Vellore City Municipal Corporation: Turip Fund
Vellore City Municipal Corporation: Turip Fund
TURIP Fund
5 Date, Time and - 07.12.2021 at 11.00 am in the office of the Vellore City Municipal
venue for the Corporation, Vellore-632 001
pre-bid
conference
6 Due date, time - 17.12.2021 upto 3.00 p.m in the Office of the Vellore City Municipal
and place for Corporation, Vellore. In the event of specified date for submission of
the submission bids is declared a holiday, bids will be received and opened on the
of bids next working day at the same time and venue
(e-submission is
also permitted)
7 Date, time and - 17.12.2021 at 3.30 p.m in the Office of the Vellore City Municipal
place of Corporation, Vellore. Selection will be based on the least cost,
opening of bids among the technically qualified bidders
8 Any other - Can be seen in the tender document. Any clarification required may
important be sought from the Vellore City Municipal Corporation during office
criteria by the hours on all working days.
tender inviting
authority
Commissioner
Vellore City Municipal Corporation
TURIP Fund
1. Bids are invited in packages for the Improvement/Laying of Cement Concrete roads and Black Topping
of roads using Paver Machines, by Tender Inviting Authority Commissioner, Vellore City Municipal
Corporation of (Two cover system) under the “TURIP Fund”
2. The bid documents will be available from 02.12.2021 The bid document can be downloaded from the
website https://tntenders.gov.in free of cost.
3. Tender documents can be downloaded upto 3.00 PM on 16.12.2021 Online submission of tender will
also be accepted.
4. Amount of Earnest Money Deposit will be 1% of the value put to tender for a Above work.
5. Period of contract is 6 months.
6. Any additional / further details and conditions related to these works can be had from the office of the
Commissioner of Corporation, Vellore.
7. Important dates
1 Date and time of Pre bid meeting 07.12.2021 AT 11.00 AM
8. In the event of the specified date for submission of bids is declared as a holiday, bids will be
received and opened on the next working day at the same time and venue.
Commissioner
Vellore City Municipal Corporation
1 Bidder’s Signature
Tender Document
“TURIP Fund”
TECHNICAL BID
Vellore City Municipal Corporation
2 Bidder’s Signature
CHECK LIST FOR SUBMISSION OF BID
Annexure B Yes/No
Annexure C Yes/No
Annexure D Yes/No
Annexure E Yes/No
Annexure F Yes/No
Annexure G Yes/No
Annexure H Yes/No
13 Whether the bidder has signed in all the pages of Yes /No
the tender document?
1 Bidder’s Signature
14 D. 18.1 Sealing and Marking of Bids in case of manual
and 18.2 submission
a. Whether the cover containing EMD, GST Yes/No
clearance certificate, qualification and
information etc., has been super scribed
as “Technical Bid”?
Disclaimer: This Check list is only illustrative and not exhaustive. Hence, the bidder is requested to go
through the entire Document and submit all relevant documents and details.
2 Bidder’s Signature
INVITATION FOR BID
(IFB)
3 Bidder’s Signature
SECTION -1
4 Bidder’s Signature
SECTION -1
Table of Clauses
Clause A. General Page Sl. No. E. Bid Opening and Evaluation Page
No. No.
1 Scope of Bid 07 22 Bid Opening 12
2 Source of funds 07 23 Examination of Technical Bids and 13
Determination of Responsiveness
3 Eligible bidders 07 24 Price Bid Opening 13
4 Qualification of the bidder 07 25 Process to be confidential 13
5 Cost of Bidding 08 26 Clarification of bids 13
6 Site Visit 08 27 Correction of errors 13
28 Evaluation and comparison of bids 14
F. Award of Contract
29 Award Criteria 14
B. Bid Documents
7 Content of Bid Documents 09 30 Employers right to accept any Bid and to 14
Reject any or all Bids
8 Clarification on Bid Documents 09 31 Notification of Award and Signing of 14
agreement
9 Amendment to Bid Documents 09 32 Corrupt or Fraudulent Practices 15
C. Preparation of Bids 33 Procedure for e submission 15
10 Language of Bid 09
11 Documents Comprising the 09
Bid
12 Bid Prices 10
13 Currencies of Bid and 10
Payment
14 Bid Validity 10
15 Earnest Money Deposit 10
16 No Alternative Proposals by 11
Bidders
17 Format and Signing of Bid 11
D. Submission of Bids
18 Sealing and Marking of Bids 11
19 Deadline for Submission of 12
Bids
20 Late Bids 12
21 Withdrawal / Modification of 12
Bids
5 Bidder’s Signature
A. General
1. Scope of Bid
1.1 The Executive Engineer, Vellore City Municipal Corporation (referred to as Employer in these
documents) invites bids for the works (as defined in these documents and referred to as "the works")
detailed in the table given in IFB.
1.2 The successful bidder will be expected to complete the works by the intended completion date
specified in the Clause 13 of Section 2.
2. Source of Funds
a. Under the “TURIP Fund”– Government of Tamil Nadu has allotted funds for
Implementation of Improvement/Laying of Cement Concrete roads and Black
Topping using Paver Machines following identification:
Providing BT Road AZHAGIRI NAGAR MAIN STREET 035/021/R942, WATER BOARD COLONY 1ST
STREET 035/021/R1008, PONNIAMMAN NAGAR EAST 6 st STREET 035/018/S125, RAJIV GANDHI
4TH STREET 035/22/S148 at Vellore Corporation
3. Eligible Bidders
3.1 All bidders shall furnish their qualification details in Section 3 based on which eligibility will be decided
3.2 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices.
3.3 Bidders shall not have Joint venture. No Sub Contracting will be permitted.
4. Qualification of the Bidders
4.1 A. 1)The Bidder should be at least a CLASS I contractor, currently registered with any State
Government Department/Board/Government Undertaking.
2) The Applicants should have been in the Civil Engineering Construction field at-least for the
past Five years. (2016-17 to 2020-21). He should submit the audited balance sheet for last
five years.
3) Should have an annual minimum financial turnover of not less than 100% of the value put
B) All copy of certificates in support of the above should be attested by Notary Public /
Officers not below the rank of Executive Engineer
For CC Roads
6 Bidder’s Signature
1 Concrete Mixers 1 Nos
Or
Mobile Batching Plant 1 No.
2 Screed Vibrator 1 No.
3 Water Lorry 1 No.
i. OWNERSHIP of the Paver machine or its LEASE from a lawful owner for use at any time
during the period of contract for BT roads is a must. The bidder, who is owner of Paver
machine, shall establish that he is the owner or furnish a proof that he has leased from a
lawful owner. Hence, the proof of ownership established by way of production of copy of
purchase invoice duly notarized or certificate furnished by Divisional Engineer of Highways
Department regarding the ownership or submission of original lease agreement along with
copy of invoice duly attested by a notary public will be considered towards proof of ownership
of Paver machine or lease from a lawful owner
ii. The bidder should furnish proof of ownership of a Hot mix plant for the supply of Hot mix
required for the contract. The Hot mix shall be delivered at the work site at 120° c
iii. Sworn in Affidavit and Chartered Accountant’s Certificate stating the details of
equipments, tools and plants available with the applicant with make, year of purchase,
capacity, present working condition of the equipment etc.,
If the Tools and plants are proposed to be taken on lease or already on lease with the
applicant, the source, from which the Tools and plants have been taken on lease or proposed
to be taken on lease with proof, should be furnished
4.2 Even though the bidders meet the qualifying criteria, they will be disqualified if they have:
a) made misleading or false representations in the forms, statements and attachments submitted
in proof of the qualification requirements; and/or
b) record of poor performance such as abandoning the works, not properly completing the
contract, inordinate delays in completion, litigation history, or financial failures etc.;
5 Cost of Bidding
5.1 The bidder shall bear all costs associated with the preparation and submission of his Bid, and the
Employer will in no case be responsible and liable for those costs.
