OFFICE OF THE BIRAMITRAPUR MUNICIPALITY: BIRAMITRAPUR “e” Procurement Notice No :- BRMP/ 725 /2012-13 Date :- 13.03.13

1. The Executive Officer, Biramitrapur Municipality on behalf of Biramitrapur Municipal Council invites item wise rate bids in single cover system for the installation of high Mast light detailed in the table below from the eligible Govt. registered contractors for execution of the electrical work. The proof of the registration from the appropriate authority shall be enclosed along with the Bid.

Sl Name of the Work Estimated Class of EMD to be Cost of tender Completion No cost in Rs Contractor deposited paper in Rs period in (including 5% days VAT) 1 2 3 4 5 6 7 1 Installation of High mast light at Dafei 500000.00 Electrical 1% of the 4200.00 30 days No-3 Chowk, Biramitrapur Municipality L.T E.C. 2 Installation of High mast light at Mangalal 500000.00 Electrical 1% of the 4200.00 30 days Chowk, Biramitrapur Municipality L.T E.C. 3 Installation of High mast light at 500000.00 Electrical 1% of the 4200.00 30 days Biramitrapur Police station, Biramitrapur L.T E.C. Municipality 4 Installation of High mast light near 500000.00 Electrical 1% of the 4200.00 30 days Busstand, Biramitrapur Municipality L.T E.C. 5 Installation of High mast light near Govt. 500000.00 Electrical 1% of the 4200.00 30 days Hospital, Biramitrapur Municipality L.T E.C. 6 Installation of High mast light at 200000.00 Electrical 1% of the 2100.00 30 days Deokaran Dafei Biramitrapur Municipality L.T E.C. 7 Installation of High mast light at Kaplash, 200000.00 Electrical 1% of the 2100.00 30 days Biramitrapur Municipality L.T E.C. 8 Installation of High mast light at 200000.00 Electrical 1% of the 2100.00 30 days Patalkhand No 2 Dafei, Biramitrapur L.T E.C. Municipality

2. Bid documents consisting of specifications the schedule of quantities and the set of terms and conditions of contract and other necessary documents can be seen in the website www.tendersorissa.gov.in 3. The Bid documents will be available in the website www.tendersorissa.gov.in from 10.00A.M of dated 15.03.13 to 5.00 P.M of dated 25.03.13 for online bidding. 4. The Bidder must possess compatible Digital Signature Certificate (DSC) of class II or Class III. 5. Bid shall be received only “ On Line”on or before 5.00 P.M. of 25.03.13. 6. Bid received on line shall be opened at 11.00 A.M on dated 30.03.13 in the Office of the undersigned in the presence of the bidders who wish to attend. Bidders who participate in the bid can witness the opening of bids after logging on to the site through their DSC. If the Office happens to be closed on the date of the opening of the bids as specified, the bids will be opened on the next working day at the same time and venue. 7. The scan copies of VAT clearance, ITCC (PAN CARD), Contractor license, affidavit regarding EMD concession/ exemption, no-relation certificate, tool and plants for the particular work should be submitted online. 8. Original bid security and cost of bid document and affidavit regarding EMD concession/exemption for the particular work should be submitted to the undersigned before opening of the bid failing which the bid will be rejected. 9. The EMD in shape of NSC/KVP/ Postal saving certificate/ term deposite duly pledge in favour of Executive Officer Biramitrapur Municipality & Cost of bid documents in shape of Demand Draft/ Banker’s Cheque/ Pay order / Bank Draft issued from any Nationalized Scheduled bank may be prepared in the name of the Executive Officer, Biramitrapur Municipality mentioned under Col. 5 & 6 respectively payable at Biramitrapur and Scan copies of that should also be submitted online along with the Bid. 10. The SC/ST Contractor desirous to avail price preference are required to submit an affidavit to the effect that he has not yet availed the facilities for more than three works during the current financial year. The name of the work for which and the authority to which the tender is being submitted must be mentioned in the affidavit failing which the tender will be rejected. 11. Conditional tender will be summarily be rejected. 12. The tenderer in whose favour the tender is selected for acceptance shall deposit further I.S.D. (initial security deposit). amounting to 1% of the accepted tendered value in shape of. NSC/ Postal saving certificate/KVP/ term deposit duly pledge in favour of the Executive Officer, Biramitrapur Municipality within such time as may be intimated to him in writing to the competent authority. The E.M.D & Initial Security Deposit thus made shall be refunded only six months after the date of completion of work provided final bill has been paid and the defects if any; have been rectified. 13. Other details can be seen in the Bidding documents. 14. The validity of tender is six months from the opening of the tender. 15. The Authority reserves the right to cancel any or all the bids without assigning any reason thereof.

