender Bid, Name of Work, and 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 “n-

procure” are only eligible to quote the price bid of this tender through the web site

https://www.nprocure.com within the stipulated time limit mentioned in the

advertisement.

2. All bidders 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 &super scribed and shall be

submitted to the Dy. Municipal Commissioner (Administrative), Record Branch, Vadodara

Municipal Corporation, Khanderao Market Building, Rajmahal Road, Vadodara-390 209

by Speed Post/Registered Post only on or before dt.26/07/2018 up to 16.00 hours. In

absence of physical & 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

3) On Line Technical Bid and Price Bid shall be submitted on or before 11.00 p.m. on the due

date

4) If EMD & Tender Fee are not found enclosed in part-I, than the tender will be out right

rejected.

5) Price- Bid will be opened after scrutiny of pre-Qualification Bid. Price bid shall not be opened

if Tenderer is disqualified at pre-qualification stage.

6) Evaluation of Technical Bid (P.Q. Bid) shall be done on the basis of submitted authentic

documents only.

7) Once the pre-qualification bid is opened the Tenderer shall not submit any documents/

clarifications without request/approval of authority. Conditional Tenders shall not be

accepted & shall be rejected.

8) The Cost of Bid Document will not be refunded under any circumstance,

9) Tender copy should be reached only by Registered post / Speed post at Record Branch.

Khanderao Market Building, Vadodara Municipal corporation, on or before Date :

26/07/2018 up to 16=00 hours.

10) The Tenderer are advised to read carefully & study all the pages of tender document which

forms part & parcel of the contract Document.

11) Tender shall visit the site before quoting tender to understand site condition to execute the

work and if required get necessary data at their own cost.

12) The bidding capacity of the tenderer should be more than the estimated cost of the work put

to tender, failing which the tenderer will be disqualified.

13) The tender will be liable to be rejected outright, if while submitting it.

• The tenderer propose any alterations in the work specified in the tender or in the

time limit allowed for carrying out the work or any other condition.

• Any of the pages of the tender are removed or replaced.

• Any errors are made by him in the tender.

• All correction and addition or pasted slips are not initiated by tenderer.

• The tenderer or in the case of a firm, each partners thereof does not sign or the

signature/signature is/are not attested by a witness on page of the tender in the

space provided for the purpose.

• The tender which do not fulfill any of the condition of those in the printed form

and those tender which are incomplete.

• If VMC will find performance certificate with unsatisfactory performance,

submitted by the tenderer VMC will out rightly reject the tender without

assigning any reason thereof.

14) Municipal Commissioner Reserve’s right to accept any or reject all tenders without assigning

any reason thereof.

-sd-

City Engineer,

Municipal Corporation,

Vadodara

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 year’s balance sheets of the company.

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 and have adequate organization,

experienced personnel and suitable equipment to handle this type and magnitude of work

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

CHAPTER-V

SCOPE OF WORK:

1) The contract includes operation and maintenance of all mechanical, electrical and

instrumentation equipment installed at Pumping Station. All the installed equipment are

to be operated and maintained as per O&M manual or as per instruction of Engineer-in-

charge during O & M period for 03 years.

Detail of aps

GOTRI SEWAGE PUMPING STATION

Name of pumping

station

Pump detail Mechanical

item

Electrical item Other item

GOTRI SEWAGE

PUMPING STATION

75 HP HNC Pump

set = 03 nos, 60

HP SUB. Pump set

= 01 nos

Valve , NRV, Gate

valve etc.

LT panel All other item

and

accessories

• Contractors have to operation and maintenance of all electrical-mechanical

accessories in APS premises.

Note: - Tenderer shall have to visit the site before submitting tender.

2) The Contractor will be held responsible for the following.

a) Operate the pumping station efficiently for three years (24 hours / day & 365 days

/ year).

b) Maintain all equipment in good working condition as per the O&M

manual./Instruction given by Engineer-in-charge

c) Maintaining Log Books/Records.

d) Submission of monthly O&M report& Other Reports asked by the VMC.

3) The Contractor shall provide necessary tools and tackles for day to day routing

maintenance, preventive maintenance and break down maintenance. Also minor and

major repairs to the equipment involved in the Pumping Station have to be carried out by

the contractor during the O&M period. Contractor shall have to submit report, on the

major repairs required to be carried out and how these repairs will be undertaken, to the

Engineer In charge and obtain written approval from the Engineer In charge before

carrying out any major repairs.

4) Contractor shall have to keep the level of drainage water within limit in wet well by

operating motor pump sets as per instruction of Engineer-In-Charge.

5) In case of any new addition of motor Pumpset or panel (will be done by VMC) contractor

will be bound to operate & Supervise new electrical –mechanical Machineries.

Maintenance of these extra machineries will be in VMC Scope.

6) The contractor shall hand over the pumping Station back to VMC on expiry of his contract

in fully working condition. All the electrical, mechanical & instrumentation including

standby shall be in perfect working condition. If any dispute arises the decision of

Executive engineer (Ele/Mech) sewage .D.Works will be final and bind to contractor.

7) Contractor has to carry out Housekeeping of APS including compound area, Transformer

yard with HT two pole structures, toilet block, rooms & other APS premises etc.

8) Tree plantation and its maintenance shall be done by the contractors, plants will be

provided by VMC.

9) Contractor shall have to paint (Distemper color) inside & outside of pump house Civil

Structure during 3rd contract year , Contractor shall have to paint (oil paint colour) on

electric pole , HT Two Pole structure , Screen structure ,header line , valve , NRV above

wet well in pump house during 2nd contract year.

Note: - If any Equipment/Structure/Instrument found to have some defected in paint

work at any time the contractor has to repaint the same under the instructions of

Engineer in charge.

10) During O & M Period If VMC replace all old major Electrical-mechanical machineries with

new machineries, contractor will be paid operation charges only for the remaining

contract period .In such cases VMC will responsible for maintenance of all new Electrical-

mechanical machineries. Contractor cannot claim for financial loss of business, or in such

cases VMC fully resolve the right to terminate the contract.

11) Electricity bill will be paid by VMC.

12) Contractor shall have to get registration of ESIC, without ESIC certificate monthly bill not

be released.

OPERATION AND MAINTENANCE SPECIFICATION

1) DEPLOYMENT OF MANPOWER

1.1 The Contractor shall provide experienced operator and experience skill Labour necessary

to operate and maintain the Pumping Station properly, safely & efficiently on a

continuous 24 hours basis for the full term of the O & M Contract Period.

1.2 The qualifications and capability of the Contractor’s personnel shall be appropriate for

the task they are assigned to perform. The staff provided shall be fully trained in the

operation of the pumping station before being given responsibility for operating any part

of the pumping station. If in the opinion of the Engineer In charge, any member of the

contractors staff is considered to be insufficiently skilled or otherwise inappropriate for

the task he is required to perform, he shall be replaced by the contractor with a person

with the appropriate skilled an experience for the task, to the approval of the Engineer In

charge.

1.3 Contractor shall provide manpower as per qualification and experience mentioned below.

Sr.

