Smart City Mission Ujjain Smart City Limited
Smart City Mission Ujjain Smart City Limited
Issued By
UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Pin Code 456010
e-mail: ujjainsmartcity@gmail.com
Table of Contents
TABLE OF CONTENTS .............................................................................................................................. 2
LETTERS TO BIDDERS.............................................................................................................................. 4
DISCLAIMER ............................................................................................................................................... 7
1. INTRODUCTION ................................................................................................................................. 9
1.1. BACKGROUND ............................................................................................................................................ 9
1.2. BRIEF DESCRIPTION OF BIDDING PROCESS ............................................................................................... 10
1.3. SCHEDULE OF BIDDING PROCESS ............................................................................................................. 12
2. INSTRUCTIONS TO BIDDERS ........................................................................................................ 13
2.1. GENERAL TERMS OF BIDDING .................................................................................................................. 13
2.2. ELIGIBILITY AND QUALIFICATION REQUIREMENTS OF BIDDER ................................................................ 17
2.3. PROPRIETARY DATA ................................................................................................................................. 26
2.4. COST OF BIDDING ..................................................................................................................................... 26
2.5. SITE VISIT AND VERIFICATION OF INFORMATION ...................................................................................... 27
2.6. VERIFICATION AND DISQUALIFICATION ................................................................................................... 28
2.7. CONTENTS OF THE RFP ............................................................................................................................ 28
2.8. CLARIFICATIONS ...................................................................................................................................... 30
2.9. AMENDMENT OF RFP ............................................................................................................................... 30
2.10. FORMAT AND SIGNING OF BID.................................................................................................................. 31
2.11. DOCUMENTS COMPRISING TECHNICAL AND FINANCIAL BID .................................................................... 31
2.12. BID DUE DATE ......................................................................................................................................... 33
2.13. LATE BIDS ................................................................................................................................................ 33
2.14. PROCEDURE FOR E-TENDERING ................................................................................................................ 34
2.15. ONLINE OPENING OF BIDS ........................................................................................................................ 35
2.16. REJECTION OF BIDS .................................................................................................................................. 35
2.17. VALIDITY OF BIDS .................................................................................................................................... 35
2.18. CONFIDENTIALITY .................................................................................................................................... 35
2.19. CORRESPONDENCE WITH THE BIDDER ...................................................................................................... 36
2.20. BID SECURITY AND PERFORMANCE SECURITY ......................................................................................... 37
3. EVALUATION OF TECHNICAL BIDS AND OPENING & EVALUATION OF
FINANCIAL BIDS ...................................................................................................................................... 40
3.1. EVALUATION OF TECHNICAL BIDS ........................................................................................................... 40
3.2. OPENING AND EVALUATION OF FINANCIAL BIDS ..................................................................................... 41
3.3. SELECTION OF BIDDER ............................................................................................................................. 42
3.4. CONTACTS DURING BID EVALUATION ...................................................................................................... 42
3.5. CORRESPONDENCE WITH BIDDER ............................................................................................................. 42
4. FRAUD AND CORRUPT PRACTICES ............................................................................................ 44
5. PRE-BID CONFERENCE .................................................................................................................. 46
6. MISCELLANEOUS ............................................................................................................................ 47
7. APPENDIX IA - LETTER COMPRISING THE TECHNICAL BID ............................................... 48
8. APPENDIX – IB - LETTER COMPRISING THE FINANCIAL BID .............................................. 52
9. ANNEX-I - DETAILS OF BIDDER ................................................................................................... 54
10. ANNEX-II - TECHNICAL CAPACITY OF THE BIDDER ......................................................... 56
Page 2 of 267
11. ANNEX-III - FINANCIAL CAPACITY OF THE BIDDER ......................................................... 57
12. ANNEX-IV - DETAILS OF ELIGIBLE PROJECTS .................................................................... 59
13. ANNEX-VI - INFORMATION REQUIRED TO EVALUATE THE BID CAPACITY ............... 61
14. ANNEXURE VII - GUIDELINES OF THE DEPARTMENT OF DISINVESTMENT ................ 64
15. ANNEXURE –VIII JOINT BIDDING AGREEMENT ................................................................. 66
16. APPENDIX – II - BANK GUARANTEE FOR BID SECURITY .................................................. 73
17. APPENDIX - III - FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF BID ............. 76
18. APPENDIX – IV POWER OF ATTORNEY FOR LEAD MEMBER OF CONSORTIUM .................................. 78
19. CONDITIONS OF CONTRACT ................................................................................................... 81
20. CONTRACT DATA ....................................................................................................................... 98
21. LIST OF TECHNICAL PERSONNEL FOR THE KEY POSITIONS ....................................... 102
22. DRAWINGS ................................................................................................................................. 104
23. COMPENSATION FOR DELAY ................................................................................................ 106
24. LIST OF EQUIPMENT FOR QUALITY CONTROL LAB ....................................................... 107
25. BANK GUARANTEE FORM FOR MOBILIZATION AND CONSTRUCTION
MACHINERY ADVANCE ....................................................................................................................... 110
26. BANK GUARANTEE FORM FOR SECURED ADVANCE ...................................................... 111
27. PHYSICAL COMPLETION CERTIFICATE ............................................................................. 114
28. FINAL COMPLETION CERTIFICATE .................................................................................... 115
29. UNDERTAKING FOR NOT DEBARRED .................................................................................. 118
30. CONDITIONS OF CONTRACT ................................................................................................. 119
31. BILL OF QUANTITIES (BOQ) ................................................................................................... 132
32. AGREEMENT FORM ................................................................................................................. 133
33. FORM OF BANK GUARANTEE ................................................................................................ 134
34. SCOPE OF WORK....................................................................................................................... 139
35. SPECIFICATIONS....................................................................................................................... 145
CIVIL WORKS .................................................................................................................................................. 145
TECHNICAL SPECIFICATIONS OF ELECTRICAL POWER AND LIGHTING: ......................................... 147
FIRE FIGHTING SPECIFICATIONS ............................................................................................................... 177
ICT COMPONENTS .......................................................................................................................................... 197
CCTV SYSTEM – SURVEILLANCE MANAGEMENT SYSTEM ................................................................. 199
TECHNICAL SPECIFICATIONS PLUMBING WORK ................................................................................... 213
36. PROCEDURE UNDER E-BIDDING ........................................................................................... 258
37. LIST OF APPROVED BRANDS ............................................................................................ 262
Page 3 of 267
Letters to Bidders
Dear Madam/Sir,
1. The Ujjain Smart City Limited (USCL) represented by its Executive Director (hereinafter
called “the Authority”) is involved in execution of planning and implementationof
various smart city projects in the city of Ujjainunder the Smart City Mission of
Government of India. The programme involves enormous level of development work to
be carried out across Ujjain city.
3. The Executive Director, USCL now invites bids from eligible contractors for the
following project under National competitive bidding:
Ujjain, - Development Rs. 97.72 Eighteen (18) months Thirty Six (36)
Madhya and Crore including rainy season. months
Pradesh Construction
of Mahakal
Rudrasagar
Integrated
Development
Area
(MRIDA)
under
PHASE-1
Page 4 of 267
5. The complete Bid document can be viewed / downloaded from official portal of USCL
https://ujjainsmartcity.com/en/and/or e-procurement portal of Madhya Pradesh e-
procurement portal https://www.mpeproc.gov.in/as per schedule in NIT. Bid must be
submitted online only at https://www.mpeproc.gov.in/on or before Bid Due Date. Bids
received online shall be opened as per separately published NIT.
6. Bid through any other mode shall not be entertained. However, the bidder is requested to
submit the physical (original copy). In case the bidder has submitted the physical copy
and online submission on the eProcurement portal not done, those bids shall not be
considered and shall be rejected by the Authority. In case of any variation noticed
between the documents submitted/ uploaded on e-procurement portal and documents
submitted in physical form, the online document submitted shall prevail and
final.However, Bid Security in form of Bank Guarantee, Power of Attorney, Joint
Bidding Agreement etc.(if applicable)as mentioned in this RFP, shall be submitted
physically in ‘ORIGINAL’ by the Bidder on or before due dates as per NIT, the scanned
copy of these documents shall be uploaded on the e-procurement portal. The Bidder has
to upload a signed scanned copy of the entire RFP document confirming its acceptance of
terms and conditions of the bidding conditions through e-procurement portal.All the
rules, procedures, notifications etc. as applicable to the Government of Madhya Pradesh
(GoMP) or institutions under it, upto the Bid Due Date or the date of contract signing as
the case may be shall apply to this Bid and conditions herein including scope of works,
quality, safety, environmental norms etc. and the terms and conditions stated as part of
this Bid shall stand modified/amended to that extend, as acceptable to the Authority at its
discretion.
7. UjjainSmart City Limited reserves the right to accept or reject all or any of the Bid(s)
without assigning any reason whatsoever.
8. A Bidder will be selected under “Least Cost Method of Selection (L1)” and as per
procedures described in this RFP.
9. The RFP includes the following documents:
Notice Inviting Bid;
Instructions to E-Procurement;
Instructions to Bidders,
Scope of Work including technical details, specifications, design and drawings for
bidding purpose, standards, applicable laws, service level parameters etc. (Scope of
Work);
Draft Contract;
Page 5 of 267
Addendum/Corrigendum/Reply to Queries/Clarifications issued for the purposes of
this RFP.
Executive Director
UJJAINSMART CITY LIMITED
Room No 16, Mela Office, Kothi Road,
Ujjain, Pin Code 456010
Madhya Pradesh
e-mail: ujjainsmartcity@gmail.com
Website: https://ujjainsmartcity.com/en/
Yours sincerely,
Executive Director
Authorised Signatory
Ujjain Smart City Limited
Page 6 of 267
DISCLAIMER
The information contained in this Request for Proposal document (the “RFP”) or
subsequently provided to Bidder(s), whether verbally or in documentary or any other form
by or on behalf of the Authority or any of its employees or advisors, is provided to Bidder(s)
on the terms and conditions set out in this RFP and such other terms and conditions subject
to which such information is provided.
This RFP is not an Agreement and is neither an offer nor invitation by the Authority to the
prospective Bidders or any other person. The purpose of this RFP is to provide interested
parties with information that may be useful to them in making their financial offers
(“Bid(s)”) pursuant to this RFP. This RFP includes statements, which reflect various
assumptions and assessments arrived at by the Authority in relation to the Project. Such
assumptions, assessments and statements do not purport to contain all the information that
each Bidder may require. This RFP may not be appropriate for all persons, and it is not
possible for the Authority, its employees or advisors to consider the investment objectives,
financial situation and particular needs of each party who reads or uses this RFP. The
assumptions, assessments, statements and information contained in the Bidding Documents, ,
may not be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct
its own investigations and analysis and should check the accuracy, adequacy, correctness,
reliability and completeness of the assumptions, assessments, statements and information
contained in this RFP and obtain independent advice from appropriate sources.
Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of
which may depend upon interpretation of law. The information given is not intended to be an
exhaustive account of statutory requirements and should not be regarded as a complete or
authoritative statement of law. The Authority accepts no responsibility for the accuracy or
otherwise for any interpretation or opinion on law expressed herein.
The Authority, its employees and advisors make no representation or warranty and shall have
no liability to any person, including any Applicant or Bidder under any law, statute, rules or
regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss,
damages, cost or expense which may arise from or be incurred or suffered on account of
anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness,
completeness or reliability of the RFP and any assessment, assumption, statement or
information contained therein or deemed to form part of this RFP or arising in any way for
participation in this BID Stage.
The Authority also accepts no liability of any nature whether resulting from negligence or
otherwise howsoever caused arising from reliance of any Bidder upon the statements
contained in this RFP. The Authority may in its absolute discretion, but without being under
any obligation to do so, update, amend or supplement the information, assessment or
assumptions contained in this RFP.
Page 7 of 267
The issue of this RFP does not imply that the Authority is bound to select a Bidder or to
appoint the Selected Bidder JV or Contractor, as the case may be, for the Project and the
Authority reserves the right to reject all or any of the Bidders or Bids without assigning any
reason whatsoever.
The Bidder shall bear all its costs associated with or relating to the preparation and
submission of its Bid including but not limited to preparation, copying, postage, delivery
fees, expenses associated with any demonstrations or presentations which may be required
by the Authority or any other costs incurred in connection with or relating to its Bid. All such
costs and expenses will remain with the Bidder and the Authority shall not be liable in any
manner whatsoever for the same or for any other costs or other expenses incurred by a
Bidder in preparation or submission of the Bid, regardless of the conduct or outcome of the
Bidding Process.
Page 8 of 267
1. INTRODUCTION
1.1. Background
1.1.1. UjjainSmart City Limited represented by its Executive Director (the “Authority”) is
involved in execution of planning and implementation of various smart city projects in
the city of Ujjainunder the Smart City Mission of Government of India. The programme
involves enormous level of development work to becarried out across Ujjain city.
1.1.2. As part of this endeavour, the Authority has decided to undertake“Development and
Construction of Mahakal Rudrasagar Integrated Development Area (MRIDA)
under PHASE-1” on percentage rate Contract to be completed within a period of 18
(eighteen)months for construction including the rainy seasonfrom the Contract
Commencement Date(the “Project”)and has decided to carry out the bidding process for
selection of a bidder to whom the Project may be awarded. A brief description of the
project is mentioned later in thisRFP. Brief particulars of the Project are as follows:
Table 2: Project Description
Ujjain, Development Rs. 97.72 Eighteen (18) months Thirty Six (36)
Madhya and Crore including rainy season. months
Pradesh Construction
of Mahakal
Rudrasagar
Integrated
Development
Area
(MRIDA)
under
PHASE-1
Page 9 of 267
1.1.3. The "Bidder", which expression shall, unless repugnant to the context who is either a
company incorporated under the Companies Act, 1956/2013 or a partnership firm or a
proprietorship firm or group of entities (the “Consortium”) under applicable laws of
India. The Selected Bidder (the “Contractor”), shall be responsible for Development and
construction of the Project including Defects Liability Periodand in accordance with the
provisions of thecontract (the “Contract” or “Agreement” or “Contract Agreement”)
to be entered into between the Contractor and the Authority in the form provided by the
Authority as part of the Bidding Documents pursuant hereto.
1.1.4. The scope of work shall broadly include Development and construction of Project as
specified in the Scope of Work etc.
1.1.5. The estimated cost of the Project has been specified in the clause1.1.2above. The
assessment of actual costs, however, will have to be made by the Bidders.
1.1.6. The Agreement sets forth the detailed terms and conditions for award of the project to the
Contractor, including the scope of the Contractor’s services and obligations.
1.1.7. The statements and explanations contained in this RFP are intended to provide a better
understanding to the Bidders about the subject matter of this RFP and should not be
construed or interpreted as limiting in any way or manner the scope of services and
obligations of the Contractor set forth in the Agreement or the Authority’s rights to
amend, alter, change, supplement or clarify the scope of work, the work to be awarded
pursuant to this RFP or the terms thereof or herein contained. Consequently, any
omissions, conflicts or contradictions in the Bidding Documents including this RFP are
to be noted, interpreted and applied appropriately to give effect to this intent, and no
claims on that account shall be entertained by the Authority.
1.1.8. The Authority shall receive Bids pursuant to this RFP in accordance with the terms set
forth in this RFP and other documents to be provided by the Authority pursuant to this
RFP (collectively the "Bidding Documents"), and all Bids shall be prepared and
submitted in accordance with such terms on or before the Bid due date specified in
clause1.3for submission of Bids (the “Bid Due Date”).
1.2. Brief description of Bidding Process
1.2.1. The Authority has adopted a single stage two-part system (referred to as the
"BiddingProcess") for selection of the Bidder for award of the Project. Under this
process, the Bid shall be invited under two parts. Eligibility and qualification of the
bidder will be first examined based on the details submitted under first part
(“TechnicalBid”) with respect to eligibility and qualifications criteria prescribed in this
RFP.The Financial Bid under the second part shall be opened of only those Bidders
whose Technical Bids are responsive to eligibility and qualifications requirements as per
this RFP.
Page 10 of 267
1.2.2. GOI has issued guidelines (ReferAnnexure VII - Guidelines of the Department of
Disinvestmentof APPENDIX IA - LETTER COMPRISING THE TECHNICAL BIDof
RFP) for qualification of bidders seeking to acquire stakes in any public sector enterprise
through the process of disinvestment. These guidelines shall apply mutatis mutandis to
this Bidding Process. The Authority shall be entitled to disqualify any Bidder in
accordance with the aforesaid guidelines at any stage of the Bidding Process. Bidders
must satisfy themselves that they are qualified to bid and should give an undertaking to
this effect in the form at APPENDIX IA - LETTER COMPRISING THE TECHNICAL
BIDenclosed for the Bidders.
1.2.3. The concept design/drawings/plans etc. prepared by the Authority (the "ProjectConcept
Documents") is also enclosed. Subject to the provisions of the clause2.1.3, the aforesaid
documents and any addenda issued subsequent to this RFP Document, will be deemed to
form part of the Bidding Documents.
1.2.4. A Bidder is required to submit, along with its Bid, a Bid Security of an amount equal to
INR. 48.86 lakhs(Indian Rupees Forty Eight Lakhs Eighty Six thousand only) (the "Bid
Security"), the validity period shall be as per clause 2.1.7 of Instructions to
bidders(ITB).The Bid shall be summarily rejected if it is not accompanied by the Bid
Security.
1.2.5. Bidders are advised to examine the Project in greater detail, and to carry out, at their cost,
such studies as may be required for submitting their respective Bids for award of the
contract including implementation of the Project.
1.2.6. Bids will be evaluated for the Project on the basis of the lowest cost required by a Bidder
for implementing the Project (the "Bid Price"). The total time allowed for completion of
construction under the Contract (the "Completion Period") and the period during which
the Contractor shall be liable for maintenance and rectification of any defect or
deficiency in the Project after completion of the Construction Period (the "Defect
Liability Period") shall be pre-determined and are specified in the draft Contract
forming part of the Bidding Documents.
In this RFP, the term “Lowest Bidder” shall mean the bidder who is quoting the lowest
BidPrice.
1.2.7. Generally, the Lowest Bidder shall be the Selected Bidder.
(a) In case the lowest tendered amount (estimated cost + amount worked on the basis
of percentage above/below) of two or more Bidders is same, such lowest
Biddersmay be asked, at discretion of the Authority, to submit sealed revised offer;
in the form of letter mentioning percentage above/below on estimated cost of
tender including all sub sections/sub heads as the case may be; but the revised
percentage quoted above/below on tendered cost or on each sub section/sub head
should not be higher than the percentage quoted already, as the case may be, at the
time of submission of tender. The lowest tender shall be decided on the basis of
revised offers.
Page 11 of 267
(b) If the revised tendered amount (worked out on the basis of quoted rate of individual
items) of two or more Bidders received in revised offer is again found to be equal,
then the lowest Bid, among such contractors, shall be decided by draw of lots in the
presence of Engineer-in-chief of the Authority. and the lowest contractors those
have quoted equal amount of their Bids.
(c) In case of any such lowest Bidder in his revised offer quotes rate of any item more
than their respective original rate quoted already at the time of submission of
tender, then such revised offer shall be treated invalid. Such case of revised offer of
the lowest Bidder or case of refusal to submit revised offer by the lowest Bidder
shall be treated as withdrawal of his tender before acceptance and 50% of his Bid
Security shall be forfeited.
(d) In case all the lowest Bidders those have same tendered amount (as a result of their
quotation), refuse to submit revised offers, then Bids are to be recalled after
forfeiting 50% of Bid Security of each lowest Bidders.
(e) Bidder, whose Bid Security is forfeited because of non-submission of revised offer
or quoting higher revised rate(s) of any item(s) than their respective original rate
quoted already at the time of submission of his Bid shall not be allowed to
participate in the retendering process of the work and will be debarred from
tendering in Smart City Projects in M.P.
(f) In case such Lowest Bidder withdraws or is not selected for whatsoever reason, the
Authority shall annul the Bidding Process and invite fresh Bids.
1.2.8. Other details of the process to be followed under this bidding process and the terms
thereof are spelt out in this RFP.
1.2.9. Any queries or request for additional information concerning this RFP shall be submitted
by e-mail to the officer designated in clause 2.11.4below with identification/ title of this
RFP.
1.3. Schedule of Bidding Process
The Authority shall endeavour to adhere to the schedule as specified in the NIT.
However, the Authority reserves the right to modify the Bidding Schedule at its
discretion.
Page 12 of 267
2. INSTRUCTIONS TO BIDDERS
2.1. General Terms of Bidding
2.1.1. No Bidder shall submit more than one Bid for the Project. A Bidder bidding individually
shall not be entitled to submit another Bid either individually or in association with other
bidder as the case may be.
2.1.2. A Bidder bidding individually or group of entities (the “Consortium”) shall ensure that
Power of Attorney is apostille by appropriate authority and requirement of relevant stamp
act is duly fulfilled.
2.1.3. The Project Concept Documentis being provided only as a preliminary reference
document by way of assistance to the Bidders who are expected to carry out their own
surveys, investigations and other detailed examination of the Project before submitting
their Bids. Nothing contained in the Project Concept Document shall be binding on the
Authority nor confer any right on the Bidders, and the Authority shall have no liability
whatsoever in relation to or arising out of any or all contents of the Project Concept.
2.1.4. Notwithstanding anything to the contrary contained in this RFP, the detailed terms
specified in the draft Agreement shall have overriding effect; provided, however, that any
conditions or obligations imposed on the Bidder hereunder shall continue to have effect
in addition to its obligations under the Agreement.
2.1.5. The BID shall be furnished in the format exactly as per Appendix-I i.e. Technical Bid as
per APPENDIX IA - LETTER COMPRISING THE TECHNICAL BIDand Financial
Bid as per APPENDIX – IB - Letter Comprising the Financial Bid.Bid amount shall be
indicated clearly in both figures and words, in Indian Rupees in prescribed format of
Financial Bid and it will be signed by the Bidder’s authorised signatory. In the event of
any difference between figures and words, the amount indicated in words shall be taken
into account.
2.1.6. The Bidder shall deposit a Bid Security for an amount as per clause 1.2.4 above in
accordance with the provisions of this RFP. The Bidder has to provide the Bid Security
in the form of a Bank Guarantee acceptable to the Authority, as per format at
APPENDIX – II- Bank Guarantee for BID Security.
2.1.7. The validity period of the Bank Guarantee shall not be less than 180(Onehundred and
eighty) days from the Bid Due Date, inclusive of a claim period of 60 (Sixty) days and
may be extended as may be mutually agreed between the Authority and the Bidder from
time to time. The Bid shall be summarily rejected if it is not accompanied by the Bid
Security. The Bid Security shall be refundable notearlier than 150 (one hundred and fifty)
days from the Bid Due Date except in the case of the Selected Bidder whose Bid Security
shall be retained till it has provided a Performance Security under the Agreement.
Page 13 of 267
2.1.8. The Bidder should submit a Power of Attorney (POA)∕ POA in Favour of lead Bidder (in
case of the “consortium”)as per the format at APPENDIX- III - Format for Power of
Attorney for Signing of BID, authorising the signatory of the Bid to commit on behalf of
the Bidder.
2.1.9. Any condition or qualification or any other stipulation contained in the Bid shall render
the Bid liable to rejection as a non-responsive Bid.
2.1.10. The Bid and all communications in relation to or concerning the Bidding Documents
and the Bid shall be in English language.
2.1.11. The documents including this RFP and all attached documents, provided by the
Authority are and shall remain or become the property of the Authority and are
transmitted to the Bidders solely for the purpose of preparation and the submission of a
Bid in accordance herewith. Bidders are to treat all information as strictly confidential
and shall not use it for any purpose other than for preparation and submission of their
Bid. The provisions of this clause 2.1.11shall also apply mutatis mutandis to Bids and all
other documents submitted by the Bidders, and the Authority will not return to the
Bidders any Bid, document or any information provided along therewith.
2.1.12. This RFP is not transferable.
2.1.13. Any award of Project pursuant to this RFP shall be subject to the terms of Bidding
Documents and also fulfilling the criterion as mentioned in clause2.2.
2.1.14. Joint Venture of maximum 3 (three) entities areallowed for the purpose of this
Bid.
2.1.15. The following provisions shall apply to the Bid:
(a) Where, on the date of the Bid, not less than 50% (fifty percent) of the aggregate
issued, subscribed and paid up equity share capital in a Bidder is held by persons
resident outside India or where a Bidder or its Member is controlled by persons
resident outside India; or
(b) if at any subsequent stage after the Bid due date, there is an acquisition of not less
than 50% (fifty percent) of the aggregate issued, subscribed and paid up equity
share capital or control, by persons resident outside India, in or of the Bidder;
then the Eligibility of such Bidder shall be subject to approval of the Authority from
national security and public interest perspective. The decision of the Authority in this
behalf shall be final and conclusive and binding on the Bidder.
The holding or acquisition of equity or control, as above, shall include direct or indirect
holding/ acquisition, including by transfer, of the direct or indirect legal or beneficial
ownership or control, by persons acting for themselves or in concert and in determining
such holding or acquisition, the Authority shall be guided by the principles, precedents
and definitions contained in the Securities and Exchange Board of India (Substantial
Acquisition of Shares and Takeovers) Regulations, 1997, or any substitute or other
Page 14 of 267
applicable law, rules, regulations, order etc. as applicable thereof, as in force on the date
of such acquisition.
The Biddershall promptly inform the Authority of any change in the shareholding,
failure to do so shall render the Bidder liable for disqualification from the Bidding
Process. The Authority, may its discretion, allow the Change in Control or
acquisition/merger/amalgamation/reconstruction as applicable to the Bidder or any
Member or Members of the Joint Venture during the Bidding Process or thereafter upon
selection as the Selected Bidder. For this purpose, the Change in Control shall mean:
“Change in Control” shall mean one or more of the followings:
(a) In relation to the Bidder or Contractor
(i) a transfer of the direct and/or indirect legal or beneficial ownership of any
shares, or securities convertible into shares, that causes the aggregate holding
in the Bidder or the Contractor, to decline below fifty per cent (50%) of the
total Equity thereof; or
(ii) all acquisitions of Equity by an acquirer, either by himself or with any
person acting in concert, directly or indirectly, including by transfer of the
direct or indirect legal or beneficial ownership or control of any Equity, in
aggregate of not less than fifteen per cent (15%) of the total Equity of the
Bidder or the Contractor; or
(iii) acquisition of any control directly or indirectly of the Board of Directors of
the Bidder or Contractor by any person either by himself or together with
any person or persons acting in concert with him.
(b) The Bidder or the Contractor shall immediately notify the Authority of any
proposed Change in Control (or, in the case of a Change In Control due to the
transfer of shares or securities in a publicly listed company, as soon as it becomes
aware of that Change in Control or proposed Change in Control and is permitted
by the laws applicable to that publicly listed company to disclose that information
to the Authority) in the Bidder or the Contractor and shall provide the Authority
with details of:
(i) the identity of each proposed acquirer /entities seeking control;
(ii) the address of the aforesaid acquirer / entities;
(iii) the extent and nature of the proposed change in control; and
(iv) any other information necessary for the Authority to determine whether to
consent, or not to consent, to the Change in Control in the Bidder or the
Contractor.
(c) The Authority shall not unreasonably withhold its consent to such Change in
Control of the Bidder or the Contractor, unless the Authority is of the reasonable
opinion that:
(i) the proposed acquirer /entities seeking control of the Bidder or the
Contractor or Supporting Entity following the change in control:
Page 15 of 267
is not solvent or reputable;
has an interest which conflicts in a material way with the interests of
Authority or is involved in a business or activities which are
incompatible with, or inappropriate in relation to the Project; or
does not have the same or greater financial and technical capacity than
the entity it is replacing or from which it is taking control;
(ii) the proposed change is against the national security and / or public interest;
or
(iii) the proposed change shall impact adversely on the ability of the Bidder or
the Contractor to perform its obligations under this RFP or the Contract.
(d) The Bidder or the Contractor shall not undertake or permit any Change in
Control, except with the prior approval of the Authority. Notwithstanding
anything to the contrary contained in this RFP or the Contract, the Bidder or the
Contractor agrees and acknowledges that the decision of the Authority in respect
of Change of Control as being final, conclusive and binding on the Bidder or the
Contractor, and undertakes that in the event of the Bidder or the Contractor
becoming ineligible to execute the Project, the Authority reserves its rights to
reject the Bid of the Bidder or execute the remaining works at the risk and cost of
the Contractor as the case may be.In case of such Change in Control occurs after
providing Performance Security but before signing of the Contract or after
signing of the Contract but before execution of any work by the Contractor, the
Authority reserves its right to terminate the Contract considering the event as
breach of the Contract and invoke the Performance Security, provided the
Change in Control is not allowed by the Authority. The Authority shall
endeavour to convey its decision thereon expeditiously.