6 Site visit
6.1 The Bidder, at the Bidder’s own responsibility and risk is encouraged to visit and examine the Site of
Works and its surroundings and obtain all information that may be necessary for preparing the Bid
and entering into a contract for construction of the Works. The cost of visiting the Site shall be at the
Bidder's own expense.
7 Bidder’s Signature
B. Bid Documents
7. Content of Bid Documents
7.1 The set of bid documents comprises of the documents listed in the table below and addenda issued
in accordance with Clause (if any)
8.2 The Executive Engineer, Vellore City Municipal Corporation will hold pre bid meeting for the work.
Clarification can also be obtained during the meeting to be held on 07.12.2021 at 11:00 AM at the
Corporation Office.
9.2 Any addendum/ corrigendum thus issued shall be part of the bidding documents and shall be
communicated in writing or by cable to all the purchasers of the bidding documents. Prospective
bidders shall acknowledge receipt of each addendum by cable to the Employer.
9.3 To give prospective bidders reasonable time in which to take an addendum into account in
preparing their bids, the Employer shall extend as necessary the deadline for submission of bids, in
accordance with Sub-Clause 19.2 below.
C. Preparation of Bids
10. Language of the Bid
10.1 All documents relating to the bid shall be in the English language.
11.1 The bid submitted by the bidder shall comprise the following documents:
and any other materials required to be completed and submitted by bidders in accordance with
these instructions. The documents listed under sub-clause, 4 , 6 and 7.1 of section 1 and section 3
shall be filled in without exception.
8 Bidder’s Signature
12. Bid Prices
12.1 The contract shall be for the whole works as described in Sub-Clause 1.1, based on the priced Bill
of Quantities submitted by the Bidder.
12.2 The bidder shall fill in rates and prices and line item total (both in figures and words) for all items of
the Works described in the Bill of Quantities along with total bid price (both in figures and words).
Items for which no rate or price is entered by the bidder will not be paid for by the Employer when
executed and shall be deemed covered by the other rates and prices in the Bill of Quantities.
Corrections, if any, shall be made by crossing out, initialing, dating and rewriting.
12.3 All duties, taxes, and other levies payable by the contractor under the contract, or for any other Act
/Rules/Stipulations shall be included in the rates, prices and total Bid Price submitted by the
Bidder.
12.4 Price Adjustment Clause as per the relevant provisions of G.O. 227 , MAWS, dt. 23.11.2009 is
applicable for the tenders of value of Rs.1 cr and above, even if the contract period is for less than
1 year. This GO will be applicable for all Contracts of value of Rs. 1 crore and above
14.2 In exceptional circumstances, prior to expiry of the original time limit, the Employer may request
the bidders to extend the period of validity for a specified additional period. The bidder shall
consider the same for a period not exceeding additional thirty days.
14.3 Bid evaluation will be based on the bid prices without taking into consideration the above correction.
15.2 Any bid not accompanied by an acceptable EMD and not secured as indicated in Sub-Clauses 15.1
above shall be rejected by the Employer as non-responsive.
15.3 The EMD of unsuccessful bidders will be returned within 28 days of the end of the bid validity period
specified in Sub-Clause 14.1.
(a) if the Bidder withdraws the Bid after Bid opening during the period of Bid validity;
(b) if the Bidder does not accept the correction of the Bid Price, pursuant to Clause 27; or
(c) in the case of a successful Bidder, if the Bidder fails within the specified time limit to enter
into an agreement
16.1 Bidders shall submit offers that comply with the requirements of the bidding documents, including
the basic technical design as indicated in the drawing and specifications. No alternatives will be
considered.
9 Bidder’s Signature
17. Format and Signing of Bid
17.1 The Bid shall be typed or written in indelible ink and shall be signed by a person or persons duly
authorized to sign on behalf of the Bidder. All pages of the bid where entries or amendments have
been made shall be initialed by the person or persons signing the bid.
17.2 The Bid shall contain no alterations or additions, except those to comply with instructions issued by
the Employer, or as necessary to correct errors made by the bidder, in which case such corrections
shall be initialed by the person or persons signing the bid.
17.3 The Bidder shall furnish information as described in the Form of Bid on commissions or
gratuities, if any, paid or to be paid to agents relating to this Bid, and to contract execution if the
Bidder is awarded the contract.
D. Submission of Bids
18. Sealing and Marking of Bids
18.1 The intending bidder should submit tender in two cover system. The cover containing Signed
Tender Document EMD, GST clearance certificate, qualification and information etc., shall be
superscribed as “Technical Bid”. Another cover containing the duly filled in tender schedule shall
be superscribed as “Price Bid” . Both these covers shall be put in a single big envelope and shall
be submitted.
The Cover superscribed as “Technical Bid” will be opened first. The Price Bid cover will be opened
only if the document required in the Technical Bid cover viz., EMD, GST clearance certificate, work
experience EMD exemption certificate(if applicable), etc., are found in order as per the tender
conditions. If Technical Bid is not submitted with these particulars , the Price Bid cover will not be
opened and the tender will be rejected and returned to the bidder “ un opened” .
18.3 In addition to the identification required in Sub-Clause 18.2, the inner envelopes shall indicate the
name and address of the bidder to enable the bid to be returned unopened in case it is declared
late, pursuant to Clause 20.
18.4 If the outer envelope is not sealed and marked as above, the Tender Inviting Authority will
assume no responsibility for the misplacement or premature opening of the bid.
10 Bidder’s Signature
19. Deadline for Submission of the Bids
19.1 Bids must be received by the Tender Inviting Authority (Commissioner) at the address specified
above not later than.3.00 PM on 17.12.2021 In the event of the specified date for the submission
of bids is declared a holiday, the Bids will be received upto the appointed time on the next working
day.
19.2 The Tender Inviting Authority (Commissioner) may extend the deadline for submission of bids
by issuing an amendment in accordance with Clause 9, in which case all rights and obligations of
the Employer and the bidders previously subject to the original deadline will then be subject to the
new deadline.
20.1 Any Bid received by the Tender Inviting Authority (Commissioner) after the deadline prescribed
in Clause 19 will be returned unopened to the bidder.
21.1 Bidders may modify or withdraw their bids by giving notice in writing before the deadline prescribed
in Clause 19.
21.2 Each Bidder's withdrawal notice shall be prepared, sealed, marked, and delivered in accordance
with Clause 17 & 18, with the outer and inner envelopes additionally marked "WITHDRAWAL".