No.

Designation Qualification No. of Person Required

1 Operator ITI (Electrician /

wireman)

3 Nos. (1 for each shift )

2 Helper - 1 Nos. ( 1 in general shift )

1.4 Relaxation in qualification and number of staff shall not be allowed under normal

circumstances. Operator shall be distributed in three shifts. Preferable timing of shift

shall be 06.00 Hrs. to 14.00 Hrs. 14.00 Hrs. to 22.00 Hrs. and 22.00 Hrs. to 06.00 Hrs.

(with half an hour of overlap). The arrangement of reliever for weekly off / all holidays

etc. shall be arranged by the Contractor.

1.5 The staff of Contractor will always remain in contact with Engineer In charge and follow

his instructions. The Contractor shall have to issue identity cards with autograph to all

the staff employed for operation and maintenance; otherwise they will not be allowed to

enter the Pumping Station premises & the employees must keep the i-card with them

when they are on duty.

1.6 The Contractor shall employ all the required staff (and in no case less than the number

specified in the tender) within 7 days of award of the Contract, otherwise payment will

not be made. In such case, the commencement of the Contract Period and payment

thereof shall be reckoned only from the date of employment of full numbers of staff.

1.7 The Contractor will comply with all safety rules and regulations and all inter disciplinary

measures as followed by the VMC. The VMC will not be responsible for any accident /

injury to the staff of the Contractor. Further, the VMC will not provide any insurance of

medical facility to the staff of Contractor. Contractor will be fully responsible for any

accident or life loss occurs for this work.

1.8 All Central / State Government / Semi Government / Local Body's rules and regulation

pertaining to this contract, all legal formalities pertaining to provident fund, factory act,

and all legal formalities shall be followed and observed by the Contractor without any

extra cost to the VMC. Please note that failure in complying so, all liabilities arising as per

laws will be to the Contractor's account.

1.9 No accommodation/ guest house / transportation facility will be provided by the VMC.

1.10 For VMC verification daily attendance sheets/sleeps shall be maintained by the

contractor and must be submitted to VMC office.

1.11 The contractor must submit qualification certificate of OPERATOR, get it verified with the

original certificate.

1.12 The personnel deputed by the contractor for the job should also meet following

requirements.

• Should be medically fit to work at site

• Should possess good conduct and discipline.

• Should be above 18 years age and up to 58 years age.

All personnel shall carry identity cards which shall be issued by the contractor.

2 MAINTENANCE AND REPAIR

2.1 The maintenance service provided by the Contractor for the period specified in the

contract shall ensure the continuous operation of the Pumping station & that the

breakdown or deterioration in performance, under normal operating conditions, of any

items of Pumping Station & equipment & component parts thereof is kept to a minimum.

2.2 Repair & maintenance of HT panel / LT panel, GOD switch, with lugs, glands, Repairs of

VCBS & ACBS including all protective devices including indicating lamps, Voltmeter,

Ammeter Switch, SFUS incorporating in HT/LT/ATS panels. In door, outdoor H.T. cable

jointing using complete kit for H.T. cable or GOD switches H.T. panel and transformer.

Termination of L.T. cable using gland, lugs with crimping tool at L.T. panel, A.T.S. panel,

motor, capacitor etc., bindings of D.O. fuse of G.O.D. switch.

2.3 Repairs of valves with gland packing, rubber packing, gaskets, hardware items,

replacement of spindle, spindle nut of valves.

2.4 Repair & maintenance of mercury level / mechanical level indicator including all

accessories provided on sumps.

2.5 Repair & maintenance of tube lights & other lights inside pumping station, as well as

outside the pumping station including power plugs.

2.6 Necessary parts of coupling pumps like coupling bolt, rubber bushes, pressure gauge, and

wheel valve lamps for illumination shall be kept by contractor and replacement shall be

done whenever required. Grease & oil required for lubrication & cooling will be provided

by contractor.

2.7 All leakages from equipment and pipelines should be attended immediately without

delay.

2.8 Winding of all motor, auto transformers and all type of maintenance of pumps shall be

done by contractor in case of failure.

2.9 The contractor will have to make his own arrangement for welding machines, gas cutting

machine torches, welding rods when required for repairs. However, these need not be

kept at the pump house.

2.10 If require replacement bush, bearings of all type of pumps and motors shall be done by

the contractor.

2.11 Recording of readings of level, flow, total head, power, ampere & voltages, p. f. shall be

done by the contractor.

2.12 The contractor shall carry out the maintenance of the pumping station installation in

accordance with requirements of the O & M manual & also to the approved Maintenance

plan as mutually agreed.

2.13 The contractor shall adhere to the equipment manufacturer’s recommendation with

respect to equipment maintenance, the types & grades of lubricants to be used, frequency

of lubrication, adjustment to be made regularly & recommended spares to be held in

store.

2.14 The contractor to operate and maintain all equipment as recommended in the O & M

manual and maintains log book & records of the work carried out to keep them in good

working condition. The Engineer In charge shall approve the format of logbook and

records.

2.15 The contractor shall prepare and implement an effective pumping station maintenance

program in consolation with the Engineer In charge. It is absolutely the Contractor’s

responsibility to look after all sorts of maintenance whether routine, preventive or break

down or any other type of maintenance. The Contractor will be responsible to carry out

day to day as well as periodic maintenance necessary to ensure smooth and efficient

performance/running of all equipment.

Exclusion: Major breakdown requiring replacement of whole equipment, such as

Transformer, ATS, Submersible pump, HNC pump, Dewatering Pump (Zaran Pump), All

types of electrical motor, All types of starter, DG Set , VCB/ACB and HT/LT panel board,

Over Head Crane, ele.hoist, HT/LT cable, CI/DIMS pipes, Valves and fittings, etc. shall be

done by VMC. However any repairing/maintenance, replacement of parts/subcomponent

for above items shall be attend by the contractor at his own cost. Also repair of road,

compound wall, and other civil work shall be done by VMC.

The replacement of other equipment (Except mentioned above) and replacement

of spare-parts of all electrical & mechanical machineries shall be done by contractor.

3. DOCUMENTATION / REPORTS

3.1 The Contractor will be responsible for keeping & updating record of documents including

History Card for equipment & maintaining every day logbook. The Contractor shall

maintain & update logbook & details of operational parameters are recorded in every

shift at regular interval (e.g. hourly or as agreed mutually by the Engineer In charge).

3.2 Printing of logbook sheets, register & all necessary stationery required maintaining

records of operation & maintenance has to be arranged by the Contractor at his cost.

3.3 The Contractor shall submit weekly O&M report to Engineer In charge during first day of

every week and submit copy of monthly O&M report with monthly bill. This report must

include the following:

a) The duration of each pump operation per day.

b) Power consumed per day.

c) Preventive maintenance work carried out in the previous week.

d) Preventive maintenance work that will be carried out in the next week.

e) Maintenance carried out due to fault / breakdown of equipment.

f) The details of each pump that was not available for operation due to preventive

maintenance or breakdown of equipment related to that pump. The details shall

include numbers of hours the pump could not be operated & whether standby

capacity was available and put into operation.

g) The numbers of hours each operation & maintenance present per day and for the

present week.

h) Details of repairs carried out.

i) Details of parts & consumable replaced.

j) Pumping output each hour & total for day in mid.