It is also agreed that the Authority shall not be liable in any manner on account of
grant or otherwise of such approval and that such approval or denial thereof shall
not in any manner absolve the Bidder or the Contractor from any liability or
obligation under this RFP or the Contract.
For the purposes of this Article
(i) the expression "acquirer", "control" and "person acting in concert" shall have
the meaning ascribed thereto in the Securities and Exchange Board of India
(Substantial Acquisition of Shares and Takeover) Regulations, 1997 or any
statutory re-enactment thereof or other applicable regulation, laws, rules,
orders as in force as on the date of acquisition of Equity, or the control of the
Board of Directors, as the case may be, of the Bidder or the Contractor;
(ii) the indirect transfer or control of legal or beneficial ownership of Equity
shall mean transfer of the direct or indirect beneficial ownership or control of
any firm or company or companies whether in India or abroad which results
in the acquirer acquiring control over the shares or voting rights of shares of
the Bidder or the Contractor; and
(iii) power to appoint, whether by contract or by virtue of control or acquisition
of shares of any firm, company holding directly or through one or more
Page 16 of 267
companies (whether situate in India or abroad) the Equity of the the Bidder
or the Contractor, not less than half of the directors on the Board of Directors
of the Bidder or the Contractor or of any firm or company, directly or
indirectly whether situate in India or abroad, having ultimate control of not
less than fifteen per cent (15%) of the Equity of the Bidder or the Contractor
shall constitute acquisition of control, directly or indirectly, of the Board of
Directors of the Bidder or the Contractor.
2.1.16. Notwithstanding anything to the contrary contained herein, in the event that the Bid
Due Date falls within three months of the closing of the latest financial year of a Bidder,
it shall ignore such financial year for the purposes of its Bid and furnish all its
information and certification with reference to the 5 (five) years or 1 (one) year, as the
case may be, preceding its latest financial year. For the avoidance of doubt, financial
year shall, for the purposes of a Bid hereunder, mean the accounting year as per Indian
laws.
2.1.17. Any entity which has been barred by the Ministry of Urban Administration and
Development Department of Government of Madhya Pradesh or its
agencies/departments/companies/autonomous bodies/authorities or Government of India
or its agencies/departments/authorities/companies/autonomous bodies for similar works
or other works which bars it from further participating in any government works, and the
bar subsists as on the date of Bid, would not be eligible to submit the Bid.
2.1.18. The Bidder should, in the last 2 (two) years, have neither failed to perform for similar
works, as evidenced by imposition of a penalty by an arbitral or judicial authority or a
judicial pronouncement or arbitration award against the Bidder including individual or
any of its Joint Venture Member, as the case may be, nor has been expelled or
terminated by Ministry of Urban Administration and Development Department of
Government of Madhya Pradesh or its agencies/departments/companies/autonomous
bodies/authorities for breach by such Bidder including individual or any of its Joint
Venture Member.
(a) The Bidder including may provide details of all their on-going projects along with
updated stage of litigation, if so, against the Authority / Government.
(b) The Bidder including may also provide details of updated on-going process of
blacklisting if so, under any contract with Authority / Government.
(c) The Authority reserves the right to reject an otherwise eligible Bidder on the basis of
the information provided under thisClause2.1.18. The decision of the Authority in
this regard shall be final.
2.2. Eligibility and Qualification Requirements of Bidder
2.2.1. For determining the eligibility of Bidder, the following shall apply:
(a) The Bidder shall be a single entity to implement the Project. A bidder cannot be
member of another Bidder. The term Bidder used herein would apply to both a
single entity.
Page 17 of 267
(b) A Bidder shall not have a conflict of interest (the "Conflict of Interest") that
affects the Bidding Process. Any Bidder found to have a Conflict of Interest shall
be disqualified and liable for forfeiture of the Bid Security or Performance
Security as the case may be. A Bidder shall be deemed to have a Conflict of
Interest affecting the Bidding Process, if:
(i) the Bidder, its Joint Venture Member (or any constituent thereof) and any
other Bidder, its Member or any Member of its Joint Venture thereof (or
any constituent thereof) have common controlling shareholders or other
ownership interest; provided that this disqualification shall not apply in
cases where the direct or indirect shareholding of a Bidder, or its Joint
Venture Member thereof (or any shareholder thereof having a shareholding
of more than 5% (five percent) of the paid up and subscribed share capital
of such Bidder, or its Joint Venture Member, as the case may be), in the
other Bidder, its Joint Venture Member is less than 5% (five percent) of the
subscribed and paid up equity share capital thereof; provided further that
this disqualification shall not apply to any ownership by a bank, insurance
company, pension fund or a public financial institution referred to in
section 4A of the Companies Act, 1956 or in concordance with relevant
section of the Companies Act, 2013. For the purposes of this
Clause2.2.1(b), indirect shareholding held through one or more
intermediate persons shall be computed as follows: (aa) where any
intermediary is controlled by a person through management control or
otherwise, the entire shareholding held by such controlled intermediary in
any other person (the "SubjectPerson") shall be taken into account for
computing the shareholding of such controlling person in the Subject
Person; and (bb) subject always to sub-clause (aa) above, where a person
does not exercise control over an intermediary, which has shareholding in
the Subject Person, the computation of indirect shareholding of such person
in the Subject Person shall be undertaken on a proportionate basis;
provided, however, that no such shareholding shall be reckoned under this
sub-clause (bb) if the shareholding of such person in the intermediary is
less than 26% of the subscribed and paid up equity shareholding of such
intermediary; or
(ii) a constituent of such Bidder is also a constituent of another; or
(iii) such Bidder, or any of its Joint Venture Member thereof receives or has
received any direct or indirect subsidy, grant, concessional loan or
subordinated debt from any other Bidder, or any of its Joint Venture
Member thereof or has provided any such subsidy, grant, concessional loan
or subordinated debt to any other Bidder, its Member or any of its Joint
Venture Member thereof; or
Page 18 of 267
(iv) such Bidder has the same legal representative for purposes of
thisApplication as any other Bidder; or
(v) such Bidder, or any of its Joint Venture Member thereof has a relationship
with another Bidder, or any of its Joint Venture Member thereof, directly or
through common third party/ parties, that puts either or both of them in a
position to have access to each other’s' information about, or to influence
the Application of either or each other; or
(vi) such Bidder, or any of its Joint Venture Member thereof has participated as
a consultant to the Authority in the preparation of any documents, design or
technical specifications of the Project.
Explanation:
In case a Bidder is a Consortium, then the term Bidder as used in this Clause, shall
include each Member of such Consortium.
(c) A Bidder shall be liable for disqualification and forfeiture of Bid Security, if any
legal, financial or technical adviser of the Authority in relation to the Project is
engaged by the Bidder, its Member or any Associate thereof, as the case may be,
in any manner for matters related to or incidental to such Project during the
Bidding Process or subsequent to the (i) issue of the LOA or (ii) execution of the
Agreement. In the event any such adviser is engaged by the selected Bidder or
Contractor, as the case may be, after issue of the LOA or execution of the
Agreement for matters related or incidental to the project, then notwithstanding
anything to the contrary contained herein or in the LOA or the Agreement and
without Prejudice to any other right or remedy or the Authority, including the
forfeiture and appropriation of the BID Security or Performance Security, as the
case may be, which the Authority may have there under or otherwise, the LOA or
the Agreement, as the case may be, shall be liable to be terminated without the
Authority being liable in any manner whatsoever to the Selected Bidder or
Contractor for the same. For the avoidance or doubt, this disqualification shall
not apply where such adviser was engaged by the Bidder, its Member or
Associate in the past but its assignment expired or was terminated 6 (six) months
prior to the date of issue of this RFP. Nor will this disqualification apply where
such adviser is engaged after a period of 3 (three) years from the date of
commercial operation of the Project.
Page 19 of 267
2.2.2. Qualification Requirements of Bidders:
(a) Bid Capacity
Bidders who interalia meet the minimum qualification criteria will be qualified
only if their available Bid capacity is more than the total Bid value (value as per
Clause1.1.2). The available Bid capacity will be calculated as per following,
based on information mentioned ANNEX-VI - Information required to evaluate
the Bid Capacity:
Assessed Available BID capacity = (A*N*1.5 – B), Where
A = Maximum value of civil engineering works in respect of projects executed in
any one year during the last 5 (five) financial years (10% weightage per year
shall be given to bring the value of work executed at present price level as
indicated in table below under note) taking into account the completed as well as
works in progress. The projects include turnkey project/ Item or Percentage rate
contract/PPP/ construction works.
B = Value (updated to the price level of the year indicated in table below under
note) of existing commitmentsas per Annex-V, works for which LOA issued and
on-going works to be completed during the period of completion of the works for
which BID is invited.
Note: The Statement showing the value of all existing commitments, works for which LOA
issued and ongoing works as well as the stipulated period of completion remaining for each
of the works listed should be countersigned by the Client or its Engineer-in-charge not below
the rank of Executive Engineer or equivalent in respect of projects or Concessionaire /
Authorised Signatory of SPV in respect of BOT Projects and verified by Statutory Auditor.
The factor for the year for updation to the price level is indicated as under. The Bidder, as
part of Technical Bid shall submit its own calculation of Bid Capacity based on documents
for eligible projects submitted:
Table 3: Bid Capacity Updation Factor
Year Year-1 Year-2 Year-3 Year-4 Year-5
FY FY FY FY 2014-15 FY 2013-
2017- 2016- 2015-16 14
18 17
Up-dation factor 1.00 1.10 1.21 1.33 1.46
Page 20 of 267
(b) Technical Capacity
(i) For demonstrating technical capacity and experience (the “Technical
Capacity”), the Bidder shall, over the last5 (five) financial years preceding
the Bid Due Date, the Bidder should have completed Similar
Works/Eligible Projects/Eligible Experience as mentioned below.
The bidder should have experience of having successfully executed and
completed the followingSimilar nature of works1:
a) Three works of similar nature each cost not less than amount equal to 6.70%,
of the estimated amount of the contract during last 5 financial years.
And
b) Three works of similar nature each costing not less than amount equal to
8.35%, of the Estimated amount of the contract during last 5 financial year.
And
c) Three works of similar nature each costing not less than amount equal to
4.95%, of the Estimated amount of the contract during last 5 financial year.
OR
a) Two works of similar nature each costing not less than amount equal to
10.05%, of the probable amount of the contract during last 5 financial year.
And
b) Two works of similar nature each costing not less than amount equal to
12.55%, of the probable amount of the contract during last 5 financial year.
And
c) Two works of similar nature each costing not less than amount equal to
7.40%, of the probable amount of the contract during last 5 financial year.
OR
(a) One works of similar nature each costing not less than amount equal to
16.75 %, of the probable amount of the contract during last 5 financial year.
1
For Similar nature of works for works mentioned under serial No. a,b and c refer Note of clause 2.2.2(b)
Page 21 of 267
And
(b) One works of similar nature each costing not less than amount equal to
20.85%, of the probable amount of the contract during last 5 financial year.
And
(c) One works of similar nature each costing not less than amount equal to
12.40%, of the probable amount of the contract during last 5 financial year.
Note:
1. Certificate duly signed by the employer shall be enclosed for the
actual quantity executed in any one year during the last 5 financial
years.
2. Similar Works/Eligible Projects/Eligible
Experiencemeans:Construction of for:
(a) Works of building and∕or
roads and landscape (Soft and Hard scape) and∕or
development and beautification of Urban road corridor and∕or
development of smart roads[smart roads includes
construction∕ redevelopment of road including pathways∕ cycle
tracks, under grounding utilities(ducting, UGD∕ Storm water
system∕ ducting(electrical∕OFC),landscaping (hard and soft
scape elements)]
(b) Works of Sculpture on stone (Sand stone/Granite Stone)like
Statues and Art works in stone and various other mediums on
walls/ pillars/building/temple facades in temple Architecture
(c) Electrical Works includes street lighting& underground
ducting(electrical HT/LT) or installation of service station
and∕or
underground ducting(electricalHT/LT)&installation of service
station and∕or
laying of underground of electrical cables (HT∕LT&
installation of service station), and∕or
installation of lights in parks&laying of HT∕LT or installation
of service station.(minimum size of one park should not be less
than three (03) acre in one work order, only those worksshall
Page 22 of 267
be considered, if more than one park of above area in one work
order, it shall be considered as one work.)
OR
The integrated nature (any combination of the above[works
mentioned under (a, b, c)] of works mentioned above.
Page 23 of 267
(c) Financial Capacity
(i) The Bidder2 shall have a positive Net Worth of at the close of the last
financial year i.e. FY 2017-18.The Bidder shall also submit details of its
net cash accrual for the last 5 financial years. The net cash accrual should
be positive.
(ii) The Bidder shall have a minimum Average Annual Construction Turnover
of not less than 50% of the estimated cost of Contract during the last 5
financial years. The last 5 (five) financial years for the purpose of this RFP
shall be FY 2017-18, FY 2016-17,FY 2015-16, FY 2014-15 and FY 2013-
14.
(iii) Liquid assets and /or availability of credit facilities3 of no less than
INR27.36 Crore(Indian Rupees twenty Seven Crore Thirty Six Lakhs)
[Credit lines/ letter of credit/ certificates from banks for meeting the fund
requirement etc.].
(d) Eligible Experience/Eligible Projects for Consideration of Experience:
(i) For a project to qualify as an Eligible Project in case of PPP Projects:
A. It should have been undertaken as a PPP project on BOT, BOLT,
BOO, BOOT or other similar basis for providing its output or
services to a public-sector entity or for providing non-discriminatory
access to users in pursuance of its charter, concession or contract, as
the case may be.
B. the entity claiming experience should have held, in the company
owning the Eligible Project, a minimum of 26% (twenty-six per cent)
equity during the entire year for which Eligible Experience is being
claimed; and
C. the entity claiming experience shall, during the last 5 (five) financial
years, have itself undertaken the construction of the project for
Eligible Projects, excluding any part of the project for which any
contractor, sub-contractor or other agent was appointed for the
purposes of construction.
(ii) For a project to qualify as an Eligible Project under other than PPP
Projects:
A. the Bidder should have received payments from its client(s) for
construction works executed on BOT, Turnkey or Item Rate Contract
fully or partially, or work executed and certified by the Engineer-in-
2
In case of Consortium the combined capacity of the bidders shall be considered. In case of Consortium, the net
worth of all the bidders shall be positive.
3
The availability of credit facilities (Credit lines/ letterof credit/certificatesfrombanks) shall be unconditional. The
Conditional availability of credit facilities shall not be accepted.
Page 24 of 267
charge/Independent Engineer/Authority's Engineer during the last5
(five) financial years, and only the amounts (gross) actually received/
work executed, during such 5 (five) financial years shall qualify for
purposes of the Technical Capacity. For the avoidance of doubt,
construction works shall not include supply of goods or equipment
except when such goods or equipment form part of a turn-key
construction contract / EPC contract / Item Rate contract/ Percentage
Rate contract for the project. Further, the cost of land and also cost
towards pre-construction activities (like shifting of utilities etc.) shall
not be included hereunder.
B. The Bidder shall quote experience in respect of a particular Eligible
Project under any one category only, even though the Bidder (either
individually or along with a member of the Joint Venture) may have
played multiple roles in the cited project. Double counting for a
particular Eligible Project shall not be permitted in any form.
(e) Submission in Support of Technical Capacity
(i) The Bidder should furnish the details of Eligible Experience for the last 5 (five)
financial years.
(ii) The Bidder must provide the necessary information relating to Technical
Capacity as per format at ANNEX-II - Technical Capacity of the Bidderof
APPENDIX IA - LETTER COMPRISING THE TECHNICAL BID.
(iii) The Bidder should furnish the required Project-specific information and evidence
in support of its claim of Technical Capacity, as per format at ANNEX-IV -
Details of Eligible ProjectsofAPPENDIX IA - LETTER COMPRISING THE
TECHNICAL BID.
(f) Submission in Support of Financial capacity
(i) The Technical Bid must be accompanied by the Audited Financial Statements of
the last 5 (five) financial years.;
(ii) Certificate(s) from its statutory auditors including/attaching unconsolidated
balance sheet in support of the certificate for proving the net-worth criteria as
detailed in clause 2.2.2(c)(i);
(iii) The Bidder must provide details as per format at ANNEX-III - Financial Capacity
of the Bidderof APPENDIX IA - LETTER COMPRISING THE TECHNICAL BID.
(g) The Bidder shall enclose with its Technical Bid, to be submitted as per the format at
APPENDIX IA - LETTER COMPRISING THE TECHNICAL BID, complete with its
Annexes, the following:
Page 25 of 267
A. Certificate(s) from its statutory auditors4or the concerned client(s) stating the
payments received or in case of a PPP project, the construction carried out by
itself, during the past5 (five) financial years, in respect of the Eligible Projects. In
case a particular job/ contract has been jointly executed by the Bidder (as part of
a Joint Venture), it should further support its claim for the payments received or
construction carried out by itself in PPP Projects or as applicable, the share in
work done for that particular job/ contract by producing a certificate from its
statutory auditor or the client; and
B. Certificate(s) from its statutory auditors specifying the net worth of the Bidder, as
at the close of the last financial year (FY 2017-18), and also specifying that the
methodology adopted for calculating such net worth conforms to the provisions
of this clause2.2.2 (i) (ii). For the purposes of this RFP, net worth (the "Net
Worth") shall mean the aggregate value of the paid-up share capital and all
reserves created out of the profits and securities premium account, after
deducting the aggregate value of the accumulated losses, deferred expenditure
and miscellaneous expenditure not written off, as per the audited balance sheet,
but does not include reserves created out of revaluation of assets, write-back of
depreciation and amalgamation.
2.3. Proprietary data
All documents and other information supplied by the Authority or submitted by a
Bidder to the Authority shall remain or become the property of the Authority. Bidders
are to treat all information as strictly confidential and shall not use it for any purpose
other than for preparation and submission of their Bid. The Authority will not return
any Bid, or any information provided along therewith.
2.4. Cost of Bidding
The Bidders shall be responsible for all of the costs associated with the preparation of
their Bids and their participation in the Bidding Process.The Authority will not be
responsible or in any way liable for such costs, regardless of the conduct or outcome of
the Bidding Process.
4
Even if in case duly certified audited annual financial statements containing explicitly the requisite details are
provided, a separate certification by statutory auditors would be necessary in respect of clause 2.2.2. In
jurisdictions that do not have statutory auditors, the firm of auditors which audits the annual accounts of the
Bidder may provide the certificates required under thisRFP.
Page 26 of 267
2.5. Site visit and verification of information
2.5.1. Bidders are encouraged to submit their respective Bids after visiting the Project site
and ascertaining for themselves the site conditions, traffic, location, surroundings,
climate, availability of power, water & other utilities for construction, access to site,
handling and storage of materials, weather data, applicable laws and regulations, and
any other matter considered relevant by them. Bidders are advised to visit the site and
familiarise themselves with the Project with in the stipulated time of submission of the
Bid. No extension of time is likely to be considered for submission of Bids.
2.5.2. It shall be deemed that by submitting a Bid, the Bidder has:
(a) made a complete and careful examination of the Bidding Documents, Schedules
annexed to Contract Document;
(b) received all relevant information requested from the Authority;
(c) accepted the risk of inadequacy, error or mistake in the information provided in
the Bidding Documents or furnished by or on behalf of the Authority relating to
any of the matters referred to in clause 2.5.1above. No claim shall be admissible
at any stage on this account.
(d) satisfied itself about all matters, things and information including matters
referred to in clause2.5.1hereinabove necessary and required for submitting an
informed Bid, execution of the Project in accordance withthe Bidding Documents
and performance of all of its obligations thereunder;
(e) acknowledged and agreed that inadequacy, lack of completeness or
incorrectness of information provided in the Bidding Documents or ignorance
of any of the matters referred to in clause 2.5.1hereinabove shall not be a basis
for any claim for compensation, damages, extension of time for performance of
its obligations, loss of profits etc. from the Authority, or a ground for
termination of the Agreement by the Contractor;
(f) acknowledged that it does not have a Conflict of Interest; and
(g) agreed to be bound by the undertakings provided by it under and in terms hereof.
Page 27 of 267
2.5.3. The Authority shall not be liable for any omission, mistake or error in respect of any of
the above or on account of any matter or thing arising out of or concerning or relating
to RFP, including any error or mistake therein or in any information or data given by
the Authority.
2.6. Verification and Disqualification
2.6.1. The Authority reserves the right to verify all statements, information and documents
submitted by the Bidder in response to the RFP and the Bidder shall, when so required
by the Authority, make available all such information, evidence and documents as may
be necessary for such verification. Any such verification, or lack of such verification,
by the Authority shall not relieve the Bidder of its obligations or liabilities hereunder
nor will it affect any rights of the Authority thereunder.
2.6.2. The Authority reserves the right to reject any Bid and appropriate the Bid Security if:
(a) at any time, a material misrepresentation is made or uncovered, or
(b) the Bidder does not provide, within the time specified by the Authority, the
supplemental information/ document(s)/confirmation(s) sought by the Authority
for evaluation of the Bid.
Such misrepresentation/ improper response shall lead to the disqualification of the
Bidder. If such disqualification/rejection occurs after the Bids have been opened and
the lowest Bidder gets disqualified / rejected, then the Authority reserves the right to
annul the Bidding Process and invites fresh Bids.
2.6.3. In case it is found during the evaluation or at any time before signing of the
Agreement or after its execution and during the period of defect liability, subsistence
thereof, that one or more of the eligibility and /or qualification requirements have not
been met by the Bidder, or the Bidder has made material misrepresentation or has
given any materially incorrect or false information, the Bidder shall be disqualified
forthwith if not yet appointed as the contractor either by issue of the LOA or entering
into of the Contract, and if the Selected Bidder has already been issued the LOA or has
entered into the Contract, as the case may be, the same shall, notwithstanding anything
to the contrary contained therein or in this RFP, be liable to be terminated, by a
communication in writing by the Authority to the Selected Bidder or the Contractor, as
the case may be, without the Authority being liable in any manner whatsoever to the
Selected Bidder or the Contractor. In such an event, the Authority shall be entitled to
forfeit and appropriate the Bid Security or Performance Security, as the case may be, as
Damages, without prejudice to any other right or remedy that may be available to the
Authority under the Bidding Documents and / or the Contract, or otherwise.
2.7. Contents of the RFP
2.7.1. This RFP comprises the Disclaimer set forth hereinabove, the contents as listed below,
and will additionally include any Addenda issued in accordance with clause 2.9.
Volume –I
Page 28 of 267
Instruction to Bidders (ITB)
Section 1. Introduction
Section 2. Instructions to Bidders Section
Section 3. Evaluation of BIDs
Section 4. Fraud and Corrupt Practices
Section 5. Pre-BID Conference
Section 6. Miscellaneous
Appendices
Letter comprising the Technical Bid including Annexure I to VII
Letter comprising the Financial Bid
Bank Guarantee for Bid Security
Bank Guarantee for Performance Security/Additional Performance Security
Power of Attorney for signing of Bid
Volume –II
Draft Contract
Volume –III
Scope of Work and Project Concept Documents
Page 29 of 267
2.8. Clarifications
2.8.1. Bidders requiring any clarification on the RFP may notify the Authority in writing by
e-mail in accordance with clause 1.2.9. They should send in their queries
on or before the date mentioned in the Schedule of Bidding Process specified in clause
1.3. The Authority shall endeavour to respond to the queries within the period specified
therein, but no later than 15 (fifteen) days prior to the Bid Due Date. The responses
will be uploaded on the e-Procurement portal only. The Authority will reply all the
queries without identifying the source of queries.
2.8.2. The Authority shall endeavour to respond to the questions raised or clarifications
sought by the Bidders. However, the Authority reserves the right not to respond to any
question or provide any clarification, in its sole discretion, and nothing in this clause
shall be taken or read as compelling or requiring the Authority to respond to any
question or to provide any clarification.
2.8.3. The Authority may also on its own motion, if deemed necessary, issue interpretations
& clarifications to all Bidders. All clarifications and interpretations issued by the
Authority shall be deemed to be part of the Bidding Documents and shall be uploaded
on the e-procurement portal. Verbal clarifications and information given by Authority
or its employees or representatives shall not in any way or manner be binding on the
Authority.
2.9. Amendment of RFP
2.9.1. At any time prior to the Bid Due Date, the Authority may, for any reason, whether at
its own initiative or in response to clarifications requested by a Bidder, modify the RFP
by the issuance of Addenda.
2.9.2. Any Addendum issued hereunder will be hosted on the USCL's website
(www.mpeproc.gov.in) and USCL's e-Tendering Portal (www.mpeproc.gov.in) only.
2.9.3. In order to afford the Bidders a reasonable time for taking an Addendum into account,
or for any other reason, the Authority may, in its sole discretion, extend the Bid Due
Date5.
5While extending the Bid Due Date on account of an addendum, the Authority shall have due regard for the time
required by Bidders to address the amendments specified therein. In the case of significant amendments, 15
(fifteen) days’ time may be provided between the date of amendment and the Bid Due Date, and in the case of
minor amendments, 7 (seven) days’ time may be provided at the discretion of the Authority.
Page 30 of 267
PREPARATION AND SUBMISSION OF BIDS
Page 31 of 267
(j) In thePercentage Rate Tender, Contractor must ensure to quote single percentage
rate in attached financial bid format. Quote should be in percentage higher or below
on the SOR Rates the same is to be quoted in the form of decimal only.
In addition to this, while selecting any of the cells a warning appears that if any cell
is left blank the same shall be treated as “0”. Therefore, if any cell is left blank and
no rate is quoted by the Bidder, rate of such item shall be treated as “0” (ZERO).
i. Financial Bid format is uploaded in Excel Format
in www.mpeproc.gov.in At the time of financial bidding, bidder is
requested to download the file, and update the same.
ii. Price bidBidders are requested to check final figure in all the totals of all
sheets. USCL is not responsible for errors in the financial bid document.
iii. Bidders are required to upload the updated financial bid in the prescribed
excel format in the www.mpeproc.gov.in the time of final financial bid
submission.
Page 32 of 267
2.11.3. The documents listed at clause2.11.2shall be placed in an envelope, which shall be
sealed6. The envelope shall clearly bear the identification "Bid for the (Name of the
Project)" and shall clearly indicate the name and address of the Bidder. In addition, the
Bid Due Date should be indicated on the right hand top corner of the envelope.
2.11.4. The envelope7carrying original documents as required under this Bid shall be
addressed to the following official and shall be submitted at the respective address
through courier/post/in person submission. The queries as mentioned in the clause
1.2.9 shall be sent at the email id as mentioned below but shall be addressed to the
Authority as mentioned herein below:
(a) ATTN. OF: Executive Director
DESIGNATION
Address: Ujjain Smart City Limited
Room No 16, Mela Office, Kothi Road,
Ujjain, Pin Code – 456010,
Madhya Pradesh
Landline: 0734 - 2525856
E-mail: ujjainsmartcity@gmail.com
2.11.5. If the envelope is not sealed and marked as instructed above, the Authority assumes
no responsibility for the misplacement or premature opening of the contents of the BID
submitted and consequent losses, if any, suffered by the Bidder.
2.11.6. Bids submitted by fax, telex, telegram or e-mail shall not be entertained and shall be
summarily rejected.
2.12. Bid Due Date
Technical and Financial Bid comprising of the documents listed at clause 2.11.1of the
RFP shall be submitted online through e-procurement portal as per schedule in the
NIT. Documents listed at clause 2.11.2of the RFP shall be physically submitted on or
before due date as per NIT at the address provided in clause 2.11.4in the manner and
form as detailed in this RFP. A receipt thereof should be obtained from the person
specified at clause2.11.4 in case of submission in person, in case of courier / postal
delivery, acknowledgement receipt provided shall be considered as proof of
submission.
2.13. Late Bids
E-procurement portal https://www.mpeproc.gov.inshall not allow submission of any
Bid after the prescribed date and time at clause2.12. Physical receipt of documents
6
Sealed means((wherever written in this RFP) - For Online submission- digitally sealed and for physically
submission means physically sealed.