21.3 No bid may be modified after the deadline for submission of bids.
21.4 Withdrawal or modification of a Bid between the deadline for submission of bids and the expiration
of the original period of bid validity specified in Clause 14.1 above or as extended pursuant to
Clause 14.2 may result in the forfeiture of the Bid security pursuant to Clause 15.
21.5 Bidders may offer discount to or modify the prices of the bids by submitting the bid modifications in
accordance with this clause, or include in the original bid submission.
22.1 The Tender Inviting Authority(Commissioner) will open all the Technical Bids received (except
those received late), including modifications made pursuant to Clause 21, in the presence of the
Bidders or their representatives who choose to attend at 3.30 PM on 17.12.2021 at Corporation
office. In the event of the specified date of Bid opening being declared a holiday, the Bids will be
opened at the appointed time and location on the next working day.
22.2 Envelopes marked "WITHDRAWAL" shall be opened and read out first. Bids for which an
acceptable notice of withdrawal has been submitted pursuant to Clause 21 shall not be opened.
22.3 The Bidders' names, the Bid withdrawals/ Modifications, the presence or absence of Bid security,
and such other details as the Tender Inviting Authority(Commissioner) may consider
appropriate, will be announced by the Tender Inviting Authority(Commissioner) at the opening.
Bids sent pursuant to Clause 21 that are not opened and read out at bid opening will not be
considered for further evaluation regardless of the circumstances. Late and withdrawn bids will be
returned un-opened to bidders.
22.4 The Tender Inviting Authority(Commissioner) shall prepare minutes of the Bid opening,
including the information disclosed to those present in accordance with Sub-Clause 22.3.
23. Examination of Technical Bids and Determination of Responsiveness
11 Bidder’s Signature
23.1 Prior to the detailed evaluation of Technical Bids, the Tender Scrutiny Committee will determine
whether each Bid (a) meets the eligibility criteria defined in Clause 22; (b) has been properly
signed; (c) is accompanied by the required securities and; (d) is substantially responsive to the
requirements of the Bid documents.
23.2 A substantially responsive Bid is one which conforms to all the terms, conditions, and specifications
of the Bid documents, without material deviation or reservation. A material deviation or reservation
is one (a) which affects in any substantial way the scope, quality, or performance of the Works; (b)
which limits in any substantial way, inconsistent with the Bidding documents, the Employer's rights
or the Bidder's obligations under the Contract; or (c) whose rectification would affect unfairly the
competitive position of other Bidders presenting substantially responsive Bids.
23.3 If a Bid is not substantially responsive, it will be rejected by the Employer, and may not
subsequently be made responsive by correction or withdrawal of the non-conforming deviation or
reservation.
24. Price Bid Opening
24.1 The Tender Inviting Authority( Commissioner, Vellore Corporation) shall notify those bidders
whose technical bids did not meet the minimum qualification criteria or were considered non
responsive, indicating that their price bids will be returned un opened after the award of the
contract. The Employer shall simultaneously notify the technically qualified bidders indicating the
date time and place set for opening of price bids.
24.2 The price bids shall be opened by the Tender Inviting Authority(Commissioner, Vellore
Corporation) in the presence of bidders representatives who choose to attend. The name of the
bidders, quoted bid prices, discounts offered or modification if any shall be read aloud and the
Tender Inviting Authority(Commissioner, Vellore Corporation) shall prepare minutes of the
price bid opening.
25 Process to be Confidential
25.1 Information relating to the examination, clarification, evaluation, and comparison of Bids and
recommendations for the award of a contract shall not be disclosed to Bidders or any other persons
not officially concerned with such process until the award to the successful Bidder has been
announced. Any effort by a Bidder to influence the Tender Inviting Authority(Commissioner,
Vellore Corporation) processing of Bids or award decisions may result in the rejection of his Bid.
26 Clarification of Bids
26.1 To assist in the examination, evaluation, and comparison of Bids, bidder may be asked to clarify
Bid, including breakdowns of the unit rates. The request for clarification and the response shall be
in writing or by cable, but no change in the price or substance of the Bid shall be sought, offered, or
permitted except as required to confirm the correction of arithmetic errors discovered by the
Tender Scrutiny Committee in the evaluation of the Bids in accordance with Clause 27.
26.2 Subject to sub-clause 26.1, no Bidder shall contact the Employer or his subordinates on any
matter relating to its bid from the time of the bid opening to the time the contract is awarded. If the
Bidder wishes to bring out additional information, it should be done in writing.
26.3 Any effort by the Bidder to influence the Tender Inviting Authority(Commissioner, Vellore
Corporation) or any other person involved in the process of the bid evaluation, bid comparison or
contract award decisions may result in the rejection of the Bidders’ bid.
(b) where there is a discrepancy between the unit and the line item total, resulting from
multiplying the unit rate by the quantity, the unit rate as quoted will govern.
12 Bidder’s Signature
27.2 The amount stated in the Bid will be adjusted by the Tender Inviting Authority(Commissioner,
Vellore Corporation) in accordance with the above procedure for the correction of errors and, with
the concurrence of the Bidder, shall be considered as binding upon the Bidder. If the Bidder does
not accept the corrected amount the Bid will be rejected and the Bid security may be forfeited in
accordance with Sub-Clause 15.4 (b).
28.1 The Tender Inviting Authority(Commissioner, Vellore Corporation) will evaluate and compare
only the Bids determined to be substantially responsive in accordance with Clause 23.
28.2 In evaluating the Bids, the Tender Scrutiny Committee will determine for each Bid the evaluated
Bid Price by adjusting the Bid Price as follows:
(a) making any correction for errors pursuant to Clause 27; or
(b) making an appropriate adjustments for any other acceptable variations, deviations; and
(c) making appropriate adjustments to reflect discounts or other price modifications offered in
accordance with Sub Clause 21.5.
28.3 The Tender Inviting Authority(Commissioner, Vellore Corporation) reserves the right to
accept or reject any variation, deviation, or alternative offer. Variations, deviations, and alternative
offers and other factors which are in excess of the requirements of the Bidding documents or
otherwise result in unsolicited benefits for the Employer shall not be taken into account in Bid
evaluation.
28.4. In respect of the successful tenderer, the EMD remitted along with the tender shall be converted as
Security Deposit. The successful tenderer will be called upon to pay for an amount equivalent
to 2% of the contract value (which includes 1% Earnest Money Deposit already paid) within 15
days from the receipt of Letter of Acceptance.
13 Bidder’s Signature
F. Award of Contract
29. Award Criteria
29.1 Subject to Clause 31, the employer will award the Contract to the Bidder whose Bid has been
determined to be substantially responsive to the Bidding documents and who has offered the
lowest evaluated Bid Price, provided that such Bidder has been determined to be (a) eligible in
accordance with the provisions of Clause 3, and (b) qualified in accordance with the provisions of
Clause 4.
29.2 The contractor, shall note that the Joint venture is not permitted under this contract and also Sub
contracting is not permitted.
30. Employer 's Right to Accept any Bid and to Reject any or all Bids
30.2 Negotiation of rates will be made only with the lowest Bidder for reducing the quoted rates
31.2 The notification of award will constitute the formation of the Contract, subject only to the furnishing
of an security deposit in accordance with the provisions of Clause 28.4.
31.3 The Agreement will incorporate all terms and conditions to be executed between the employer and
successful bidder. It shall be signed within 15 days following the issue of Letter of Acceptance and
delivered by successful bidder.