4 SAFETY PROCEDURES

4.1 The Contractor shall be responsible for safety on during the O&M of the works by the

contractor.

4.2 The contractor’s duties with respect to safety shall include the following:

a) Utilize safety awareness procedures in every element of operation and maintenance.

b) Give emphasis to site safety including:

i. Safe working and safety procedures as per rules and regulations of department of

explosives, regarding use of protective clothing, gloves, boots and helmet etc.

ii. Cleanliness of the pumping station and premises within compound of pumping station as

a whole.

iii. Awareness of hazardous conditions and accident reporting and necessary compliance.

iv. Safe practice in pumping station.

iiv. Contractor must provide if required self-breathing apparatus, safety belt, helmet & all

concern safety equipment’s to skilled & trained employees who are deployed for the

work.

5. TOOLS AND TEST EQUIPMENT

5.1 A complete set of necessary tools & equipment required for operation & maintenance of

the pumping station shall be available with the Contractor. This shall enable erection,

dismantling of testing to be carried out on any part of the pumping station whether of an

electrical, mechanical or other nature, during the contract period. The contractor at his

expense shall provide all tools & test equipment.

6 FIRST AID BOX

6.1 The Contractor shall at his own cost provide & maintain at the Site of Works a standard

first aid box as directed & approved by the Engineer In charge for the use of his own as

well as the VMC ‘s staff on Site as stipulated by local regulations.

7 GENERAL ROUTINE MAINTENANCE

7.1 General routine maintenance schedule for various pumping station units shall be adopted

from O&M manual. However, the general routine maintenance to be carried out by the

Contractor's personnel will include but not limited to the following:

a) Air blowing of starters, L.T. Panel etc.

b) Check for any loose connection in electrical equipment & rectification of the same.

c) Replacement of gland packing for the sluice valve etc. whenever required.

d) Greasing of bearings lubricating all moving parts as per the schedule.

e) Tightening of all loose nut-bolts & other fatteners.

f) Lubricating & test operation of the valves.

g) General cleaning of all equipment & building and compound premises.

h) Checking & replacement of bulbs, tubes, chokes starters, switches, contact etc.

i) Watering of plants, trees and gardening in the open premises of the pumping

station.

j) Replacement of motor bearings and terminal plate with rewinding.

k) Replacement of non-return valve T bolt.

l) Replacement of LT panel fuse base, links, fuse, and relay, contactor kit (main &

auxiliary & timer.)

8. PREVENTIVE MAINTENANCE CHECKS

8.1 The contractors shall adopt a preventive maintenance check’s schedule as agreed

mutually between the Contractor and the Engineer In charge.

8.2 The following checks to be performed daily by the Contractor's personnel.

a) Whether there is a change in the sound of a running of a running pump, abrupt

changes in bearing temperature & seal leakage?

b) The Pump capacity, power consumption & vibration level to check if outage is

required to address deterioration of specific performance values.

8.3 The following checks to be performed weekly by the Contractor's personnel.

a) Pipeline & valve leakage.

b) Functioning of non-return valve.

c) Tightness of all electrical connection

d) Tightness all cable connection.

e) Temperature rise due to loose connections

f) Watering of earthing pits.

g) Operation of valves & sluice gates.

h) Current & voltages in all electrical equipment.

i) Screen cleaning

8.4 The following checks to be performed monthly by the contractor’s personnel

a) Wear & tear of moving parts.

b) Electrical contacts

c) Gland packing

d) Adoption of electrical energy conservation methods and energy consumption.

e) Motors.

8.5 The following checks to be performed quarterly by the Contractor's personnel.

a) Cleaning, Checking / Tightening of L.T. Circuit / Panel, Transformer, GOD etc.

b) Auxiliary DB, Capacitor banks.

c) Measurement of pump efficiency of each pump.

8.6 The Following checks to be performed annually by the Contractor's personnel.

a) Overhauling requirement of all equipment.

b) Improvement required in any in operation of pumping station.

c) Testing and Calibration of all instruments.

d) Vibration trends should be reviewed. If the pump is trending towards

Unacceptable vibration levels:

e) The bearing should be removed, cleaned and examined for flaws and wear.

9. PAYMENT :

9.1 The Contractors request (s) for payment shall be made to the Corporation in writing,

accompanies by invoice(s), for every month Payment shall be made by the corporation

subsequent to the submission of such invoice ( s ) by the contractor and approval of the

monthly O & M report by the engineer in charge on monthly basis. the bill for any month

can not be released unless the monthly O & M report is approved by the site engineer.

9.2 The Corporation will deduct from the amount payable to the Contractor, any amount paid

by Corporation on behalf of the Contractor.

9.3 The Contractor should have to follow Minimum Wages Payment Act-1936, Bonus Act-

1965, Employees Provident Fund & Miscellaneous Provisions Act-1952 & Labour Laws

with latest amendments, state and central laws, Indian Pinal Code related to this O & M

work.

9.4 The Contractor should have to open the Bank accounts of all the manpower engage

during the O & M period. The accounts should be in Bank of Baroda or any other

Nationalized Bank in Vadodara.

9.5 The Contractor should have to submit the Bank payment sheet of all the manpower

engage during the O & M period, every month with monthly O & M bill. Without

submitting this bank statement monthly O & M bill will not made. contractor should

deposit the payment of deployed manpower through cashless mode.

9.6 There are no liabilities or Facilities as the permanents employees of the manpower

which are engage during the O & M period at any time. All the responsibilities are of

contractor for the manpower which are engage during the O & M period. All the

manpower engage during the O & M period are called contractor’s persons. Any persons

have no any direct relations with the VMC.

10. PENALTY:

[A] If at any time the required staff mentioned in this tender is found absent or in Abnormal

Condition on duty, contractor shall be panelized at the rate of Rs.500/- per person per day up to

no limit.

[B]

Sr.

No. Type of work Restoration period

1. Repairing of MS/CI/DI Piping within premises of

APS.

24 hours after detecting fault

2. Repairing of all types of valves within premises of

APS.

3. Repairing of all types of electrical installations

and DG Set.

4. Replacement of electrical-mechanical spares of

Pump/Motor and other equipments, Motor

rewinding etc.

Maximum four days or as per

requirement as decided by

Engineer- in-charge

5. For major repairing, shut down/restoration as per requirement will be given by

engineer in charge with prior permission of competent authority.

1 No equipment shall remain ideal/un repaired or damaged. If any equipment is not

repaired ,rectified, replacement of major part of equipment as per above reference table

column no.3 the contractor shall be panelized with no limit at the rate of minimum Rs.

500/- per day for delay in Restoration of equipment/Machinery of the plant. Those are in

continues operation to meet the plant process required.