7
Envelop (wherever written in this RFP) means- For online submission- digital envelop and For physical
submission means paper cover envelop
Page 33 of 267
listed at clause2.11.2of the RFP after the prescribed date and time at clause2.12shall
not be considered and the Bid shall be summarily rejected.
2.14. Procedure for e-tendering
2.14.1. Accessing/ Purchasing of BID documents
(a) It is mandatory for all the Bidders to have class-III Digital Signature Certificate
(DSC)in the name of Authorized Signatory of the Bidder from any of the
licensed Certifying Agency (Bidders can Referthe list of licensed CAs from the
link www.cca.gov.in) to participate in e-tendering of USCL.
The Authorized Signatory holding Power of Attorney (POA) or the person
executing/delegating such POA shall only be the Digital Signatory otherwise, the
Bid shall be considered non–responsive.
It should be in corporate capacity (that is in Bidder capacity / in case of JV in the
Lead Member capacity, as applicable). The Bidder shall submit document in
support of the class III DSC.
(b) To participate in the bidding, it is mandatory for the Bidders to get registered their
firm / Joint Venture with e-procurement portal https://www.mpeproc.gov.into have
user ID & password. Following may kindly be noted:
(i) Registration with e-procurement portal of USCL should be valid at least up
to the date of submission of Bid.
(ii) Bids can be submitted only during the validity of registration.
(c) If the firm / Joint Venture is already registered with e-procurement service
provider of USCL, and validity of registration is not expired, the firm / Joint
Venture is not required to do a fresh registration.
(d) The complete Bid document can be viewed / downloaded by the Bidder from e-
procurement portal https://www.mpeproc.gov.inor official portal of USCL as per
schedule in NIT.
2.14.2. Preparation & Submission of Bids
(a) The Bidder may submit its Bid online following the instruction appearing on the
screen. The guidelines for e-procurement is also available on e-procurement
portal of USCL.
(b) The documents listed at clause2.11.1shall be prepared and scanned in different
file format as per requirements of e-procurement portal and uploaded during the
on-line submission of Bid.
(c) Bid must be submitted online only through e-procurement portal
https://www.mpeproc.gov.inusing the digital signature of authorised
representative of the Bidder on or before due date.
Page 34 of 267
2.14.3. Modifications/ Substitution/ withdrawal of Bids
(a) The Bidder may modify, substitute or withdraw its Bid after submission up-to the
Bid Due Date. No Bid can be modified, substituted or withdrawn by the Bidder
after the Bid Due Date & Time.
(b) For modification of Bid, Bidder has to detach its old Bid from e-procurement
portal and upload / resubmit digitally signed modified Bid. It may specifically be
noted that after withdrawal of a Bid for any reason, Bidder cannot re-submit its
Bid again.
2.15. Online Opening of Bids
2.15.1. Opening of Bids will be done through online process.
2.15.2. The USCL shall on-line open Technical Bids on scheduled date as per NIT, in the
presence of the authorized representatives of the Bidders, who choose to attend.
Technical Bid of only those bidders shall be online opened whose documents listed at
clause2.11.2of the RFP. The USCLwill subsequently examine and evaluate the Bids in
accordance with the provisions of Section 3 of RFP.The Financial Bids shall be opened
of such Bidders only on the scheduled date and time as per NIT, who have passed the
technical criteria or eligibility criteria as mentioned in the clause2.2.2. In case of
scheduled date turns out to be a non-working date for USCL, Technical Bids or
Financial Bids shall be opened on next working day.
2.16. Rejection of Bids
2.16.1. Notwithstanding anythingcontained in this RFP, the Authority reserves the right to
reject any Bid and to annul the Bidding Process and reject all Bids at any time without
any liability or any obligation for such acceptance, rejection or annulment, and
withoutassigning any reasons thereof. In the event that, the Authority rejects or annuls
all the Bids, it may, in its discretion, invite all eligible Bidders to submit fresh Bids
hereunder.
2.16.2. The Authority reserves the right not to proceed with the Bidding Process at any time,
without notice or liability, and to reject any Bid without assigning any reasons.
2.17. Validity of Bids
The Bids shall be valid for a period of not less than 120 (one hundred and twenty) days
from the Bid Due Date. The validity of Bids may be extended by mutual consent of the
respective Bidders and the Authority.
2.18. Confidentiality
Information relating to the examination, clarification, evaluation and recommendation
for the Bidders shall not be disclosed to any person who is not officially concerned
with the process or is not a retained professional advisor advising the Authority in
relation to, or matters arising out of, or concerning the Bidding Process. The Authority
will treat all information, submitted as part of the Bid, in confidence and will require
Page 35 of 267
all those who have access to such material to treat the same in confidence. The
Authority may not divulge any such information unless it is directed to do so by any
statutory entity that has the power under law to require its disclosure or is to enforce or
assert any right or privilege of the statutory entity and/ or the Authority or as may
be required by law or in connection with any legal process.
2.19. Correspondence with the Bidder
Save and except as provided in this RFP, the Authority shall not entertain any
correspondence with any Bidder in relation to acceptance or rejection of any Bid.
However, the Authority, at its discretion,may display the result of technical evaluation
on its website for 7 (seven) days including reasons for non- responsiveness, if any, and
the Financial Bid will be opened thereafter.
Page 36 of 267
2.20. Bid Security and Performance Security
2.20.1. The Bidder shall furnish as part of its Bid, a Bid Security referred to in clauses 2.1.6
and 2.1.7hereinabove in the form of a bank guarantee issued by nationalised bank,
or a Scheduled Bank in India having a net worth of at least INR. 1,000 crore (Indian
Rupees one thousand crore), in favour of the Authority in the format at APPENDIX –
II- Bank Guarantee for BID Security(the "Bank Guarantee") and having a validity
period of not less than 180 (one hundred eighty) days from the Bid Due Date, inclusive
of a claim period of 60 (sixty) days, and may be extended as may be mutually agreed
between the Authority and the Bidder from time to time. In case the Bank
Guarantee is issued by a foreign bank outside India, confirmation of the same by any
nationalised bank in India is required. For the avoidance of doubt, Scheduled Bank
shall mean a bank as defined under Section 2(e) of the Reserve Bank of India Act,
1934.
2.20.2. Any Bid not accompanied by the Bid Security shall be summarily rejected by the
Authority as non-responsive.
2.20.3. The Selected Bidder's Bid Security will be returned, without any interest, upon the
Bidder signing the Contract and furnishing the Performance Security in accordance with
the provisions thereof.
2.20.4. The Authority shall be entitled to forfeit and appropriate the BidSecurity as Damages
inter alia in any of the events specified in clause2.20.5herein below. The Bidder, by
submitting its Bid pursuant to this RFP, shall be deemed to have acknowledged and
confirmed that the Authority will suffer loss and damage on account of withdrawal of its
Bid or for any other default bythe Bidder during the BidValidity Period as specified in
this RFP. No relaxation of any kind on Bid Security shall be given to any Bidder.
2.20.5. The Bid Security shall be forfeited and appropriated by the Authority as damages
payable to the Authority for, inter-alia, time cost and effort of the Authority without
prejudice to any other right or remedy that may be available to the Authority under the
RFP and / or under the Contract, or otherwise, under the following conditions:
(a) Deleted
(b) If a Bidder engages in a corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice as specified in clause 4 of ITB ;
(c) If a Bidder withdraws its Bid during the period of Bid Validity as specified in this
RFP and as extended by mutual consent of the respective Bidder(s) and the
Authority;
(d) In the case of Selected Bidder, if it fails within the specified/extended time limit by
Authority;
i. tosign and return the duplicate copy of LOA orIf the Selected Bidder fails to
accept the LoA within the stipulated time period;
ii. to sign the Contract; or
Page 37 of 267
iii. to furnish the Performance Securityand/or Additional Performance Security (if
applicable) within the period prescribed as stipulated in the LOA thereof before
signing of the Contract Agreement; or
iv. If any information or document furnished by the Successful Bidder turns out to
be misleading or untrue in any material respect.
2.20.6. Performance Security
Within prescribed period as mentioned in the LOA,the Successful Bidder shall furnish
to the Authority a Performance Security in accordance with the provisions of the
Agreement and in the format given in this RFP.
The Successful Bidder shall along with the Performance Security(for an amount equal
to the 5% (five percent) of the Final Amount of Contract8) provide to the Authority an
irrevocable and unconditional guarantee from a Bank for a sum equivalent to as
mentioned below (the “Additional Performance Security”), to be modified, mutatis
mutandis, for this purpose as security to the Authority if the Bid Price of the Selected
Bidder is lower by more than 10% with respect to the Estimated Project Cost. In the
case of any Bid where quoted rate appear unrealistic, such Bid will be considered as
unbalanced and; in case the Bidder is unable to provide satisfactory explanation, such a
Bid is liable to be disqualified and rejected. However, the Bidder may be asked;at the
discretion of the Authority onlyto submit the Additional Performance Security
calculated as under:
(a) If the bid price offered by the Successful Bidder is lower than 10% but up-to 20%
of the Estimated Project Cost, then the Additional Performance Security shall be
calculated @20% of the difference in the (a) Estimated Project Cost (as mentioned
in RFP)-10% of the Estimated Project Cost and (b) the Bid Price offered by the
Selected Bidder.
For example. The estimated cost is 100Cr.
Bid price offered by the bidder is 85Cr.
a = (100Cr- 10%of 100Cr) = 90Cr.,
b= 85Cr.
then Additional performance security = 20% of difference a-b= 5Cr.
=5*20%= 1 Cr.
(b) If the bid price offered by the Successful Bidder is lower than 20% of the Estimated
Project Cost, then the Additional Performance Security shall be calculated @30%
of the difference in the (a) Estimated Project Cost (as mentioned in RFP)-10% of
the Estimated Project Cost and (b) the Bid Price offered by the selected Bidder.
(c) The Additional Performance Security shall not be treated as part of Performance
Security.
8
Contract Agreement amount
Page 38 of 267
(d) The validity of the performance security shall be three (03) months beyond the
completion of Defect Liability Period (DLP) ∕ extended DLP (if any).
(e) The validity of the additional performance security shall be 3 months beyond the
actual date of completion of work9including time extension if any approved by
the employer/Authority for the completion of the work except DLP∕ Extended DLP.
9
Actual date of completion of work – As per clause 35 of the GCC.
Page 39 of 267
3. EVALUATION OF TECHNICAL BIDS AND
OPENING & EVALUATION OF FINANCIAL BIDS
3.1. Evaluation of Technical Bids
3.1.1. The Authority shall open the Bids received online and physically(as applicable) as per
schedule in NIT, at the place as specified in NIT; and in the presence of the Bidders10who
choose to attend. In case of day on which Bid is to be opened is non-working day for the
Authority, the Bid opening shall be on next working day. Technical Bid of only those
bidders shall be online opened whose documents listed at clause2.11.2of the RFP have
been received physically. The Authority shall prepare minutes of the Bid opening,
including information disclosed to those present at the time of Bid opening.
3.1.2. Technical Bids of those Bidders who have not submitted their Bid online, shall not be
considered for opening and evaluation.
3.1.3. If any information furnished by the Bidder is found to be incomplete, or contained in
formats other than those specified herein, the Authority may, in its sole discretion,
exclude the relevant information for consideration of eligibility and qualification of the
Bidder.
3.1.4. To facilitate evaluation of Technical Bids, the Authority may, at its sole discretion, seek
clarification(s)/document(s) in writing from any Bidder regarding its Technical Bid.
Such clarification(s) shall be provided within the time specified by the Authority for this
purpose. Any request for clarification(s) and all clarification(s) in response thereto shall
be in writing.
3.1.5. If a Bidder does not provide clarifications sought under clause3.1.4above within the
prescribed time, its Bid may be liable to be rejected. In case the Bid is not rejected, the
Authority may proceed to evaluate the Bid by construing the particulars requiring
clarification to the best of its understanding, and the Bidder shall be barred from
subsequently questioning such interpretation of the Authority.
3.1.6. Tests of responsiveness
(a) As a first step towards evaluation of Technical BIDs, the Authority shall determine
whether each Technical Bid is responsive to the requirements of this RFP. A
Technical Bid shall be considered responsive only if:
i. Technical BID is received online as per the format at APPENDIX IA -
LETTER COMPRISING THE TECHNICAL BIDincluding ANNEX-I - Details
of Bidderto ANNEX-VI - Information required to evaluate the Bid Capacity;
ii. Documents listed at clause2.11.2are received physically;
iii. Technical Bid is accompanied by the Bid Security as specified in clause2.1.6
and 2.1.7;
10
The presence of the bidders is not mandatory.
Page 40 of 267
iv. Technical Bid is accompanied by the Power of Attorney as specified in
clauses 2.1.8;
v. Technical Bid contains all the information (complete in all respects);
vi. Technical Bid does not contain any condition or qualification; and
vii. Payment towards cost of Bid document of as per clause 2.11.1 (f) above
along with applicable GST in favour of “Ujjain Smart City Limited India”
payable at Ujjain and e-procurement portal fees is received; and
viii. Any other submission by the Bidder, which the Authority may determine at
its discretion, as being non-responsive to the RFP terms and conditions.
(b) The Authority reserves the right to reject any Technical Bid which is non-
responsive and no request for alteration, modification, substitution or withdrawal
shall be entertained by the Authority in respect of such Bid.
3.1.7. In the event that a Bidder claims credit for an Eligible Project, and such claim is
determined by the Authority as incorrect or erroneous, the Authority may reject / correct
such claim for the purpose of qualification requirements.
3.1.8. The Authority will get the Bid security verified from the issuing authority and after due
verification, the Authority will evaluate the Technical Bids for their compliance to the
eligibility and qualification requirements pursuant to clause2.2.1 and2.2.2of this RFP.
3.1.9. After evaluation of Technical Bids, the Authority may publish, at its discretion, a list of
Bidders who have passed the technical or eligibility criteria as mentioned in clause
2.2.2(“Technically Qualified Bidders”) whose Financial Bids shall be opened. The
Authority, at its discretion,may notify other Bidders that they have not been technically
qualified. The Authority will not entertain any query or clarification from Bidders who
fail to qualify.
3.2. Opening and Evaluation of Financial Bids
The Authority shall inform the venue and time of online opening of the Financial Bids to the
technically qualified Bidders through e-procurement portal and/or e-mail. The technically
qualified bidders including joint venture partner(s), if any, shall inform the authority through
email in the prescribed format enclosed at ANNEX-VI - Information required to evaluate the Bid
Capacityof APPENDIX IA - LETTER COMPRISING THE TECHNICAL BID, for any change
in their bid capacity, due to award/ declared to be the lowest bidder in any other project as on
bid submission date. In case of no change, ’NIL’ information shall be furnished. If any of the
qualified bidders fails to furnish the above information due to whatsoever reasons on bid
submission date or fails to qualify in Bid Capacity in this changed scenario, his financial bid
shall not be opened. The Authority shall open the online Financial Bids of the remaining
bidders only on schedule date and time in the presence of the authorised representatives of the
Bidders who may choose to attend. The Authority shall publicly announce the Bid Prices
quoted by the Technically Qualified Bidders. Thereafter the Authority shall prepare a record of
opening of Financial Bids.
Page 41 of 267
3.3. Selection of Bidder
3.3.1. Subject to the provisions of clause2.16.1, the Bidder whose Bid is adjudged as responsive
in terms of clause3.1.6 and who is Technically Qualified Bidder and who quotes lowest
price shall be declared as the selected Bidder (the "Selected Bidder").
3.3.2. In the event that the Lowest Bidder is not selected for any reason, the Authority may, at
its discretion, annul the Bidding Process and invite fresh Bids. In the event that, the
Authority rejects or annuls all the Bids, it may, in its discretion, invite all eligible Bidders
to submit fresh Bids hereunder.
3.3.3. After selection, a Letter of Award (the "LOA") shall be issued, in duplicate, by the
Authority to the Selected Bidder and the SelectedBidder shall, within 7(seven) days of
the receipt of the LOA, sign and return the duplicate copy of the LOA in
acknowledgement thereof. In the event the duplicate copy of the LOA duly signed bythe
Selected Bidder is not received by the stipulated date, the Authority may, unless it
consents to extension of time for submission thereof, appropriate the Bid Security of such
Bidder as Damages on account of failure of the Selected Bidder to acknowledge the
LOA.
3.3.4. After acknowledgement of the LOA as aforesaid by the Selected Bidder, it shall cause
the Bidder to execute the Agreement within the period prescribed in LOA or as
separately prescribed by the Authority whichever is earlier. The Selected Bidder shall not
be entitled to seek any deviation, modification or amendment in the Contract except as
agreed by the Authority in the interest of the Project.
3.3.5. The Authority will notify11 other Bidders that their Proposals have not been accepted and
their Bid Security will be returned by the Authority, without any interest, as promptly as
possible as set out in various provisions in this RFP.
3.4. Contacts during Bid Evaluation
Bids shall be deemed to be under consideration immediately after they are opened and until
such time the Authority makes official intimation of award/ rejection to the Bidders. While the
Bids are under consideration, Bidders and/ or their representatives or other interested parties
are advised to refrain, save and except as required under the Bidding Documents, from
contacting by any means, the Authority and/ or their employees/ representatives on matters
related to the Bids under consideration.
3.5. Correspondence with Bidder
Save and except as provided in this RFP, the Authority shall not entertain any correspondence
with any Bidder in relation to the acceptance or rejection of any Bid.
3.6 Any information contained in the Bid shall not in any way be construed as binding on the
Authority, its agents, successors or assigns, but shall be binding against the Bidder if the
Project is subsequently awarded to it on the basis of such information.
11
The Information shall be uploaded on the e-procurement∕ Web-portal of the Authority only.
Page 42 of 267
3.7 The Authority reserves the right not to proceed with the Bidding Process at any time
without notice or liability and to reject any or all Bid(s) without assigning any reasons.
Page 43 of 267
4. FRAUD AND CORRUPT PRACTICES
4.1 The Bidders and their respective officers, employees, agents and advisers shall observe the highest
standard of ethics during the Bidding Process and subsequent to the issue of the LOA and during
the subsistence of the Contract. Notwithstanding anything to the contrary contained herein, or in the
LOA or the Contract, the Authority may reject a Bid, withdraw the LOA, or terminate the Contract,
as the case may be, without being liable in any manner whatsoever to the Bidder, if it determines
that the Bidder, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practice in the Bidding Process. In
such an event, the Authority shall be entitled to forfeit and appropriate the Bid Security or
Performance Security, as the case may be, as Damages, without prejudice to any other right or
remedy that may be available to the Authority under the Bidding Documents and/ or the
Contract, or otherwise.
4.2 Without prejudice to the rights of the Authority under clause0hereinabove and the rights and
remedies which the Authority may have under the LOA or the Contract, or otherwise if a Bidder
or Contractor, as the case may be, is found by the Authority to have directly or indirectly or through
an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice during the Bidding Process, or after the issue of the LOA
or the execution of the Contract, such Bidder shall not be eligible to participate in any tender or
RFP issued by the Authority during a period of 2 (two) years from the date such Bidder, or
Contractor, as the case may be, is found by the Authority to have directly or indirectly or through an
agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practices, as the case may be.
4.3 For the purposes of this Section 4, the following terms shall have the meaning hereinafter
respectively assigned to them:
(a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the actions of any person connected with
the Bidding Process (for avoidance of doubt, offering of employment to or
employing or engaging in any manner whatsoever, directly or indirectly, any official
of the Authority who is or has been associated in any manner, directly or indirectly,
with the Bidding Process or the LOA or has dealt with matters concerning the
Agreement or arising therefrom, before or after the \ execution thereof, at any time
prior to the expiry of one year from the date such official resigns or retires from or
otherwise ceases to be in the service of the Authority, shall be deemed to constitute
influencing the actions of a person connected with the Bidding Process); or (ii) save
and except as permitted under the clause 2.2.1(d) of this RFP, engaging in any
manner whatsoever, whether during the Bidding Process or after the issue of the
LOA or after the execution of the Agreement, as the case may be, any person in
respect of any matter relating to the Project or the LOA or the Contract Agreement,
who at any time has been or is a legal, financial or technical adviser of the Authority
in relation to any matter concerning the Project;
(b) "fraudulent practice" means a misrepresentation or omission of facts or suppression of
facts or disclosure of incomplete facts, in order to influence the Bidding Process;
Page 44 of 267
(c) "coercive practice" means impairing or harming, or threatening to impair or harm,
directly or indirectly, any person or property to influence any person's participation or
action in the Bidding Process;
(d) "undesirable practice" means (i) establishing contact with any person connected with or
employed or engaged by the Authority with the objective of canvassing, lobbying or in
any manner influencing or attempting to influence the Bidding Process; or (ii) having a
Conflict of Interest which includes having a close relative in the Authority; and
(e) "restrictive practice" means forming a cartel or arriving at any understanding or
arrangement among Bidders with the objective ofrestricting or manipulating a full and
fair competition in the Bidding Process.
Page 45 of 267
5. PRE-BID CONFERENCE
5.1 Pre-Bid conference of the Bidders, at the discretion of the Authority, shall be convened at
the designated date, time and place as per NIT. A maximum of two representatives of
prospective Bidders shall be allowed to participate on production of authority letter from
the Bidder.
5.2 During the course of Pre-Bid conference(s), the Bidders will be free to seek clarifications
and make suggestions for consideration of the Authority. The Authority shall endeavour
to provide clarifications and such further information as it may, in its sole discretion,
consider appropriate for facilitating a fair, transparent and competitive Bidding Process.
Page 46 of 267
6. MISCELLANEOUS
6.1 The Bidding Process shall be governed by, and construed in accordance with, the laws of
India and the Courts at Ujjain shall have exclusive jurisdiction over all disputes arising
under, pursuant to and/ or in connection with the Bidding Process.
6.2 The Authority, in its sole discretion and without incurring any obligation or liability,
reserves the right, at any time, to;
a) suspend and/ or cancel the Bidding Process and/ or amend and/ or supplement the
Bidding Process or modify the dates or other terms and conditions relating thereto;
b) consult with any Bidder in order to receive clarification or further information;
c) retain any information and/ or evidence submitted to the Authority by, on behalf of,
and/ or in relation to any Bidder; and/ or
d) independently verify, disqualify, reject and/ or accept any and all submissions or
other information and/ or evidence submitted by or on behalf of any Bidder.
6.3 It shall be deemed that by submitting the Bid, the Bidder agrees and releases the
Authority, its employees, agents and advisers, irrevocably, unconditionally, fully and
finally from any and all liability for claims, losses, damages, costs, expenses or liabilities
in any way related to or arising from the exercise of any rights and/ or performance of
any obligations hereunder, pursuant hereto and/ or in connection with the Bidding
Process and waives, to the fullest extent permitted by applicable laws, any and all rights
and/ or claims it may have in this respect, whether actual or contingent, whether present
or in future.
Page 47 of 267
7. APPENDIX IA - LETTER COMPRISING THE
TECHNICAL BID
Executive Director,
UJJAIN SMART CITY LTD.
Room No 16, Mela Office, Kothi Road,
Ujjain, Pin Code 456010
Madhya Pradesh
Telephone: +07342525856
E-mail: ujjainsmartcity@gmail.com
Subject: Bid for Selection of Bidder for “Development and Construction of Mahakal
Rudrasagar Integrated Development Area (MRIDA) under Phase-1”, on
percentage basis contract including three (03) years DLP, Ujjain inthe State of
Madhya Pradesh
Dear Sir,
With reference to your RFP document dated ______, I/we, having examined the Bidding
Documents and understood their contents, hereby submit my/our Bid for the aforesaid Project.
The Bid is unconditional and unqualified.
2. I/ We acknowledge that the Authority will be relying on the information provided
in the Bid and the documents accompanying the Bid for selection of the
Contractor for the aforesaid Project, and we certify that all information provided in the
Bid and its the Annexure I to VI along with the supporting documents are true and
correct; nothing has been omitted which renders such information misleading; and all
documents accompanying the Bid are true copies of their respective originals.
3. This statement is made for the express purpose of our selection as Contractor for the
construction of the aforesaid Project and maintenance of the Project during the Defect
Liability Period.
4. I/ We shall make available to the Authority any additional information it may find
necessary or require tosupplement or authenticate the Bid.
5. I/ We acknowledge the right of theAuthority to reject our Bid without assigning any
reason or otherwise and hereby waive, to the fullest extent permitted by applicable
law, our right to challenge the same on any account whatsoever.
6. I/ We certify that in the last two years, I/ we as / anyof the JV members have neither
failed to perform for the similar or other works, as evidenced by imposition of a penalty
by an arbitral or judicial authority or a judicial pronouncement or arbitration award
against us, nor been expelled or terminated by any ministry of Government of Madhya
Pradesh or Government of India or its implementing agencies for breach on our part.
Page 48 of 267
7. I/ We declare that:
(a) I/ We have examined and have no reservations to the Bidding Documents,
including any Addendum issued by the Authority; and
(b) I/We do not have any conflict of interest in accordance with clauses 2.2.1(b)and
2.2.1(c)of the RFP document; and
(c) I/We have not directly or indirectly or through an agent engaged or indulged
in any corrupt practice, fraudulent practice, coercive practice, undesirable practice
or restrictive practice, as defined in clause0of the RFP document, in respect of any
tender or request for proposal issued by or any Agreement entered into with the
Authority or any other public sector enterprise or any government, Central or State;
and
(d) I/ We hereby certify that we have taken steps to ensure that in conformity with
the provisions of clause 4 of the Instruction to Bidders (ITB) , no person acting for
us or on our behalf has engaged or will engage in any corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive practice;
and
(e) the undertakings given by us along with the Bid in response to the RFP for
the Project and information mentioned for the evaluation of the Bid Capacity in
ANNEX-VI - Information required to evaluate the Bid Capacitywere true and correct as
on the date of making the Application and are also true and correct as on the BID
Due Date and I/we shall continue to abide by them.
(f) I/We do hereby confirm our documents as per clause 2.6.2.of ITB.
8. I/ We understand that you may cancel the Bidding Process at any time and that
you are neither bound to accept any Bid that you may receive nor to invite the
Bidders to Bid for the Project, without incurring any liability to the Bidders, in
accordance with clause2.16.2of the RFP document.
9. I/We believe that I/ we/our Joint Venture satisfy(s) the Technical / Eligibility Criteria, as
per clause 2.2.2 and meet(s) the requirements as specified in the RFP document.
10. I/ We certify that in regard to matters other than security and integrity of the country, we/
any Member of the Joint Venture or any of our/their Joint venture member have not been
convicted by a Court of Law or indicted or adverse orders passed by a regulatory
authority which could cast a doubt on our ability to undertake the Project or which relates
to a grave offence that outrages the moral sense of the community.
11. I/ We further certify that in regard to matters relating to security and integrity of the
country, I/ we/ any Member of the Joint Venture or any of our/their Joint venture member
have not been charge-sheeted by any agency of the Government or convicted by a Court
of Law.
Page 49 of 267
12. I/ We further certify that no investigation by a regulatory authority is pending either
against us/any member of Joint Venture or against our MD/CEO or any of our directors/
managers/ employees.
13. I/ We further certify that we are not disqualified in terms of the additional criteria
specified by the Department of Disinvestment in their OM No. 6/4/2001-DD-II dated
13.7.01, a copy of which forms part of the RFP at Annexure VII - Guidelines of the
Department of Disinvestment of APPENDIX IA - LETTER COMPRISING THE TECHNICAL
BIDthereof.
14. I/ We undertake that in case due to any change in facts or circumstances during the
Bidding Process, we are attracted by the provisions of disqualification in terms of the
guidelines referred to above, we shall intimate the Authority of the same immediately.
15. I/We further acknowledge and agree that in the event a change in control occurs after
signing of the Contract upto its validity; It would, unless anything to the contrary
contained in the Contract, may be considered a breach thereof by the Authority at its
discretion, and theContract shall be liable to be terminated without the Authority being
liable to us in any manner whatsoever.
16. I/ We hereby irrevocably waive any right or remedy which we may have at any stage at
law or howsoever otherwise arising to challenge or question any decision taken by the
Authority in connection with the selection of the Bidder, or in connection with the
Bidding Process itself, in respect of the above-mentioned Project and the terms and
implementation thereof.