31.4 Upon the furnishing by the successful Bidder of the Security Deposit, if any the Commissioner will
promptly notify the other Bidders that their Bids have been unsuccessful.
32. Corrupt or Fraudulent Practices
32.1 The Employer requires that Bidders observe the highest standard of ethics during the procurement
and execution of such contracts. In pursuance of this policy, the Employer :
(a) defines, for the purposes of this provision, the terms set forth below as follows :
(i) “corrupt practice” means the offering, giving, receiving or soliciting of any thing of value to
influence the action of a public official in the procurement process or in contract execution;
and
(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the detriment of the Borrower, and
includes collusive practice among Bidders (prior to or after bid submission) designed to
establish bid prices at artificial non-competitive levels and to deprive the Borrower of the
benefits of free and open competition or furnishing of false and fabricated documents
(b) will reject a proposal for award if it determines that the Bidder recommended for award has
engaged in corrupt or fraudulent practices in competing for the contract in question:
14 Bidder’s Signature
i. will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a
contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices
in competing for, or in executing, a Bank-financed contract. Further, Criminal proceedings will
also be initiated against the Bidder/ Contractor.
1. Bidder should do the registration in the e – tender site using the option available. Then the Digital
signature registration has to be done with the e-token, after logging into the site. The e-token may
be obtained from one of the authorized Certifying authorities such as SIFY/TCS/n Code etc. The list
of address of the DSC vendors can be seen in
https://tntenders.gov.in/nicgep/app?component=%24DirectLink_1&page=DSCInfo&service=
direct&session=T&sp=SDSCAddress.pdf
2. Bidder then should login to the site using user id and the corresponding passwords.
3. The e-token that is registered should be used by the bidder and should not be misused by others.
4. After downloading the tender schedules, the Bidder should go through them carefully and then
submit the documents as directed, otherwise, the bid will be rejected.
5. If there are any clarifications, this may be obtained online through the e-tender site, or thro’ the
contact details. Bidder should take into account the corrigendum published before submitting the
bids online.
6. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender
schedule and they should be in the prescribed format.
7. The bidder should read all the terms & conditions mentioned in the bid document and accept the
same to proceed further to submit the bids.
8. The Bidder has to submit the tender document online well in advance before the prescribed time to
avoid any delay or problem during the e-submission process.
9. Bidders seeking exemption from payment of EMD, as per existing Government Orders, and
choosing e-submission option shall access the relevant option available in the e-submission format
and submit scanned copy of related documents without fail.
10. The details of the bid security document should be submitted physically before the opening the
tender. The scanned copies furnished at time of e-submission and the original bid security should
be the same otherwise the tender will be summarily rejected.
11. The Commissioner, Corporation will not be held responsible for any sort of delay or the technical
difficulty faced in the submission of tenders online by the bidders.
12. The bidder may also submit the bid documents by online mode through the site
(https://tntenders.gov.in)
13. The tendering system will give an ACKNOWLEDGEMENT Message only after successful
uploading of all the required bid documents. The ACKNOWLEDGEMENT is the bid summary. With
the Bid No., Date & Time of submission of the bid with all other relevant details. The documents
submitted by the bidders will be digitally signed with the e-token of the bidder and then submitted.
14. The ACKNOWLEDGEMENT should be printed and to be kept as a token of the submission of the
bid. The ACKNOWLEDGMENT will act as a proof of bid submission for a tender floated and will
also act as an entry point to participate in the bid opening date.
15. Bidder should log into the site well in advance for bid submission so that he submits the bid in time
i.e. on or before the bid submission time. If there is any delay, due to other issues, bidder only is
responsible.
16. Each document to be uploaded through’ online mode for the tenders should be less then 2 MB, If
any document is more than 2 MB, it can be reduced through zip format and the same can be
15 Bidder’s Signature
uploaded. It may be however noted that. If the file size is less than 1MB the transaction uploading
time will be very fast.
17. The time setting fixed in the server side & displayed at the top of the tender site, will be valid for all
actions of requesting, bid submission, bid opening etc., in the e-tender system. The bidders should
follow this time only, during bid submission.
18. All the data being entered by the bidders would be encrypted using PKI encryption techniques to
ensure the secrecy of the data. The data entered will not viewable by unauthorized persons during
bid submission & not be viewable by anyone until the time of bid opening. Overall, the submitted
tender documents become readable only after the tender opening by the authorized individual.
19. The Confidentiality of the bids is maintained since the secured Socket layer 128 bit encryption
technology is used. Data storage encryption of sensitive fields is done.
20. The bidders are requested to upload all related documents through e-tendering on line system to
the tender inviting authority(Commissioner, Vellore Corporation) well before 3.00 PM(as per
Server System Clock) on 17.12.2021
21. Tenders will be opened by the Tender inviting authority(Commissioner, Vellore Corporation) or his
authorized officer(s) at 3.30 P.M. on 17.12.2021 in the presence of tenderers or their authorized
representatives if any & members of Tender Scrutiny Committee.
16 Bidder’s Signature
SECTION 2
Table of Contents
1 Bidder’s Signature
SECTION 2
Additional Conditions of Contract
A. General
1. Definitions
1.1
Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid.
The Completion Date is the date of completion of the Works as certified by the Engineer in
accordance with Sub Clause.34.1 of section 2.
The Contract is the contract between the Employer or his representative and the Contractor to
execute, complete and maintain the Works. It consists of the documents listed in Clause 2.3 below.
The Contractor is a person or corporate body whose Bid to carry out the Works has been accepted by
the Employer.
The Contractor's Bid is the completed Bidding document submitted by the Contractor to the
Employer.
The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in
accordance with the provisions of the Contract.
A Defect is any part of the Works not completed in accordance with the Contract.
The Defects Liability Period is the period of 1 year for BT roads and 2 years for CC roads from the
completion of whole of the work.
The Commissioner Corporation or in his absence Municipal Engineer / City Engineer authorized by
Employer is responsible for inviting tender, handling process, clarify issued related to tenders, signing
of agreement and supervising the execution of the works and administering the Contract.
Engineer means the Executive Engineer/ City Engineer who is the designated project engineer for
the “TURIP Fund”
Equipment is the Contractor's machinery and vehicles brought temporarily to the Site to construct the
Works.
The Intended Completion Date is the date on which it is intended that the Contractor shall complete
the Works. The Intended Completion Date is specified in the Clause 13 of Section 2. The Intended
Completion Date may be revised only by the Commissioner by issuing an extension of time.
Materials are all supplies, including consumables, used by the contractor for the Corporation in the
Works.
Plant is any integral part of the Works which is to have a mechanical, electrical, electronic or chemical
or biological function.
2 Bidder’s Signature
The Site is the area defined as the road specified in the bid document. The date of handing over of
the site is the date on which the work order is issued.
Site Investigation Reports are those which were included in the Bidding documents and are factual
interpretative reports about the surface and sub-surface conditions at the site.
Specification means the Specification of the Works included in the Contract and any modification or
addition made or approved by the Engineer.
Temporary Works are works designed, constructed, installed, and removed by the Contractor which
are needed for construction or installation of the Works.