2 spare capacity of Equipment /Machinery Shall be repaired/rectified within 15 days or

decided by Engineer – in – charge

3 For major breakdown faults, contractors shall have to inform Engineer In charge in

Charge to VMC immediately in writing. Contractor shall have to get written permission

from VMC to get work done within specified time limit for failing of maintenance penalty

shall be paid by contractor at a Rs 250/- per day for delay.

4 Contactor should have to maintain lighting facility in STP /MPS/APS premises , in case if

found no light or left unrepaired for more than two day failing to which penalty of Rs 50

per light per day will be charge.

5 For non-satisfactory operation and maintenance of STP/MPS/APS penalty will be charge

as decided by Engineer – in – charge. For example sleeping of operator, poor

housekeeping, not handling plant properly etc.

6 If any Electrical/Mechanical machinery is seen in working condition but their sub parts

are damaged or in non-working condition than penalty per machinery will be applied as

bellow

Rs.250/-per

day

From the 11th days to 15 days.

Rs.500/-per

day

After 15 Days penalty will be applied for whole the period of

not working of machinery.

7 As per instruction of department O & M staff have to operate APS Pumpset and all Ele.

/Mech. Equipments to Keep Sump Level Down continuously as per the Instruction from

Dept. If malfunction/negligence found in operation penalty will be applied as mentioned

below.

Rs. 1000 For first time per incidence

Rs. 1500 For second time per incidence

Rs.5000+Removal

of that man

power

In case of More than two times per incidence

11 . ELECTRIC POWER (FOR HT SUPPLY PUMPING STATION)

11.1 V.M.S.S. shall directly pay all the power bills. Contractor shall always maintain electric

power factor more than 0.90. Any penalty charged by electric power supplier company

MGVCL, will be deducted from contractors running bill. To maintain Power factor

necessary capacitor bank shall be maintained by the contractor.

11.2 The Electricity bill issued by MGVCL will be submitted on the same day to Zone Office

.Any penalty regarding delay will be deducted from contractor bill.

12.0 TELEPHONE BILL

12.1 VMC has installed telephone at various pumping stations and during contract period all

the telephone bills shall be paid by VMC.

12.2 The telephone bill issued by BSNL will be submitted on the same day to Zone

Office .any penalty regarding delay will be deducted from contractor bill.

13.0 INSURANCE

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, 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 include, INTER ALIA, any damage to buildings,

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 hold him harmless in respect of all and any expenses arising from any such

injury or damage to persons or property aforesaid and also in respect of claim made 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 claims which may be made against

the owner by any member of the public or other third party in respect of any thing 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 ( CAR POLICY) in joint names of owner and the

contractor against such risks from time to time during the currency all claims which may

be made upon the employer whether under the workmen’s compensation act or any

other stature in force during the currency of this or at common law in respect of any

employee of the contractor or any sub-contractor and shall at his own expenses effect and

maintain until the actual handing over the pump house to the corporation with an

approved office of policy of insurance in the joint names of the employer and the

contractor against such risks from time to time during the currency of the contract.

The contractor shall be responsible for anything which may be excluded from the

Insurance Policies above referred to and also for all the other damages to any property

arising out and incidental of the negligent or defective carrying out of this contract. He

shall also indemnify the employer in respect of any costs charges or expenses arising out

of any claim or proceedings and also in respect of any award of compensation of damage

arising there from.

The owner shall be at liberty and is hereby empowered to deduct the amount of any

damage, compensation, costs charges and expenses arising or occurring from or in

respect of any such claim or damage from any sum or sums damage from any sum or to

become due to the contractor.

The Contractor shall insure by taking CONTRACTOR ALL RISK POLICY (CAR Policy) for all

the personnel employed by contractor against damage, health hazard, loss of life, safety

requirements and other obligations over and above that is considered under labour laws,

factory act and prevalent statutory laws in the region. The certificates of the workman’s

insurance shall form part of the agreement and in absence of such insurance, work of O &

M shall not commence

14.Force Majeure

14.1 Not withstanding the provisions of the Contractor shall not be liable for forfeiture

of its performance security, liquidated damages or termination for default, if and

to the extent that, its delay in performance or other failure to perform its

obligations under the Contract is the result of an event of Force Majeure.

14.2 For purposes of this clause, “Force Majeure” means an event beyond the control of

the Contractor not involving the contractor’s fault or negligence and not

foreseeable. Such event may include, but are not restricted to,. Acts of the

Employer either in its sovereign or contractual capacity, earthquakes, wars or

revolutions, fires, floods, epidemics, quarantine restrictions and freight

embargoes.

14.3 If a Force Majeure situation arises, the Contractor shall and promptly notify the

Employer in writing of such condition and the cause thereof. Unless otherwise

directed by the Employer in writing, the Contractor shall continue to perform its

obligations under the Contract as far as reasonably practical, and shall seek all

reasonable alternative means for performance not prevented by the Force

Majeure event.

15 Extension

15.1 If VMC require to contractor for further three months, VMC will be pay as per last

month’s rate of this contract during this extended time period. The contractor

shall have to extend time period.

16 Handing Over Taking over

16.1 On completion of contract period, contractor shall have to give all the Machineries,

Equipment’s and there concern parts (Electrical Mechanical )in fully working

condition .

16.2 On Completion of contract period, last three month‘s O& M bill will not be

release before department or any agency authorized by department shall

re-take over all the equipment’s and machineries in working condition and

to his satisfaction

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

CHAPTER – VI

GENERAL INFORMATION OF TENDER

� Tenderers shall required to submit Price bid of this tender through n-procure website

only. Tenderers are required to get register with n-procure to participate in the tender.

Without registration with n-procure tenderers will not be able to participate in this

tender.

� Technical bid shall be submitted in the form of hard copy& online as mentioned

elsewhere in the tender document.

� Price bid is required to be submitted online by using nprocure website only, in the

prescribed format.

6.1 DOCUMENTS

The tenders as submitted shall consist of the following documents.

� Complete set of Tender documents as sold / downloaded duly filled in and signed by

the Tenderer and as prescribed in various clauses of the tender documents.

� Demand draft of tender fee in case of Tender documents downloaded from website.

� Earnest Money Deposit amounting to Rs. 44,000/-(Fourty Four Thousand rupees

only) and in the manner specified in clause (6.8) hereof.

� 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.

� Audited Balance sheet for last three years, duly attested.

� The full name and address of the Tenderer shall be written on the bottom left hand

corner of the sealed cover.

� Other documents mentioned in P.Q.- chapter-II

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 QUOTED

The Tenderer shall quote the rates on n-procure website only. Tenderers shall require to

submit Price bid of this tender through n-procure website only. Tenderers are required to

get register with n-procure to participate in the tender. Without n-procure registration,

tenderers will not be able to participate in this tender.

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

Witness and sureties shall be persons of status and property and their names,

occupation and address shall be stated below their signature.

6.7 TRANSFER OF TENDER DOCUMENTS

Transfers of Tender documents are not permissible.

6.8 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 Nationalized Bank’s 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 of nationalized bank only, if

tender estimated amount is Rs. 50 lac and above. The Bank Guarantee shall be valid for

the period of not less than 180 days. Contractor shall have to submit/extend Bank

Guarantee for the period up to completion of O&M work. The Earnest Money, if the

Tender is accepted will be retained against the Security Deposit. It will be released after

Completion of O & M Work.