17. In the event of my/ our being declared as the Selected Bidder, I/we agree to enter into a
Contract in accordance with the draft that has been provided to me/us prior to the Bid
Due Date. We agree not to seekany changes in the aforesaid draft and agree to abide by
the same.
18. I/ We have studied all the Bidding Documents carefully and also surveyed the project
area and the components. We understand that except to the extent as expressly set forthin
the Agreement, we shall have no claim, right or title arising out of any documents or
information provided to us by the Authority or in respect of any matter arising out of or
relating to the Bidding Process including the award of Agreement.
19. I/ We offer a Bid Security as per Clause no. 1.2.4 to the Authority in accordance with the
RFP Document.
20. The Bid Security in the form of a Bank Guarantee is attached.
21. The documents accompanying the Technical Bid, as specified in clause2.11.1of the RFP,
have been submitted in separate files.
22. I/ We agree and understand that the Bid is subject to the provisions of the Bidding
Documents. In no case, I/we shall have any claim or right of whatsoever nature if the
Project / Contract is not awarded to me/us or our Bid is not opened or rejected.
Page 50 of 267
23. The Bid Price has been quoted by me/us after taking into consideration
all the terms and conditions stated in the RFP, draft Contract, our own estimates of costs
and after a careful assessment of the site and all own the conditions that may affect the
project cost and implementation of the project.
24. I/ We agree and undertake to abide by all the terms and conditions of the RFP document.
25. {We, the Joint Venture agree and undertake to be jointly and severally liable for all the
obligations of the Contractor under the Contract}.
26. I/ We shall keep this offer valid for 120 (one hundred and twenty) days from the BID
Due Date specified in the RFP.
27. I/ We hereby submit our Bid and offer a Bid Price as indicated in Financial Bid for
undertaking the aforesaid Project in accordance with the Bidding Documents and the
Agreement.
In witness thereof, I/we submit this Bid under and in accordance with the terms of the RFP
document.
Yours faithfully,
Date: (Signature, name and designationofPlace:
Page 51 of 267
8. APPENDIX – IB - Letter Comprising the Financial Bid
(TO BE UPLOADED ONLINE ONLY UNDER FINANCIAL BID)
Dated:
Mr./Ms. __________________,
UJJAIN SMART CITY LTD.
Room No 16, Mela Office, Kothi Road,
Ujjain, Pin Code 456010
Madhya Pradesh
Telephone: 0734-2525856
E-mail: ujjainsmartcity@gmail.com
Subject: Bid for Selection of Bidder for “Development and Construction of Mahakal
Rudrasagar Integrated Development Area (MRIDA) under Phase-1”, on
percentage basis contract including three (03) years DLP, Ujjain in the State of
Madhya Pradesh
Dear Sir,
NAMEOFWORK:_____________________________________________________
(Name of the work as appearing in the bid for the work)
I/We do hereby BID to execution of the above work within the time specified at the rate (In figures)
(In words) percent below
/above or at par based on the Bill of Quantities and item wise rates given therein in all respects and in
accordance with the specifications, designs, drawings and instructions in writing in all respects in
accordance with such conditions so far as applicable.
I/We have visited the site of work and am/are fully aware of all the difficulties and conditions likely to
affect carrying out the work. I/We have fully acquainted myself/ourselves about the conditions in
regard to accessibility of site and quarries/kilns, nature and the extent of ground, working conditions
including stacking of materials, installation of tools and plant conditions effecting accommodation and
movement of labour etc. required for the satisfactory execution of contract.
Should this bid be accepted, I/We hereby agree to abide by and fulfil all the terms and provisions of the
said conditions of contract annexed hereto so far as applicable, or in default thereof to forfeit and pay to
the Executive Director, Ujjain Smart City Limited, Ujjain or his successors in office the sums of money
mentioned in the said conditions.
Note:
Only one rate of percentage above or below or at par based on the Bill of Quantities and item
wise rates given therein shall be quoted.
Percentage shall be quoted in figures as well as in words. If any difference in figures and words is
found lower of the two shall be taken as valid and correct rate. If the bidder is not ready to accept
such valid and correct rate and declines to furnish performance security and sign the agreement
his earnest money deposit shall be forfeited.
Page 52 of 267
In case the percentage “above” or “below” is not given by a bidder, his bid shall be treated as
non-responsive.
All duties, taxes, and other levies excluding GST, payable by the bidder shall be included in the
percentage quoted by the bidder.
Rates quoted by the contractor shall be excluding GST.
GST shall be payable as applicable at the time of billing by the employer.
Signature of Bidder
Name of Bidder
The above bid is hereby accepted by me on behalf of the Executive Director, UJJAIN Smart
City Ltd., Ujjain,datedthe dayof 20__
Yours faithfully,
Date: (Signature, name and designation of the
Place: Authorised Signatory)
Name & seal of Bidder/Lead Member: ..........
Class III DSC ID of Authorised Signatory:
.............
Page 53 of 267
Appendix IA
Annex-I
9. ANNEX-I - Details of Bidder
1.
(a) Name:
(b) Country of incorporation and place of registration:
(c) Address of the corporate headquarters and its branch office(s), if any, in India:
(d) Date of incorporation and/ or commencement of business:
(e) Articles of Association and Memorandum of Association Documents: to be attached.
(f) Principal place of Business:
2. Brief description of the Bidder including details of its main lines of business and
proposed role and responsibilities in this Project:
3. Brief description of the Bidder including details of its main lines of business and
proposed role and responsibilities in this Project:
(a) Name:
(b) Designation:
(c) Company:
(d) Address:
(e) Telephone Number:
(f) E-Mail Address:
(g) Fax Number:
4. Particulars of the Authorised Signatory of the Bidder:
(a) Name:
(b) Designation:
(c) Address:
(d) Phone Number:
(e) Fax Number:
(f) Class III Digital Signature Certificate ID number:
5. The following information shall also be provided w.r.t. clause 2.1.17:
Page 54 of 267
Name of Bidder/ member of Joint Venture:
S. Criteria Yes/No
No.
1. Has the Bidder individually / as a constituent of the
Joint Venture been barred by the any ministry of
Government of Madhya Pradesh, Government of
India or its implementing agencies for the similar or
other works, from participating in bidding.
2 If the answer to (1) is yes, does the bar subsist as on
Bid due date.
Page 55 of 267
Appendix IA
Annex-II
10.ANNEX-II - Technical Capacity of the Bidder
S.No. Particulars Project Details
1 Project Name:
2 Client Details:
Name:
Address:
Contact Address:
3 Project Location
4 Completion Time Line –
including Start Date and End
Date
5 Project Cost
6 Project Description and use
Note:
1. Certificate duly signed by the employer shall be enclosed for the actual quantity
completed in during the last 5 financial years,
2. Completion Certificate must be attached for each eligible project or experience claimed.
In absence of such evidences, eligibility may not be considered at the discretion of the
Authority.
3. Provide details of only those projects that have been undertaken by the Bidder, or as a
Lead member including as members in case of joint venture, under its own name
separately and/ or by a project company for EligibleProjects.
4. Construction shall not include supply of goods or equipment except when such goods or
equipment form part of a turn-key construction contract/ EPC contract / Percentage Rate
/ Item Rate Contract for the project. In no case shall the cost of maintenance and repair,
operation of similar or other works considered for eligibility of bidders and land be
included while computing the Experience Score of an Eligible Project.
Page 56 of 267
Appendix IA
Annex-III
11.ANNEX-III - Financial Capacity of the Bidder
Name of Company∕ Firm∕ Organisation (Sole Bidder):
A.
B.
………………………… ……………………..
…………………………. ……………………..
Signature, name and designation of
Name of the Statutory Auditor’s Authorized Signatory
firm:
Seal of the audit firm: (Signature, For and on behalf of
name and designation and ………………(Name of theBidder)
Membership No. of authorised
signatory)
Instructions:
1. The Bidder shall attach copies of the annual reports including balance sheets, profit and
loss account, cash flow statements and income tax return for last 5 (five) financial years
preceding the Bid Due Date. The audited annual reports and financial statements shall:
Page 57 of 267
(a) reflect the financial situation of the Bidder;
(b) be audited by a statutory auditor;
(c) be complete, including all notes to the financial statements; and
(d) correspond to accounting periods already completed and audited (no statements for
partial periods shall be requested or accepted).
2. Net Cash Accruals shall mean Profit After Tax + Depreciation.
3. Net Worth (the "Net worth") shall mean as in the clause2.2.2(g) of the RFP document.
4. Year 1 will be the latest completed financial year, preceding the financial year of the Bid.
Year 2 shall be the year immediately preceding Year 1 and so on.
5. The Bidder shall also provide the name and address of the Bankers to the Bidder.
6. The Bidder shall provide an Auditor's Certificate specifying the net worth, net cash
accrual, and average construction turnover of the Bidder and also specifying the
methodology adopted for calculating such net worthin accordance with clause 2.2.2(g)of
the RFP document.
7. The financial audited statements in case of registered company shall match with the
statements uploaded on the Register of Companies (ROC) and in case of other than
registered companies shall match with the statements submitted to Government
Organisation such as Income Tax Dept. etc.
8. C. Bidder to give declaration in support of clause 2.2.2(c).
Page 58 of 267
Appendix IA
Annex-IV
12.ANNEX-IV - Details of Eligible Projects
Project Code: Entity: Self/Members:
Item Refer Particulars of the
Instruction Project
Title & nature of the project -
Category 5
Year-wise 6
(a) payments received for construction or work executed
and certified by the Engineer-in-charge/Independent
Engineer/Authority’s Engineer,and/or
(b) revenues appropriated for self-construction under
PPPprojects
Entity for which the project was constructed 7
Location -
Project cost -
Date of commencement of project/ contract -
Date of completion/ commissioning 8
Equity shareholding (with period during which equity 9
was held)
Instructions:
1. Bidders are expected to provide information in respect of each Eligible Projects in this
Annex. Information provided in this section is intended to serve as a backup for
information provided in the Bid. Bidders should also refer to the instructions below.
2. The Project Codes would be a, b, c, d etc.
3. A separate sheet should be filled for each Eligible Project.
4. In case the Eligible Project relates as Members of a JV, write “Member”.
5. Refer to clause2.2.2(d) of the RFP for category type.
6. The total payments received and/or revenues appropriated for self-construction for each
Eligible Project are to be stated as mentioned below. The figures to be provided here
should indicate the break-up for the past 5 (five) financial years. Year 1 refers to the
financial year immediately preceding the Bid Due Date; Year 2 refers to the year before
Year 1, Year 3 refers to the year before Year 2, and so on.
7. In case of projects in PPP categories, particulars such as name, address and contact
details of owner/ Authority/ Agency (i.e. concession grantor, counter party to concession,
etc.) may be provided. In case of projects in other than PPP categories, similar
particulars of the client need to be provided.
8. For PPP Projects, the date of commissioning of the project, upon completion, should be
indicated. In case of non-PPP projects, date of completion of construction should be
Page 59 of 267
indicated. In the case of projects under construction, the likely date of completion or
commissioning, as the case may be, shall be indicated.
9. For PPP projects, the equity shareholding of the Bidder, in the company owning the
Eligible Project, held continuously during the period for which Eligible Experience is
claimed, needs to be given.
10. Experience for any activity relating to an Eligible Project shall not be claimed twice. In
other words, no double counting in respect of the same experience shall be permitted in
any manner whatsoever.
11. It may be noted that in the absence of any detail in the above certificates, the information
would be considered inadequate and could lead to exclusion of the relevant project in
computation of Experience.
12. The statutory auditor of the Bidder should certify this declaration under its seal and
stamp along with the details of the auditor indicating its name, address and registration
no.
Page 60 of 267
Appendix - IA
Annexure-VI
13.ANNEX-VI - Information required to evaluate the Bid
Capacity
To calculate the value of “A”
1. A table containing value of Civil EngineeringWorks in respect toprojects (PPP/ EPC /
Turnkey projects / Item rate contract / Percentage rate contract/ Construction works)
undertaken by the Bidder during the last 5 financial years is as follows:
S. No. Financial Value of Civil Engineering Works undertaken
Year (INR In Crore)
1 2017-18
2 2016-17
3 2015-16
4 2014-15
5 2013-14
2. Maximum value of projects that have been undertaken during the F.Y. ________out of
the last financial 5 years and value thereof is INRCrores
12
(Rupees ) . Further, value updated to the price level of the year indicated in Appendix is
as follows:
Indian Rupees__________Crores x __________(Updation Factor as per Appendix)
=INR. ______Crore
(Rupees _________________________________)
………………………… ……………………..
…………………………. ……………………..
Signature, name and designation of
Name of the Statutory Auditor’s Authorized Signatory
firm:
Seal of the audit firm: (Signature, For and on behalf of
name and designation and ………………(Name of theBidder)
Membership No. of authorised
signatory)
12
Attach proof of document(s)
Page 61 of 267
To calculate the value of “B”
A table containing value of all the existing commitments and on-going works to be completed
during the next 12 (twelve) Months is as follows:
Sl. Name Percentage Date of start Constructi Value of contract Value of Balance Anticipat Balance
No. of of / on period as perAgreement work value of ed date of value of
Projec participati appointe as per /LOAβ13 complete work to completio work at
t/ on d date of Agreemen d be n 2017-18
Work of Bidder project t complete price level
in the /LOA d
project
INR in Crore INR in INR. in INR in Crore
Crore Crore
1 2 3 4 5 6 7 8= (6-7) 9 10(3x 8x #)
The Statement showing the value of all existing commitments, anticipated value of work to be completed
in the period of construction of the project for which Bid is invited and ongoing works as well as the
stipulated period of completion remaining for each of the works mentioned above is verified from the
certificate issued that has been countersigned by the Client or its Engineer-in-charge not below the rank
of Executive Engineer or equivalent in respect of EPC/Turnkey/Item Rate/Percentage Rate Projects or
Concessionaire / Authorised Signatory of SPV in respect of BOT Projects. No awarded / ongoing works
has been left in the aforesaid statement which has been awarded to M/s………………individually / and
other member M/s ……………….. and M/s ………………., as on bid due date of this RFP.
…………………….. ……………………..
…………………….. ……………………..
Signature, name and Signature, name and
designation designation of
of AuthorisedSignatory AuthorisedSignatory
For and on behalf of ………………(Name of the Bidder) For and on behalf of ………………(Name of the Bidder)
Date:
Place:
Appendix - IA
β In case balance period of construction is less than the value of period of construction of the project for which Bid is invited,
then full value of contract as per Agreement/LOA to be mentioned, else, anticipated value of work to be completed in the
period of construction of the project for which Bid is invited is to be mentioned. In the absence of the anticipated value of
work to be completed, the proportionate value shall be considered while evaluating the Assessed Available Bid Capacity.
Page 62 of 267
Annexure-VI A
Format for information to be furnished by Technically Qualified Bidder regarding updated Bid
Capacity as on Bid Submission Date:
1. Name of instant project: -
2. Name of the Technically Responsive Bidder: -
3. Details of lowest/accepted bid price declared in favourof the Technically Qualified
Bidder (either sole or J.V.) in any other project as on Bid Submission Date.
S. Name Details and Lowest bid price Date & time Date of Remarks,
no. of contact nos., as per financial when Financial LOA in case if any
Work bid opening bid wasopened issued
email of Bid
invitingauthority (INR in ___)
1.
2.
I/ We hereby confirm that the information furnished above are latest and true to the best of
my/our knowledge. We/I undertake to bear consequences as per provision of RFP in case of
any above mentioned is found to be incorrect.
Authorised Signatory
.......................................
Name: ............. .....
Place: ........Date: ......
Note: Please enclose separate details for the Joint Venture Partner(s), if any
Page 63 of 267
APPENDIX-IA
Annexure VII
14.Annexure VII - Guidelines of the Department of
Disinvestment
No. 6/4/2001-DD-II
Government of India
Department of Disinvestment
Block 14, CGO Complex
New Delhi.
Dated 13th July, 2001.
OFFICE MEMORANDUM
Sub: Guidelines for qualification of Bidders seeking to acquire stakes in Public Sector
Enterprises through the process of disinvestment
Government has examined the issue of framing comprehensive and transparent guidelines
defining the criteria for bidders interested in PSE-disinvestment so that the parties selected
through competitive bidding could inspire public confidence. Earlier, criteria like net worth,
experience etc. used to be prescribed. Based on experience and in consultation with concerned
departments, Government has decided to prescribe the following additional criteria for the
qualification/ disqualification of the parties seeking to acquire stakes in public sector
enterprises through disinvestment:
(a) In regard to matters other than the security and integrity of the country, any conviction by
a Court of Law or indictment/ adverse order by a regulatory authority that casts a doubt
on the ability of the bidder to manage the public sector unit when it is disinvested, or
which relates to a grave offence would constitute disqualification. Grave offence is
defined to be of such a nature that it outrages the moral sense of the community. The
decision in regard to the nature of the offence would be taken on case to case basis after
considering the facts of the case and relevant legal principles, by the Government of
India.
(b) In regard to matters relating to the security and integrity of the country, any charge-sheet
by an agency of the Government/ conviction by a Court of Law for an offence committed
by the bidding party or by any sister concern of the bidding party would result in
disqualification. The decision in regard to the relationship between the sister concerns
would be taken, based on the relevant facts and after examining whether the two
concerns are substantially controlled by the same person/ persons.
(c) In both (a) and (b), disqualification shall continue for a period that Government deems
appropriate.
(d) Any entity, which is disqualified from participating in the disinvestment process, would
not be allowed to remain associated with it or get associated merely because it has
Page 64 of 267
preferred an appeal against the order based on which it has been disqualified. The mere
pendency of appeal will have no effect on the disqualification.
(e) The disqualification criteria would come into effect immediately and would apply to all
bidders for various disinvestment transactions, which have not been completed as yet.
(f) Before disqualifying a concern, a Show Cause Notice why it should not be disqualified
would be issued to it and it would be given an opportunity to explain its position.
(g) Henceforth, these criteria will be prescribed in the advertisements seeking Expression of
Interest (EOI) from the interested parties. The interested parties would be required to
provide the information on the above criteria, along with their Expressions of Interest
(EOI). The bidders shall be required to provide with their EOI an undertaking to the
effect that no investigation by a regulatory authority is pending against them. In case any
investigation is pending against the concern or its sister concern or against its CEO or
any of its Directors/ Managers/ employees, full details of such investigation including the
name of the investigating agency, the charge/ offence for which the investigation has
been launched, name and designation of persons against whom the investigation has been
launched and other relevant information should be disclosed, to the satisfaction of the
Government. For other criteria also, a similar undertaking shall be obtained along with
EOI.
sd/-
(A.K. Tewari)
Under Secretary to the Government of India
Page 65 of 267
15.ANNEXURE –VIII Joint Bidding Agreement
(To be executed on Stamp paper of appropriate value)
THIS JOINT BIDDING AGREEMENT is entered into on this the ………… day of
………,20....…
AMONGST
1. {………… Limited, a company incorporated under the Companies Act, 1956/2013} and
having its registered office at ………… (hereinafter referred to as the “First Part” which
expression shall, unless repugnant to the context include its successors and permitted assigns)
AND
2. {………… Limited, a company incorporated under the Companies Act, 1956/2013} and
having its registered office at ………… (hereinafter referred to as the “Second Part” which
expression shall, unless repugnant to the context include its successors and permitted assigns)
AND
3. {………… Limited, a company incorporated under the Companies Act, 1956/2013 and having
its registered office at ………… (hereinafter referred to as the “Third Part” which expression
shall, unless repugnant to the context include its successors and permitted assigns)}
The above mentioned parties of the FIRST, SECOND and THIRD PART are collectively
referred to as the “Parties” and each is individually referred to as a “Party”
WHEREAS
(A) [Ujjain Smart City Limited , established under the Company’s Act 1956/2013 represented by
its Executive Director having its principal office at Ujjain, Madhya Pradesh] (hereinafter
referred to as the “Authority” which expression shall, unless repugnant to the context or
meaning thereof, include its administrators, successors and assigns) has invited applications∕
bid∕ Tenders∕ Proposals (the Applications”) by its Request for Proposal No. ………… dated
Page 66 of 267
…………(the “RFP”) (the “Project”) through the Contract.
(B) The Parties are interested in jointly bidding for the Project as members of a Consortium and in
accordance with the terms and conditions of the RFP document and other bid documents in
respect of the Project, and
(C) It is a necessary condition under the RFP document that the members of the Consortium shall
enter into a Joint Bidding Agreement and furnish a copy thereof with the Application.
In this Agreement, the capitalized terms shall, unless the context otherwise requires, have the
meaning ascribed thereto under the RFP.
2. Consortium
2.1 The Parties do hereby irrevocably constitute a consortium (the “Consortium”) for the purposes
of jointly participating in the Bidding Process for the Project.
2.2 The Parties hereby undertake to participate in the Bidding Process only through this
Consortium and not individually and/ or through any other consortium constituted for this
Project, either directly or indirectly or through any of their Associates.
3. Covenants
The Parties hereby undertake that in the event the Consortium is declared the selected Bidder
and awarded the Project, it shall enter into a Contract Agreement with the Authority and for
performing all its obligations as the Contractor in terms of the Contract Agreement for the
Project.
The Parties hereby undertake to perform the roles and responsibilities as described below:
Page 67 of 267
(a) Party of the First Part shall be the Lead member of the Consortium and shall have the power of
attorney from all Parties for conducting all business for and on behalf of the Consortium during
the Bidding Process and until the completion date under the Contract Agreement.;
(b) Party of the Second Part shall be the (Technical Member of the Consortium;)
(c) Party of the Third Part shall be the (Technical Member of the Consortium;)
The Parties do hereby undertake to be jointly and severally responsible for all obligations and
liabilities relating to the Project and in accordance with the terms of the RFP and the and the
Contract Agreement, till such time as the completion of the Project is achieved under in
accordance with the Contract.
6.1 The Parties agree that the proportion of construction in the Contract to be allocated among the
members shall be as follows:
Third Party______-%
Further, the Lead Member shall itself undertake and perform at least 40 % (forty per cent) of
work if the Contract is allocated to the Joint Venture
Each Party represents to the other Parties as of the date of this Agreement that:
Page 68 of 267
(a) Such Party is duly organized, validly existing and in good standing under the laws of its
incorporation and has all requisite power and authority to enter into this Agreement;
(b) The execution, delivery and performance by such Party of this Agreement has been authorised
by all necessary and appropriate corporate or governmental action and a copy of the extract of
the charter documents and board resolution/ power of attorney in favour of the person
executing this Agreement for the delegation of power and authority to execute this Agreement
on behalf of the Consortium Member is annexed to this Agreement, and will not, to the best of
its knowledge:
(ii) violate any Applicable Law presently in effect and having applicability to it;
(iii) violate the memorandum and articles of association, by-laws or other applicable organizational
documents thereof;
(iv) violate any clearance, permit, concession, grant, license or other governmental authorization,
approval, judgment, order or decree or any mortgage agreement, indenture or any other
instrument to which such Party is a party or by which such Party or any of its properties or
assets are bound or that is otherwise applicable to such Party; or
(v) create or impose any liens, mortgages, pledges, claims, security interests, charges or
Encumbrances or obligations to create a lien, charge, pledge, security interest, encumbrances or
mortgage in or on the property of such Party, except for encumbrances that would not,
individually or in the aggregate, have a material adverse effect on the financial condition or
prospects or business of such Party so as to prevent such Party from fulfilling its obligations
under this Agreement;
(c) this Agreement is the legal and binding obligation of such Party, enforceable in accordance
with its terms against it; and
(d) there is no litigation pending or, to the best of such Party’s knowledge, threatened to which it
Page 69 of 267
or any of its Affiliates is a party that presently affects or which would have a material adverse
effect on the financial condition or prospects or business of such Party in the fulfillment of its
obligations under this Agreement.
8. Termination
This Agreement shall be effective from the date hereof and shall continue in full force and
effect until the Financial Close of the Project Completion (the “Defects Liability Period”) is
achieved under and in accordance with the Concession Agreement, in case the Project is
awarded to the Consortium. However, in case the Consortium is either not pre-qualified for the
Project or does not get selected for award of the Project, the Agreement will stand terminated
in case the Applicant is not pre-qualified or upon return of the Bid Security by the Authority to
the Bidder, as the case may be.
9. Miscellaneous
9.2 The Parties acknowledge and accept that this Agreement shall not be amended by the Parties
without the prior written consent of the Authority.
(Signature) (Signature)
(Name) (Name)
(Designation) (Designation)
Page 70 of 267
(Address) (Address)
(Signature)
(Name)
(Designation)
(Address)
1. 2.
Notes:
1. The mode of the execution of the Joint Bidding Agreement should be in accordance with the
procedure, if any, laid down by the Applicable Law and the charter documents of the
executant(s) and when it is so required, the same should be under common seal affixed in
accordance with the required procedure.
2. Each Joint Bidding Agreement should attach a copy of the extract of the charter documents and
documents such as resolution / power of attorney in favour of the person executing this
Page 71 of 267
Agreement for the delegation of power and authority to execute this Agreement on behalf of
the Consortium Member.
3. For a Joint Bidding Agreement executed and issued overseas, the document shall be legalised
by the Indian Embassy and notarized in the jurisdiction where the Power of Attorney has been
executed.
Page 72 of 267
16.APPENDIX – II- Bank Guarantee for BID Security
(On the letter head of the Issuing Branch of the Bank)
Page 73 of 267
Guarantee shall be restricted to an amount not exceeding Rs____________ lakhs (Rupees
_______________lakhs only).
4. This Guarantee shall be irrevocable and remain in full force for a period of 180(One
hundred and eighty) days from the Bid Due Date inclusive of a claim period of 60 (sixty)
days or for such extended period as may be mutually agreed between the Authority and
the Bidder, and agreed to by the Bank, and shall continue to be enforceable till all
amounts under this Guarantee have been paid.
5. We, the Bank, further agree that the Authority shall be the sole judge to decide as
to whether the Bidder is in default of due and faithful fulfilment and compliance
with the terms and conditions contained in the Bidding Documents including,
inter alia, the failure of the Bidder to keep its Bid open during the Bid Validity Period set
forth in the said Bidding Documents, and the decision of the Authority that the Bidder
is in default as aforesaid shall be final and binding on us, notwithstanding any
differences between the Authority and the Bidder or any dispute pending before any
Court, Tribunal, Arbitrator or any other Authority.
6. The Guarantee shall not be affected by any change in the constitution or winding up of
the Bidder or the Bank or any absorption, merger or amalgamation of the Bidder or the
Bank with any other person.
7. In order to give full effect to this Guarantee, the Authority shall be entitled to treat the
Bank as the principal debtor. The Authority shall have the fullest liberty without
affecting in any way the liability of the Bank under this Guarantee from time to time to
vary any of the terms and conditions contained in the said Bidding Documents or to
extend time for submission of the Bids or the Bid Validity Period or the period for
conveying acceptance of Letter of Award by the Bidder or the period for fulfilment and
compliance with all or any of the terms and conditions contained in the said Bidding
Documents by the said Bidder or to postpone for any time and from time to time any
of the powers exercisable by it against the said Bidder and either to enforce or forbear
from enforcing any of the terms and conditions contained in the said Bidding
Documents or the securities available to the Authority, and the Bank shall not be released
from its liability under these presents by any exercise by the Authority of the liberty with
reference to the matters aforesaid or by reason of time being given to the said Bidder or
any other forbearance, act or omission on the part of the Authority or any indulgence by
the Authority to the said Bidder or by any change in the constitution of the Authority or
its absorption, merger or amalgamation with any other person or any other matter or
thing whatsoever which under the law relating to sureties would but for this provision
have the effect of releasing the Bank from its such liability.
8. Any notice by way of request, demand or otherwise hereunder shall be sufficiently given
or made if addressed to the Bank and sent by courier or by registered mail to the Bank at
the address set forth herein.
Page 74 of 267
9. We undertake to make the payment on receipt of your notice of claim on us addressed to
[name of Bank along with branch address] and delivered at our above branch which
shall be deemed to have been duly authorised to receive the said notice of claim.
10. It shall not be necessary for the Authority to proceed against the said Bidder
before proceeding against the Bank and the guarantee herein contained shall be
enforceable against the Bank, notwithstanding any other security which the
Authority may have obtained from the said Bidder or any other person and which
shall, at the time when proceedings are taken against the Bank hereunder, be
outstanding or unrealised.
11. We, the Bank, further undertake not to revoke this Guarantee during its currency
except with the previous express consent of the Authority in writing.