The Works are what the Contract requires the Contractor to construct, install, and turn over to the
Tender Inviting Authority.
2. Interpretation
2.1 In interpreting these Conditions of Contract, singular also means plural, male also means
female or neuter, and the other way around. Headings have no significance. Words have their
normal meaning under the language of the Contract unless specifically defined. The
Commissioner, Vellore Corporation will provide instructions clarifying queries about the
Conditions of Contract.
2.2 If sectional completion is specified in the Clause 13 of Section 2, references in the Conditions
of Contract to the Works, the Completion Date, and the Intended Completion Date apply to any
Section of the Works (other than references to the Completion Date and Intended Completion
date for the whole of the Works).
2.3 The documents forming the Contract shall be interpreted in the following order of priority:
(1) Agreement
(2) Letter of Acceptance, notice to proceed with the works
(3) Contractor’s Bid
(4) Conditions of Contract including Additional Conditions of Contract
(5) Specifications
(6) Drawings and
(7) Bill of Quantities
3. Language and Law
3.1 The language of the Contract and the law governing the Contract are stated in the “English”
only.
4. Engineer's Decisions
4.1 Except where otherwise specifically stated, the Executive Engineer will decide contractual
matters between the Employer and the Contractor representing the Employer.
5. Delegation
5.1 The Employer may delegate any of his duties and responsibilities to other people.
3 Bidder’s Signature
6. Communications
6.1 Communications between parties which are referred to in the conditions are effective only
when in writing. A notice shall be effective only when it is delivered (in terms of Indian Contract
Act).
7. Other Contractors
7.1 The Contractor shall cooperate and share the Site with other contractors, public authorities,
utilities, and the Employer between the dates given in the Schedule of Other Contractors. The
Contractor shall also provide facilities and services for them as described in the Schedule.
The Employer may modify the schedule of other contractors and shall notify the contractor of
any such modification.
8. Personnel
8.1 The Contractor shall employ the key personnel named in the Schedule of Key Personnel as
referred to in the Annexure ‘A’ of Section 3, to carry out the functions stated in the Schedule or
other personnel approved by the Commissioner, Vellore Corporation. The Commissioner
Vellore Corporation will approve any proposed replacement of key personnel only if their
qualifications, abilities, and relevant experience are substantially equal to or better than those
of the personnel listed in the Schedule.
8.2 If the Commissioner Vellore Corporation asks the Contractor to remove a person who is a
member of the Contractor’s staff or his work force stating the reasons the Contractor shall
ensure that the person leaves the Site within seven days and has no further connection with
the work in the Contract.
9. Employer’s and Contractor's Risks
9.1 The Employer carries the risks which this Contract states are Employer’s risks, and the
Contractor carries the risks which this Contract states are Contractor’s risks.
10. Employer’s Risks
10.1 The Employer is responsible for the excepted risks which are (a) in so far as they directly
affect the execution of the Works in the risks of war, hostilities, invasion, act of foreign
enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot
commotion or disorder (unless restricted to the Contractor’s employees), and contamination
from any nuclear fuel or nuclear waste or radioactive toxic explosive, or (b) a cause due solely
to the design of the Works, other than the Contractor’s design.
12.1 The Contractor shall construct and install the Works in accordance with the Specification and
Drawings, and as per instructions of Executive Engineer / City Engineer.
13.1 The Contractor may commence execution of the Works on the Start Date and shall carry out
the Works in accordance with the program and complete the work as follows.
In case of Black Topping (BT) as well as Cement Concrete (CC) Roads, the following
milestones have to be met
4 Bidder’s Signature
a. Minimum one third of the value of work should be completed by the end of the Two
month, and
b. Work should be completed in all respects by the end of the 6th month.
If there is default in meeting either or both these deadlines, Liquidated damages @ 0.1% of
the unfinished value of work (in relation to the two milestones) will be levied per day till their
completion.
The period of completion shall be 6 months from the date of issue of Work Order to the
successful contractor.
14.1 The Contractor shall submit Specifications and Drawings showing the proposed Temporary
Works to the Executive Engineer, who is to approve them if they comply with the
Specifications and Drawings.
14.3 The Executive Engineer’s approval shall not alter the Contractor's responsibility for design of
the Temporary Works.
14.4 All Drawings prepared by the Contractor for the execution of the temporary or permanent
Works, are subject to prior approval by the Executive Engineer, before their use.
15. Safety
15.1 The Contractor shall be responsible for the safety of all activities on the Site.
16. Discoveries
16.1 Anything of historical or other interest or of significant value unexpectedly discovered on the
Site is the property of the Employer. The Contractor is to notify the Commissioner Vellore
Corporation of such discoveries and carry out the Commissioner Vellore Corporation
instructions for dealing with them.
17.1 The Contractor shall allow the Commissioner Vellore Corporation and any person
authorized by the City Engineer access to the Site, to any place where work in connection with
the Contract is being carried out or is intended to be carried out and to any place where
materials or plant are being manufactured / fabricated / assembled for the works.
18. Instructions
18.1 The Contractor shall carry out all instructions of the Commissioner Vellore Corporation,
which comply with the applicable laws where the Site is located.
B. Time Control
19. Program
19.1 Within the time stated in the Clause 13 of Section 2, the Contractor shall submit to the
Engineer for approval a Program showing the general methods, arrangements, order, and
timing for all the activities in the Works along with monthly cash flow forecast.
19.2 An update of the Program shall be a program showing the actual progress achieved on each
activity and the effect of the progress achieved on the timing of the remaining work including
any changes to the sequence of the activities.
5 Bidder’s Signature
19.3 The Contractor shall submit to the Commissioner Vellore Corporation, for approval, an
updated Program at intervals no longer than the period stated in the Clause 13 of Section 2. If
the Contractor does not submit an updated Program within this period, the Commissioner
Vellore Corporation may withhold the amount stated in the Clause 31 of Section 2 from the
next payment certificate and continue to withhold this amount until the next payment after the
date on which the overdue Program has been submitted.
19.4 The Commissioner Vellore Corporation approval of the Program shall not alter the
Contractor's obligations. The Contractor may revise the Program and submit it to the Engineer
again at any time. A revised Program is to show the effect of Variations and Compensation
Events.
20.1 The Commissioner Vellore Corporation may instruct the Contractor to delay the start or
progress of any activity within the Works.
21.1 Either the Commissioner Vellore Corporation or the Contractor may require the other to
attend a management meeting. The business of a management meeting shall be to review the
plans for remaining work and to deal with matters raised in accordance with the early warning
procedure.
21.2 The Commissioner Vellore Corporation shall record the business of management meetings
and is to provide copies of his record to those attending the meeting and to the Employer. The
responsibility of the parties for actions to be taken is to be decided by the Commissioner
Vellore Corporation either at the management meeting or after the management meeting and
stated in writing to all who attended the meeting.
C. Quality Control
23. Identifying Defects
23.1 The Executive Engineer/ City Engineer shall check the Contractor's work and
notify the Contractor of any Defects that are found. Such checking shall not affect the
Contractor's responsibilities. The Executive Engineer / City Engineer may instruct the
Contractor to search for a Defect and to uncover and test any work that the Executive
Engineer / City Engineer considers may have a Defect.