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.

6.9 SECURITY DEPOSIT

The person/persons whose tender is 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 in the form of Cash/D.D./Bank Guarantee of any Nationalized Bank in favour

of Municipal commissioner, Vadodara Municipal Corporation. Alternatively 3% S.D.

shall be deducted from first two bills. It will be released after completion of the work /

project.

6.10 VALIDITY

Tenders submitted by Tenderers shall remain valid for acceptance for a period of 120

days from the date of opening of the tender. The tenderers 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 cancelling 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.

6.11 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 on n-procure website.

Tenderer shall have to download each addendum uploaded by the VMC from n-

procure website.

Each recipient will regain one copy of each addendum for submission along with his

tender. All addendum issued by the VMC shall become part of tender documents.

6.12RIGHT 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.

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.

6.13TIME SCHEDULE

• 03 Years for O&M from the date of work order.

6.14 AGREEMENT

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.

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

CHAPTER – VII

GENERAL CONDITIONS OF TENDER

7.1 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 City 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.

7.2 TIME SCHEDULE OF WORK

♦ 03 Years for O&M from the date of work order.

7.9 RIGHT OF THE OWNER TO FORFEIT SECURITY DEPOSIT

In any case in which under any clause of this contract, the contractor shall have

rendered himself liable to pay compensation amounting to the whole of his

Security Deposit (Whether paid in one sum or deducted by installment) or in the

case of abandonment of the work owing to serious illness or death of the

contractor or any other cause, the city Engineer, on behalf of VMC shall have

power to adopt any of the following courses as man, deemed best suited to the

interest of VMC

a) To rescinded the contract (of which recession notice in writing to the contractor

under the hand of the executive shall be conclusive evidence) and in that case, the

Security deposit of the contractor shall stand forfeited and be absolutely at the

disposal of the VMC.

b) To employ Labour, paid by the VMC and to supply materials to carry out the

work, or any part of the works, debiting the contractor with the cost of the Labour

and price of materials as to the correctness of which cost and price the certificate

of the City Engineer shall be final and conclusive against Contractor and crediting

him with the value of the work done, in all respect in the manner and at the same

rate as if it had been carried out by the contractor under the terms of this contract

and in that case the certificates of the Executive Engineer as to the value of the

work done shall be final and conclusive against the contractor.

c) To order that the work of the contractor be measured up and to take such part

thereof as shall be unexecuted out of his hands, and to give it to another contractor

to complete, in which case, any expenses which may be incurred in excess of the

sum which would have been executed by him (as to the amount of which expenses

the certificate in writing of the City Engineer be final and conclusive) shall be

borne and paid by the original contractor and shall be deducted from any money

due to him by the VMC under the contractor or otherwise or from his security

deposit or the proceeds of sale thereof, of a sufficient part thereof. In the event of

any of the above courses being adopted by the City Engineer the contractor shall

have no claim to compensation for any loss sustained by him by reason of his

having purchased, or prepared any materials, or entered into any engagements, or

made any advances on account of or with a view to execution of the work or the

performance of the contract.

And in case of the contract shall be rescinded under the provision aforesaid, the

contractor shall not be entitled to recover or be paid any sum, for any work

therefore actually performed by him under this contract unless and until the

Executive Engineer shall have certified in writing the performance of such work

and the amount payable to him in respect thereof and he shall only be entitled to

be paid the amount so certified.

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.

7.10 ACTION WHEN THE PROGRESS OF ANY PARTICULAR PORTION OF THE

WORK IS UNSATISFACTORY

If the progress of any particular portion of the work is unsatisfactory the City

Engineer / Executive Engineer shall, notwithstanding that the general progress of

the work is satisfactory in accordance with 7.8, be entitled to take action under 7.9

after giving the contractor 10 days’ notice in writing and the contractor shall have

no claim for compensation for any loss sustained by him owing to such action.

7.11 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.

7.12 ABNORMAL RATES

The contractor is expected to quote for each item after careful analysis of cost

involved from 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.

7.13 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 City 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 &materials within the

time specified by the Owner. If contractor fails to rectify that defect, owner

reserves the right to complete that job at the risk and cost of the contractor and

such cost will be adjusted against the security deposit,

The contractor shall be liable during guarantee period of one year to rectify any

defects that may develop after erection of supplied materials at the risk and cost of

the contractor.

7.14 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.

7.15 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 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 ( CAR

POLICY ) 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.

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.

The Contractor shall insure by taking CONTRACTOR ALL RISK POLICY (CAR

Policy) for all the personnel employed by contractor against damage, health hazard,

loss of life, safety requirements and other obligations over and above that is

considered under Labour laws, factory act and prevalent statutory laws in the

region. The certificates of the workman’s insurance shall form part of the agreement

and in absence of such insurance, work of O & M shall not commence

7.16 FORCE MAJEURE CLASUE

Any delays in or failure of the performance of either part hereto shall not

constitute default hereunder or give rise to any claims for damages, if any to

the extent such delays or failure of performance is caused by occurrences

such as acts of God or the public enemy appropriation or confiscation of facilities

by Government authorities act of war, rebellion or subterfuge or fire, flood,

explosion, riots or illegal strikers. The contractor shall keep records of the

circumstances referred to above and bring these to the notice of

Purchaser/Client in writing immediately on such occurrences.

7.17 FINAL CERTIFICATE

On completion of the work the contractor shall be furnished with a certificate by

the City Engineer of such completion but no such certificate shall be given or

considered to be complete until the contractor shall have removed from the

premises on which the work shall have been executed all scaffolding, surplus

materials and rubbish and shall have cleaned off the dirt from site or any rubies or

such other parts, etc.

7.18 BILLS TO BE ON PRESCRIBED FORM

The contractor shall submit all bills in typed triplicate on the prescribed forms.

The charges to be made in the bills shall always be entered at the rates specified in

the tender or in the case of any extra work ordered in pursuance of these

conditions, and not mentioned or provided for in the tender, at the rates herein

after proved for such work.

7.19 WORKS TO BE EXECUTED IN ACCORDANCE WITH SPECIFICATIONS,

DRAWINGS, ORDERS, ETC.

The contract shall execute the whole and every part of the work in the most

substantial and workman like manner, and both as regards materials and in every

other respect in strict accordance with the specifications. The contractor shall also

confirm exactly full and faithfully to the designs, and instructions in writing

relating to work signed by the Executive Engineer. And lodge at site office and to

which the contractor shall be entitled to have access for the purpose of inspection

of such office on the site of the work during the office hours and the contractors

shall if he so requires, be entitled at his own expenses to make or cause to be made

copies of the specifications and of all such designs, drawings or instruction

aforesaid.

7.20 EXECUTION OF WORKS

All works to be executed under the direction and subject to the approval in all

respect of Executive Engineer for the time being, who shall be entitled to direct at

what point or points and in what manner they are to be commenced and from time

to time carried on.