12. The Bank declares that it has power to issue this Guarantee and discharge the
obligations contemplated herein, the undersigned is duly authorised and has full
power to execute this Guarantee for and on behalf of the Bank.
13. For the avoidance of doubt, the Bank's liability under this Guarantee shall be
restricted to Rs. _______ lakhs only (Rupees _____ lakhs only). The Bank shall be liable
to pay the said amount or any part thereof only if the Authority serves a written
claim on the Bank in accordance with paragraph 9 hereof, on or before [*** (indicate
date falling 180days after the Bid Due Date)].
14. This guarantee shall also be operatable at our……………….. Branch at Ujjain, from
whom, confirmation regarding the issue of this guarantee or extension / renewal thereof
shall be made available on demand. In the contingency of this guarantee being invoked
and payment thereunder claimed, the said branch shall accept such invocation letter and
make payment of amounts so demanded under the said invocation.
Signed and Delivered by ………………………. Bank
By the hand of Mr./Ms …………………….., its ………………….. and authorised
official.
(Signature of the Authorised Signatory)
(Official-Seal)
E- Mail id of the bank -
Phone no -
(E-mail id and phone number of the bank are mandatory)
Page 75 of 267
17.APPENDIX- III - Format for Power of Attorney for Signing of BID
Page 76 of 267
(*Notary to specify as applicable) (Signature Name and Address of the Notary)
Seal of the Notary
Registration No. of the Notary
Date:………………
Notes:
The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required, the same should be under common seal affixed in
accordance with the required procedure.
Wherever required, the Bidder should submit for verification the extract of the charter
documents and documents such as a board or shareholders’ resolution/ power of
attorney in favour of the person executing this Power of Attorney for the delegation of
power hereunder on behalf of the Bidder.
Page 77 of 267
18. APPENDIX – III Power of Attorney for Lead Member of Consortium
Whereas the Executive Director (the “Authority”) has invited bids from eligible bidders for the
[enter the name of the project](the “Project”).
Whereas, it is necessary for the Members of the Consortium to designate one of them as the
Lead Member with all necessary power and authority to do for and on behalf of the
Consortium, all acts, deeds and things as may be necessary in connection with the
Consortium’s bid for the Project and its execution.
Page 78 of 267
of the Consortium’s bid for the Project and/ or upon award thereof till the execution of the
work as per Contract Agreement is entered into with the Authority.
AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and
things done or caused to be done by our said Attorney pursuant to and in exercise of the powers
conferred by this Power of Attorney and that all acts, deeds and things done by our said
Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have
been done by us/ Consortium.
For ……………………...
For …………...................
For ………………………
(Executants)
Witnesses:
1.
2.
Notes:
Page 79 of 267
The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required, the same should be under common seal affixed in
accordance with the required procedure.
Also, wherever required, the Bidder should submit for verification the extract of the charter
documents and documents such as a board or shareholders resolution/ power of attorney in
favour of the person executing this Power of Attorney for the delegation of power hereunder
on behalf of the Bidder.
For a Power of Attorney executed and issued overseas, the document will also have to be
legalised by the Indian Embassy and notarised in the jurisdiction where the Power of
Attorney is being issued.
Page 80 of 267
Volume II: Draft Contract
Page 81 of 267
A. General
1. DEFINITIONS
1.1. Deleted
1.2. Deleted
1.3. Completion: means completion of the work as certified by the Engineer-in-Charge, in
accordance with provisions of agreement.
1.4. Contract: means the Contract between the Employer and the Contractor to execute, complete
and/or maintain the work. Agreement is synonym of Contract and carries the same meaning
wherever used.
1.5. Contract Data: means the documents and other information, which comprise of the Contract.
1.6. Contractor: means a person or legal entity whose bid to carry out the work has been accepted
by the Employer.
1.7. Contractor’s bid: means the completed bid document submitted by the Contractor to the
Employer.
1.8. Contract amount: means the amount of contract worked out on the basis of accepted bid.
1.9. Completion of work: means completion of the entire contracted work; Exhaustion of quantity
of any particular item mentioned in the bid document shall not imply completion of work or any
component thereof.
1.10. Day: means the calendar day.
Deliverables: Means the deliverables for completing the contract.
1.11. Defect: means any part of the work not completed in accordance with the specifications
included in the contract.
1.12. Department: means Department of the, State Government viz. Water Resources Department,
Public Works Department, Public Health Engineering Department Rural Engineering Service
and any other organization which adopts this document.
1.13. Drawings: means drawings including calculations and other information provided or approved
by the Engineer-in-Charge.
1.14. Employer: means the Authority as defined in the Contract Data, who employs the Contractor
to carry out the work. The Employer may delegate any or all functions to a person or body
nominated by him for specified functions. The word Employer / Government / Department
wherever used denote the Employer.
1.15. Engineer: means the person named in the Contract Data.
1.16. Engineer in charge: means the person named in the Contract Data.
1.17. Equipment: means the Contractor’s machinery and vehicles brought temporarily to the Site far
execution of work.
1.18. Government: means Government of Madhya Pradesh.
1.19. In Writing: means communicated in written form and delivered against receipt.
Page 82 of 267
1.20. Material: means all supplies, including consumables, used by the Contractor for incorporation
in the work.
1.21. Superintending Engineer: means Superintending Engineer-in-Charge of the Authority
concerned.
1.22. Stipulated period of completion: means the period in which the Contractor is required to
complete the work. The stipulated period is specified in the Contract Data.
1.23. Specification: means the specification of the work included in the Contract and any
modification or addition made or approved by the Engineer-in-Charge.
1.24. Start Date: means the date of signing of Contract for the work.
1.25. Sub-Contractor: means a person or corporate body who has a Contract with the Contractor,
duly authorized to carry out a part of the construction work under the Contract.
1.26. Temporary Work: means work designed, constructed, installed, and removed by the
Contractor that are needed for construction or installation of the work.
1.27. Tender/Bid, Tendered/Bidder: are the synonyms and carry the same meaning where ever
used. -
1,28. Variation: means any change in the work which is instructed or approved as variation under
this contract.
1.29. Work: The expression “work’ or “works” where used in these conditions shall unless there be
something either in the subject or context repugnant to such construction, be construed and taken to
mean the work by virtue of contract, contracted to be executed, whether temporary or permanent and
whether original, altered, substituted or additional,
Page 84 of 267
7. Force Majeure
7.1 The term “Force Majeure” means an exceptional event or circumstance:
(a) Which is beyond a Party’s control,
(b) Which such Party could not reasonably have provided against before entering into the
Contract
(c) Which, having arisen, such Party could not reasonably have avoided or overcome, and
(d) Which is not substantially attributable to the other Party.
Force Majeure may include, but is not limited to, exceptional events or circumstances of
the kind listed below, so long as conditions (a) to (d) above are satisfied:
i. War, hostilities (whether war be declared or not), invasion, act of foreign enemies,
ii. Rebellion, terrorism, sabotage by persons other than the contractor's Personnel,
revolution, insurrection, military or usurped power, or civil war,
iii. Riot, commotion, disorder, strike or lockout by persons other than the Contractor’s
Personnel,
iv. Munitions of war, explosive materials, ionising radiation or contamination by radio-
activity, except as may be attributable to the Contractor’s use of such munitions,
explosives, radiation or radio-activity, and
v. Natural catastrophes such as earthquake, hurricane, typhoon or volcanic activity.
7.2. In the event of either party being rendered unable by force majeure to perform any duty or
discharge any responsibility arising out of the contract, the relative obligation of the party
affected by such force majeure shall upon notification to the other party be suspended for the
period during which force majeure event lasts. The cost and loss sustained by either party shall
be borne by respective parties.
7.3 For the period of extension granted to the Contractor due to Force Majeure the price adjustment
clause shall apply but the penalty clause shall not apply. It is clarified that this sub clause shall
not give eligibility for price adjustment to contracts which are otherwise not subject to the
benefit of price adjustment clause.
7.4 The time for performance of the relative obligation suspended by the force majeure shall stand
extended by the period for which such cause lasts. Should the delay caused by force majeure
exceed twelve months, the parties to the contract shall be at liberty to foreclose the contact after
holding mutual discussions.
8. Contractor’s Risks -
8.1 All risks of loss or damage to physical property and of personal injury and death which arise
during and in consequence of the performance of the Contract are the responsibility of the
Contractor.
8.2 All risks and consequences arising from the inaccuracies or falseness of the documents,
drawing, designs, other documents and/or information submitted by the contractor shall be the
responsibility of the Contractor alone, notwithstanding the fact that the design/ drawings or
other documents have been approved by the department.
Page 85 of 267
9. Liability for Accidents to Person
The contractor shall be deemed to have indemnified and saved harmless the Corporation against
all action, suits, claims, demands, costs etc. arising in connection with injuries suffered by any
persons employed by the contractor or his subcontractor for the works whether under the General
law or under workman’s compensation Act or any other statute in force at the time of dealing
with the question of the liability of employees for the injuries suffered by employees and to have
taken steps properly to ensure against any claim there under.
10. Contractor to Construct the Works
10.1 The Contractor shall Develop, construct install and maintain the Works in accordance with the
Specifications and Drawings as specified in the Contract Data.
10.2 In the case of any class of work for which there is no such specification as is mentioned in
Contract Data, such work shall be carried out in accordance with the instructions and requirement
of the Engineer-in-charge.
10.3 The contractor shall supply and take upon himself the entire responsibility of the sufficiency of
the scaffolding, timbering, machinery, tools and implements, and generally of all means used for
the fulfilment of this contract whether such means may or may not be approved or recommended
by the Engineer.
11. Discoveries
Anything of historical or other interest or of significant value unexpectedly discovered on the Site
shall be the property of the Employer. The Contractor shall notify the Engineer of such
discoveries and carry out the Engineer’s instructions for dealing with them.
12. Dispute Resolution System
12.1 No dispute can be raised except before the Competent Authority as defined in Contract Data in
writing giving full description and grounds of dispute. It is clarified that merely recording protest
while accepting measurement and/or payment shall not be taken as raising a dispute.
12.2 No dispute can be raised after 45 days of its first occurrence. Any dispute raised after expiry of
45 days of its first occurrence shall not be entertained and the Employer shall not be liable for
claims arising out of such dispute.
12.3 The Competent Authority shall decide the matter within 45 days.
12.4 Appeal against the order of the Competent Authority can be preferred within 30 days to the
Appellate Authority as defined in the Contract Data. The Appellate Authority shall decide the
dispute within 45 days.
12.5 Appeal against the order of the Appellate Authority can be preferred before the Madhya Pradesh
Arbitration Tribunal constituted under Madhya Pradesh Madhyastham Adhikaran Adhiniyam,
1983.
12.6 The Contractor shall have to continue execution of the Works with due diligence notwithstanding
pendency of a dispute before any authority or forum.
Page 86 of 267
B. Time Control
13. Programme
13.1 Within the time stated in the Contract Data, the Contractor shall submit to the Engineer for
approval a Programme showing the general methods arrangements, order and timing for all the
activities for the construction of works.
13.2 The program shall be supported with all the details regarding key personnel, equipment and
machinery proposed to be deployed on the works for its execution. The contractor shall submit
the list of equipment and machinery being brought to site, the list of key personnel being
deployed, the list of machinery/equipment being placed in field laboratory and the location of
field laboratory along with the Programme.
13.3 An update of the Programme shall be a programme showing the actual progress achieved on
each activity and the effect of the progress achieved on the timing of the remaining Works,
including any changes to the sequence of the activities.
13.4 The Contractor shall submit to the Engineer for approval an updated Programme at intervals no
longer than the period stated in the Contract Data. If the Contractor does not submit an updated
Programme within this period, the Engineer may withhold the amount stated in the Contract
Data from the next payment certificate and continue to withhold this amount until the next
payment after the date on which the overdue Programme has been submitted.
13.5 The Engineer’s approval of the Programme shall not alter the Contractor’s obligations.
14. Extension of Time
14.1. If the Contractor desires an extension of time for completion of the work on the ground of his
having been unavoidably hindered in its execution or on any other grounds, he shall apply, in
writing, to the Engineer-in-charge, on account of which he desires such extension. Engineer-in-
Charge shall forward the aforesaid application to the Competent Authority as prescribed.
14.2 The competent authority shall grant such extension at each such occasion within a period of 30
days of receipt of application from contractor and shall not wait for finality of work. Such
extensions shall be granted in accordance with provisions under clause 15 of this agreement.
14.3 In case the work is already in progress, the Contractor shall proceed with the execution of the
works, including maintenance thereof, pending receipt of the decision of the competent
authority as aforesaid with all due diligence.
15. Compensation for delay
15.1 The. time allowed for carrying out the work, as entered in the agreement, shall be strictly
observed by the Contractor.
15.2 The time allowed for execution of the contract shall commence from the date of signing of the
agreement. It is clarified that the need for issue of work order is dispensed with.
15.3 In the event milestones are laid down in the Contract Data for execution of the works, the
contractor shall have to ensure strict adherence to the same.
15.4 Failure of the Contractor to adhere to the timelines and/or milestones shall attract such
liquidated damages as is laid down in the Contract Data.
Page 87 of 267
15.5 In the event of delay in execution of the Works as per the time lines mentioned in the Contract
Data the Engineer-in-charge shall retain from the bills of the Contractor amount equal to the
liquidated damages leviable until the Contractor makes such delays good. However, the
Engineer-in-charge may accept bankable security in lieu of retaining such amount.
15.6 If the Contractor is given extension .of time after liquidated damages have been paid, the
Engineer in Charge shall correct any over payment of liquidated damages by the Contractor in
the next payment certificate.
15.7 In the event the Contractor fails to make good the delay until completion of the stipulated
contract period (including extension of time) the sum so retained shall be adjusted against the
liquidated damages levied.
16. Contractor’s quoted rate
The Contractor’s quoted rate referred to in the “Bid for works’ will be deducted addedfrom/to
the net amount of the bill after deducting the cost of material supplied by the department, if any.
C. Quality Control
17. Tests
17.1 The Contractor shall be responsible for:
a. Carrying out the tests prescribed in specifications, and as per the provisions of the
BIS/ISI standards
b. For the correctness of the test results, whether preformed in his laboratory or elsewhere.
17.2 The contractor shall have to establish field laboratory within the time specified and
having such equipments as are specified in the Contract Data.
17.3 Failure of the Contractor to establish laboratory shall attract such penalty as is specified in the
Contract Data.
17.4 Ten percent (10%) of the mandatory test prescribed under the specification shall be got carried
out through laboratories accredited by national Accreditation Board of laboratories (NABL) By
the Engineer-in-charge and the cost of such testing shall be deducted form the payments due to
contractor .
18. Correction of Defects noticed during the Defect Liability Period
18.1 The Defect Liability Period of work in the contract shall be as per the Contract Data.
18.2 The Contractor shall promptly rectify all defects pointed out by the Engineer well before the
end of the Defect Liability Period. The Defect Liability Period shall automatically stand
extended until the defect is rectified.
18.3 If the Contractor has not corrected a Defect pertaining to the Defect Liability Period to the
satisfaction of the Engineer, within the time specified by the Engineer, the Engineer will assess
the cost of haying the Defect corrected, and the cost of correction of the Defect shall be
recovered from the Performance Security or any amount due or that may become due to the
contractor and other available securities.
D. COST CONTROL
Page 88 of 267
19. Variations - Change in original Specifications, Designs, and Drawings etc.
19.1 The Engineer-in-charge shall have power to make any alterations, omissions or additions to or
substitutions in the original specifications, drawings, designs and instructions, that may appear
to him to be necessary during the progress of the work and the contractor shall carry out the
work in accordance with any instructions which may be given to him in writing signed by the
Engineer-in-charge, and such alterations, omission, additions or substitutions shall not
invalidate the contract and any altered, additional or substituted work, which the contractor may
be directed to do in the manner above specified, as part of the work, shall be carried out by the
contractor on the same conditions in all respects on which he agrees to do the main work.
19.2 The time for the completion of the work shall be adjusted in the proportion that the altered,
additional or substituted work bears to the original contract work and the certificate of the
Engineer-in-charge shall be conclusive as to such proportion.
20. Extra items
20.1 Generally not applicable, unless otherwise additional scope is added in the contract.
21. Payments for Variations and / or Extra Quantities
21.1 The rates for such additional (Extra quantity), altered or substituted work / extra items under
this clause shall be worked out in accordance with the following provisions in the irrespective
order:
a. The contractor is bound to carry out the additional work at the same rates as specified in the
contract for the work.
b. If the item is not in the Priced BOQ and is included in the SOR of the Department of UAD,
GoMP (with latest amendments if any), the rate shall be arrived at by applying the quoted
tender (RFP) percentage on the SOR rate.
c. If the rates for the altered or substituted work are not provided in applicable SOR - such
rates will be derived from the rates for a similar class (type) of work as is provided in the
contract (priced BOQ) for the work.
d. If the rates for the altered, substituted work cannot be determined in the manner specified in the
sub clause (c) above - then the rates for such composite work item shall be worked out on the
basis of the concerned Schedule of Rates minus/plus the percentage quoted by the contractor.
e. If the rates for a particular part or parts of the item is not in the Schedule of Rates and the rates
for the altered, or substituted work item cannot be determined in the manner specified in sub
clause (b) to (d) above, the rate for such part or parts will be determined by the Competent
Authority, as defined in the Contract Data on the basis of the rate analysis 14derived out of
prevailing market rates when the work was to be done.
f. But under no circumstances, the contractor shall suspend the work on the plea of non-
acceptability of rates on items falling under sub clause (a) to (d). In case the contractor does not
accept the rate approved by the Engineer in Charge for a particular item, the contractor shall
14
The Contractor shall submit the three quotations of the for the supply∕ procurement of material from the
market along with comparison statement. The lowest rate shall be considered for preparation of rates analysis.
After approval of the rates analysis the item shall be executed or the item(s) shall be executed prior to the
approval of rates analysis as per the written instructions only of the Engineer In-charge∕ the “Authority”.
Page 89 of 267
continue to carry out the item at the rates determined by the Competent Authority. The decision
on the final rates payable shall be arrived at through the dispute settlement procedure.
21.2 Any variations in the quantities of the BOQ items as instructed by the Engineer-in-charge will
not vitiate or invalidate the contract, the contractor shall be bound to carry out the work in
accordance with instructions.
22. No compensation for alterations in or restriction of work to be carried out.
22.1. If at any time after the commencement of the work, the Engineer-in-charge for any reason
whatsoever, not require the whole or any part of the work as specified in the bid to be carried out
the Engineer-in-charge shall give notice in writing of the fact to the Contractor and withdraw that
whole or any part of the work.
22.2 The Contractor shall have no claim to any payments or compensation whatsoever, on account of
any profit or advantage which he might have derived from the execution of work in full or on
account of any loss incurred for idle men and machinery due to any alteration or restriction of
work for whatsoever reason.
22.3 The Engineer-in-charge may supplement the work by engaging another agency to execute such
portion of the work, without prejudice to his rights.
23. ‘No Interest Payable
No interest shall be payable to the Contractor on any payment due or awarded by any authority.
24. Recovery from Contractors
Whenever any claim against the Contractor for the payment arises under the contract, the Department
may be entitled to recover such sum by:
(a) Appropriating, in part or whole of the Performance Security and Additional Performance
Security, if any; and/or Security Deposit and / or any sums payable under the contract to the
contractor.
(b) If the amount recovered in accordance with (a) above is not sufficient, the balance sum may be
recovered from any payment due to the contractor -under any other contract of the department,
including the securities which become due for release.
(c) The department shall, further have an additional right to effect recoveries as arrears of land
revenue under the M.P. Land-Revenue Code.
25. Tax -
25.1 The rates (in case of Item rates∕percentage rate bids)/ lump-sum offer (in case of lump-sum
bids)quoted by the Contractor shall be deemed to be inclusive of all commercial tax and other
levies, duties, royalties, cess, toll, taxes of central and state governments, local bodies and
authorities etc. except Goods and Service Tax (GST)as applicable. The amount of applicable
GST will be paid separately to the Contractor with each bill at the time of payment as per
prevailing rules,
25.2 The liability, if any, on account of quarry fees, royalties, octroi and any other taxes and duties in
respect of materials actually consumed on public work, shall be borne by the Contractor.
25.3 Any changes in the taxes due to change in legislation or for any other reason shall not be payable
to the contractor.
Page 90 of 267
26. Check Measurements
26.1 The department reserves to itself the right to prescribe a scale of check measurement of work in
general or specific scale for specific works or by other special orders.
26.2 Checking of measurement by superior officer shall supersede measurements by subordinate
officer(s), and the former will become the basis of the payment.
26.3 Any over/excess payments detected, as a result of such check measurement or otherwise at any
stage up to the date of completion of the defect liability period specified in this contract, shall be
recoverable from the Contractor, as per clause 24 above.
27. Termination by Engineer in charge
27.1 If the Contractor fails to carry out any obligation under the Contract, the Engineer in Charge may
by notice require the Contractor to make good the failure and to remedy it within a specified
reasonable time.
27.2 The Engineer in Charge, shall be entitled to terminate the Contract if the Contractor
a) abandons the Works or otherwise plainly demonstrates the intention not to continue
performance of his obligations under the Contract;
b) the Contractor is declared as bankrupt or goes into liquidation other than for approved
reconstruction or amalgamation;
c) without reasonable excuse falls to comply with the notice to correct a particular defect
within a reasonable period of time;
d) the Contractor does not maintain a valid instrument of financial security as prescribed;
e) the Contractor has delayed the completion of the Works by such duration for which the
maximum amount of liquidated damages is recoverable;
f) If the Contractor fails to deploy machinery and equipment or personnel or set up a field
laboratory as specified in the Contract Data;
g) If the contractor, in the judgment of the Engineer in chargé has engaged in corrupt or
fraudulent practices in competing for or in executing the contract;
h) Any other fundamental breaches as specified in the Contract Data.
27.3 In any of these events or circumstances, the Engineer in Charge may, upon giving 14 days’ notice
to the Contractor, terminate the Contract and expel the Contractor from the Site, However, in the
case of sub-paragraph (b) or (g) of clause 27.2, the Engineer in Charge may terminate the
Contract immediately.
27.4 Notwithstanding the above, the Engineer-in-Charge may terminate the Contract for convenience by
giving notice to the Contractor.
28. Payment upon Termination
28.1 If the contract is terminated under clause 27.3, the Engineer shall issue a certificate for value of
the work accepted on final measurements, less Advance Payments and Penalty as indicated in the
Contract Data. The amount so arrived at shall be determined by the Engineer-in-Charge and shall
be final and binding on both the parties.
Page 91 of 267
28.2 Payment on termination under clause 27.4 above -
If the Contract is terminated under clause 27.4 above, the Engineer shall issue a certificate for the
value of the work done, the reasonable cost of removal of Equipment, repatriation, of the
Contractor’s personnel employed solely on the Works, and the Contractor’s costs of protecting
and securing the Works and less advance payments received up to the date of the certificate, less
other recoveries due in terms of the contract and less taxes due to be deducted at source as per
applicable law.
28.3 If the total amount due to the Employer exceeds any payment due to the Contractor, the
difference shall be recovered as per clause 24 above.
29. Performance Security
The Contractor shall have to submit, performance security and additional performance security, if
any, as specified in the clause 2.20.6 of ITB, at the time of signing of the contract. The contractor
shall have to ensure that such performance security and additional performance security, if any
remains valid for the period ‘as specified in the Contract Data.
30. Security Deposit-
30.1 Security Deposit shall be deducted from each running bill at the rate as specified in the Contract
Data. The total amount of Security Deposit so deducted shall not exceed the percentage of
Contract Price specified in the Contract Data.
30.2 The security deposit may be replaced by equivalent amount of bank guarantee or fixed deposit
receipt assigned to the Employer, with validity up to 3 (three) months beyond the completion of
Defect Liability Period/ extended Defect Lability Period (if any).
30.3 The Security Deposit shall be returned after completion defect Liability period ∕ Extended defect
liability period(if any) as specified in the contract Data.
31. Price Adjustment
31.1 Applicability
1. Price adjustment shall be applicable only if provided for in the Contract Data.
2. The price adjustment clause shall apply only for the works executed from the date of signing of
the agreement until the end of the initial intended completion date or extensions granted for
reasons attributed to the Employer by the Engineer.
3. The Contractor shall not be entitled to any benefit arising from the price adjustment clause for
extension in the contract period for reasons attributed to the Contractor.
4. In the Force Majeure event the price escalation clause shall apply.
31.2 Procedure
1. Contract price shall be adjusted for increase or decrease in rates and price of labor, materials,
fuels and lubricants in accordance with following principles and procedures and as per formula
given in the contract data.
2. The price adjustable shall be determined during each quarter from the formula given in the
contract data.
Page 92 of 267
3. Following expression and meaning are assigned to the work done during each quarter:
R = Total value of work during the quarter. It would include the amount of secured advance
granted, if any, during the quarter, less the amount of secured advance recovered, if any during
the quarter, less value of material issued by the department, if any, during the quarter.
4. Weightages of various components of the work shall be as per the Contract Data.
31.3 To the extent that full compensation for any rise or fail in costs to the contractor is not covered by
the provisions of this or other clauses in the contract the unit rates and prices included in the
contract shall be deemed to include amounts to cover the contingency of such other rise or fall in
costs.
31.4 The index relevant to any quarter, for which such compensation is paid, shall be the arithmetical
average of the indices relevant of the calendar month.
31.5 For the purpose of clarity it is pointed out that the price adjustment may be either positive or
negative, i.e. if the price adjustment is in favour of the Employer, the same shall be recovered
from the sums payable to the Contractor.
32. Mobilization and Construction Machinery Advance
32.1 Payment of advances shall be applicable if provided in the Contract Data.
32.2 If applicable, the Engineer in Charge shall make interest bearing advance payment to the
contractor of the amounts stated in the Contract Data, against provision by the contractor of an
unconditional Bank Guarantee in a form and by a nationalized/ scheduled banks, in the name as
stated in the Contract Data in amounts equal to the advance payment. The guarantee shall remain
effective until the advance payment has been repaid, but the amount of the guarantee shall be
progressively reduced by the amounts repaid by the contractor.
32.3 The rate of interest chargeable shall be as per Contract Data.
32.4 The construction machinery advance, if applicable, shall be limited to 80% of the cost of
construction machinery and admissible only for new construction machinery.
32.5 The advance payment shall be recovered as stated in the Contract Data by deducing proportionate
amounts from payment otherwise due to the Contractor. No account shall be taken of the advance
payment or its recovery in assessing valuations of work done, variations, price adjustments,
compensation events, or liquidated damages.
33. Secured Advance
33.1 Payment of Secured Advance shall be applicable if provided in the Contract Data.
33.2 If applicable, the Engineer shall make advance payment against materials intended for but not yet
incorporated in the Works and against provision by the contractor of an unconditional Bank
Guarantee in a form and by a nationalized/ scheduled bank, in the name as stated in the Contract
Data, in amounts equal to the advance payment. The guarantee shall remain effective until the
advance payment has been adjusted, but the amount of the guarantee shall be progressively
reduced by the amounts adjusted by the contractor.
33.3 The amount of secured advance and conditions to be fulfilled shall be as stipulated in the Contract
Data.
33.4 The Secured Advance paid shall be recovered as stated in the Contract Data.
Page 93 of 267
34. Payment Certificates
The payment to the contractor will be as follows for construction work:
(a) The Contractor shall submit to the Engineer monthly statements,as per activity completed,
of the value of the work executed less the cumulative amount certified previously,
supported with detailed measurement of the items of work executed.
(b) The Engineer shall check the Contractor’s monthly statement and the activity completed,
and certify the amount to be paid to the Contractor.
(c) The value of work executed shall be determined, based on the measurements approved by
the Engineer/ Engineer-in-charge.
(d) The value of work executed shall comprise the value of the activities completed:
(e) The value of work executed shall also include the valuation of Variations and
Compensation Events, if any.
(f) All payments shall be adjusted for deductions for advance payment, security deposit, other
recoveries in terms of contract and taxes at source as applicable under the law.
(g) The Engineer may exclude any item certified in a previous certificate or reduce the
proportion of any item previously certified in any certificate in the light of later
information.
(h) Payment of intermediate certificate shall be regarded as payments by way of advance,
against the final payment and not as payments for work actually done and completed.
(i) Intermediate payment shall not preclude the requiring of bad, unsound and imperfect or
unskilled work to be removed and taken away and reconstructed or be considered as an
admission of the due performance of the contractor any part thereof, in any respect or the
occurring of any claim.