23.2 The contractor shall permit the Employer’s Technical auditor to check the
contractor’s work and notify the Executive Engineer / City Engineer and Contractor of any
defects that are found. Such a check shall not affect the Contractor’s or the Engineer’s
responsibility as defined in the Contract Agreement.
23.3 The contractor shall permit the State Quality monitoring Agency to check the contractor’s work
and notify the Executive Engineer / City Engineer and Contractor of any defects that are
found. Such a check shall not affect the Contractor’s or the Engineer’s responsibility as defined in
the Contract Agreement
6 Bidder’s Signature
24. Tests
24.1 If the Executive Engineer / City Engineer instructs the Contractor to carry out a test not
specified in the Specification to check whether any work has a Defect and the test shows
that it does, the Contractor shall pay for the test and any samples. If there is no Defect the
test shall be a Compensation Event.
25.1 The Commissioner Vellore Corporation shall give notice to the Contractor of any
Defects before the end of the Defects Liability Period, which begins at Completion and is
defined in the Clause 31 of Section 2. The Defects Liability Period shall be extended for as
long as Defects remain to be corrected.
25.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect
within the length of time specified by the Commissioner Vellore Corporation notice.
26.1 If the Contractor has not corrected a Defect within the time specified in the
Commissioner Vellore Corporation notice, the Executive Engineer / City Engineer will
assess the cost of having the Defect corrected, and the Contractor will pay this amount.
Note:- Where in certain cases, the technical specifications provide for acceptance of
works within specified tolerance limits at reduced rates, Engineer will certify payments to
Contractor accordingly.
D. Cost Control
27.1 The Bill of Quantities shall contain items for the construction, installation, testing, and
commissioning work to be done by the contractor.
27.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for
the quantity of the work done at the rate in the Bill of Quantities for each item.
28. Payments
28.1 Part or complete Payment will be made EVERY MONTH by the Corporation
Commissioner based on the OUTTURN of satisfactory completion of work in the
PREVIOUS MONTH and value of work executed shall be determined, based on the
measurements and check measurements by the Engineer in the M.Book.
28.2 Items of the Works for which no rate or price has been entered in will not be paid for by
the Employer and shall be deemed covered by other rates and prices in the Contract.
29. Tax
29.1 The rates quoted by the Contractor shall be deemed to be inclusive of the sales and other
taxes that the Contractor will have to pay for the performance of this Contract. The
Employer will perform such duties in regard to the deduction of such taxes at source as
per applicable law.
30. Currencies
7 Bidder’s Signature
31. Retention
31.1 The Employer shall retain a sum equivalent to 5% of the value of the each bill as retention
money from each payment due to the Contractor.
31.2 Out of the 5% of the retention amount, on issue of completion certificate for the work 2.5%
will be released to the Contractor while the balance 2.5% will be retained during defect liability
period (1 year for BT Roads and 2 years for CC Roads). The retained 2.5% will be released by
the Commissioner after ensuring no liability in connection with work executed.
In case of Black Topping (BT) as well as Cement Concrete (CC) Roads, the following
milestones have to be met
a. Minimum one third of the value of work should be completed by the end of the Two
month, and
b. Work should be completed in all respects by the end of the 6th month.
If there is default in meeting either or both these deadlines, Liquidated damages @ 0.1%
of the unfinished value of work (in relation to the two milestones) will be levied per day till their
completion.
If the work is not completed even 90 days after the 6 months period, the contract is liable
for summary cancellation, Security deposit forfeited and contractor black listed.
However, as earlier mentioned, the employer can cancel the contract if the work is not
executed as per the contract in the intermediate period also.
33. Cost of Repairs
33.1 Loss or damage to the Works or Materials to be incorporated in the Works between the
Start Date and the end of the Defects Liability periods shall be remedied by the Contractor
at the Contractor's cost if the loss or damage arises from the Contractor's acts or
omissions.
34.1 The Contractor shall request the Engineer to issue a Certificate of Completion of the
Works and the Commissioner Vellore Corporation will do so upon deciding that the
Work is completed.
35. Taking Over
35.1 The Employer shall take over the Site and the Works within seven days of the Executive
Engineer / City Engineer issuing a certificate of Completion.
36. Termination
36.1 The Employer or the Contractor may terminate the Contract if the other party causes a
fundamental breach of the Contract.
36.2 Fundamental breaches of Contract include, but shall not be limited to the following:
8 Bidder’s Signature
correct it within a reasonable period of time determined by the Executive
Engineer / City Engineer
b) the Contractor does not maintain a security which is required;
c) the Contractor has not completed even 90 days after the contract period
36.3 If the Contract is terminated the Contractor shall stop work immediately, make the Site
safe and secure and leave the Site as soon as reasonably possible.
38. Property
38.1 All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to
be the property of the Employer, if the Contract is terminated because of a Contractor’s
default.
39. Force Majeure Event
39.1 No party is eligible to terminate the agreement due to force majeure events.
40.1 Bidder shall abide all statutory legal provisions made in relevant Laws./ Acts / Rules
including but not confined to the Child Labour Act, Factories Act, Industrial Disputes Act,
etc. The Employer has the right to take action to invoke the Revenue Recovery Act to
recover any amount due, wherever necessary.
The Tamil Nadu Tender Transparency Act will be applicable for this tender.
9 Bidder’s Signature
SECTION - 3
Formats of Qualification Information
10 Bidder’s Signature
1. Qualification Information
The Applicant shall include with the Qualification schedule, details in the prescribed proforma
vide Annexure “A” to “H”.
11 Bidder’s Signature
Annexure “A”
2 Status :
Individual contractor :
Firm in Partnership :
12 Bidder’s Signature
ANNEXURE “B”
FINANCIAL CAPABILITY
1 Name and address of the Applicant :
2 Income Tax Permanent Account No. C.I. H. No. :
3 GST Number :
4 Annual turn over as per Income Tax returns : TAX YEAR Figures Words
filed for the past five years (Rs (Rs)
: 2016-2017
: 2017-2018
: 2018-2019
: 2019-2020
2020-2021
5 Annual turn over as per audited statement : TAX YEAR Figures Words
of account duly certified by the Chartered
: 2018-2019
Accountant during the preceding Three
years (Attach attested copy of balance : 2019-2020
sheets) : 2020-2021
6 Working Capital
I. Balance in bank account (Rs :
II. Unutilized overdraft / Credit facility in the :
Nationalized / Scheduled bank (Rs
13 Bidder’s Signature
ANNEXURE “C"
DETAILS OF CONSTRUCTION EQUIPMENTS, TOOLS & PLANTS, VEHICLES THAT COULD BE DEPLOYED EXCLUSIVELY FOR THIS WORK
NAME OF APPLICANT:
Equipments
Equipments currently under
owned by the Equipments proposed to be
lease, available with the
Applicant taken on lease
Applicant
Name of equipment/ Total Year of Year of
Sl.No. Tools and requirement for Year of
purchase Manufac
Number
Number
Number
Present Manufacture, Present Present
plants/vehicles this work make working working ture, Make working
Make &
and capacity condition condition & Capacity condition
Capacity
For CC Roads
1 Batch Concrete Plant 1 Nos
Or
Mobile Transit Mixer Machine 1 No.
2 Screed Vibrator 1 No.
3 Water Lorry 1 No.
4 Pin Vibrator 4 No.
For B.T Roads
1 Central Mixing Plant 1 No.
2 Paver Machine 1 No.
3 Tipper Lorry 2 Nos.
4 Vibratory Roller 1 No.
5 Static Roller 1 No.
6 Vehicle Mounted Mechanical 1 No.
Sprayer
7 Water Lorry 1 Nos.
Note: For the equipments currently under lease with the Applicant, date of expiry of lease period shall be furnished
14 Bidder’s Signature
ANNEXURE "D"
DETAILS OF BT (OR) BTAND CC ROAD WORK(S) OF NOT LESS THAN 50% OF THE
VALUE PUT TO TENDER UNDER A “SINGLE AGREEMENT” IN ANY ONE OF THE PRECEDING ‘THREE” YEARS
(2018-19, 2019-20, 2020-21) FOR GOVERNMENT DEPARTMENT/BOARD/GOVERNMENT UNDERTAKING
NAME OF BIDDER :
Date of commencement of
Name and designation of
*
Reasons for delay in
Value of work as
Agreement Number
completion of work
Type and Nature of
contract as per
per Agreement
Date of actual
agreement
employer/
the work
payment
Sl. No.
owner
work
Rs.
the
1
2
3
4
5
6
7
Note: a) Certificate issued by the Engineer - in - charge (not below the rank of Assistant
Executive Engineer/ Project Engineer) of each of the work is to be appended.
b) * Please indicate whether the work is “Satisfactorily Completed.”
15 Bidder’s Signature
ANNEXURE “E”
Note: If any information in this Annexure is found to be incorrect or concealed, the bid
will be summarily rejected & price bid will not be opened.
1. I/We the undersigned solemnly declare that all the statements made in the documents, records
etc., attached with this application are true and correct to the best of my/our knowledge
2. I/We the undersigned do hereby certify that neither my/our firm/company nor any of it’s constituent
partners have abandoned any work/works of similar nature and magnitude in India, during the Last
“Five” years.
3. I/We the undersigned do hereby certify that any of the contracts awarded to me/us has not been
terminated rescinded, due to breach of contract on my/our part, during the last “Five” Years.
5. I/We, the undersigned, understand(s) that further qualifying information / clarifications on the
statement made by me/us may be requested by the Tender Inviting Authority Commissioner
Corporation, Vellore District and agree(s) to furnish such information/ clarification within “SEVEN”
Days from the date of receipt of such request from the Tender Inviting Authority Commissioner
Corporation, Vellore District.
Note: - In case of sole proprietary concern, affidavit should be signed only by the sole
proprietor.
(Title of the Officer)
(Title of the firm/Company) (Date)
The above named deponent has understood the contents well and solemnly and sincerely
declared and affirmed by the deponent in my presence at-------------------------and signed before me
on this day of …………………………..
UNDER TAKING
I/We
the applicant do hereby undertake that I/we will abide by the terms and conditions if any
modified by the Tender Inviting Authority Commissioner Municipality/Corporation in the contract
conditions subsequent to submission of Qualification Annexure/price tender or subsequent to
execution of the agreement.
Place:
The above named deponent has understood the contents well and solemnly and sincerely
declared and affirmed by the deponent in my presence at ----------------------- and signed before me
-------------------on this day of -----------------------------------------------.
Place:
Date:
I/We
the applicant do hereby undertake that
I/we will abide by the terms and conditions set forth in the tender document and am willing
to undertake the New
Construction/Up gradation of roads
........ Nos. in Package No
/ ................…………..………Municipality of ………………….… District under the “TURIP
Fund” at the rate as given in the price bid cover.
Place: Date :
Details of Technical Personnel Under regular employment of the applicant who can be
made available exclusively for this work
Name of Bidder:
Under regular
Total Span Salary
Educational employment
Sl. Designation Name of being Remarks
Qualification with Applicant
No. Experience paid
since
1
Diploma holders in 4
Civil Engineering with
2 years of the 5
2 experience (or) Four
Retired Junior 6
Engineers.
7
19 Bidder’s Signature
Model Letter of Acceptance,
Model Form of Agreement,
and
Model Work Order
20 Bidder’s Signature
Letter of Acceptance
From To
****
This is to notify you that your Bid dated …………………….for execution of the Providing BT Road
AZHAGIRI NAGAR MAIN STREET 035/021/R942, WATER BOARD COLONY 1ST STREET
035/021/R1008, PONNIAMMAN NAGAR EAST 6 st STREET 035/018/S125, RAJIV GANDHI 4TH
STREET 035/22/S148 at Vellore Corporation [File No. 5290/2021/E1] for the Contract Price of
Rupees.________________________________________________ (_____________) [amount in
’
words and figures], as corrected and modified in accordance with the Instructions to Bidders is hereby
accepted.
2) You are hereby requested to furnish Security Deposit for an amount equivalent to 2% of
the contract value (which includes Earnest Money Deposit already paid) within 15 days from the receipt
of this Letter of Acceptance. In terms of clause 30 of the tender document, the Security Deposit should
be valid up to 30 days from the date of expiry of Defects Liability Period. You are also required to
execute an agreement for fulfillment of the contract in a Rs. 100/- Judicial Stamp Paper. If you fail to
remit the required Security deposit and execute the agreement within 15 days, your tender is liable for
cancellation and EMD forfeited without notice.
3. You are informed that this is only the letter of acceptance of your bid. Formal work order for the
work will be issued on remitting the 2% Security Deposit and execution of agreement.
Commissioner
Vellore City Municipal Corporation
21 Bidder’s Signature
Agreement Form
Agreement
This agreement, made the ___________________ day of ______________20_______,
between____________________________________________________________________________
__________________________________________________[ Commissioner / Executive Officer] of
the one part and ___________________________________________________________
___________________________________________________________________________________
__________________________[name and address of contractor] (hereinafter called “the Contractor” )
of the other part.
Whereas the Commissioner/Executive Officer is desirous that the Contractor execute
Providing BT Road AZHAGIRI NAGAR MAIN STREET 035/021/R942, WATER BOARD COLONY
1ST STREET 035/021/R1008, PONNIAMMAN NAGAR EAST 6 st STREET 035/018/S125, RAJIV
GANDHI 4TH STREET 035/22/S148 at Vellore Corporation [File No.] (hereinafter called “the Works”)
and the Commissioner / Executive Officer has accepted the Bid by the Contractor for the execution and
completion of such Works and the remedying of any defects therein, at a contract price of
Rs...............................................................
1. In this Agreement, words and expression shall have the same meanings as are respectively
assigned to them in the Conditions of Contract hereinafter referred to, and they shall be deemed to
form and be read and construed as part of this Agreement.
i) Tender Document including the Contractor’s Bid Documents and all other
documents furnished by the bidder and submitted as part of the Bid;
ii) Conditions of contract (including Additional Conditions of Contract);
iii) Specifications;
iv) Drawings;
v) Bill of Quantities;
vi) Letter of Acceptance;
vii) Work Order (to be issued)
5. Detailed conditions agreed in the tender document form part of the agreement. The services to be
performed, timelines to be met with, penalty clauses for non performance, and the other stipulations will
be as furnished herein:
i. Contract Period: The Contract period is for 6 months from the date of issue of work order to
the successful contractor.