7.21 DECISION OF THE VMC TO BE FINAL

Except where otherwise specified in the contract and subject to the powers

delegated to the Executive Engineer/Consultant, the decision of the City Engineer

for the time being shall be final conclusive and binding on all parties to the

contract upon all question relating to the meaning of the specifications, designs,

drawings and instruction herein before mentioned and as to the quality of

workmanship or material used on the work or as to any other question, claim,

right, matter or thing whatsoever, in anyway arising out of or relating to the

contract designs, drawings, specifications estimates, instructions, orders or these

conditions or otherwise concerning the works or the execution of failure to

execute the same, whether arising during the progress of the work or after

completion of abandonment thereof.

7.22 ACTION WHERE NO SPECIFICATIONS ARE AVAILABLE

In the case of work for which there is no such specification, work shall be carried

out in accordance with the P.W.D., GWSSB or I.S.I. specifications and in the event of

there being no P.W.D.,GWSSB or I.S.I. specifications the work shall be carried out in

all respects in accordance with the instructions and requirements of Executive

Engineer/the Consultant.

7.23 IMPLEMANTATION OF PROVIDENT FUND ACT& LABOUR ACT:

It is to be noted that the subject contract would be awarded only to those

contractor that have fulfilled having P.F. Registration Number allotted to them

RPFC, The agency to submit Certificate, Possessing License under Contract Labour

Act 1970 and to Submit.

7.24 JURISDICTION

The Contract shall be governed and be constituted according to laws in India. The

Contractor will submit to the jurisdiction of the courts situated at Vadodara for the

purpose of disputes, actions, and proceedings arising out the contract and the

courts at Site location only will have the jurisdiction to hear and decide such

disputes, actions, and proceedings.

7.25 CONTRACTOR REMAINS LIABLE TO PAY COMPENSATION, IF ACTION NOT

TAKEN UNDER 7.9 POWER TO TAKE POSSESSION OF OR REQUIRE OF OR SELL

CONTRACTOR PLANT AND MATERIAL

In any case in which any of powers conferred upon the City Engineer by 7.9 and

7.10 hereof shall have become exercisable and the same not have been exercised,

the no exercise thereof and such powers shall not constitute a waiver of any of the

conditions thereof and such powers shall not withstanding be exercisable in any

future case of default by the contractor for which by any clause or clauses thereof

he is declared liable to pay compensation amounting to the whole of his security

deposit and the liability of the contractor for past and future compensation shall

remain unaffected.

In the event of the City Engineer taking action under sub clause (a) or (c) of Clause

3, he may, if he so desires, take possessions of all or any tools, plant, materials and

stores in upon the works or the site thereof of belonging to the contractor or

procured by him and intended to be used for the execution of the work or any part

thereof paying or allowing for the same in the account of the contract rates or in

the case of contract rates not beings applicable at current market rates, to be

certified by the Executive Engineer whose certificates thereof shall be final. In the

alternative the city Engineer may be notice in writing to the contractor of his

works foreman or other authorized agent require him to remove such tools plants,

materials or stores from his premises within a time to be specified in such notice

and in the event of the contractor failing to comply with any such requisition, the

City Engineer may remove them at the contractor’s expense or sell them by

auction or private sale at the risk and cost of the contractor in all respect, and the

certificate of the Executive Engineer as to the expense of any such removal, and

the amount of the proceeds and expenses of any such sale shall be final and

conclusive against the contractor.

7.26 NO COMPENSATION FOR ALTERATION OR RESTRICTION OF WORK.

If at any time after execution of the contract documents, the City Engineer/

Executive Engineer shall, for any reason what so ever, require the whole or any

part of the work, as specified in the tender, to be stopped for any period or shall

not require the whole or part of the work to be carried out at all or to be carried

out by the contractor, he shall give notice in writing of the fact to the contractor,

who shall there upon suspend or stop the work totally or partially, as the case may

be. In any such case, except as provided here under, the contractor shall have no

claim to any payment or compensation what so ever on account of any profit or

advantage which he might have derived from the execution of the work in full but

which he did not so derive in consequence of the full amount of the work not

having been carried out, or on account of any loss that he may be put on account of

materials purchased or agreed to be purchased, or for unemployment of labour

recruited by him. He shall not have also any claim for compensation by reason of

any alteration having been made in the original specifications, drawings, designs

and instructions which may involve any curtailment of the work as originally

contemplated. Where however, materials have already been purchased or agreed

to be purchased by the contractor before receipt by him of the said notice, the

contractor shall be paid for such materials at the rates determined by the

Executive Engineer they are not in excess of requirements and are of approved

quality and / or shall be compensated for the loss if any, that he may be put to, in

respect of materials agreed to be purchased by him, the amount of such

compensation to be determined by the Executive Engineer whose decision shall be

final. If the contractor suffers any loss on account of his having to pay labour

charges during the period during which the stoppage of work has been ordered

under this clause, the contractor shall, on application be entitled to any

compensation on account of labour charge as the Executive Engineer whose

decision shall be final may consider reasonable. Provided that the contractor shall

not be entitled to any compensation on account of labour charges if, in the opinion

Executive Engineer, the labour could have been employed by the contractor

elsewhere for the whole or part of the period during which the stoppage of the

work has been ordered as aforesaid.

7.27 NO CLAIM TO COMPENSATION ON ACCOUNT OF LOSS DUE TO DELAY

INPROCUREMENT OF MATERIAL FROM MARKET.

The contractor shall not be entitled to claim any compensation from the VMC for

the loss suffered by him on account of delay in the procurement of material from

market by contractor where such delay is caused by

1. Force Majeure

2. Act of God

3. Act of enemies of the State or any other reasonable cause beyond the control of

VMC.

7.28 ACTION AND COMPENSATION PAYABLE IN CASE OF BAD WORK

If at any time before the security deposit is refunded to the contractor, it shall

appear to the City Engineer/ Executive Engineer/ Consultant his subordinate in

charge of the work that any work has been executed with unsound, imperfect or

unskilled workmanship or with materials of inferior quality, or that any materials

or articles provided by him for the execution of the work are unsound or of a

quality inferior to that contracted for, or are otherwise not in accordance with the

contract, it shall be lawful for the City Engineer/Executive Engineer to intimate

this fact in writing to the contractor and then notwithstanding the fact that the

work materials or articles complained of may have been inadvertently passed,

certified and paid for the contractor shall be bound forthwith to rectify or remove

and reconstruct the work so specified in whole of or in part as the case may

require, or if he is required, shall remove the material or articles so specified and

provided other proper and suitable materials or articles at his own charge and

cost; and in the event of his failing to do so within a period to be specified by

The City Engineer/ Executive Engineer in the written intimation aforesaid the

contractor shall be liable to pay compensation at the rate of one per cent on the

amount of the contract sum for every day not exceeding ten days, during which the

failure so continues, and in the event of any such failure as aforesaid the City

Engineer/Executive Engineer/ Consultant may rectify or remove and re-execute

the work or remove and replace the materials or articles as complained of as the

case may be at the risk and expense in all respect of the contractor. If the City

Engineer consider that any such inferior work or materials as described above

may be accepted or made use of, it shall be within his discretion to accept the same

at such reduced rates as he may fix here for.