(j) The payment of final bill shall be governed by the provisions of clause 36 of GCC.
Page 94 of 267
E. Finishing the Contract
35. Completion Certificate
35.1 A Completion Certificate in the prescribed format in Contract Data shall be issued by the
Engineer-in-Charge after physical completion of the Work.
35.2 After final payment to the Contractor a Final Completion Certificate in the prescribed format in
the Contract Data shall be issued by the Engineer-in Charge.
36. Final Account
36.1 The Contractor shall supply the Engineer with a detailed account of the total amount that the
Contractor considers payable for works under the Contract within 21 days of issue of certificate
of physical completion of works. The Engineer shall issue a Defects Liability Certificate and
certify any payment that is due to the Contractor within 45 days of receiving the Contractor’s
account if it is correct and complete. If the account is not correct or complete, the Engineer shall
issue within 45 days a schedule that states the scope of the corrections or additions that are
necessary. If the Account is still unsatisfactory after it has been resubmitted, the matter shall be
referred to the Competent Authority as defined in the Contract Data, who shall decide on the
amount payable to the Contractor after hearing the Contractor and the Engineer in Charge.
36.2 In case the account is not received within 21 days of issue of Certificate of Completion as
provided in clause 32.1 above, the Engineer shall proceed to finalize the account and issue a
payment certificate within 28 days.
F. Other Conditions of Contract
37. Currencies
All payments will be made in Indian Rupees (INR).
38. Labour
38.1 The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for
the engagement of all staff and labour, local or other, and for their payment, housing, feeding and
transport.
38.2 The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in such
form and at such intervals as the Engineer may prescribe, showing the staff and the numbers of
the several classes of labourfrom time to time employed by the Contractor on the Site and such
other information as the Engineer may require.
39. Compliance with Labor Regulations
39.1 During continuance of the Contract, the Contractor and his Sub Contractors shall abide at all
times by all existing labor enactments and rules made there under, regulations, notifications and
bye laws of the, State or Central Government or local authority and any other labor law (including
rules), regulations, bye laws that may be passed or notification that may be issued under any labor
law in future either by the State or the Central Government or the local authority. Salient features
of some of the major labour laws that, are applicable to construction industry are given in the
Contract Data. The Contractor shall keep the Employer indemnified in case any action is taken
against the Employer by the competent authority on account of contravention of any of the
provisions of any Act or rules made their under, regulations or notifications including
amendments, If the Employer is caused to pay or reimburse, such amounts as may .be necessary
Page 95 of 267
to cause or observe, or for non-observance of the provisions stipulated in the notifications/
byelaws/ Acts/Rules / regulations including amendments, if any, on the part of the Contractor, the
Engineer/Employer shall have the right to deduct from any money due to the Contractor including
his amount of performance security. The Employer/Engineer shall also have right to recover from
the Contractor any sum required or estimated to be required for making good the loss or damage
suffered by the Employer. The employees of the Contractor and the Sub Contractor in no case
shall be treated as the employees of the Employer at any point of time.
40. Audit and Technical Examination
Government shall have the right to cause an audit and technical examination of the works and the
final bill of the contract including all supporting vouchers abstract etc to be made after payment
of the final bill and if as a result of such audit and technical examination any sun is found to have
been overpaid in respect of any work done by the contractor under the contract or any work
claimed by him to have been done under the contract and found not to; have been executed, the
Contractor shall be liable to refund the amount of overpayment and it shall be lawful for
Government to recover the same from him in the manner prescribed in clause 24 above and if it is
found that the Contractor was paid less than what was due to him, under the contract in respect of
any work executed by him under it, the amount of such under payment shall be duly paid by
Government to the Contractor.
41. Death or Permanent Invalidity of Contractor
If the Contractor is an individual or a proprietary concern, partnership concern, dies during the
currency of the contract or becomes permanently incapacitated, where the surviving partners are
only minors, the contract shall be closed without levying any damages/compensation as provided
for in clause 28.2 of the contract agreement However, if the competent authority is satisfied about
the competence of the survivors, then the competent authority shall enter into a fresh agreement
for the remaining work strictly on the same terms and conditions under which the contract was
awarded.
42. Jurisdiction
This contract has been entered into the State of Madhya Pradesh and its validity, construction,
interpretation and legal effect shall be subjected to the courts at the place where this agreement is
entered into. No other jurisdiction shall be applicable.
43. MONTHLY RA BILLS
The payments certificate shall be regulated as per the clause 34 of the contract.
Upon the signing of agreement, the Engineer shall decide the date of submission of monthly
statement (RA Bills) as mentioned in clause 34 (a).
The engineer shall check contractor’s monthly statement (RA bills) and certify the amount to be
paid to the contractor within 15 (fifteen) days on submission of monthly statements (RA Bills)
along with requisite documents.
The employer shall ensure the payment to the contractor as per clause 34 (d), (e), (f) & (g) within
30 days of submission of monthly statements (RA Bills) along with all requisite documents.
44. INSURANCE
The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance
cover from the Start Date to the end of the Defects Liability Period, in the amounts and
deductibles stated for the following events which are due to the Contractor’srisks:
Page 96 of 267
(a) loss of or damage to the Works, Plant, andMaterials;
(b) loss of or damage toEquipment;
(c) loss of or damage to property (except the Works, Plant, Materials, and Equipment) in
connection with the Contract;and
(d) personal injury ordeath.
Policies and certificates for insurance shall be delivered by the Contractor to the Project
Manager∕Employer for the Project Manager’s∕Employer’s approval before the Start Date15of the
contract. All such insurance shall provide for compensation to be payable in the types and
proportions of currencies required to rectify the loss or damageincurred.
If the Contractor does not provide any of the policies and certificates required, the Employer may
affect the insurance which the Contractor should have provided and recover the premiums the
Employer has paid from payments otherwise due to the Contractor or, if no payment is due, the
payment of the premiums shall be a debtdue.
Alterations to the terms of an insurance shall not be made without the approval of the
ProjectManager.
Both parties shall comply with any conditions of the insurancepolicies.
[End of GCC]
15
Start date of the Contract – As mentioned in the Contract Data.
Page 97 of 267
20. Contract Data
Clause G.C.C∕ Particulars Data
reference S.C.C
1.14 G.C.C Employer Ujjain Smart City Limited, Ujjain
1.15 G.C.C Engineer Superintending Engineer
1.16 G.C.C Engineer in Charge Superintending Engineer
OR
Engineer∕ Agency Authorized by Executive
Director
1.17 G.C.C Detail of Equipment (As per Annexure I-3)
1.22 G.C.C Stipulated period of 18 months (including Rainy season) from the
completion date of start of Contract Agreement
3 G.C.C Language & Law of English &
Contract Indian Contract Act, 1872 and other applicable
laws
4 G.C.C Address & contact details As per Appendix 1A – Annexure 1
of the Contractor
G.C.C Address & contact details Executive Director, USCL
of the Employer/ Engineer- UJJAIN SMART CITY LIMITED
phone, Fax, email. Room No 16, Mela Office, Kothi Road,
Ujjain, Pin Code 456010
Madhya Pradesh
e-mail: ujjainsmartcity@gmail.com
Ph. No. 0734-2525856
Page 98 of 267
G.C.C Drawings As per Annexure N
12 G.C.C Competent Authority for Executive Director, USCL
deciding dispute under
Dispute Resolution System
G.C.C Appellate Authority for
deciding dispute under Board of Directors, USCL
Dispute Resolution System
13 G.C.C Period for submission of Within fifteen (15) days from the date of signing
updated construction of the contract agreement.
program by the Successful
Bidder
G.C.C Amount to be withheld for INR 5,50,000∕- (Indian Rupees Five Lakhs Fifty
not submitting construction Thousand only) per week (or part thereof) of for
program in prescribed delay after fifteen days (15) days of signing of
period the contract.
14 G.C.C Competent Authority for Executive Director/Engineer in-Charge
granting Time Extension.
15 G.C.C Milestones laid down for YES
the contract
G.C.C If Yes, details of As per Annexure – O
Milestones
G.C.C Liquidated damage As per Annexure – P
17 G.C.C List of equipment for lab As per Annexure - Q
G.C.C Time to establish lab 30 days from date of signing of the Agreement
G.C.C Penalty for not establishing INR10,000/- (ten Thousand only) per month (or
field Laboratory part thereof) of delay
18 G.C.C Defect Liability Period 36 months (3 years) after final completion of the
work and the date of completion of work shall be
as per completion certificate issued . The
contractor shall also have to again do the
complete painting of the building between the
time period of 1-3 months before end of the
Defect Liability Period
21 G.C.C Competent Authority for Executive Director/Engineer in-Charge
determining the rate
27 G.C.C Any other condition for As per Special condition of the Contract, as
breach of contract applicable
28 G.C.C Penalty Penalty Shall include
(a) as per Clause 13 of the Contract data
(withheld amount).
(b) as per Clause 17 of the Contract data.
(c) Security deposit deducted as per clause
30 of General Conditions of Contract.
(d) Liquidated Damages imposed as per
clause 15 or Performance Security
Page 99 of 267
(Guarantee) including Additional
Performance Security (Guarantee), if
any, as per clause 29 of General
Conditions of Contract, whichever is
higher
G.C.C Refund of Security Deposit (a) Security deposit which will be returned,
50% after the after 1 year of issuing of
Completion Certificate, 25% amount after 2
years of issuing of Completion Certificate
and remaining 25% after 3 year of issuing
of Completion Certificate
31 G.C.C Price Adjustment formula Not Applicable
and procedure to calculate
S. Details Required
nos.
No.
1 Project Manager with degree in Civil Engineering having minimum relevant post One
qualification experience of 10 years and should have completed three similar
works.
2 Site Engineer with Degree/Diploma in Civil Engineering having minimum 3(for Two
Degree holders) / 5 (for Diploma holders) years’ experience in building work.
3 Quality Control cum Lab Technician with diploma holder with 5 years of One
Experience
Note:
1. Aforesaid personnel shall be deployed within the period starting from the date of award of contract as
stipulated in the contract.
2. Approval of the superintending engineer about suitability of personnel shall be obtained before
deployment.
3. The Bidder shall submit CVs of proposed personnel confirming eligibility, experience and suitability
of the personnel for the project.
1 JCB/Excavator 1
Dumpers
2 1
3 Pin Vibrator 2
4 Plate vibrator 1
22.Drawings
The time allowed for carrying out the work shall be strictly observed by the contractor and shall be
deemed to be essence of the contract and shall be reckoned immediately after 14 days from signing of
the agreement.
The work shall throughout the stipulated period of contract be proceeded with all due diligence
keeping in view that time is the essence of the contract. The contractor shall be bound in all cases to
complete the following financial target:
i. 1/6th of the whole work 16within 1/4th of the contract period(i.e in 4 Months 15 days)
ii. 1/3nd of the whole work within 1/2nd of the contract period (i.e in 9 Months)
iii. 3/4th of the whole work before 3/4th of the contract period(i.e in 13 Months 15 days)
iv. Completion of the balance work as per date of completion of the contract(i.e in 18 months)
16
Whole Work means the Contract Amount
If the contractor fails to achieve the milestones as per Annexure-O, and the delay in execution of work
is attributable to the contractor, the Employer shall retain an amount17from the sums payable and due to
the contractor as per following scale -
i. Slippage18 up to 25% in financial target during the milestone under consideration 2.5% of the
work remained unexecuted in the related time span.
ii. Slippage exceeding 25% but Up to 50% in financial target during the milestone under
consideration - 5% of the work remained unexecuted in the related time span.
iii. Slippage exceeding 50% but Up to 75% in financial target during the milestone under
consideration -7.5% of the work remained unexecuted in the related time span,
iv. Slippage exceeding 75% in financial target during the milestone under consideration-10% of the
work remained unexecuted in the related time span.
Note: For arriving at the dates of completion of time span related to different milestones, delays which
are not attributable to the Contractor shall be considered. The slippage on any milestone is if
made good in subsequent milestones or at the time of stipulated period of completion, the amount
retained as above shall be refunded. In case the work is not completed within the stipulated
period of completion along with all such extensions which are granted to the Contractor for
either Employer’s default or Force Majeure, the compensation shall be levied on the contractor
at the rate of 0.05% per day of delay limited to a maximum of 10% of contract price. The decision
of Superintending Engineer shall be final and binding upon both the parties.
17
The Amount shall be retained by the Employer permanently as Penalty
18
Slippage means- Balance Financial Targets
• The contractor shall arrange to provide fully furnished and adequately equipped field laboratory
with adequate qualified technical staff. Preferably located adjacent to the Project Office and
provided amenities like water supply, electric supply etc.
• The laboratory equipment shall confirm I.S. specifications and MOST / MORTH specifications.
The Contractor shall carry out the calibration of the instruments as directed by the Engineer in-
Charge on expiry date of calibration. On completion of work in all respect, the equipment will be
the sole property of the contractor.
• It shall be considered as incidental to the work, and no extra payment will be made, what so
ever, will not be made for the same.
ANNEXURE - R
Price Adjustment
(If applicable in Contract Data)
Note: For the application of this clause, index of Grey Cement has been chosen to represent Cement
group.
To
______________________[name of Employer)
______________________[address of Employer]
_____________________[name of Contractor)
(1) the Contractor as aforesaid and all or any further sum of sums advanced as aforesaid shall be
employed by the Contractor in or towards expending the execution of the said works and for no other
purpose whatsoever.
(2) That the materials details in the said Account of Secured Advances which have been offered to
and accepted by the Employer as security are absolutely the Contractor’s own propriety and free from
encumbrances of any kind and the contractor will not make any application for or receive a further
advance, on the security Of materials which are not absolutely his own property and free from
encumbrances of any kind and the Contractor indemnified the Employer against all claims to any
materials in respect of which an advance has be made to him as aforesaid.
(3) That the materials detailed in the said account of Secured Advances and all other materials on
the security of which any further advance or advances may here after be made as aforesaid (hereafter
....................................................................................................................
.....................................................................................................................
.....................................................................................................................
b. Date _____________________________________________________________________
Certified that the above mentioned work was physically completed on ......................(date) and taken
over on ............................(date) and that I have satisfied myself to best of my ability that the work has
been done properly.
Date of issue
Executive Engineer/Engineer-in-
charge
...............................
...............................
...............................................................................................................................................
..................................................................................................................................................
..................................................................................................................................................
b. Date _____________________________________________________________________
Certified that the above mentioned work was physically completed on .................................(date) and
taken over on .............................(date).
I have satisfied myself to best of my ability that the work has been done properly.
Date of issue
Executive Engineer
...................................
...................................
30.Conditions of Contract
Part — II Special Conditions of Contract [SCC]
1. General
The data and information given in the Contract Document are based on the investigations, planning and
designs carried out so far. The data considered for the project planning have been included in the bid
documents. The data/information provided with the Bid document in the form of detailed project report
is meant for the reference and guidance only to the bidders. The Bidder shall, therefore, satisfy himself
about the adequacy and accuracy of the said data/information and interpretation thereof and collect
fresh data/additional data/information and carry out/conduct further investigations and studies and
prepare the proposal and get the approval of same from the employer. The Authority shall not be
responsible for the accuracy/adequacy of the data/information provided and interpretation thereof on the
same by the Bidder/Contractor.
2. Sufficiency of Bid
2.1 The Contractor shall be deemed to have visited and carefully examined the Project Site and
it’s surrounding to have satisfied himself to the nature and conditions of the means of
transport and communications, whether by land or air, as available at present and as to
possible interruptions thereto including the access and regress conditions for the Site. The
Contractor is also deemed to have made enquiries, examined and satisfied himself as to the
sites source for obtaining sand, stones, bricks and other materials, the sites for disposal of
surplus materials and accommodation for depots, colonies, workshops and other
infrastructure facilities as may be necessary for executing and completing the Works, as
also the sub-soil water and variations thereof, storms, prevailing winds, climatic conditions
and all other similar matters affecting the works including law &order.
2.2 Any neglect or omission or failure on the part of the Contractor in obtaining necessary and
reliable information upon the foregoing or any other matter affecting the Contract shall not
relieve him from any risks or liabilities or the entire responsibility for the completion of the
Works in accordance with the Contract.
Note: - In addition to above contractor shall have to follow the instruction of IS codes for security and
Safety (As per Handbook on construction And Safety Practices: SP 70: 2001)
9.2 Passage of Traffic along a Part of the Existing Carriageway under improvement
The completion drawing should provide adequate data to enable finding the exact location of the
system in ground at a later date by any other new person. It should also provide the data related to
material, class and size of the line, its depth in ground, Invert Levels and levels in the manholes.
The details will be provided from Chainage-wise and the plan layout of the roads along with Cross
Attached Separately
32.AGREEMENT FORM
AGREEMENT
This agreement, made on the __________________ day of _________________ between:
__________________ (name and address of Employer) (hereinafter called “the Employer)
and_________________________________________ (name and address of contractor) hereinafter
called “the Contractor’ of the other part.
Whereas the Employer is desirous that the Contractor execute
_________________________________(name and identification number of Contract) (hereinafter
called “the Works”) and the Employer has accepted the Bid by the Contractor for the execution and
completion of such Works and the remedying of any defects therein, at a cost of Rs..........
NOW THIS AGREEMENT WITNESSED as follows:
1. In this Agreement, words and expression shall have the same meaning 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.
2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter
mentioned, the Contractor hereby covenants with the Employer to execute and complete the
Works and remedy any defects therein in conformity in all aspects with the provisions of the
contract.
3. The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and the remedying the defects wherein Contract Price or such other
Sum as may become payable under the provisions of the Contract at the times and in the
manner prescribed by the Contract.
4. The following documents shall be deemed to form and be ready and construed as part of this
Agreement viz.
i. Letter of Acceptance
ii. Contractor’s Bid
iii. Condition of Contract: General and Special -
iv. Contract Data
v. - Bid Data
vi. Drawings
vii. Bill of Quantities and
viii. Any other documents listed in the Contract Data as forming part of the Contract.
In witnessed where of the parties there to have caused this Agreement to be executed the day and year
first before written.
The Common Seal of _________________________________________ was hereunto affixed in the
presence of:
Signed, Sealed and Delivered by the said __________________________ in the presence of:
Binding Signature of Employer _________________________________
Binding Signature of Contractor ________________________________
WHEREAS:
(A) [name and address of contractor] (hereinafter
called the “Contractor") and Ujjain Smart City Ltd., Room No 16, Mela
Office, Kothi Road, Ujjain, Pin Code 456010 G-5 & 6, (hereinafter called the
“Authority”) have entered into an agreement (hereinafter called the
“Agreement”) for the construction of the [Project Name] in Ujjain the State
of Madhya Pradesh on Percentage Rate basis, subject to and in accordance
with the provisions of the Agreement
(B) The Agreement requires the Contractor to furnish a Performance Security for
due and faithful performance of its obligations, under and in accordance with
the Agreement, during the {Completion Period/ Defects Liability Period and
Maintenance Period} (as defined in the Agreement) in a sum of Rs….. cr.
(Rupees ………..….. crore) (the “GuaranteeAmount”).
(C) We, ………………….. through our branch at …………………. (the “Bank”)
have agreed to furnish this bank guarantee (hereinafter called the
“Guarantee”) by way of PerformanceSecurity.
(ii) The address, telephone number and other details of the head office of the Bank
as well as of issuing branch should be mentioned on the covering letter of
issuingbranch.
All the design drawings shall be provided to the contractor by the authority except for
the following works.
1. Stone sculpture works which includes Shiva Stambh, Stone Pillar, Ornamental 4-
sided stone pillars, Stone railings, relief works, Stone art works including murals,
gate art work, jharokha art work, Shiv Dwar and cladding works etc. The rates for
the design above mentioned works shall also be included in the quoted rates by the
Bidder for execution of the works. No separate payment shall be made on this
above. The bidder shall submit the Good for Construction drawings for the above
said work and after on the approval of the same work shall be executed.
2. The contractor shall submit a complete timeline for scope of work to be carried out.
3. The Client through its representatives will supervise and monitor the execution,
quality control and progress of this phase and contractor shall provide necessary
coordination.
4. Along with detailed technical specifications, manufacturer’s details and delivery
schedule at the sites shall also provide the codification for all the items delivered.
5. Preparation and submission of periodical progress report for all the stages.
6. Employer will provide all the available information pertaining to road works
involved in the project to the bidders. However, where design has to be
implemented and prepare survey report highlighting the site feasibility, GFC
drawings, and site-specific requirements / dependencies for successful
implementation.
10 Deleted
The bidder will also facilitate third party quality control and inspections on behalf of
Engineer in charge as required. All the cost of third party inspection shall be born by the
contractor and the contractor shall the quote accordingly.
The inspection and testing of the samples from a lot will be carried out by the employer and
or inspecting agency approved by the employer, in the manufacture’s workshop, before
application of any paint. All the tests, as required as per the IS, shall be carried out on
samples from each lot (number of samples from a lot shall be as per the relevant IS for
sampling and testing), in presence of the inspecting agency. The materials will be
dispatched only after issue of the test certificate by the inspecting agency for satisfactory
performance of the tested materials. The inspection charges for such tests shall be first paid
by the contractor to the inspecting agency, which shall be reimbursed from the provisional
sum along with the running bill on production of the original receipt from the inspecting
agency for the payment made.
Fail Test: Structure materials failure tests to be re-supplied at contractors’ cost.
G. Reporting and compliance to all statutory requirements
The bidder will submit monthly progress and compliance reports to USCL. Contractor
will report every activity happening on site and issues in progress if any.
Page 143 of 267
H. Defect and Liability
As per the respective clause in RFP.
Refer Master Plan and other project components drawing for proposed developments. Bidder
should visit the site and understand the project thoroughly before pre-bid meeting for pitching
in with most responsive bid.
35.SPECIFICATIONS
CIVIL WORKS
The works in General shall be carried out as per latest MP-UADD Specifications, (updated
with corrections slips issued up to last date of submission of tender) unless otherwise specified
in the nomenclature of the individual item or in the particular specifications of concerned items
of works.
For items not covered under MP-UADD specifications with correction slips or those
specifications that are not given in the technical specifications appended or not incorporated in
the nomenclature of the individual item, all Civil, Electrical and Plumbing works shall be done
as per following specifications or as per approval of Engineer-in-charge:
1. MP UADD Specification
2. MP PWD Department Specifications,
3. National Building Code (NBC) Standards
4. IRC Specifications
5. UTIPEC Road Design Specifications
6. CPWD Specifications
7. MoRTH Specifications as per 5th revision
8. CPHEEO Manuals (W/S and Sewerage & Drainage)
i. All the works shall be executed as per the approved drawings / designs. The patterns shown
in the tender drawings can be modified as per the site requirements by the Engineer- in-
charge and nothing extra whatsoever shall be payable over and above the quoted rates.
ii. Material should be of the best approved quality obtainable and they shall comply with the
respective Indian Standard Specifications. Samples of all materials shall be got approved
before placing order and the approved sample shall be deposited with the Client/Engineer
In-Charge.
iii. Only ISI mark 43 grade Ordinary Portland Cement/53 grade Pozolona Portland Cement of
relevant I.S. specifications shall be used for the work. Any lot of cement brought to site by
the contractor would be permitted to be used in the work only after the satisfactory results
are received, of the requisite tests under the supervision of the Engineer-In-Charge or his
authorized representative.
iv. Crushing Unit and Batching plant- The crushing unit should be capable of producing
particles which are equi-dimensional or cubicle in shape conforming to the grading
requirement. For this purpose, typical two stage crusher configuration of jaw primary
crusher and a cone secondary crusher will be obligatory. In the batching plant, as per the
1.1 11kV,315 KVA, Outdoor Package / compact Sub-Station (in compliance IEC 62271-202)
shall be consisting of following:
HT SWITCHGEAR:
11kV 200Amps 21kA for 3 sec. SF6 insulated Copper Busbar Non-Extensible Ring Main
Unit (Type CVV) consisting of One No. of remote operated motorised Load Break
Switches and two Nos. of Fixed remotely motorised operated vacuum Circuit Breaker unit
with robotically welded having IP67 in SF6 encapsulated stainless steel enclosure of
thickness minimum 2.0. with series trip, self-powered microprocessor based 3 Ph
numerical over current relay (IDMTL + Inst.) protection 1 no., Protection CT of ratio-
25/1A 2.5VA 5P10... 3 nos, + 0.5 Class for metering, gas pressure gauge etc. It should
have metering unit complete with CTs, PTs. The SCADA system should communicate all
faults, and electrical parameters like voltage, current, KW, Kwar, kwh, kvarh, pf etc.
TRANSFORMER:
Three Phase, 50 Hz, Core type, two winding, 315 KVA 11KV/433V DYn11 cast resin dry
type, AN type transformer. The transformer be copper wound and class H insulated. The
off ckt tap changer should be +5 % to –5 % in step of 2.5% each. The transformer shall be
suitable for operation at full rated power on all tapings without exceeding the applicable
temperature rise. It should be possible to operate the transformer satisfactorily, with the
loading guide specified in IS-6600. There shall be no limitations imposed by bushings, tap
changers, auxiliary equipment to meet this requirement.
LT PANEL:
433V LT Indoor panel with 630 Amps Al. Busbars 100% for Phase and 50% for Neutral,
Current Density of AL- 0.8 Amp/sqmm , Fabrication using 1.5/2mm CRCA sheet steel ,
Ingress protection IP4X , complete with internal wiring consisting of following.
INCOMER FROM TRANSFORMER:
630 Amps 433V 4P 50Hz 50KA remote wireless signal based electrically operated Type
Moulded Case Circuit Breaker (MCCB) with microprocessor based overcurrent, short
circuit Fault & earth fault Release, Digital Load Manager meter having SCADA
communication facility and accuracy class 0.5, complete with required CTs and protection.
OUTGOINGS:
250 Amps 433V 3P 50Hz 36KA, TPN Moulded Case Circuit Breaker (MCCB) with
microprocessor based release for over current and magnetic short circuit. Multi-function
meter of accuracy class 1.0 and communication port…………… 3 nos.
1.2 11kV,315 KVA, Outdoor Package / compact Sub-Station (in compliance IEC
62271-202) shall be consisting of following:
HT SWITCHGEAR:
11kV 200Amps 21kA for 3 sec. SF6 insulated Copper Busbar Non-Extensible Ring
Main Unit (Type CVV) consisting of One No. of remote operated motorised Load
Break Switches and two Nos. of Fixed remotely motorised operated vacuum Circuit
Breaker unit with robotically welded having IP67 in SF6 encapsulated stainless steel
enclosure of thickness minimum 2.0. with series trip, self-powered microprocessor
based 3 Ph numerical over current relay (IDMTL + Inst.) protection 1 no., Protection
CT of ratio-25/1A 2.5VA 5P10... 3 nos, + 0.5 Class for metering, gas pressure gauge
etc. It should have metering unit complete with CTs, PTs. The SCADA system should
communicate all faults, and electrical parameters like voltage, current, KW, Kwar,
kwh, kvarh, pf etc.
TRANSFORMER:
Three Phase, 50 Hz, Core type, two winding, 315 KVA 11KV/433V DYn11 cast resin
2.1 SCOPE:
The scope of this specification covers the design, manufacture, stage inspection at works,
inspection and testing the finished 11 kV Three Core, stranded, compact circular,
Aluminum,
conductor screened with extruded semiconducting compound, XLPE insulated, insulation
screened with extruded semi conducting compound withcopper as metallic part, dry cured
& dry cooled/Sioplas using triple extrusion through common triple crosshead (single point
triple extrusion), in combination with water blocking tape below copper tape , cores laid
up withnon-hygroscopic fillers including Centre filler, PVC ST2 inner sheathed,
galvanized steel strip/GIwire armored and overall black PE ST 7 sheathed cable
conforming to IS:7098 (Part-2) 1985/IEC withlatest amendments and as per specification
detailed.
2.2 RATED VOLTAGE:
The rated voltage of the cable shall be 11 kV AC with the highest system voltage of 12 kV
between phases of the effectively earthed three-phase transmission system.
Conductor:
The cable conductor shall be made from H2 Grade Aluminum to form compacted
stranded circular conductor having resistance within the limits specified in IS: 8130/1984
and any
amendment thereof. The wires shall be laid up together with a suitable right hand lay.