22 Bidder’s Signature
ii. Payment Schedule: Part or complete Payment will be made every month by the Municipal
Commissioner/ Executive Officer / Corporation Commissioner based on the outturn of
satisfactory completion of work in the previous month and value of work executed shall be
determined, based on the measurements and check measurements by the Engineer in the
M.Book.
iii. Milestones and Liquidated Damages: The work will have two milestones
In case of Black Topping (BT) as well as Cement Concrete (CC) Roads, the following
milestones have to be met
a. Minimum one third of the value of work should be completed by the end of the 2nd
month, and
vi. Retention Money: The Corporation/Municipality shall retain a sum equivalent to 5% of the
value of the each bill as retention money from each payment due to the Contractor. Out of the
5% of the retention amount, on issue of completion certificate for the work 2.5% will be
released to the Contractor, while the balance 2.5% will be retained during defect liability
period (ie., 1 year for the BT Roads and 2 years for the CC Roads). The retained 2.5% will be
released by the Commissioner /Executive Officer, after ensuring no liability in connection with
work executed.
vii. State Quality Monitors: In order to ensure quality of the work, Third party checks and
inspections by the State Quality Monitors will be taken up. Any defects pointed out by the State
Quality monitors shall be attended by the Contractor at his own cost and rectified.
viii. Fraudulent Practices :If it is found any time during the tender process, award of contract, or
during the contract period, that the Contractor has furnished false certificate or if the
Contractor, in the judgment of the Employer has engaged in corrupt or fraudulent practices in
competing for, getting the contract or in the executing the Contract, the Contract will be
summarily terminated and Criminal Proceedings will be initiated.
23 Bidder’s Signature
ix. Price Adjustment Clause: Price Adjustment Clause as per G.O. 227 , MWS, dt. 23.11.2009 is
applicable for the tenders of Rs.1.00 crore and above, even if the contract period is less than 1
year.
x. Termination of the Contract: If the work is not completed even 45 days after the contract
period (6 months period), the contract is liable for summary cancellation
xi. Defect Liability Period: The defect liability period is 1 year for the BT roads and 2 years for
CC roads.
In witness whereof the parties thereto have caused this Agreement to be executed the day and
year first before written.
The Common Seal __________________________________________________________
was hereunto affixed in the presence of:
24 Bidder’s Signature
Work Order
From To
3. Milestones and Liquidated Damages: The work will have two milestones
In case of Black Topping (BT) as well as Cement Concrete (CC) Roads, the following
milestones have to be met
a. Minimum one third of the value of work should be completed by the end of the Two
month, and
b. Work should be completed in all respects by the end of the 6th month.
If there is default in meeting either or both these deadlines, Liquidated damages @ 0.1%
of the unfinished value of work (in relation to the two milestones) will be levied per day till their
completion.
4. Joint venture and/ or Sub contracting is not permitted
25 Bidder’s Signature
5. Machineries: The bidder should own or lease Paver Machine and tie up with a Hot Mix plant in
respect of the BT roads. The Hot Mix shall be delivered at the work site at 120° C. The detailed
list of Machineries as detailed in the Tender document shall be made available at the work site.
6. Retention Money: The Corporation/Municipality shall retain a sum equivalent to 5% of the
value of the each bill as retention money from each payment due to the Contractor. Out of the
5% of the retention amount, on issue of completion certificate for the work 2.5% will be
released to the Contractor, while the balance 2.5% will be retained during defect liability
period (ie., 1 year for the BT Roads and 2 years for the CC Roads). The retained 2.5% will be
released by the Commissioner after ensuring no liability in connection with work executed.
7. State Quality Monitors: In order to ensure quality of the work, Third party checks and
inspections by the State Quality Monitors will be taken up. Any defects pointed out by the State
Quality monitors shall be attended by the Contractor at his own cost and rectified.
8. Fraudulent Practices :If it is found any time during the tender process, award of contract, or
during the contract period, that the Contractor has furnished false certificate or if the
Contractor, in the judgment of the Employer has engaged in corrupt or fraudulent practices in
competing for, getting the contract or in the executing the Contract, the Contract will be
summarily terminated and Criminal Proceedings will be initiated.
9. Price Adjustment Clause: Price Adjustment Clause as per G.O. 227 , MAWS Dept dt.
23.11.2009 is applicable for the tenders of Rs.1.00 crore and above, even if the contract period
is less than 1 year.
10. Termination of the Contract: If the work is not completed even 45 days after the contract period
(6 months period), the contract is liable for summary cancellation
11. Defect Liability Period: The defect liability period is 1 year for the
BT roads and 2 years for CC roads.
Commissioner,
Vellore City Municipal Corporation.
26 Bidder’s Signature
Tender Document
“TURIP Fund”
PRICE BID
Vellore Corporation
27 Bidder’s Signature
Price Bid Date : ……………
Commissioner,
Vellore City Municipal Corporation,
.
(b) We offer to execute in conformity with the Bid Documents for the work of “Providing BT Road
AZHAGIRI NAGAR MAIN STREET 035/021/R942, WATER BOARD COLONY 1ST STREET
035/021/R1008, PONNIAMMAN NAGAR EAST 6 st STREET 035/018/S125, RAJIV GANDHI 4TH
STREET 035/22/S148 at Vellore Corporation” under the “TURIP Fund”
(c) The total price of our Bid, excluding any discounts offered in item (d) below is
(e) The net price of our bid, after discount offered in (d) above is
(f) Our Bid shall be valid for a period of 90 days from the date fixed for the bid submission deadline in
accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted
at any time before the expiration of that period.
(g) If our Bid is accepted, we commit to remit Security Deposit in accordance with the Bid Documents within
the stipulated time.
28 Bidder’s Signature
Schedule ‘A’
1) The quantities given here are those upon which the item rate tender cost of the work is based, but
they are subject to alternations, omissions, deductions or addition as provided for in the conditions of
this contract and do not necessarily show the actual quantities of work to be done. The unit rates quoted
below are those governing payment for extras or deductions or omissions according to the condition of
the contract, as set forth in the Standard Specifications for roads and bridges with the MOST
specifications and other condition of specifications of the contract.
2) It is to be expressly understood that the measured work is to be taken net (Not withstanding any
custom or practice to the contrary) according to the actual quantities. When in places and finished
according to the drawings, or as may be ordered from time to time by the Engineer in charge and the
cost calculated by measurement or weight at the respective prices, without any additional charge for any
necessary or contingent works concerned therewith. The rates quoted are for the finished works in situ
and complete in every respect.
3) The description given in Schedule - A are to indicate the item of work only and need not be construed
as full specification. The quoted rate shall be for carrying out the item as per standards and
specifications described in the relevant MOST specification. The contractor shall take no advantage of
any apparent error or omission in the Schedule - A description.
4) The Tenderers should quote their rates for the quantity and units specified under metric units under
Schedule ’A’.
5) The contractor should sign all the pages of schedule ‘A’ enclosed in the tender document without any
omission. Otherwise the tender will be liable for rejection as per the rules.
Commissioner,
Vellore City Municipal Corporation,
29 Bidder’s Signature
LEAD STATEMENT
30 Bidder’s Signature
SCHEDULE 'B'
Enclosed