7.29 Contractor liable for damage and for imperfections for months after

Payment of RA or completion certificate

If the Contractor or his workmen, or servant shall break, deface, injure or destroy

any part of a building in which they may be working or any building, road, fence,

enclosure or grass land or cultivated ground continuous to the premises on which

the work or any part thereof is being executed or if any damage shall be done to

the work from any cause whatever while it is in progress or if any

imperfections become apparent in it within one year from the grant of a

certificate of completion, final or otherwise, by the Engineer-In-Charge, VMC, the

Contractor shall make good the same at his own expenses or in default, the

Engineer-In-Charge, VMC may cause the same to be made good by other workmen,

and deduct the expenses (of which the certificate of the Engineer-In-Charge, VMC

shall be final) from any sums that may then be due or may thereafter become due

to the Contractor or from his security deposit or the proceeds of sale thereof or as

sufficient portion thereof.

7.30 WORKS TO BE OPEN FOR INSPECTION, CONTRACTOR OR

REASONABLEREPRESENTATIVE TO BE REMAIN PRESENT

All works under or in course of execution in pursuance of the contract shall at all

times be open to the inspection and supervision of the City Engineer/ Executive

Engineer and his subordinates or agents appointed by VMC and the contractor

shall at all times during the usual working hours and at all other times at which

reasonable notice of the intention of the City Engineer/ Executive Engineer or his

subordinate or representative appointed by VMC to visit the works shall have

been given to included. In the specification or other documents forming part of the

contract referred to in these conditions or not and which may be necessary for the

purpose of satisfying or complying with the requirements of the City Engineer/

Executive Engineer as to any matter on which under these conditions he is entitled

to be satisfied or which he is entitles require together with carriage, therefore, to

and for the work.

The contractor shall also supply without charge the requisite number of persons

with the means and materials necessary for the purpose of setting out works, and

counting, weighing and assisting in the measurement or examination at any time

of the work or materials, failing this the same may be provided by the Executive

Engineer at the expense of the contractor and the expense may be deducted from

any money due to the contractor under the contract or from his Security Deposit.

The contractor shall provide all necessary fencing and lights required to protect

the public from accident and shall also be bound to bear the expense of defence of

every suit, action or other legal proceedings, at law, that may be brought by any

person for injury sustained owing to neglect of the above precautions, and to pay

any damages and costs which may be awarded in any such suit, action or

proceedings to any such persons or which may be with the consent of the

contractor be paid in compromising any claim by any such person.

7.31 HOISTING APPLIANCES ETC.

The contractor shall comply with the following regulations as regards the Hoisting

Appliances to be used by him:

a . Hoisting machines and tackle: including their attachments, anchorages and

supports, shall

(I) be of good mechanical construction, sound material and adequate

strength and free patent defect; and

(II) Be kept in good repair and in good working order.

b. Every rope used in hoisting or lowering materials or as a means or

suspension shall be of suitable quality and adequate strength and free from

patent defect.

c. Hoisting machines and tackle shall be examined and adequately tested

after erection on the site and be re-examined in position at intervals to be

prescribed by VMC.

d. Every chain, ring, hook, shackle, swing and pulley block used in hoisting

or lowering materials or as means of suspension shall be periodically

examined.

e. Every crane driver or hoisting appliance operator shall be properly

qualified.

f. No person who is below the age of 20 years shall be in control of any

hoisting machine including any winch or give signals to the operator.

g. In the case of every hoisting machine and of every chain, ring, hook,

shackle, swivel and pulley used in hoisting or lowering or as a means of

suspension the safe working load shall be ascertained by adequate

means.

h. Every hoisting machine and all gear referred to in the preceding regulation

be plainly marked with the safe working load. In the case ofhoisting

machine having a variable safe working load each safe working load and

the conditions under which it is applicable shall be clearly indicated.

i. No part of any hoisting machine or any gear referred to in regulation above

shall be loaded beyond the safe working load except of the purpose of

testing.

j. Motors, gearings, transmissions, electric wiring and other dangerous parts

of hoisting appliances shall be provided with efficient safeguards.

k. Hoisting appliances shall be provided with such means as will reduce to a

minimum the risk of the accident descent of the load.

l. Adequate precautions shall be taken to reduce to a minimum risk of any

part of a suspended load becoming accidentally displaced.

7.32 MEASURES FOR PREVENTION OF FIRE

The Contractors shall not set fire to any standing jungle, trees brushwood or grass

without a written permit from the City Engineer. When such permit is given and

also in all cases when destroying out of a dug up trees, brushwood, grass etc. by

fire, the contractor shall take necessary measures to prevent such fire spreading to

or otherwise damaging surrounding property.

7.33 LIABILITY OF CONTRACTOR FOR ANY DAMAGE DONE IN OR OUTSIDEWORK

AREA

Compensation for all damage done intentionally or unintentionally by contractor’s

labour whether in or beyond the limits of the work site including any damages

caused by the spreading of Fire mentioned in clause 18 shall be estimated by the

Executive Engineer or such other officer as the VMC may appoint and the

estimates of the VMC shall be final and the contractor shall have to pay the amount

of the assessed compensation on demand failing which the same will be recovered

from the contractor as damages in the manner prescribed in clause 1 or deducted

by the City engineer from any sums that may be due to or become due from the

VMC to the contractor under this contract or otherwise.

The contractor shall bear the expenses of defending any action or other legal

proceedings that may be brought by any person for injury sustained by him owing

to neglect of precautions to prevent the spread of Fire and shall be also pay any

damage and cost that may be the court in consequence. However in any case VMC

cannot be suit under any circumstances.

7.34 SAFETY CODE

Contractor shall adhere to safe practice and guard against hazardous unsafe

working condition and shall comply with central / State Government safety Rules.

Safety Regulations in respect of all Labour, directly or indirectly employed in the

work for the performance of Contractors part of this agreement, Contractor shall

at his own expense arrange to all safety provision as per safety code of Bureau of

Indian Standard, The Electricity Act, and such other acts as applicable. Suitable

scaffolding will be provided for workmen for all works that cannot be safely done

from the ground up to any height as required for working Scaffolding should be

strong enough to prevent any collapse/Accident .The contractor is responsible for

the stability of scaffolding.

7.35 QUANTUM OF WORK

A bill of approximate quantities for various items accompanies this Tender. It shall

be definitely understood by the contractor, VMC/Consultant do not accept any

responsibility for the correctness or completeness of this Bill in respect of Items &

quantities & this schedule is liable to alteration by deletions, deductions, or

addition to any extent at discretion of the VMC without affecting the terms of

contract. The VMMS reserves the right to increase or decrease the quantum of

work to any extent at site without assigning any reason/compensation.