Executive Officer Biramitrapur Municipality

Memo No:-726 Date:- 13.03.13

Copy submitted to the Dist. Magistrate & Collector, Sundargarh for information and necessary action.

Executive Officer Biramitrapur Municipality

Memo No:- 727 Date:- 13.03.13 Copy submitted to the Inspector of Local Works–cum-Executive Engineer P.H. Division, for information & with a request to display this notice in his office notice board for circulation.

Executive Officer Biramitrapur Municipality

Memo No:- 728 Date:- 13.03.13 Copy forwarded to the Tahasildar, Biramitrapur / Sub-Collector, / P.D, D.R.D.A, Sundargarh for information & with a request to display this notice in their respective Office notice board for wide circulation.

Executive Officer Biramitrapur Municipality

Memo No:- 729 Date:- 13.03.13 Copy to the Office Notice board of this office for wide circulation.

Executive Officer Biramitrapur Municipality

Memo No:- 730 Date:- 13.03.13 Copy forwarded to the Advertising Manager The Prameya / The Utkal Samachar to publish the above matter in their news paper for one day on or before 15.03.13 at a minimum cost as per Govt. approved rate & submit one copy of publication for reference & copy in duplicate along with the bill within 7 days for payment.

Executive Officer Biramitrapur Municipality

Details tender call notice

SECTION-01 GENERAL INFORMATION

1. Eligibility Criteria: The bidder shall be a registered L.T license contractor of Government of or equivalent with state or Central Govt. as mentioned in column No: 4 . 1.1. document required a. EMD and paper cost in proper shape as per tender call notice required. b. Copy of valid Registration certificate, VAT Clearance Certificate, PAN Card required. c. Bidder should have experience of Successful execution of Similar nature of work costing not less than 75% of the value of work put to tender as main contractor in last three years. Experience of works of Government/ Semi –Government, Public sector will be considered only. 1.2 Materials description a. The bidders must be mentioned clearly the name of the company/ brand of the High Mast Light.

b. The bidder must be submitted the Company’s authorization letter regarding genuineness of the materials.

c. The bidder must be submitted the company price list of the High mast Light duly signed by the competent authority to avoid any type pf dispute in future.

d. The bidder has to submit the design calculations, Structural and foundation drawing considering Soil Bearing Capacity (SBC) of 8T/Sq. mtr. and wind speed as per IS-875, part- III to be submitted along with bid. Design approval from reputed institute like RITES/ EIL/IIT etc is to be submitted along with Technical offer.

e. Wind Tunnel Test Reports on design validation on Street Light Pole structure is to be submitted along with bid offer to ensure the quality and design of the mast.

f. Manufacturing Unit of high mast Pole must be certified with both ISO-9001. Attested Copies are to be submitted along with the offer.

1.2 Tender Documents and Cost :

The Registered Contractors having valid license & fulfilling the eligibility criteria can purchase online a set of Detailed Tender Call Notice (DTCN) from the office of the Executive Officer, Birmitrapur Municipality on payment of cost as indicated in the Tender Call Notice (TCN) and the cost of the bid document submitted offline before opening of Bid.

1.3 Date of Sale of Tenders :

The tender documents will be sold during the period as indicated in the Tender Call Notice. 1.4 Site Inspection by Tenderer: Before tendering for the works, the tenderer must acquaint and satisfy himself fully on the site conditions, all information included herein, all limitations and official regulations at the site of work etc. Failure to comply with the above requirements will not relieve a tenderer of his obligations and no claim what so ever shall be entertained on the ground of ignorance of site or other conditions prevailing in the area. Any, further data required during the execution of the scheme shall be ascertained by the contractor at his own cost. The offer should cover all costs required to suit to the site conditions etc.

1.5 Receipt and Opening of Tenders:

Bid received on line from 10.00A.M dated 15.03.13 to 5.00P.M dated 25.03.13 shall be opened at 11.00 A.M on dated 30.03.13 in the Office of the undersigned in the presence of the bidders who wish to attend. Bidders who participated in the bid can witness the opening of bids after logging on to the site through their DSC. If the Office happens to be closed on the date of the opening of the bids as specified, the bids will be opened on the next working day at the same time and venue.

1.6 Submission of Tender:

The tenderer shall submit ( online ) all the required documents, tender drawings, information, calculations etc. as asked for in the DTCN in complete manner to make their offer full proof. The tenderers shall also submit the DTCN along with the required documents, in a sealed cover superscripted with the Name of Work only and bidder name before opening of the bid offline before opening of the bid. The tenderers shall note that incomplete tenders shall be rejected.

The tenders shall be evaluated first with reference to the minimum eligibility criteria, credentials of the firm (with reference to manpower and expertise available, Company Authorization and genuineness, financial soundness, past performance & experience in successful completion of similar works, availability of tools & plants etc to take up the job) and techno-commercial criteria the offer . Any conditional tender shall be rejected. The qualified tenderers as per the condition of DTCN or their authorized agents are advised to witness the opening of the Tender.

1.7 Credentials of the Firm : The firm shall furnish the following documents in support of their fulfillment of eligibility criteria.

a. List of works completed by the firm with it’s length, location, value of work, date of commencement & completion of the work.

b. Completion certificates from the client not below the rank of an Executive Engineer or equivalent post for the works in fulfillment of minimum eligibility criteria indicating the capacity, location, value of work, date of commencement & completion of the works.

Photocopies of completion certificates shall have to be authenticated by a gazzetted officer of state Government or Government of or by Notary with name, designation, address and office seal. The tenderer shall furnish an affidavit at the time of submission of tender papers about the authentication of tender documents.

Failure to furnish the above information/documents shall lead to rejection of the tender.

The Department has the right to do independent assessment of the firm’s past performance with reference to the above points if necessary to verify the authenticity of the firm’s credentials.

Any attempt to produce wrong information/ false documents shall lead to rejection of the tender in the present case & shall debar the firm from participating in future tenders.

1.8. Registration Certificate Tenderers are required to submit attested copy of certificate of Registration of contractor as “Electrical L.T line” Class of Orissa State or equivalent along with their tenders failing which their tenders will not be considered. If the tenderer is a private limited firm they are required to furnish following documents along with their tender. i). Copies of article of association/registration of the firm/company. ii) Copy of authorised signatory of the firm with power of attorney if any. iii) Copy of the certificate of registration of the state Government will be submitted by the qualifying tenderer who has not registered his name . ( for CPWD/Railways / MES/Central Govt/ state Govt. under taking )

1.9 Earnest Money Deposit: The EMD shall be of amount as indicated in column 5 against each work and in shape of Postal Savings Pass Book/ NSC/ Post Office Time Deposit / Kissan Vikash Patra/ Deposit Receipt in Schedule Bank duly pledged in favour of Executive Officer, Birmitrapur Municipality. EMD in any other form shall not be accepted. The DTCN shall accompany the EMD. Tenders without EMD or with Part EMD/ unpledged EMD/ E.M.D. partly pledged and partly un-pledged/ E.M.D. in other forms shall not be considered and such tenders shall be out rightly rejected. 1.10 Additional Performance Security: Successful bidders shall deposit additional Performance Security when the bid amount is seriously unbalanced i.e less than the estimated cost by more than 10%. In such an event the successful bidder will deposit the additional performance security to the extent of the differential cost of the bid amount and 90% of the estimated cost in shape of Postal Savings Pass Book/ NSC/ Post Office Time Deposit or Kissan Vikash Patra, as per the rule of Government of Orissa, Works Department Lr no. 1220 dated 19.01.2004 on amendment of Para no. 3.5.5. of OPWD Code Vol-I, duly pledged in favour of Executive Officer, Birmitrapur Municipality. 1.11 Valid Orissa V A T Clearance Certificate : Attested/ Certified copies of valid and up-to-date V A T Clearance Certificates in Form VAT-612 & copies of PAN are to be furnished along with the tender, failing which the tender will not be considered. The bidders from outside the State who intend to participate in the tender & who have not registered under the VAT act as they have not started any business in the State as yet, are allowed to participate in the tender without having any VAT clearance certificates subject to condition that they should submit undertakings in the form of an affidavit indicating therein that they are not registered under the VAT Act as they have not started any business in the State & they have no liability under the Act. But before award of the final contract, such bidders will have to produce the VAT clearance certificate in Form VAT-612.

1.12 Tender Language: The tenders shall be made in English language only. All other information such as documents and drawings supplied by the tenderer will also be in English language. 1.13 No Claim for Cancellation of Tenders: No claim shall be entertained towards any expenses made by any tenderer for submission of the tender in case of cancellation, deferment, rejection or withdrawal of the tender.