Conductor Screen: The conductor screen shall be extruded semiconductor XLPE,
extruded by triple extrusion method in the same operation as along with the insulation and
insulation screen., the IS: 7098 Part 2, The semiconductor shall be suitable for operating
temperature of the cable and shall be compatible with the insulation.
Insulation:
The insulation shall be Water Tree Retardant Cross-Linked Polyethylene
(XLPE)insulation applied by extrusion and shall conform to the following requirements:
S. No. Properties Requirements
1. Tensile Strength 12.5N/mm², Min.
2. Elongation to break 200 percent, Min
3. Aging in air oven:
d) Treatment: Temperature: 135 ±3°C
Duration: 7 days
e) Tensile Strength variation: ±25 percent, Max
f) Elongation variation: ±25 percent, Max
4. Hot set:
d) Treatment: Temperature: 200±3°C
Time under load 15 min
Mechanical stress 20N/cm²
e) Elongation under load 175 percent, Max
Permanent elongation (set) after
f) cooling 15 percent, Max
5. Shrinkage:
b) Treatment: Temperature 130±3°C
6. Water absorption
(Gravimetric): 85±2°C
c) Treatment: Temperature: 14 days
Duration: 1 mg/cm², Max
d) Water absorbed
7. Volume Resistivity
c) at 27°C 1x1014 ohm-cm, Min
d) at 90°C 1x1012 ohm-cm, Min
8. Thermal Resistivity 350 degrees C cm/W
Power factor at maximum conductor
9. temperature 0.008
10. Dielectric strength 22 kV/mm
The XLPE insulation should be suitable for specified system voltage. The extrusion should
be a True triple extrusion with thickness and concentricity control of all the three layers.
The curing process of XLPE insulation should be dry cured/ Sioplas cured. The
manufacturing process shall ensure that insulations shall be free from voids. Minimum
degree of crosslinking shall be 75%.
The insulation shall withstand mechanical and thermal stresses under steady state and
transient operating conditions.
The extrusion method should give very smooth interface between semi-conducting screen
and insulation.
The insulation of the cable shall be compatible with the continuous conductor temperature
of 90°C, short time overload temperature of 130°C & short circuit temperature of 250°C.
The average thickness of the insulation shall not be less than as specified in IS: 7098-II.
The insulation shall be so applied that it fits closely on conductor screening and it shall be
possible to remove it without damaging the conductor.
The eccentricity of the insulation shall be less than 10% and ovality shall be less than 5%.
Insulation Screen:
To confine electrical field to the insulation, semi-conducting XLPE shield shallbe put
over the insulation. The insulation shield shall be extruded in the same operation as
theconductor shield and the insulation by triple extrusion and shall be as IS: 7098 Part
2, CopperTape of 10% Overlap, water blocking tape shall be applied over the
The cable shall be suitable for laying in covered trenches and/or buried underground to
meet the outdoor application purposes.
Armoring shall be applied over the inner sheath with galvanized steel flat strip/GI wire
complying with the requirements of IS: 3975/1979 for 3-Core cables. The dimensions of the
galvanized steel flat strips/GI wire shall be as specified in the IS: 7098/Part-II/1985.
The outer sheath shall be applied by extrusion. It shall be applied over the armouring
and shall consist of HDPE ST 7 compound, conforming to the requirements of IEC
60502-2 for lines and FR PVC ST2 for substation. The minimum thickness of the
sheath shall be as per IS 10462 (Part 1).
2.9 IDENTIFICATION:
The outer sheath shall have the following information embossed or indented on it; the
manufacturer’s name or trade mark, the voltage grade, the year of manufacture. The
identification shall repeat at every meter of the along the length of the cable. Outer
sheath of cable shall be black in permanent colour.
The Bidder shall furnish a complete and detailed quality plan for the manufacturing
process of the cable. All raw materials shall conform to relevant applicable standards
and tested for compliance to quality and requirement.
k) Insulation resistance
(Volume resistivity) test
q) Flammability test
r) Void & Contamination Test IS 7098 (Part-3)
s) Degree of Cross linking of XLPE
t) Wafer Boil Test
Oxygen Index and Temperature Index for FR PVC ST
u) 2
2. ACCEPTANCE TEST:
The sampling plan for acceptance test shall be as per IS 7098 part -II, Appendix “A”
3. ROUTINE TEST:
Note:In the item schedule if some extra features are mention in any size of cable those extra
features shall be added in place of above mentioned specifications for that size of cable.
(i) The bidder shall submit the LM-80 test report of the offered lighting fixtures, confirming
to the applicable IEC/PAS 62717 for LED Modules Performance and LM-79 confirming
to the applicable IEC/PAS 62722-2-1 for LED Luminaries Performance/ USCL
Specification, with the bid. The test report must clearly indicate model, Cat. No. and
wattage of fixture.
Power Factor
Luminous Efficacy (Lumens /watt) of the Lamp
System lumen efficacy
Colour Rendering Index (CRI)
Colour Temperature of the Lamp
Ingress Protection Level (IP Level)
Power consumption of the Complete System.
Electrical/ Insulation Resistance Test
Electrical and Photometric Measurements Test Report (IES LM 79)
LED Lumen Maintenance Test Report (IES LM 80)
2. ELECTRONIC COMPONENTS: -
The electronic components used shall be as follows:
a. IC (Integrated Circuit) shall be of industrial grade.
b. The resistors shall be preferably made of metal film of adequate rating.
c. The conformal coating used on PCBs should be cleared and transparent and should
not affect colour code of electronic components or the product code of the
company.
d. The heavy components shall be property fixed. The solder connection should be
with good finish.
e. The infrastructure for Quality Assurance facilities as called for in the Specification
shall be available for the manufacturing of this product. The compliance shall be
indicated clearly in the tender itself.
3. LED MODULES: -
ANSI rated LEDs from reputed makes such as LG/ Nichia, Japan / Cree, USA /
Bridgelux, USA / Lumiled USA / Osram/Citizen Japan / Philips should be
provided.
LEDs shall have optical grade polycarbonate / PMMA lens to provide street light
distribution. LED optical lens should be mechanically fixed to MCPCB and should
not be fixed by glue. Individual or cluster of LEDs should be provided with Optical
Grade Polycarbonate lens with street light optical distribution.
4. INGRESS PROTECTION: -
Ingress protection should be IP 66. The fixture should have double-wall
construction with silicone gasket designed for IP66 without using any glue to
prevent breakdown of the water and dust proof seal for both the LED & the driver
compartments.
5. The Fixture light output (lux) shall be constant. The voltage variations /
fluctuations in the specified voltage range shall not impinge upon the lux levels it
produces. Maximum +/-2% is allowed throughout the input voltage range.
6. CURRENT: - The LEDs shall be driven at 0.5A to 1A.
7. FIXTURE EFFICACY:> or = 90 Lum/watt.
8. OPERATING VOLTAGE: - 140V to 270V ac
9. OPERATING TEMPERATURE: - 0 Deg C to 50 Deg C
10. P.F:-> 0.9
11. DRIVER: -
Isolated type, multistage Constant Current Constant Voltage topology driver
suitable to operate in input voltage range of 140V to 270V (nominal rated voltage –
240V) with minimum 3KV surge protection, Power factor greater than 0.9 and total
harmonic distortion (THD) of less than 20% should be integral to the luminaire.
Short Circuit protection should be such that it recovers automatically after fault
condition is removed.
12. SURGE PROTECTION: - Internal Surge protection ≥ 3KV with an External surge
protection of 10KV (DM / CM) should be put in the Luminaire to ensure protection
against surge arising from power line.
13. TEMPERATURE RISE: -The fixture body temperature shall not exceed 30 Deg C
from ambient even after continuous operation for 24 hrs.
16. The fixture shall work on single phase three wire system (phase, neutral & earth).
17. The maximum tolerance in wattage of fixture will be within the wattage range
mentioned in the item schedule.
6.1Pole 9 Mtr. Ht. Poles shall be continuously tapered round conical cross section,3 mm
thick, MS Galvanised, T washed, primered and painted with PU base colour of choice.
The column shall also be provided with flush door at the bottom with proper
strengthening to the cutout of the door opening. Bottom diameter of pole shale be 165
to 170 mm, top diameter 75 to 80 mm and base plate dim. 275X275X16 mm. The pole
shall be provided with hinged flush door at the bottom with proper strengthening to the
cutout of door opening at height of 550mm with 300x100mm size for MCB
positioning. A junction / looping box with Heavy duty 3 phase connector shall be built
into the pole & its Decorative Arm should be painted with PU colour of the choice of
engineer in-charge. Inclusive of supply and installation of Bakelite sheet with 6A SP C
curve MCB & stud type terminal block suitable for terminating the respective cable.
The fitting should be connected with Copper Flexible wire of 3CX2.5 Sq.mm. The
pole as well as bracket shall be painted by polyurethane (PU) paint of approved colour
shades. The colour of brackets and that of the pole may be same or may be different.
These shall be decided by Engineer In charge, USCL. The PU colour of the pole as
well as bracket shall be guaranteed for at least 3 years from date of handing over the
6.2Pole 7.5 Mtr. Ht. Poles shall be continuously tapered round conical cross section,3 mm
thick, MS Galvanised, T washed, primered and painted with PU base colour of choice.
The column shall also be provided with flush door at the bottom with proper
strengthening to the cutout of the door opening. Bottom diameter of pole shale be 155
to 160 mm, top diameter 70 to 75 mm and base plate dim. 275X275X16 mm. The pole
shall be provided with hinged flush door at the bottom with proper strengthening to the
cutout of door opening at height of 500mm with 300x100mm size for MCB
positioning. A junction / looping box with Heavy duty 3 phase connector shall be built
into the pole & its Decorative Arm should be painted with PU colour of the choice of
engineer in-charge. Inclusive of supply and installation of Bakelite sheet with 6A SP C
curve MCB & stud type terminal block suitable for terminating the respective cable.
The fitting should be connected with Copper Flexible wire of 3CX2.5 Sq.mm.The pole
as well as bracket shall be painted by polyurethane (PU) paint of approved colour
shades. The colour of brackets and that of the pole may be same or may be different.
These shall be decided by Engineer In charge, USCL. The PU colour of the pole as
well as bracket shall be guaranteed for at least 3 years from date of handing over the
installation. This guarantee shall be given by the manufacture of pole in writing and
shall be counter by the contractor. The contractor has to submit a certification to IMC
from the manufacture of pole that the pole and its bracket will not bend, break, buckle
or fall due to wind pressure in the Ujjain city area and due to weight of the fitting with
control gear boxes etc.
6.3Decorative pole with total height of 4 to 5 Mtrs as per road dimensions and as per
directions of engineer in charge. The Pole should be made out of M.S./Aluminium
grooved round tubular Pipe sections having steps. The minimum thickness of pole
should be 3mm. The bottom part of the pole should be of 105 to 115 mm diameter and
top part diameter 85 to 95 mm. Both the sections should be joined together by means
of welded joints. A base plate of dimension diameter 380 to 430 mm x 15 mm thick
should be joined with the pole at the bottom through welded joints. The pole may be
reinforced internally with a pipe inside if required. A cast iron pedestal to be fitted on
the pole at bottom by grub screw fixing.
7.0LIGHTING FIXTURES:
7.1Street Light Fixture: LED street light Luminaires of Wattage range 120W to 130W,
with IP 66 rating. The fixture should be made of pressure die cast Aluminum /
Aluminum Extrusion and clear flat glass, integral control gear, IK 05 or above. The
fixture should have lumen maintenance of at least 70% at 50000 burning hours at
ambient temp of 35-degree C. The driving current for LED should be Max 1A ±10 %.
The efficacy of fixture should be at least 100 lumens/watt. The power factor of driver
7.4Decorative Hanging / post top LED type luminaire of heritage appearance made out
of Spun aluminum, the diffuser shall be of PMMA / clear poly carbonate. The
decorative luminaire shall be of wattage 35 TO 40 LED, 100 Lum/watt min., with
separate driver placed integrally in street light housing Driver should be of THD <10%
and power factor above 0.95 .High power Led of above 1watt should be used of make
Cree/Nichia/Lumiled/Osram/Seoul. Lenses should be used to give required optics.
Ingress protection of optical chamber shall be IP-65 . The Luminaire body shall be
painted with exterior grade of Poly-urethane /Polyester coating in required colour
shade. The fixture should be complete with suitable bracket, mounting accessories.
7.54m LED Solar Post Top luminaire with system lumen output of 2500 lumens and a
minimum system efficacy of 100 lumen/watt. The luminaire shall have rated system
Page 170 of 267
lifetime of 50,000 burning hours at L70. The luminaire should have neutral white
colour temperature (CCT>4000K) and a CRI>70. The luminaire shall meet IP68 rating
with operating temperature ranges from 0 to 60degC. The battery capacity should be at
least 60Ah with life cycles of 2000cycles @ 90% DOD. The pole should be made of
aluminium alloy. The PV Cell technology should be mono-Si and Watt-peak rating
should be 180Wp/23Voc. The solar cell efficiency (Under STC) should be more than
16.4%. PV module lifespan of 20years. It should have special theft proof locking
mechanism. Run time extension and remote monitoring should be as optional for
future up gradation. The light pole should be EN40-6 certified and CE certified. The
total power consumption should not exceed 25W (including driver).
7.6Flexible strands of high-intensity LED nodes with intelligent color light with UV-
protected polycarbonate clear flat lens. The lumen per node should be more than
30lm/node and luminance per node should be more than 17000cd/sqm. The nodes
having 3 chnnels of LED Red/Green/Blue with viewing angle of 105deg. Electrical
input voltage to the nodes should be 24vDC from suitable controller and each node
should not consume more than 1W at full output, steady state. Integrated watertight 3-
pin connector required. Ingress protection of IP66 is required and it should be UL/cUL,
CE, FCC Claas A certified.
7.7LED Post Top for application of Street Rejuvenation fixture with a system lumen
output of minimum 4000 lumens and a minimum system efficacy of minimum
75lm/W. The luminaire shall have a rated system lifetime of 50,000 burning hours at
L70. The luminaire should have CRI > 80 with die cast housing and THD < 10%. The
luminaire shall meet IP66 and IK10 with THD < 20% and PF > 0.95. The input voltage
range should be between 140-270V AC. The Driver life of min 100000hrs having
integral gear trey. Having Aerodynamic resistance of 0.13sqm and surge protection of
min 3kV. The operating temperature range should be minus 5deg to 35deg. The
luminaire optics shall have road distribution with no up light. The luminaire should
have proper IES file, LM79 & LM80 reports and should be tested from NABL
accredited LAB. The luminaire should comply IEC 60598-2-3, EN 61547, EN 62471,
EN 61000.
7.8LED wall Grazing luminaire with dedicated optics for architectural lighting. Beam
angles of 10 x 50 and 50 degrees. Luminaire wattage should not be more than 60W and
having RGB LED channels for color changing. The luminaire lumen should be 1800lm
for 4ft linear type. Luminaire should have powder coated die cast AL housing with
tempered glass lenses. It can have direct mains connection via junction box. The
operating voltage range is 100-277V AC, 50Hz. Luminaire can be controlled by DMX
512 based controller. Luminaire should be IP 66 and IK 06. Lumen maintenance of
L50 @ 50000 hours at 25 degree Luminaire should be UL/cUL/FCC/Class A/CE/CB
certified.
7.10 Outdoor / indoor wall grazing or wide flood application Linear Fixture:
From One Bin Only. Allows the use of 3 precise and highly efficient linear optics (10°
Wall grazing, 30° and 60° general lighting optics) Convinces with light intensity and
unmatched precise light control IP67 by an clear polyurethane encapsulation and IK10
certified (impact resistance), solvent, salt water and UV radiation resistant Maximum
grazing light performance. LM 80/79 compliant. Lumens/Meter (White) - 1,510 to
3,580 Lumens/Meter (IQ White) – 700 to 1,410 Lumens/Meter (RGB) - 690 Life -
Burning Hours > 60, 000 (White/IQ White), For RGB > 30,000.
7.11 Indoor Cove / Wall washer Linear Fixture: LM 80/79 Compliant. Protection
against granular objects > 1mm. From One Bin Only. Protection against granule object
> 1mm Specially developed, highly efficient reflector optics, 25°, 65° and wall washer
with eta up to 94% Highly modular system offering a 45° adjustable luminaire head and
use of up to 7 different optics. Optimal viewing comfort with absolutely homogenous
light UGR < 16 through precision crafted aluminum reflector optic. Burning Hours >
60,000 (White), for RGB, Burning Hours > 30, 000. Lumens/Meter (White) - 1510 to
3580 Lumens/Meter (RGB) – 691.
7.12 Indoor Recessed Task Lighting Linear Fixture: Invisible linear LED down
light for recessed, surface or pendant installation. General or task lighting in offices,
museums, concert halls or cinemaNano lenses optics for an optimal beam
controlOptimum glare control through a black glare reduction – UGR glare rating of
UGR < 13Available as freely configurable CV (constant voltage) variant as well as CC
(constant current) variant incl. From One Bin Only. LM 80/79 Compliant. Burning
Hours > 60,000 Efficient optics and tapes offer up to 7,320 Lumens/Meter, and 134
Lumens/Watt. Lumens/Meter - 2,010 to 7,320.
7.13 General Lighting Indoor Recessed Liner Fixture: Very low installation depth
of only 25 mm (0.98 in) From One Bin Only LM 80/79 Compliant. Burning Hours >
60,000 (White), for RGB, Burning Hours > 30, 000. Luna Hydra White Lumens/Meter -
2100 to 5000 Luna Hydra IQ White Lumens/Meter - 980 to 2850. Luna Hydra RGB
Lumens/Meter - 638 to 965.
7.14 Outdoor Walkways and Façade Linear Fixture: In ground roll over IP68
Linear LED Luminaire. In ground accent and guiding lighting or wall grazing in open
areas or parking lots. Optimum rendition of the LED spectrum (no color shift) – True
Color To be walked on and traversed by vehicles. IK10 (Impact Resistant), solvent, UV
Radiation, Salt Water resistant V4A stainless steel housing Dot free and absolutely
Engine with direct injection, water cooled engine, 8 cylinders, V-type, 4 stroke, rated at
1500 RPM, conforming to ISO 3046 / BS 5514 has the following specifications:
- Mechanical FIP
-Electronic governor
- Turbocharger, pulse tuned exhaust manifold, stainless steel exhaust flexible
connection
- Radiator Cooled, with turbocharged after cooled
-Plate type lube oil cooler
-Filter –fuel, lube oil
- Dry type replaceable paper element air cleaner
- Flywheel housing and flywheel to suit single bearing alternator
- Starting motor – Electric, battery charging alternator
- First fill lube oil and coolant
Alternator: (Stamford/equivalent)
- Brushless alternator
- Self-excited, self-regulated
- Class ‘H’ insulation limited to temperature rise of class H
- Salient pole revolving field
- Single bearing
- Automatic voltage regulator
Acoustic enclosure – Engine alternator assembly mounted on AVM with Silencer and
S.S exhaust bellow suitably optimized to meet stringent sound & emission standards as
laid down by MOEF / CPCB
- Base rail without draw-out type fuel tank is provided with a drain plug, air
Vent, inlet and outlet connections, level indicator, manhole etc.
- Sub-base fuel tank with at least 14 hours capacity at 75% load.
- 24 V dry, batteries with connecting leads and terminals
-90% gloss RAL9003 white pure polyester powder coated, base in black colour.
Page 173 of 267
-Water and lube oil drain outlets located on the outer surface- Leading to ease of
maintenance and cleanliness.
Control panel: RAL 9003 White Powder coated control panel manufactured with CRCA
sheet , control Panel having following features:
-AMF with auto changeover power and control circuits of required ratings.
- MCCB of suitable rating with microprocessor based LSIG release.
- Controller which displays voltage, current, KW, PF, Frequency, KWh.
- Indicating lamps for “Load On” and “Set Running”
- Current transformers of suitable ratings
- Aluminium busbars of suitable capacity with incoming and
Outgoing terminations
- Control fuses duly wired and ferruled
Power cables: copper conductor cables between Alternator & Control panel inside the
canopy.
1. All works shall be carried out in strict accordance to the norms, procedure and
specifications issued and enforced by BIS in Relevant Indian Standard specifications and
code of Practices with up to date amendments and revisions, latest edition of National
building code and National electric code. In addition, the installation shall comply in all
respects with the requirements of Indian. Electricity Act 2003 and Indian Electricity Rule
1956 with up to date amendments and revisions and special requirements if any of the M.P.
State Electricity Board or Chief Electrical Advisor to Government of Madhya Pradesh cum
Chief Electrical Inspector and his subordinate office.
2. The contractor shall make his own arrangements for supply of water and electricity at his
expense required for execution of work. The USCL shall neither make any such
arrangements nor shall make any payments in this regard.
3. The contractor has to construct at his own cost his site office and store at site on a suitable
place and location as permitted by USCL. The USCL shall not provide any place for
storage of equipments required for work. No amount shall be paid to the contractor in this
regard.
4. Proper upkeep and maintenance and safety of store and stocks of materials brought at site
shall be the sole responsibility of the contractor. The materials got damaged due to
negligence of its up keeping at site or due to mishandling shall have to be replaced by the
contractor at his own cost. On discovery of such damages the USCL shall recover the
amount paid through the running bills to the contractor and shall only be reimbursed after
the replacement of the same. The USCL shall also not be responsible for theft of materials
from site and the contractor has to replace all such materials at his own cost. No
compensation whatsoever shall be payable to the contractor on above grounds.
5. The contractor shall not be entitled to any compensation for any loss suffered by him on
account of delay in commencement or execution for work whatever the cause of delay may
(B) The contractor has to arrange factory inspection of all major items as required by Engineer
in Charge at the manufacturer’s works before paint of material. Date of inspection should
be informed 15 days in advance to USCL. The contractor has to get any equipment or
complete installation checked and tested by any Government/ Semi Government/ Private
authority such as CPRI, BHEL, NABL laboratory, Testing department of MPPKVV Co.
Ltd. etc. at his own cost. He shall also provide free of cost all labour, material, equipments
etc. for the purpose of above testing. The contractor shall not be entitled for any
compensation on this ground. If required by Engineer in Charge contractor will have to
arrange for third party inspection of entire installation done by him and he will have to
rectify / repair / replace any defects pointed out by inspection agency.
a) To visit the site from time to time to inspect the quality of work.
b) To issue working drawings with specifications to the contractor.
SCOPE OF WORK
Page 177 of 267
The entire system will be connected to Proposed MLCP’s pump room.All the required
accessories for integrating the system will be in the scope of bidder.
Work under this section shall consist of furnishing all labour, materials including spares,
equipment and appliances necessary and required to completely install wet riser, fire hydrant
sprinkler, fire extinguisher & drencher system as required by the drawings and specified here
in after or given in the Schedule of Quantities.
This is system is for Fire Protection for entire MRIDA. And placing of Fire Extinguisher at
appropriate location as per instruction of Site in Charge.
M.S., D.I. external underground main including valves, hydrants and appurtenances (where
specified)
Valves, hose reels, hose cabinets (individual hose cabinets for hoses will not be required, if
all the equipment’s are installed inside the Fire shaft), fire brigade connections and
connections to pumps and appliances etc.
Suction, Delivery & header pipe, fittings, flanges, expansion bellows & valves (Not
Applicable)
Signage’s, Fire extinguishers & sand buckets
Drencher system (if Required as per CFO NOC)
PIPE WORK
General Requirements:
All the materials shall be as per relevant IS code, best quality conforming to the
specifications and subject to the approval of the Client or his representative. If so directed,
materials shall be tested in an approved testing laboratory & the contractor shall produce
the test certificate in original to the Engineer-in-charge and the entire charges for original
as well as repeated tests shall be borne by the Contractor.
Before welding, the pipe faces shall be cleared & then shall be welded conforming to IS:
9595 – 1980. The electrodes used for welding shall comply with IS:814. the laying of
welded pipe shall also comply to IS 5822 – 1986. The welding joints shall be tested in
accordance to IS:3600, Part 1973.
Pipes and fittings shall be fixed truly vertical, horizontal or in slopes as required in a neat
workman like manner.
Pipes shall be fixed in a manner as to provide easy accessibility for repair and maintenance
and shall not cause obstruction in shafts, passages etc.
Pipes shall be securely fixed to walls and ceilings by suitable clamps or supported at
suitable spacing & at change of direction as required. Only approved type of anchor
fasteners shall be used for RCC ceiling and walls.
Page 178 of 267
All pipes above ground and in exposed locations shall be painted with two coats of Red
Oxide primer and two coats of synthetic enamel paint of approved shade.
Pipes buried below ground level shall be protected against corrosion to give a uniform with
multi-layer anticorrosive treatment as per IS: 10221 by using non-woven polyester mat of 4
mm thickness. The application of pipe coat primer and multi-layer tape shall be as
specified by the manufacturer.
All Piping Joints for the sizes from 15 mm NB to 50 mm NB shall be screwed Joints.
Screwed joints shall have tapered threads and shall be assured of leak tightness by applying
a few turns of jute/cotton yarn dipped in Holetite or Teflon based liquid sealants taken over
the threaded end of the pipe and socket screwed over pipe.
The pipes to be threaded is cut to the required measurements. The surface of the pipe to be
threaded is cleaned, the pipe is scrapped to remove internal burrs and the Threading of pipe
shall be carried out by means of threading machines.
Required fitting is tightened over the threaded portion either before installation or in
position. Exposed ends of pipes are capped to prevent debris and other materials from
entering the pipe. All measured pipes shall be free from stress and strain at the
union/flanged joints.
Eccentric reducer fittings are used in horizontal pipes and concentric reducer fittings are
used in vertical pipes. Unions to be provided whenever necessary for the easy removal of
pipes, valves and fittings.
Valve and other appurtenances shall be so located that they are easily accessible for
operations, repairs and maintenance.
Fire sealant shall be used wherever pipe is crossing through walls/beams. Fire sealant shall
be of min 2 hrs fire rating. The application temp. range shall be
10 to 40 deg C. Temp resistance range -10 to 100 deg C.
PIPING
Pipes of the following types are to be used:
G.I/Mild steel black pipes as per IS: 1239, heavy duty grade (for pipes of sizes 150 mm
N.B. and below) suitably lagged on the outside to prevent soil corrosion. M.S. pipes buried
below ground shall be lagged as per IS:10211. All underground piping shall be D.I.
Steel pipe lines up to 150 mm dia. shall have all fittings as per IS:1239, Part-II (heavy
grade) while pipelines above 150 mm dia shall be fabricated from IS:3589 Gr.320 pipes as
applicable or from steel plates.
For steel pipelines up to 50 mm dia screwed jointing shall be adopted, while for pipelines
above and including 50 mm dia., welded or flanged connections construction is to be carried
out. Only Electro galvanized nuts/bolts shall be used.
Flanged joints shall be used for connections to vessels, equipment, flanged valves and also
on suitable straight lengths of pipeline of strategic points to facilitate erection and
subsequent maintenance work. Flange thickness shall be as per IS: 6392 – 1971. Table –
17/18.
Fitting for pipes above 65 mm or and up to 150 mm dia. shall be machine formed from
seamless pipe pieces of minimum 65 mm wall thickness. For tees and other fittings where
seamless sections are not available, the fittings shall be made from Electric resistance
welded pipes as given in the approved makes. The fittings shall have a minimum 6 mm wall
thickness. The fitting shall with stand pressure of up to 21 kg/cm2.
Fittings of size 50 mm or below shall be made of forged steel. The fitting shall be threaded
at both ends. The fittings shall withstand pressure of up to 21 Kg/cm2.
For tapping of 50 mm/ 40 mm/32 mm/25 mm from headers where readymade tees are not
available, half socket connections with one side threading shall be employed. The half
socket shall be welded at the centre of the header, either on the side or on the top.
All Pipes clamps and supports shall be galvanized steel. When fabricated from M.S. Steel
sections, the supports shall be factory galvanized before use at site. Welding of galvanized
clamps and supports will not be permitted.
Pipes shall be hung by means of expandable anchor fasteners of approved make and design
(Dash Fasteners or Equivalent). The hangers and clamps shall be fastened by means of
galvanized nut and bolts. The size/diameter of the anchor fastener and the clamp shall be
suitable to carry the weight of water filled pipes and dead load normally encounter.
Wherever two horizontal headers are to run side by side, the two headers shall be located at
different levels, if possible, so as to avoid unnecessary bends at tapping off from the
headers. Accordingly, the supports shall also be staggered to support pipes at two levels.