7.36 REMOVAL OF WORKMEN

The VMC shall be at liberty to object & require the Contractor to remove forth with

from the works any person employed by the contractor in or about the execution

or maintenance of the works who in the opinion of the VMC miss-conducts himself

or is incompetent or negligent in the proper performance of his duties or whose

employment is otherwise considered by the Executive Engineer to be undesirable

&such person shall be replaced by the contractor without delay by competent

substitute approved by VMC.

7.37 SITE FACILITY

All temporary structures put up for the works shall be removed and site handed

over to Employer without obstruction. Water Supply & Electricity for construction

purpose will be arrange by VMC.

(SEAL & SIGNATURE OF THE TENDERER)

CHAPTER – VIII

SPECIAL CONDITION OF TENDER

8.1 Operation and maintenance work will be carried out as per the specification. In

absence of specification, work shall be carried out as per instruction of Engineer-

in-charges.

8.2 The contractor shall provide all necessary materials, equipment’s, labors, etc. for

O&M work at his own cost and risk till completion.

8.3 In case of any dispute in the specification, term and conditions, the decision of the

city engineer shall be final and binding to the contractors.

8.4 The tender 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 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

the earnest money paid by him along with the tender.

8.5 2% EMD shall be paid as per Chapter-6 clause no.6.8.

3% S.D. shall be paid as per Chapter-6 clause no.6.9.

8.6 The rates quoted by the Tenderer shall be inclusive of all taxes and duties.

8.7 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 as cancelled.

8.8 Conditional tender will not be accepted.

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

8.10 VMC reserves the right to issue work order in part or full to the successful bidder.

Successful bidder will have no right to claim loss of business in this regard

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.

8.11 If safety measures will not be observed by the contractors then he will be

responsible for any accident occur due to his negligence during the work.

8.12 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.

8.13 Deviations in specifications and commercial terms shall not be allowed.

8.14 The rates shall remain firm for the entire contract period.

8.15 Quoted price shall be inclusive of all taxes, duties, packing-forwarding etc.

8.16 VMC can distribute this work to more than one contractor in the interest of work,

contractor shall not claim any loss of business in this regard.

8.17 Corporation reserves the right to award work to the contractor as per

requirement / urgency of the corporation at the same contract price.

8.18 The corporation reserves the right to prefer any make mentioned in the Technical

Specifications and quoted by bidder.

8.19 If rates quoted by the bidder found to be unworkable than the corporation

reserves the right to reject the tender.

8.20 The Contractor shall have to engage only licensed holder electricians and wireman

for electrical related work and skilled persons for mechanical or any work under

this maintenance work and necessary safety Equipment should be given to his

employee/ staff for maintenance works.

8.21 The Contractor shall be fully responsible for any damage and or for loss of Life,

accident, fire, hazards occurred during the work or after completion of work.

8.22 The Contractor shall be fully responsible for any damage and or for loss of Life,

accident, fire, hazards occurred during the work or after completion of work. The

contractor shall have to take necessary insurance cover for his personal . ( CAR

POLICY )

8.23 COMPLAINACE OF LEGAL REQUIREMENTS :

� Contractor is required to strictly follow the provisions of wages payment

act 1936, bonus act 1965, Employees Provident Fund & Miscellaneous

Provisions Act 1952 & Labour laws with latest amendments, state and

central laws, Indian Pinal Code related to this Operation & Maintenance

work.

� As and when required contractor is bound to furnish required information

to the Executive Engineer, ELE &MECH (S.D. Works), VMC Contractor will

not be given any relaxation regarding these provisions.

� Attentions of Contractor are invited to the child Labour (Prohibition and

Regulations) Act 1986, which prohibits employment of children below 18

years of age in certain occupation and process and provides for regulation

of employment of children in all other occupation and progress. Hence

Contractor are requested to adhere to the provisions of the VMC are

completely eliminated. Any violation of the provisions will lead to penal

action. Apart from strict actions as per VMC rules which may include black

listing / removing the name of the Contractor from the list of registered

Contractors.

� Any legal action required under nay law specifically under IPC shall be

initiated by Contractor. It is duty of the Contractor to adhere to and follow

the provisions under various laws of stated and central government of

republic of India.

� FIR to police department, if required shall lodged by Contractor (for

example, in case of theft of some material) and legal actions shall be

initiated in relevant cases by Contractor.

� It shall also be informed in detail about incidence to the employer i.e. VMC

parallel.

8.24 The Contractor shall have to observe all provision under various acts like Labour

contract act, minimum wages act, workman compensation act, R.P.F.C. act, Indian

electricity act etc. and the financial implication arising due to breach of any act

shall be fully borne by contractor. The Contractor shall be responsible / liable to

pay the insurance charges, income tax, sales tax, Service tax or any other taxes

payable to Government for carrying out the work.

8.25 The rates to be quoted by agency shall include all taxes, G.S.T., C.S.T./VAT, Service

tax, no extra payment shall be made by VMC on account of any tax variation.

Necessary Income tax, R.P.F.C., Property tax etc. shall be deducted from the bills as

per rules of VMC.

8.26 If it is required to operate any item that is not covered under this tender, the

contractor shall carry out the same at the rate of prevailing SOR or approved rate

by VMC or market rate whichever is less.

8.27 VMC can distribute this work to more than one contractor in the interest of work,

contractor shall not claim any loss of business in this regard.

8.28 Successful bidder shall have to accept additional terms & conditions required to be

included in this contract for smooth operation of this contract.

8.29 In case of Wrong / Misleading / Misappropriate information / Certificate and

references submitted by the Tenderer, then his tender is liable to be rejected, EMD

shall be forfeited and he will not be allowed to participate in future tenders.

We hereby accept all the above (Sr.No.8.1 To 8.29) Special Conditions and the same will

be binding to us / successors.

(Seal & Signature of the Tenderer)

CHECK LIST

Sr.

no.

Description Remarks

Tender fee

2 % E.M.D. ( Demand draft / bank guarantee)

Original Legal & Stable Power of attorney.

The Tenderer must have registered in appropriate class in appropriate

Category 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.

Valid solvency certificate

Average Annual financial turnover during the last 3 years, ending 31st

March of the previous financial year, should be at least 30% (Rs.

6,60,000/-) of the estimated cost.

Tenderer should have carried out single similar nature job works during

last 7 years ending last day of month previous to the one in which

applications are invited should be either of the following:-

Three similar completed works costing not less than the amount equal to

40%i.e Rs.2, 94,000/- per year.

Or

Two similar completed works costing not less than the amount equal to

50% i.e Rs. 3,67,000/-.per year.

Or

One similar completed works costing not less than the amount equal to

80% i.e Rs. 5,87,000/- per year.

The Tenderer shall also have to attach following documents along with

tender.

(a) Organization Set Up.

(b) Technical Staff detail.

(c) Attested Copy of Income Tax Clearance certificate / IT Return.

(d) Attested Copy of GST Registration certificate.

(e) list of recent jobs carried out

(f) The bidder shall have to attach copy of valid electrical license

contractor certificate.

The Bidder should not have been blacklisted/ banned for carry out work in

government / semi government organization in Gujarat/india. An

undertaking by an authorized signatory of the company needs to be

submitted in this regard.

(Seal & Signature of the Tenderer)