1.14 Corrections in Tenders: Tenders containing alterations and overwriting are liable to be rejected. Any corrections made by the tenderer must be authenticated duly by dated initials of the authorised signatory of the tenderer.

1.15 Time of completion: The time of completion of the work shall be 01(one) months from the date of issue of work order. 1.16 Discrepancies: In case of any discrepancy in the description of the items in this Detailed Tender Call Notice, the decision of the Executive Officer, Birmitrapur Municipality shall be final, binding and conclusive for the purpose of this contract. 1.17 Validity of Tender:

The tender submitted shall remain valid for 03(three) months from the date of opening of the price-bid and may be extended at the discretion of the tenderer, if so needed by the Executive Officer, Birmitrapur Municipality.

1.18 Execution of Agreement: The successful tenderer (hereinafter called the contractor) shall execute an agreement in the item rate contract (F2-Agreement) with the Executive Officer, Birmitrapur Municipality, within 15 days of issue of letter of intent (LOI) after depositing of Initial Security Deposit. In case this is not complied with, the LOI shall be cancelled with forfeiture of EMD. The DTCN shall form part of the agreement. In addition to the above, the following documents shall also form part of the agreement. Any other document as may be found necessary.

1.19 Signature by firms: A tender submitted by a firm shall be signed separately by each member thereof or in the event of the absence of any partner it shall be signed on his behalf by a person holding power of attorney authorising him to do so and in the case of a company, the tender shall be executed in the manner laid down in the said company’s Article of Association. Receipt for payment made on account of work, when executed by a firm must also be signed by the several partners, except where the contractor are described in their tender as firm in which case, the receipts must be signed in the name of the firm by one of the partner or by some other person having authority to give effectual receipts for the firm.

1.20 Additional Security Deposit : Since it is a time bound programme, for large interest of Municipality as well as public, so many Administrative decision is involve, the successful tenderer is required to deposit10% of the total approved cost as Additional security deposit / additional performance guarantee in the name of the Executive Officer, Birmitrapur Municipality in shape of Irrevocable Bank guarantee for the period of six months or till the completion period, whichever is later. If the tenderer fails to complete the work in due time without satisfied, valid reason and stop the work without written permission by the Executive Officer, slow progress of the work for any plea the Additional Security deposit/ Additional performance guarantee forfeited to the Municipal fund. 1.21 Price Escalation Clause: The contractor should quote the rates after careful study of market with reference to availability of materials and manpowers. No escalation charges will be allowed during execution for increase of price of any material, labour etc incorporate with the work. 1.21 Acceptance of tender a. The acceptance of the tender & award of the contract even to more than one contractor, if considered necessary, will rest with the Executive Officer, Biramitrapur Municipality, Dist- Sundargarh, who does not bind himself to accept the lowest tenders received, without assigning any reasons thereof. b. The tenderers should please note that the work will have to be completed within 01 (one) month commencing from the date of issue of work order. Tenderer are required to submit detail programme of work along with the tender which they consider necessary keeping in view of the clause 2 of the P.W.D. Form No.F-2 without these programmes of work the tender will be considered defective. Authority for acceptance of tenders would rest with the Executive Officer, Biramitrapur Municipality, Dist- Sundargarh c. The Executive Officer, Biramitrapur Municipality, Dist- Sundargarh, reserves the right to reject any or all the tenders received without assigning any reason thereof.

1.22 Corrupt of fraudulent practices. The Employer requires that bidders , observe the highest standard of ethics during procurement and execution of such contracts. In pursuance of this Policy a. Defines for the purposes of this provision, the terms set forth below as follows. i. “ Corrupt practices” means behaviour on the part of officials in the Public or Private sectors by which they improperly and unlawfully enrich themselves and/or those close to them, or induce others to do so, by misusing the position in which they are placed and it includes the offering, giving, receiving or soliciting of anything of value to influence the action of any such officials in procurement process on in contract execution. ii. “ Fraudulent Practice” means a Misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Borrower, and includes collusive practice among bidders ( prior or after bid submission ) designed to establish bid prices at artificial non- competitive levels and to deprive the borrower of the benefits of free and open competition. b. Will reject a proposal for award if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question. c. Will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded.

If any time determines that the firm has engaged in corrupt and fraudulent practices in competing for , or in executing contract. 1.23 Special condition of contract 1. The rate shall be quoted inclusive of all taxes and duties if any. Mentioning separate taxes shall liable the quotation for rejection.

2. The earnest money shall be forfeited on the following grounds : i. On revocation of quotation or ii. On refusal to enter into a contract after the work is awarded to a contractor or iii. If the work is not commenced after the work is awarded to a contractor within the stipulated period as mentioned in the scope of work.

3. The Quotationer should quote single rate for each item according to required specification wherever mentioned. More than one rate for a particular item will be summarily rejected. The schedule appended to the Quotation Call Notice should be filled up and signed

4. All the materials as per the list (to be provided by the party before supply) should be supplied, installed at site and commissioned as per Notification for period of completion without fail from the date of hand over of the site.

5. The materials will be inspected by the EO, Birmitrapur or any competent authority.

6. Quantity indicated against each item is tentative. The EO, Birmitrapur may decide to abandon or reduce the scope of work for any reason whatsoever and hence may not require the whole or part of the works to be carried out. The Contractor shall have no claim to any payment of compensation.

7. The bidder shall not sublet, transfer or assign any part of the full work of this award with prior written permission from the EO, Birmitrapur.

8. The materials should be guaranteed for a minimum period of one year from the date of hand over.

9. 100% payment of order value shall be made after successful installation of the materials subject to furnishing of bill with advance stamp receipt in duplicate as per availability of fund and subject to test by the competent authority.

10. Any material found defective is to be replaced immediately free of cost and the cost of labour charges will be borne by the bidder.

11. The bidder should furnish the Manufacture Test Certificates of the materials.

12. Municipality shall not take any responsibility for fluctuation in labour rates due to non-availability of materials. Any terms and conditions not covering the contract but found later on will be got settled with the Municipality in writing prior to execution.

13. All precautions required will be taken by the Contractor at his own cost of safe guard against any accident and obstruction of public transport. He will be fully responsible for any such happening till the work is handed over after completion in all respects.

14. All the materials are to be stored at Site at Contractor’s risk for which ha has to build store shed and appoint Chowkidar if necessary at his own cost. They must be opened for inspection by Municipality / Deptt. Officers which ever they like.

15. Dewatering of any nature at any stage be made at contractor’s cost .The Municipality may supply pumping set for de-watering on payment of usual hire charges only subject to availability of such pumping sets. But no claim for the delay or non supply of pumping sets will be entertained by the Municipality.

16. The date of alignment by any for the departmental Officer in the rank of Junior Engineer or above will be taken as date of commencement and shall be final.

17. The items of work not covered in the bill of quantity if required for execution while actual execution of work will be done at current schedule of rates or as per actual observations if not covered by the schedule of rates and the recovery will be made at schedule of rates of their market rates as the case may be.

18. The materials shall be used only after clearance of the Municipal Engineer/Engineer –in-charge on the specifications of the materials.

19. If the contractor is found to behave improperly or does not carryout the instruction of the Municipal Engineer/Deptt. Officer his work will be cancelled and he may be black –listed by the competent authority. Any difficulty found during execution of work will be got settled with the officer-in-charge immediately without stopping the execution.

20. Final Payment to the work can be made after testing the work to the satisfaction of Engineer-in- charge/Municipal Engineer & availability of funds.

21. Earnest money to the tune of 1% of their quoted rate shall be made along with the tender in shape of Banker’s Cheque/ Bank Draft payable in favour of the Executive Officer, Biramitrapur Municipality.

(b) The tenderer in whose favour the tender is selected for acceptance shall deposit further I.S.D. (initial security deposit). amounting to 1% of the accepted tendered value in shape of. Banker’s Cheque/ Bank Draft payable in favour of the Executive Officer, Biramitrapur Municipality within such time as may be intimated to him in writing to the competent authority. The E.M.D & Initial Security Deposit thus made shall be refunded only six months after the date of completion of work provided final bill has been paid and the defects if any; have been rectified.

(c) The S.D ,S.T , I.T ,Royalty & cess etc. as per Govt guide lines will be deducted from the works bill .

(d) S.D deducted from the work bill will be refunded after completion & clearance of Local fund audit and A.G. Audit.

22. This detailed tender call notice given to the contractor shall form a part of the F2 agreement to be made between the contractor and the Executive Officer, Biramitrapur Municipality. The work will executed as per OPWD code.

**

All pages of the DTCN must be signed by the tenderer