While all piping shall have clevis type hanger supports from the ceiling with fasteners, for
pipe headers of 100 mm dia and above, additional wall/column mounted supports shall be
taken. Clevis type hanger supports shall be at 3.0 m intervals and at every turn, at both ends.
MS angle supports at wall and columns shall be at 18 m intervals. The angles shall be cut by
gas cutter and evened out by grinder. All welding to angles shall also be cleaned by grinder.
Angles shall not be less than 50 x 50 x 6 mm size.
For fixing clevis hanger and angle support, only dash fasteners shall be used. Exposing of
steel reinforcement and welding to them shall not be permitted except in exceptionable
circumstances.
Pipes in vertical shafts shall have MS angle brackets at alternate floor level. The bracket
shall be mounted behind the pipe. A base plate of 50 wide x 6 mm thick shall be welded to
Distribution Pipes:
The first support on a nominally horizontal distribution pipe shall not be at more than 2 M
from the main distribution pipe.
At least one support shall be provided for, each pipe run connecting adjacent sprinkler and
the pipe run connecting the distribution pipe and the first sprinkler on the range pipe.
Pipe supports shall not be closer than 150 mm to any sprinkler axial central line.
The first support on a range pipe shall not be more than 2 M from the distribution pipe.
The last support on a range pipe shall not be at more than 1.5 M from, The Range of pipe
end OR Where there is a horizontal are pipe of 450 mm or longer, the arm pipe end OR
Where there is a drop or rise exceeding 600 mm, the drop or rise pipe end.
The piping system shall be capable of withstanding 150% of the working pressure
including water hammer effects and Shall be kept under pressure for 24 hours for any
leakage.
Flanged joints shall be used for connections to vessels, equipment, flanged valves and also
on suitable straight lengths of pipeline of strategic points (@ at every 15-20 mtr.) to
facilitate erection and subsequent maintenance work.
Welded joints between M.S. Pipes and fittings shall be made with the pipes and fittings
having “V” groove and welded with electrical resistance welding in an approved manner.
Weld Electrodes shall be of approved make, of grade and type as suitable for the job and
meeting the approval of the Engineer.
Joints shall be given a first weld in full without burrs on the full dia. of the pipe. Welding
shall be carried out vertically from surface to be welded. Weld fluxes shall not be so plastic
such as to fall or drip down. After application of first coat the weld shall be ground and
then another layer of welding shall take place. The root weld shall also be cleaned by
grinding.
All pipe cutting shall be by oxy acetylene gas welding only. The cut surface shall be
cleaned and ground by electric grinder before further welding. Pipe cutting or welding in
inaccessible areas shall be avoided. Pipes shall not have welded in trenches unless the
bottom edge of the pipe does not have clear space from working with electrode.
For Supports, angle pieces shall be cut by oxy acetylene gas and cleaned by electric
grinder. All cutting of bolts inserts shall be by electric drill.
Tapping (Nipple pieces, etc.) for Hydrant from the risers shall be fabricated separately and
then welded to the riser. A tool piece of 80 mm dia. Or as required shall be first prepared:
one end shall be cut as per profile of riser’s pipe on which it shall be finally welded. The
other end shall have the flange welded to it. The flange holes shall be set so as to receive
the hydrant head correctly. Inside of the flange shall also receive a single layer of welding.
Valves shall be used to start, stop or control flow. Non-return valves shall provide
unidirectional flow.
Butterfly valve conforming to BS 5155 will be used for isolation of flow in pipelines. For
sizes up to 40 mm, gate valves shall be outside screw rising spindle type and shall be as per
IS: 778 Class-1 and Class-2, as applicable. For sizes 50mm to 200mm, Butterfly valve shall
be as per BS: 5155, Non-return valves shall be swing check type. An arrow mark in the
direction of flow shall be marked on the body of the valve. These valves shall conform to
IS: 5312.
The disc shall be heavy duty cast iron with anti-corrosive epoxy or nickel coating.
The valve seat shall be of high grade elastomeric or nitrile rubber. The valve is closed
position shall have complete contact between the seat and the disc throughout the perimeter.
The elastomeric rubber shall have a long life and shall not give away on continuous applied
water pressure. The shaft shall be EN 8 grade carbon steel.
The valve shall be fitted between two flanges on either side of pipe flanges. The valve edge
rubber shall be projected outside such that they are wedged within the pipe flanges to
prevent leakages.
Gun metal valves shall be used for smaller dia. Pipes, and for threaded connections. The
Valves shall bear certifications as per IS: 778-1971 and shall be rated to 15 Kg/Sq.cm
pressure. The Body and bonnet shall be of gun metal to IS: 318. The steam gland and gland
nut shall be forged brass to IS: 319. The hand wheel shall be of cast iron to IS: 210. The
Hand Wheel shall be of high quality finish to avoid hand abrasions. Movement shall also be
easy. The spindle shall non-rising type. All valves shall be approved by the Authority
Representative before they are allowed to be used on the work.
Yard or External Hydrants valve shall be as per IS:5290. The hydrant shall consist of stand
post assembly and a masonry base 200 mm X 200 mm X 200 mm high and shall be made at
the point where it comes out of the soil. The valve shall complete with hand wheel, quick
coupling connection spring and blank cap. The hydrant shall be laid on 150/100 dia main tee
off to 80 mm dia.
Yard or External hydrant shall be controlled by a cast iron sluice valve. Hydrant shall have
oblique female instantaneous pattern 63 mm diameter outlet with caps and chains. The hydrant
shall be of gunmetal and flange inlet and single outlet conforming to IS:5290, a duck foot bend
and flanged riser of required height to bring the hydrant to level above ground. The valve body
stop valve, check valve, nut, instantaneous female outlet and blank cap shall be of leaded-tin
bronze conforming to Grade-II of IS:318-1962. The valve spindle shall be of brass rod
conforming IS:320 - 1962. The hand wheel shall be mild steel or cast-iron washers’ gaskets
shall be of rubber conforming to IS:638 - 1965 or leather conforming to IS:581: 1969.
Each external hydrant shall be provided with two nos. 63 mm. Diameter 15 mtr. Long hose
pipe with gunmetal male and female instantaneous type coupling, machined wound with G.I.
wire hose of IS 636 type A and couplings to IS:903 with IS certification, gunmetal branch pipe
with 16 mm nozzle conforming to IS:903.
INTERNAL HYDRANT:
Internal hydrant shall be provided at each landing or at suitable location consisting of double
headed gunmetal landing valve with 63 mm dia. Outlet and 80 mm inlet (IS:5290-1969) with
separate shut off valve. Landing valves shall be 63 mm dia. oblique female instantaneous
pattern with caps and chains. Landing valves shall be of gunmetal and fitted with instantaneous
coupling conforming to IS:901. The valve body stop valve, check valve, nut, instantaneous
female outlet and blank cap shall be of leaded-tin bronze conforming to Grade-II of IS:318-
1962. The valve spindle shall be of brass rod conforming IS:320 - 1962. The hand wheel shall
be mild steel or cast-iron washer’s gaskets shall be of rubber conforming to IS:638 - 1965 or
leather conforming to IS:581: 1969. The coupling shall be fitted with an internal plug secured
by chain landing valves shall be installed on hydrant riser at a height of 1.0 to 1.2 meter from
the floor level.
Landing valves shall be 63 mm dia. oblique female instantaneous pattern with caps and chains.
Landing valves shall conform to IS:5290 in all respects. Landing valves shall be of gunmetal
and fitted with instantaneous coupling conforming to IS:901. The valve body stop valve, check
valve, nut, instantaneous female outlet and blank cap shall be of leaded-tin bronze conforming
to Grade-II of IS:318-1962. The valve spindle shall be of brass rod conforming IS:320 - 1962.
The hand wheel shall be mild steel or cast-iron washer’s gaskets shall be of rubber conforming
to IS:638 - 1965 or leather conforming to IS:581: 1969. The coupling shall be fitted with an
internal plug secured by chain landing valves shall be installed on hydrant riser at a height of
1.0 to 1.2 meter from the floor level.
HOSES
Hoses pipes shall be of fabric reinforced rubber lines as per IS:636 Type II with nominal size
of 63 mm and lengths of 15 meter as per quantities specified for in schedule or bill of quantity.
All hose pipes shall carry ISI marking on the body of the hose. Hose pipe of all type shall be
capable of withstanding an internal water pressure of not less than 35 Kg/Sq.cm without
bursting. It must also withstand a pressure of 21 Kg/Sq.cm without undue leakage or sweating.
The hose shall have instantaneous spring lock-type coupling on ends. The instantaneous
coupling shall be as per IS:901. It shall be fixed to each other by copper rivets and galvanized
M.S. wires and leather bands. All coupling shall be interchangeable with each other and shall
bear ISI markings.
HOSE REEL
The hose reel shall be directly tapped from the riser through a 20 mm dia pipe with isolation
valve, the drum and the reel being firmly held against the wall by use of dash fasteners. The
hose reel shall be swinging type (180 degrees) and the entire drum, reel etc. shall be as per
IS:3876 and IS:884. The rubber tubing shall be of best quality and the nozzle shall be 16.5 mm
dia. shut off type. Length of the hose shall be 36.5 meter.
BRANCH PIPES
Branch pipe shall be of gun metal and should conform to IS:903. One end of the branch pipe
will receive the coupling while the other end shall have a nozzle screwed to it. It shall bear ISI
marking.
Each hydrant shall be housed in a Hose cabinet of suitable size. The hydrant cabinet shall hold
double headed hydrant, 4 hoses and two branch pipes as require ed. Internal hydrants shall
normally fit the size of the niche made for it. The cabinet shall be of minimum 14 SWG M.S.
sheet with center opening, double glass front doors (cleat glass of 4mm thickness). The glass
shall be firmly fixed by means of steel clips and screw with rubber beading. Hinges shall also
be screwed and not welded. The corner members (frame) shall be of 25 x 25 x 3 mm thick
angle. The hose box shall be firmly fixed to the wall/support by means of brackets and dash
fasteners. The steel work shall have one coat of primer and two coats of red paint. The words
“Yard Hydrant”, “Hydrant” etc. should be painted in white or red on the glass in 75 mm high
letters. The hose box shall be lockable.
Fire pump arrangement is having negative suction on this project. A 1000-liter tank is required
for priming of the fire pumps installed in pump room. This tank shall be fabricated out of MS
sheet of suitable gauge and shall be installed in the pump room above the pump level to
provide the positive pressure at pump suction.
A fire brigade inlet connection with a non-return valve shall be provided to facilitate the fire
brigade to pump water into the installation by the use of their own equipment. Four-way 150
mm dia. connection to the system shall comprise of four instantaneous pattern 63 mm dia. male
inlets shall be with caps and chains complete with 150 mm dia. sluice valves, non-return valve
housed in a M.S. cabinet with glass fronted door. The cabinet shall be suitable for recess
mounting.
FIRE BRIGADE DRAWOFF CONNECTIONS
Draw off connection – a draw off connection for drawing the water from the Fire Tank would
be provided next to the inlet connection to enable Fire Brigade to draw water from the Fire
Tank. This shall consist of a gun metal stand draw off connection with a gunmetal blank cap
and a chain. A 150mm suction pipe with a foot valve and strainer shall be provided as per
drawings.
SYSTEM DRAINAGE
The Sprinkler systems shall be provided with suitable drainage arrangements with G.I. piping
of 40 mm dia. complete with all accessories and provided with 40 mm dia. drain valve and
these drain risers to be connected to the nearest drain chambers.
VALVE CHAMBERS
All valve chamber shall be RCC chamber in cement mortar 1:5 (1cement:5 coarse sand) on
cement concrete foundation 150 mm thick foundation 1:5:10 mix (1 cement: 5 fine sand: 10
graded stone aggregate 40 mm nominal size), 15 mm thick cement plaster inside and outside
Page 186 of 267
finished with a floating coat of neat cement inside with cast iron surface box approved by fire
brigade including excavation, back filling, complete. The wall shall be 230 mm thick with
heavy duty ISI marked C.I. manhole covers. Structural drawings of the Valve chamber shall be
referred for information.
HYDRANT SYSTEM
The hydrant system shall comprise of AC motor driven pump sets (main & Standby), Jockey
pump etc. with all required accessories including valves, appurtenances, instrumentation and
controls etc. complete in all respects. The system shall cover the entire area from independent
pipe work from the fire water pump set. The hydrant work shall remain pressurized through the
proposed Jockey pump taking care of any leakages in the system pipelines and valve glands.
All pumps/motors to be of makes approved by Client.
The hydrant system shall be kept charged by pressurized water at approximately 7.5 Kg/cm2 at
all times. In the event of fire when any of the hydrant valves in the network is opened, the
resultant fall in header pressure should enable starting the Electric Motor driven fire water
pumping set through pressure switches automatically. One Electric driven pump shall be a
stand-by pump serving hydrant system. In case of failure of electricity, DG shall automatically
take over. Apart from the automatic starting of the pump sets, provision shall be kept for
manual starting also. However, shutting down of pump sets shall be manual.
The hydrant system in the yard shall be furnished with external hydrants consisting of landing
valves (positioned approx. one meter above ground level) fitted M.S. (Heavy) flanged single
headed stand pipes installed on underground hydrant headers distributed 45 M apart
approximately or as marked on the plan.
The entire system including all pumps, motors and panels shall be of approved make by Client.
PRESSURE GAUGE
All pressure gauges shall be dial type with Borden tube element of SS 316. The dial size shall
be of 150 mm diameter and scale division shall be in metric units marked clearly in black on a
white dial. The range of pressure gauge shall be 0-15 kg.sq.mm. The pressure gauges shall be
complete with isolation cock, syphon tubing, etc.
Pressure gauge shall be provided near all connections of hydrant system and isolation valves of
sprinkler system and wherever required.
PRESSURE SWITCHES
The pressure switch shall be industrial type single pole double throw electric pressure switch
designed for starting or stopping of equipment when the pressure in the system drops or
exceeds preset limits. It shall comprise of a single pole change over switch, bellow element
assembly and differential spindle.
SCOPE OF WORK
Work under this section shall consist of furnishing all labour, materials including spare,
equipment and appliances necessary and required to completely install electrically operated
pumps for fire hydrant and sprinkler installations as required by the drawings and specified
hereinafter or given in the schedule of quantities.
Contractor shall submit the design of the system at his cost.
Without restricting to generality of the foregoing the pumps and the ancillary equipment
and shall include the following:
.Pressure gauges & pressure switch.
Scope
GENERAL REQUIREMENT
Pumps shall be installed true to level on suitable concrete foundations. Base plate shall be
firmly fixed by foundation bolts properly grouted in the concrete foundations.
All pump connections shall be standard flanged type with appropriate number of bolts.
The Complete external hydrant System shall be feed by existing Fire fighting system of Multi
level Parking at site.
INTERLOCKING
The following inter-locking between the two main fire pumps (i.e. hydrant pump & sprinkler
pump), the jockey pump and the standby pumps.
Only one category of pumps will work at a time i.e. either jockey pump or main fire pumps
(hydrant and sprinkler, both the hydrant and sprinkler can come up at a time) or standby pump.
Each installation shall be provided with a set of installation control valves comprising: -
a. An Alarm Valve.
b. A Water Motor Alarm & Gong.
c. Installation valves shall be installed on the sprinkler circuits as shown on the drawings.
d. Contractor shall submit detailed shop drawings showing the exact location, details of
installation of the valves/alarm in all respects.
e. Installation valve shall comprise of a cast iron body with gunmetal trim, and double seated
clapper check valves, pressure gauges, test valve and orifice assembly and drain valve with
pressure gauges, turbine water gong including all accessories necessary and required and as
supplied by original equipment manufacturer and required for full and satisfactory
performance of the system. A cast iron isolation valve with lock and chain at the inlet of
the installation valve shall be provided.
At the time of taking over, the hydrant system shall fulfil the following acceptance tests:
a) Starting up of the pressure suction (Jockey Pump): The pressure switch shall be set at 6
kg/cm2 at the lower limit and 7.5 kg/cm2 at the upper limit. The system drain shall be
opened to cause a drop in the pressure. The Jockey Pump shall start as soon as the pressure
gauge needle falls down to 6 kg. The Jockey pump shall also stop automatically when the
system has been pressurized again up to 7.5kg/cm2.
b) The main electrical pump shall be set to start at 5 kg/cm2. An external hydrant valve using
a single length of hose and branch pipe shall be fully opened to cause a drop of pressure in
the system. At first, the jockey pump shall start when the pressure drops to 6 kg. Further,
drop in the pressure up to 5 kg should be allowed to test automatic start-up of the electrical
pump. When the main electrical pump starts, the Jockey pump shall stop, by means of
interlock provided in Fire pump panels. The electrical pump shall continue to run at least
for 5 minutes and register rise in the pressure up to 7.5 kg the Jockey Pump shall be
automaticallystart at this. The electrical pump shall be stopped manually by pressuring the
stop button.
c) After having the system got fully charged at 7.5 kg/cm2 the external hydrant valve using
hose and branch pipe at (ii) above shall be opened. When the pressure has dropped to 5
kg/cm2, the electric main pump shall come into operation automatically. After the main
pump has run for 5 minutes, the power supply in the pump house shall be switched off. The
standby pump on DG set shall automatically come into operation immediately due to
further reduction in pressure.
d) All these tests mentioned above shall be repeated after one-hour interval. The result of all
the tests shall be identical again. After the system has satisfactorily withstood the above
tests, it can be taken over from the contractor.
START-UP/SYSTEM TESTING
It will be the responsibility of the tenderer to cause interim/stage inspection by the C.F.O
during execution of the work as and when so called for by AUTHORITY and shall carry out
any rectification / modification as may be suggested by the Chief Fire Officer (CFO).
Soon after the work is completed, the contractor shall inform the CFO in writing with a copy to
the AUTHORITY getting the complete system including all sub system and instrumentation,
control etc. thoroughly inspected and tested for satisfactory performance. After satisfactory
completion of tests of the systems by the CFO the contractor shall be required to submit as
built drawings to the AUTHORITY which have been so approved.
The contractor shall also be responsible for getting the system and equipment tested and
approved by the Chief Fire Officer as may be required.
Fire extinguisher shall be installed in easily accessible locations with the brackets fixed to the
wall by suitable anchor fasteners.
Each appliance shall be provided with an inspection card indicating the date of inspection,
testing, change of charge and other relevant data.
All appliances shall be fixed in a true workmanlike manner truly vertical and at correct
locations. Distribution / installation of fire extinguisher to be in accordance to IS: 2190.
a) The Extinguisher shall be filled with ABC grade 40, Mono Ammonium Phosphate 40%
from any approved manufacturer.
b) The capacity of the extinguisher when filled with Dry Chemical Powder (First filling) as
per IS 4308, Part II, shall be 5 Kg +/-2% or 10 Kg +/- 3%.
c) The extinguishers should be position /Installed as per IS: 2190 – 1992.
d) It shall be operated upright, with a squeeze grip valve to control discharge. The plunger
neck shall have a safety clip, fitted with a pin, to prevent accidental discharge. It shall be
pressurized with Dry Nitrogen, as expellant. The Nitrogen to be charged at a pressure of 15
Kg/cm2
e) Body shall be of mild steel conforming to relevant IS Standards. The neck ring shall be
also mild steel and welded to the body. The discharge valve body shall be forged brass or
leaded bronze, while the spindle, spring and siphon tube shall be of brass. The nozzle shall
be of brass, while the hose shall be braided nylon. The body shall be cylindrical in shape,
with the dish and dome welded to it. Sufficient space for Nitrogen gas shall be provided
inside the body, above the powder filling.
f) The Neck Ring shall be externally threaded - the threading portion being 1.6 cm. The filler
opening in the neck ring shall not less than 50 mm. Discharge nozzle shall be screwed to
the hose. The design of the nozzle shall meet the performance requirement, so as to
discharge at least 85% of contents up to a throw of 4 mtrs, continuously, at least for 15
seconds. The hose, forming part of discharge nozzle, shall be 500 mm long, with 10 mm
dia internally for 5 Kg capacity and 12 mm for 10 Kg capacity. It shall have a pressure
gauge fitted to the valve assembly or the cylinder to indicate pressure available inside. The
extinguisher shall be treated with anti-corrosive paint, and it shall be labelled with words
ABC 2.5 cm long, within a triangle of 5 cm on each face. The extinguisher body and valve
assembly shall withstand internal pressure of 30 Kg/cm2 for a minimum period of 2
minutes. The pressure gauge shall be imported and suited for the purpose.
Repairs
All equipment that require repairing shall be immediately serviced and repaired. Since the
period of Mechanical Maintenance runs concurrently with the defects liability period, all
replacement parts and labour shall be supplied promptly free-of-charge to the authority.
GUARANTEE
The contractor shall submit a warranty for all equipment’s, materials and accessories supplied
by him against manufacturing defects, malfunctioning or under capacity functioning.
The warranty shall be valid for a period of minimum up to Defect liabity period over and
above as per OEM.
The warranty shall expressly include replacement of all defective, Non-Working or under
capacity equipment. Authority May allow repair of certain equipment if the same is found to
meet the requirement of efficient functioning of the system.
The warranty shall include replacement of any equipment found to have capacity lesser than
the rated capacity as accepted in the contract. The replacement equipment shall be approved by
the Authority.
Drinking Water
2 Sea Green Light Orange
(Normal Temperature)
Drinking Water
3 Sea Green Light Orange Signal Red
(Chilled Temperature)
4 Domestic HOT Water Sea Green Light Grey
5 Drainage Black
Fire
6 Fire Lines
Red
IS: 554 Dimensions for pipe threads where pressure tight joints are required
on the threads.
IS: 638 Sheet rubber Jointing and rubber insertion jointing.
IS :778 Copper alloy gate, globe and check valve for water work purpose.
IS: 14846 Sluice valves for water – works purposes (50 mm to 1200 mm)
IS: 901 Coupling, Double male and Double female, instantaneous pattern for
fir fighting.
IS: 1239 Mild Steel tubes, tubular and other wrought (Part I & II) steel fittings.
IS: 884 Swinging type wall mounted hose reel with drum.
IS: 388 Hose tubing.
IS: 4038 Foot valves for water – works purposes.
IS: 5290 Landing Valves
IS: 10221 Anti-Corrosion treatment for underground MS Pipe.
IS: 5312 Swing Check type reflux (Non-Return) Valves
WARRANTY: -
Contractor shall provide warranty minimum upto defect liability period or over and above as
per manufacturer for replacement or repair of material.
REFERENCES
• Canadian ICES-003
• Consultative Committee for International Radio (CCIR)
• Conformity for Europe (CE)
• Electronic Industry Association (EIA)
• Federal Communications Commission (FCC)
• Motion Photographic Experts Group (MPEG)
• National Television System Committee (NTSC)
• Phase Alternation by Line (PAL)
• Underwriters Laboratories Inc. (UL)
Readily accessible, dust-proof including facilities on all moving parts and equipment including
provision for cleaning all lubricating lines and bearings and charging same with the correct
lubricants after installation but prior to testing and commissioning.
Clearly visible and robust manufacturer’s name-plates permanently fitted each and every item
of equipment and showing the manufacturer’s name, type and/or model number, serial number,
and all essential operating data such as speed, capacity, voltage, current draw, etc.
IS: 458 Specification for per cast concrete pipes (with and without
reinforcement)
IS: 651 Salt glazed stone ware pipes and fittings
IS: 1239 Mild steel tubes, tubular and other wrought steel fittings part
(part –1) 1 mild steeltubes.
IS: 1239(part- Mild steel tubes, tubular and other wrought steel fittings part
2) 1 mild steeltubes.
IS: 1536 Centrifugally cast (spun) iron pressure pipes for water, gas
and sewage.
IS: 1537 Vertically cast iron pressure pipes for water, gas and sewage.
IS: 1538 Vertically cast iron pressure pipes for water, gas and sewage.
IS: 1729 Sand cast iron spigot and socket soil, waste and ventilating
pipes, fittings andaccessories.
IS: 1879 Malleable cast iron pipe fittings.
IS: 1978 Line pipe.
IS: 1979 High test line pipe
IS: 2501 Copper tubes for general engineering purposes.
IS: 2643 Dimensions for pipe threads for fastening purposes Part 1
(part –1) basic profile anddimensions.
IS: 2643(part - Dimensions for pipe threads for fastening purposes Part 2
2) Tolerances.
IS: 2643(part- Dimensions for pipe threads for fastening purposes Part 3
3) limits of sizes.
IS: 3468 Pipe nuts
IS: 3589 Seamless or electrically welded steel pipes for water, gas and
sewage (168.3 mm to 2032 mm outside diameter).
IS: 3989 Centrifugally cast (sun) iron spigot and socket soil, waste and
ventilating pipes, fittings and accessories.
IS: 4346 Specifications for washers for use with fittings for water
services.
IS: 4711 Methods for sampling steel pipes, tubes and fittings.
IS: 6392 Steel pipe flanges
IS: 6418 Cast iron and malleable cast iron flanges for general
engineering purposes.
IS: 7181 Specification for horizontally cast-iron double flanged pipe
for water gas and sewage.
VALVES:
IS: 778 Specification for copper alloy gage, globe and check valves
for water works purposes.
IS: 780 Specification for sluice valves for water works purposed (50
mm to 300 mm size).
IS: 1703 Specification copper alloy float valves (horizontal plunger
type) for water supply fittings.
SANITARY FITTINGS:
IS: 3025 (part Method of sampling and test (physical and chemical) for
1to water and waste
44) water.
IS: 4764 Tolerance limits for sewages effluents discharged into island
surface waters.`
IS: 10500 Drinking water
IS: 1520 Specification for horizontal centrifugal pumps for clear cold
fresh water.
IS: 2002 Steel plates for pressure vessels for intermediate and high
temperature service including boilers.
IS: 2825 Code of unfired pressure vessels.
IS: 4648(part -1) Code of practice for lining of vessels and equipment for
chemical processes part 1 Rubber lining.
IS: 5600 Specification for sewage and drainage pumps.
IS: 8034 Specification for submersible pump sets for clear, cold, fresh
water.
IS: 8418 Specification for horizontal centrifugal self-priming pumps.
Covers and frames shall be coated with a black anticorrosive paint of bituminous composition.
The coating shall be smooth and tenacious. It shall not flow at 63degree c. and shall not drip
off at O degree c. the covers shall be so fixed as to be flushed with ground surface. After
completion the manhole covers shall be sealed by mean of grease.
Testing:
Manhole, after it is raised above highest expected sub- soil water level in monsoon, shall be
tested for water tightness. The mouths of all pipes entering the manhole shall be suitably
plugged with brick masonry or wooden or any other type of plug. Manhole under test shall then
be filled with water upto general subsoil water level and the level observed for one hour. If the
level does not drop to more than 50mm in one hour, it shall be deemed as water tight. During
testing the pit around shall be kept free of water and contractor shall observe the places where
leakage takes places and takes steps to correct the same. Filling earth around manholes shall be
done after testing.
Drop connection:
In cases where branch pipes sewer enters the manhole of main pipe sewer at level higher than
the main sewer by more than 600mm a drop connection should be provided as per typical
drawing for drop connection.
For 150 and 250mm main line. The difference in level between the water line (peak-flow-level)
and the invert level of branch line is less than 60cm., a drop connection may be provided within
the manhole by giving ramp. If the difference in level is more than 60cm., the drop should be
provided externally.
Excavation:
The excavation shall be done for the drop connections at the place where the branch line meets
the manhole. The excavation shall be carried upto the bed concrete of the manhole and to the
full width of the branch line.
Laying:
Both types of closets should confirm to the requirements of I.S. 771 for glazed vitreous china
sanitary appliances.
MISCELLANEOUS WORKS:
HANGERS & SUPPORTS:
General:
Provide proper solid angle iron / channel section, supports for all pipe runs in the vertical ducts
and run horizontally suspended from the slab, complete with clamps. Wherever insulation
comes, to support pipe on the angle iron hangers / supports. For attachment in concrete, use
The following are the recommended manufacturers of the major items. Where more than one
manufacture islisted, the contractor is free to choose between them subject to meetingthe
prescribed specifications. For additional items, the contractor is free to submit proposals for
other manufactures from time to time and the same shall be effective after approval by the
employer. The contactor may substitute alternate brand names for the major items given below
provided that it demonstrates to the employer satisfaction that substitute is inevitable in the
interest of the project and the alternative makes proposed by the contractor are substantially
equivalent or superior to the one recommended hereunder: