Upload
others
View
7
Download
0
Embed Size (px)
Citation preview
RAIPUR DEVELOPMENT AUTHORITY, RAIPUR (C.G.)
BHAKTA MATA KARMA COMPLEX,
NEW RAJENDRA NAGAR,
RAIPUR (CHHATTISGARH), 492 001.
TENDER DOCUMENT
FOR
“Supply, Installation, Testing & Commissioning of CCTV
Camera at Dr. Shyamaprasad Mukherji Awas Yojana
Boriyakhurd Road Camp ‘A&B’ for Raipur Development
Authority, [C.G]”
NIT No. 49 dated 10/08/2017
Probable Amount of Contract ₹ 3.7 Lacs
CHIEF ENGINEER
RAIPUR DEVELOPMENT AUTHORITY,
RAIPUR (C.G.)
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 2
INDEX
SL
NO CONTENTS
PAGE
NO
1.0 Disclaimer 3
2.0 Tender Data Sheet 5
3.0 Notice Inviting Tender 7
3.0(A) Instruction to Bidders 12
4.0 General Conditions of Contract 45
5.0 Technical Specifications 63
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 3
1.0 DISCLAIMER
Information contained in this Tender Document or subsequently provided to bidder(s), whether verbally or
in documentary or any other form by or on behalf of the Authority, Raipur Development Authority (RDA)
(or any of its employees or advisors, is provided to bidder(s) on the terms and conditions set out in this
Tender Document and such other terms and conditions subject to which such information is provided.
This Tender Document is not an agreement and is neither an offer by the RDA to the prospective Bidders or
any other person. The purpose of this Tender Document is to provide interested parties with information
that may be useful to them in formulating their submission for technical and financial offers (Bids) pursuant
to this Tender Document. This Tender Document includes statements, which reflect various assumptions
and assessments arrived at by the RDA in relation to the project. Such assumptions, assessments and
statements do not purport to contain all the information that each bidder may require. This Tender
Document may not be appropriate for all persons, and it is not possible for the RDA, its employees or
advisors to consider the investment objectives, financial situation and particular needs of each party who
reads or uses this Tender Document. The assumptions, assessments, statements and information contained
in the Tender Document 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
Tender Document and obtain independent advice from appropriate sources.
Information provided in this Tender Document 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 RDA or its employees or advisors accepts no responsibility for the accuracy or otherwise for any
interpretation or opinion on law expressed herein.
The RDA or 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 Tender Document or otherwise,
including the accuracy, adequacy, correctness, completeness or reliability of the Tender Document and any
assessment, assumption, statement or information contained therein or deemed to form part of this Tender
Document or arising in any way for participation in this bid.
The RDA or its employees or advisors also accepts no liability of any nature whether resulting from
negligence or otherwise howsoever caused arising from reliance of any intending bidder upon the
statements contained in this Tender Document.
The RDA or its employees or advisors 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 Tender Document.
The issue of this Tender Document does not imply that the RDA or its employees or advisors is bound to
identify eligibility and select a bidder or to appoint the Selected bidder, as the case may be, for the project
and the RDA or its employees or advisors reserves the right to reject all or any of the Bidders or Bids
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 4
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 RDA or its employees or advisors 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 RDA or its employees or advisors 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.
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 5
CHIEF ENGINEER
RAIPUR DEVELOPMENT AUTHORITY, RAIPUR (C.G.)
NIT No. 49 dated 10/08/2017
2. TENDER DATA SHEET
SL NO DATA INFORMATION
1 Name of Works:
“Supply, Installation, Testing & Commissioning of CCTV Camera at Dr.
Shayamaprasad Mukherji Awas Yojana Boriyakhurd Road Camp ‘A&B’ for Raipur
Development Authority, [C.G]”
2 Name and Address of the Employer:
The Chief Engineer
Raipur Development Authority
Bhakta Mata Karma Complex, New Rajendra Nagar, Raipur (Chhattisgarh), 492 001
3 Amount of Earnest money: ₹ 4,000 Thousand (EMD in the form of a DD/Bankers
Cheque/BG/FDR drawn on Nationalized/Scheduled Bank in favour of Chief Executive
Officer, Raipur Development Authority, Raipur [CG] and payable at Raipur (CG) in a
separate, sealed envelope along with technical proposal.
4 Cost of Tender document: ₹ 750/- (Non Refundable). Document must be downloaded from
the web site “https://www.rdaraipur.com/tenders.php”.
5 Processing fee: N.A
6 Period of Completion: 30 Days (including rainy season) & Defect Liability period of 12
months
7 Date of Tender Release: 10/08/2017 11.00 hrs. onwards
8 Last date of Tender issue: up to 17.29 hrs on 30/08/2017
9 Last date of submission of queries (E-mail) at [email protected] : 17/08/2017
10 Pre-bid meeting: 18/08/2017
11 Due date and time for bid submission of bids (both -technical & financial):
Date &Time: 31/08/2017 at 17.30 hrs.
12 Time and address for purpose of physical submission (EMD ,technical bid & Financial
bid):
Up to 17.30 hrs on date: 31/08/2017
Office of The Chief Engineer
Raipur Development Authority (RDA),
Bhakta Mata Karma Complex,
New Rajendra Nagar,
Raipur (Chhattisgarh), 492 001.
13
Venue, Time and Date of Technical Bid Opening :
Date & Time: 01/09/2017 at 11:00 hrs onwards.
Venue: Office of The Chief Engineer
Raipur Development Authority (RDA),
Bhakta Mata Karma Complex,New Rajendra Nagar,Raipur (Chhattisgarh), 492001.
Email: [email protected]
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 6
14 Date of opening of Financial bid - Will be intimated later.
15 Submission by the bidder:
The Bidder must submit the following:
Physical Submission: One Original
Technical bid-EMD, Original Copy of qualification bid documents/Technical bid, Power of
Attorney.
submission
(a) Original EMD, original qualification bid documents/Technical bid Power of Attorney,
cost of bid documents (tender fees and processing fees payment receipt) in format
(b) Financial Proposal
16 Period of Tender Validity: 120 days
17 Type of Tender: Open
18 Liquidated damages for delay: @ 1% per week or part their of subject to maximum 10% of
the capital contract value.
19 Minimum Number of Eligible bids required for opening the Financial Proposal (Price Bid):
Three (3)
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 7
3.0 NOTICE INVITING TENDER (NIT)
TENDER NOTICE
NIT No 49 Dated 10/08/2017
Raipur Development Authority (RDA) invites tenders from eligible bidders. The tender documents can
be downloaded from https://www.rdaraipur.com/tenders.php Refer key dates for tendering process.
Name of Work: “Supply, Installation, Testing & Commissioning of CCTV Camera at Dr. Shayamaprasad
Mukherji Awas Yojana Boriyakhurd Road Camp ‘A&B’ for Raipur Development Authority, [C.G]”
Cost of Tender Document (non-refundable) :- Rs. 750 /- (payable offline)
Time Limit for completion of work: 30 Days (including rainy season) and Defect Liability period
of 12 months
Key dates:
Sr. No. Details of stages Start date and time
1. Tender release 10/08/2017 from 11.00 hrs
2. Last date for Pre Bid Query (offline) 17/08/2017
3. Pre-bid meeting 18/08/2017 from 11.00 hrs
4 Pre-bid Clarification 21/08/2017
5. Tender download up to 30/08/2017 up to 17.29 hrs
6. Last date for bid submission (Both- technical and
Financial bid)
Up to 17.30 hrs on
date: 31/08/2017
7. Last date for physical document submission at RDA
office
31/08/2017 up to 17.30 hrs
8. Scheduled Date and time for opening of Envelope- A &
B
01/09/2017 at 11.00 hrs.
onwards
9. Date for Financial bid opening (Envelope C) Will be intimated to qualified
bidders at later date
For additional details for participation in the tendering process, please visit the website
https://www.rdaraipur.com/tenders.php
CHIEF ENGINEER
RAIPUR DEVELOPMENT AUTHORITY
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 8
Terms and Conditions:
Eligible Bidder:
1. Bidder shall furnish all necessary, relevant, authenticated documents to meet the Eligibility Criteria
stated below.
1.1 Financial Criteria to be met by the Bidder:
a. The Bidder should have an Average Annual Turnover for the last three financial years of not
less than INR 1.5 Lacs. Bidder shall submit audited balance sheet for last 3 years certified by
chartered accountant.
The turnover shall be indexed at the compounded rate of 10 % (Ten percent) for each earlier
year. The value of completed work shall be updated to the value of current financial year @
compounded rate of 10 % (Ten percent). The indexing factors for updating the value of works completed in previous years to the current financial year are mentioned as below:
Financial Year Indexing Factor
FY 2016-2017 (Current FY) 1.0
FY 2015-2016 1.1
FY 2014-2015 1.21
FY 2013-2014 1.33
b. Bidder should have a solvency of minimum INR 25,000 /- . Solvency Certificate issued by
the Bank shall be submitted. The solvency certificate should not be more than twelve months
old and shall be issued on the Banks Letter head in Original and signed by the Competent
Authority of the Bank.
c. The Bidder should have a positive Net worth as per the latest Balance sheet.
d. Bidder who meets the minimum qualification criteria will be qualified only if their available
bid capacity should be equal to or more than the Rs. 4 Lacs. The available bid capacity will
be calculated as under:
Assessed Available Bid capacity = (A*N*M - B)
Where,
A = Maximum value of all work executed in “ any one financial year” during the last three
financial years (2015-16,2014-15,2013-14) [updated to the price level at the current
financial year at the compounded rate of 10% (Ten per cent) a year taking into account the
completed as well as work in progress].
N = Number of years prescribed for completion of the works for which tender is invited (in
this case it is 0.75 year).
M = 2.0
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 9
B = Value of existing commitments and on-going works be completed during the period of
completion of the work for which tender is invited.
All supporting Work orders/completion certificates/CA certificate should be attached to verify
the details.
1.2 Technical Experience Criteria to be met by the Bidder:
1) Bidder must have successfully completed the Supply, installation, testing and commissioning of
CCTV Surveillance System in India for any Government/Semi-Government/Government
undertaking/ PSU of at least one of the following in Last Three years:
At least One (1) Similar work of value not less than ₹. 3.20 Lacs,
OR
At least Two (2) Similar work of value not less than ₹. 2.00 Lacs,
OR
At least Three (3) Similar work of value not less than ₹. 1.5 Lacs,
2. Bidder should have a minimum 5 year experience in Supply, installation, testing and
commissioning of CCTV Surveillance System.
3. Bidder should have a fully functional service centre in Raipur with adequate stock of spares
carry out repairs/replacement on requirement basis. Details of the service centre must be
provided.
Note:
The bidder should not have been blacklisted by RDA on or any other government/semi govt./
Public sector, Authority in India. An Undertaking to this effect may be submitted at the time of
submission of bid.
The company/firm must produce latest OEMs (original equipment manufacturer) Authorization
certificate.
The company/firm must be well established in the area of security surveillance system and must
have a valid agreement, establishing their business. If the company/firm is based abroad they must
have an office in India.
The company/firm should have sufficient technical expertise and requisite infrastructure to develop
install CCTV & security surveillance system
Bidder should have a minimum of Five years’ experience of handling time bound works of similar
job nature preferably at Government Institutions/PSU/ reputed institute with large campuses will be
given preference.
Bidder will be considered only when Raipur Development Authority is satisfied with experience
and capability of the bidder to take up this work.
Organizational personnel to be mobilized at RDA proposed site with details of site in charge &
other technical staff and their experience are to be furnished along with technical bid.
Letters of reference from past customers together with contact, address etc. of each customer in
order to show past performance in the execution of projects of a comparable nature and complexity.
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 10
Bidder shall submit suitable completion certificate from the competent authority (End User) of
grade of executive engineer and above or equivalent to demonstrate their experience as per the
above criteria.
The bidder shall enclose a Power of Attorney (POA) duly notarised (Notary shall be signed on all
papers of POA) to sign the proposal/bid documents.
The bidder should have a net positive position worth in last 3 years. The bidder shall submit all
supporting documents, certified by CA in original.
Bidder must ensure giving complete information in Form/Annexures mentioned along with their
signatures wherever required, before submission of tender.
Bidders should submit all requisite and necessary details/documents with respect to the eligibility
criteria. The said details to be submitted in prescribed forms appended with this tender document.
The details of the requisite are as under:
a. Bidders details
b. Article of incorporation or constitution of legal entity
c. Power of attorney for signing the bid
d. Financial summary
e. Audited Balance sheet duly certified by CA for last three years
f. Copy of PAN card, GST registration
g. Average annual turnover
h. Experience of completed projects meeting the pre-qualification criteria
i. Copies work order along with the completion certificates to substantiate completed project
experience
j. Projects under execution
k. Litigation history
l. Bankers solvency certificate
m. Affidavit of having provided all correct information
n. ESIC Certificate. The bidder should have a valid ESIC registration Certificate. A certified
copy must be submitted. If not applicable submit affidavit in Rupees 100/- Non-judicial
stamp paper.
o. PF registration copy.
p. Registration with Labour Department: Successful Bidder should have to submit to RDA
after issuing of work order and prior of commencement of work a Certified copy of
Registration with Labour Commissioner, Chhattisgarh under Contract Labour’s
(Regulation and Abolition) Chhattisgarh Rules, 1983 and the successful bidder shall have
to accompany with a license to this effect.
Even though the Bidder meets the above qualifying criteria, he is subject to be disqualified if he has;
Made misleading or false representations in the Forms, Statements and Attachments submitted in Proof of
the Qualification Requirements.
And / OR
Record of poor performance such as Abandoning the work, Poor quality of work, Claim, Litigation History,
or Financial failures etc. in any State Govt. organization/services/corporations/local body etc. (by whatever
names these are called).
Any dispute arising out from the contract will be dealt in the court of Raipur Jurisdiction only.
Chief Engineer
Raipur Development Authority
Raipur [C.G]
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 11
Check List for submission of Documents
Envelop A:
1. Letter of EMD
2. Scanned Copy of EMD
3. Scanned Copy of Pre Contract Integrity Pact duly Signed ( On Rs 100 Non judicial stamp
Paper, duly Notarized)
Envelop B:
1. Bid Form without price (Form –1)
2. Power of attorney for signing the bid (Form-2)
3. Bidders details (Form-3)
4. Financial Summary (Form-4)
5. Average Annual Turnover ( Form-5)
6. Bankers solvency certificate (Form-6)
7. Information on execution of Similar Work(Form-7)
8. Existing commitments and ongoing works(Form-8)
9. Projects under execution (Form-9)
10. List of Technical person to be deployed (Form-10)
11. Litigation history (Form-11)
12. Affidavit of having provided all correct information (Form- 12)
13. Affidavit for making Cashless payment (Form-13)
14. Price bid Format (Form-14)
15. Article of incorporation or constitution of legal entity
16. Audited Balance sheet duly certified by CA for last three financial years
17. Copy of PAN card
18. GST registration
19. Copies work order along with the completion certificates to substantiate completed project
experience
20. ESIC Certificate. The bidder should have a valid ESIC registration Certificate. A certified copy
must be submitted. If not applicable submit affidavit in Rupees 100/- Non-judicial stamp paper.
21. PF registration copy.
Envelop C: Financial bid with filled Price bid format
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 12
3.0 (A) INSTRUCTION TO BIDDERS
A. GENERAL
1.0 Scope of Tender
1.1 Raipur Development Authority (RDA), Raipur as defined in the Tender Data Sheet, hereinafter
"the Employer" wishes to receive Tenders for the Works as described in the Tender Data Sheet.
1.2 The successful Bidder will be expected to complete the works within the period stated in the
Tender Data Sheet and Appendix to tender from the date of commencement of the Works.
2.0 Joint Venture(JV) Participation:
JV not allowed.
3.0 Qualification Criteria of the Bidder
As per Notice Inviting Tender (NIT).
4.0 Cost of Tendering
4.1 The Bidder shall bear all costs associated, with the preparation and submission of its Tender, and
the Employer will in no case be responsible or liable for those costs, regardless of the conduct or
outcome of the tendering process.
5.0 Site Visit
5.1 The Bidder is advised to visit and examine the Site of Works and its surroundings and obtain for
himself on his own responsibility all information that may be necessary for preparing the Tender
and entering into a Contract. The costs of visiting the Site shall be at the Bidder’s own expense.
5.2 The Bidder and any of its personnel or agents will be granted permission by the Employer to enter
upon its premises. However, the entire cost and risk of such visit shall rest with the Bidder and
RDA shall not stand indemnified against any eventuality resulting from such visit.
B. TENDER DOCUMENT
6.0 Content of Tender Documents
6.1 The Tender document contains the following:
Disclaimer
Tender Data Sheet
Notice Inviting Tender
Instruction to Bidders
Scope of work
General Conditions of Contract
Technical Specifications
6.2 The Bidder is expected to examine all instructions, forms, terms, scope of work, technical
specifications, Tender provisions and other information in the Tender documents. Failure to
furnish all information required by the Tender documents or submission of a Tender not
substantially responsive to the Tender documents in every respect will be at the Bidder's risk and
may result in rejection of his Tender.
7.0 Clarification of Tender Documents
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 13
7.1 A Bidder requiring any clarifications on the Tender documents in respect of provisions /clauses
incorporated or not incorporated in the Tender documents, may notify the employer in writing on
or before the pre-bid meeting date. In addition, if a Bidder feels, that any provision in the
document will be unacceptable, such an issue should be raised before Pre -bid meeting. Any
query or objection on the provisions of Tender documents raised after pre-Tender conference will
not be entertained.
8.0 Amendment of Tender documents
8.1 At any time prior to the deadline for submission of Tenders, the Employer may amend the Tender
documents by issuing Addenda.
8.2 Any Addendum/corrigendum thus issued shall be part of the Tender documents and shall be
uploaded on E tendering portal only. No other correspondence will be made in this respect.
C. PREPARATION OF TENDERS
9.0 Language of Tender
The Tender and all correspondence and documents related to the Tender exchanged by the Bidder
and the Employer shall be written in English. Supporting documents and printed literature
furnished by the Bidder may be in another language provided they are accompanied by an
accurate translation of the relevant passages in the above stated language, in which case, for
purposes of interpretation of the Tender, the translation shall prevail.
10.0 Documents Comprising the Tender
10.1 Tenderer should submit the bid in three envelopes i.e. Envelope-A , Envelope B & Envelope C as
per the check list and other requirement stipulated in NIT.
10.2 Earnest Money Deposit
Earnest Money Deposit shall be furnished in accordance with instructions given in this Tender
document (Envelope-A)
10.3 Eligibility and Qualification Documents
The Bidder shall submit all necessary, relevant, authenticated Documents as sought as evidence to
his eligibility and qualification required for participation in this Tender. Bid Form duly signed &
stamped, all the forms duly filled along with the enclosures shall be submitted. The Bids with
partial information or without substantial evidence of Bidder’s eligibility and qualification shall
be summarily rejected.
10.4 Deviations
Deviations if any, from the terms and conditions or Employer's Requirements shall not be
accepted. No information relating to financial matters should be included in the Technical
Proposal. Conditional or tender with deviation will be summarily rejected.
10.5 Original Tender Documents
Original Tender document issued to the Bidder’s along with Addendum/ Corrigendum if any and
Minutes of Meetings of Pre-Tender Conference if any, duly completed and signed, shall be
furnished by the Bidder in hard copy only in Envelope B
10.6 PRICE BID
The following attachments shall constitute the financial offer.
(a) Price Bid
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 14
Schedule of Prices shall be duly filled and shall be submitted in hard copy in Envelop C.
11.0 Tender Prices
11.1 This is Lump sum tender: The tenderer shall fill in his/their tendered rates & prices for all items of
work described in the bill of quantities. The tendered rates of items against which no rate or price is
entered by the tenderer will be taken as zero & the price of the same shall be deemed to have been
covered be the other rates & prices of the Schedule of item. Tenderer should fill the price of each
item as per the Price Bid format in Envelop C and should be submitted in hardcopy only.
11.2 The rates quoted in the tender for the Various items of work will not be altered by the bidder during
the terms of contract. Bidders are required to quote the price for the commercial, contractual and
technical obligations outlined in the Tender Documents.
11.3 The Bidder's attention is drawn to the provisions of the General Conditions of Contract and
Conditions of Particular Application regarding the basis of the prices and in particular:
The provision or otherwise for adjustments' for changes in costs;
The exclusion or otherwise of duties and taxes. All duties, taxes and other levies payable by the
Bidder under the Contract, or any other cause, as of the date of submission of Tenders, shall be
included in the rates and prices and the total Tender price submitted by the Bidder.
12.0 Currencies of Tender and Payment
12.1 All Prices shall be quoted in Indian Rupees and payment will be made in Indian Rupees only.
12.2 Cashless Payment to Employees: To substantiate cashless payment to the employees, the bidder
should provide an affidavit on Rs 100 Non-judicial stamp paper, Duly notarized for making
Cashless payment to his employees. The affidavit format is provided in Form-13. The affidavit is in
accordance with Point-6 of minutes of meeting (held on 29/11/2016) issued by Ministry of Housing
and Environment, Government of Chhattisgarh
13.0 Tender Validity
13.1 The Bid shall remain valid for a period of 120 (one hundred twenty) days after the latest date of
submission of Bid.
13.2 In exceptional circumstances, prior to expiry of original Tender validity period, Employer may
request that the Bidders extend the period of validity for a specified additional period. The request
and the responses thereto shall be made in writing or by cable. A Bidder may refuse the request
without forfeiting its Tender security. A Bidder agreeing to the request will not be required or
permitted to modify its Tender security for the period of the extension.
14.0 Earnest Money Deposit
14.1 The EMD for the Work is Rs.4,000/- ( Four Thousand only)which shall be deposited by the bidder
in the form of Demand draft OR BG OR Bankers Cheque OR FDR drawn on any
nationalised/scheduled bank drawn in favour of, CEO, RDA payable at Raipur as mentioned in
Notice Inviting Tender.
14.2 Scanned copy of the EMD shall be uploaded by the bidder along with the bid documents. Original
EMD shall be submitted in envelope –A to RDA office as per date and time specified in Tender
Data Sheet, failing which tender will be liable for rejection.
14.3 Any Tender not accompanied by an acceptable Earnest Money Deposit shall be rejected by the
Employer as non-responsive.
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 15
14.4 The EMD of unsuccessful Bidders will be returned after allotment of work within reasonable time.
15.0 Pre-Bid Meeting
15.1 The Tenderer’s designated representative is invited to attend a pre- bid Tender meeting, if provided
for in the appendix to ITT. The purpose of the meeting will be to clarify issues and to
answer questions on any matter that may be raised at that stage
15.2 The Tenderer is requested, as far as possible, to submit any questions in writing, to reach the
Employer at least two days before the pre Tender meeting
Minutes of prebid meeting
15.3 Minutes of the pre-Bid meeting, including the text of the questions raised, without identifying the
source, and the responses given, together with any responses prepared after the meeting, will only be
published in the website. All the tenderers shall make note that the clarification / addendums
published after the Pre Bid meeting shall also form part of the tender document
16.0 Format and Signing of Tender
16.1 The Bidder shall prepare one original copy of the documents comprising the Tender as described in
the Instructions to Bidders.
16.2 The Tender shall be typed or written in indelible ink and shall be signed by a person or persons duly
authorized to sign on behalf of the Bidder, as the case may be. All pages of the Tender where entries
or amendments have been made shall be initialled by the person or persons signing the Tender.
16.3 The Tender shall contain no alterations, omissions, or additions, unless such corrections are
initialled by the person or persons signing the Tender.
D. SUBMISSION OF TENDERS
17.0 Submission of Bid shall be offline. Bidder is advised to make him acquainted of the tendering
process to ensure smooth and timely submission of his bid. Kindly refer all guidelines for tendering.
17.1 The bidders shall include all the information and documents required as per tender provisions along
with the Bid Document i.e. Volume – 1 & amendments, (if any) while submitting the bid .
17.2 Technical Bid Submission
Technical Bid should be submitted offline. Bid Document, common set of Addendum / Corrigendum
including details to be submitted in formats given as Form and Annexures should be submitted in
hardcopy only. Photocopies of all the original documents shall be submitted.
All the original documents in hard copy as per check list (envelope-A , envelope –B & envelope –C)
should be submitted in person at the address as stipulated in Tender Data Sheet. This document
should be hard bound, all pages numbered and bear seal, sign by authorised signatory.
17.3 Financial Bid Submission
Financial Bid should be submitted in Envelop C only as per given price bid format Annexure. Hard
copy of filled price bid should not be submitted.
Conditional tender submitted by the bidder shall be summarily rejected.
18.0 Deadline of Submission of Tenders
18.1 Tenders will be received by the Employer at the Address as specified ITB not later than the Time
and Date stipulated Tender Data Sheet.
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 16
18.2 The Employer may, in exceptional circumstances and at its discretion, extend the deadline for
submission of Tenders by issuing an Addendum, in which case all rights and obligations of the
Employer and the Bidders previously subject to the original deadline will thereafter be subject to
the deadline as extended.
19.0 Late Tenders
19.1 Any Tender received by the Employer after the deadline for submission of Tenders prescribed
will not be accepted.
20.0 Substitution and the Withdrawal of Tenders
20.1 Tenders once submitted cannot be withdrawn or modified after expiry of submission date and
time.
20.2 Withdrawal of a Tender during the interval between the deadline for submission of Tenders and
expiration of the period of Tender Validity specified may result in the forfeiture of the Earnest
Money Deposit.
E. TENDER OPENING AND EVALUATION
21.0 Tender Opening
21.1 The Employer will open Envelope-A on the date and time as per key dates. The Bidder’s Names,
the Presence (or Absence) of EMD and any such other details as the Employer may consider
appropriate, will be announced by the Employer at the opening.
21.2 After fulfilling all tender requirements for Envelope-A, Envelope-B will be opened. The financial
bid of the Bidders shall not be opened till completion of technical evaluation and responsiveness
of the bidder. Financial bid of non-responsive bidder and conditional tender shall not be opened.
21.3 Only those Bidders who pass the technical evaluation, financial bids of only such bidders will be
opened. The Bidder’s Names, the Tender Prices, and Discounts will be announced by the
Employer at the opening of the financial bids.
21.4 The Employer may negotiate with Bidders for reduction in Prices if the rates are found to be on
higher side. Revised (if required) Price Bid will be asked for and opened after fixing the common
parameters for all the Bidders.
22.0 Process to be Confidential
22.1 Information relating to the examination, clarification, evaluation and comparison of Tenders and
recommendations for the award of a Contract shall not be disclosed to Bidders or any other
persons not officially concerned with such process until the award to the successful Bidder has
been announced.
Any effort by a Bidder to influence the Employer's processing of Tenders or award decisions may
result in the rejection of the Bidder’s Tender.
23.0 Clarification of Tenders
23.1 During Tender evaluation, the Employer may, at his discretion, ask the Bidder for clarification of
its Tender. The request for clarification and the response shall be in writing and no change in the
Price or substance of the Tender shall be sought, offered or permitted.
24.0 Preliminary Examination of Tenders
24.1 Prior to detailed technical evaluation, the Employer will carry out a preliminary examination to
determine whether each Tender is of acceptable quality, is complete and is substantially
responsive. For purpose of this determination, a substantially responsive Tender is one that
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 17
conforms to the requirements of the Tender documents without any deviations, objection,
conditions or reservations. A deviation, objection, condition or reservation is one (i) that affects in
any substantial way the scope, quality or performance of the Contract; (ii) that limits in any
substantial way inconsistent with the Tender documents, the Employer's rights or the successful
Bidders obligations under the Contract; or (iii) whose rectification would unfairly affect the
competitive position of other Bidders who presented substantially responsive Tenders.
24.2 The Employer may waive any minor omission, nonconformity or irregularity in a Tender that
does not constitute a deviation, whether or not identified by the Bidder in its Tender, and that does
not prejudice or affect the relative ranking of any Bidder as a result of the technical and
commercial evaluation.
24.3 In particular, Tenders with deviations from, objections to or reservations about critical provisions
such as those concerning Earnest Money Deposit, General conditions of Contract as well as
provisions specified in the Tender Data Sheet, if any, that the Bidder is not prepared to withdraw
at a stated withdrawal price, will be treated as non-responsive.
The Employer's determination of, a Tender's responsiveness is to be based on the Contents of the
Tender itself without recourse to extrinsic evidence.
24.4 If a Tender is not substantially responsive, it will be rejected by the Employer, and may not
subsequently be made responsive by the Bidder by correction of the nonconformity,
24.5 The provisions of these preliminary evaluation requirements shall equally apply to evaluation of
the financial offers.
24.6 Following the preliminary examination the technical proposals found to be substantially
responsive will be reviewed in detail to determine conformity with the Tender requirements. Only
those Tenders found to be technically acceptable after Technical evaluation will pass to the next
stage where the financial offers are opened publicly. The financial offers of technically
unacceptable Tenders shall be returned unopened.
25.0 Competency Evaluation
25.1 The Employer will carry out evaluation of the Bidder in respect of his technical and financial
capability to carry out the present work on the basis of data furnished by Bidder.
26.0 Technical Evaluation
26.1 The bidder shall necessarily submit the following documents in their technical proposal.
a) Confirms to all the conditions or criteria set in the pre-qualification criteria
b) submission of all supporting documents indicated in NIT,
c) EMD, Transaction (Document Fee), Processing Fee, Pre Contract Integrity Pact (in prescribed
format) are enclosed,
d) All forms and annexures are enclosed.
e) Bid Capacity is achieved.
26.2 The Employer will carry out a detailed technical evaluation of the Tenders of the Bidders
previously determined to be substantially responsive and competent as set out in Clause 24.0 to
26.0 to determine whether the technical aspects are in accordance with the requirements set forth
in the Tender documents. In order to reach such a determination, the Employer will examine and
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 18
compare the technical aspects of the Tenders on the basis of the information supplied by the
Bidders, taking into account the following factors:
a) Overall completeness and compliance with the Employer's Requirements; deviations from
the Employer's Requirements as identified in the Tender and those deviations not so
identified; suitability of the work offered in relation to the environmental and climate
conditions prevailing at the site; and Quality, Function and Operation of any Process
Control Concept included in the Tender. The Tender that does not meet minimum
acceptable standards of completeness, consistency and detail will be rejected.
(b) Achievement of specified performance criteria by tendered works to be constructed under
this Contract.
(c) Type, Quantity and long-term availability of mandatory and recommended Spare Parts and
Maintenance Service.
(d) Any other relevant factors, if any, either listed in the Tender Data Sheet, or that the
Employer deems necessary or prudent to take into consideration.
27.0 Commercial/Financial Evaluation
27.1 At the end of the evaluation of the Technical Tenders, the Employer will invite Tenderers
who have submitted substantially responsive Technical Tenders and who have been determined
as being qualified for award to attend the opening of the Price Tenders. The date, time,
and location of the opening of Price Tenders will be advised in writing by the Employer.
Tenderers shall be given reasonable notice of the opening of Price Tenders.
27.2 The Employer will notify Tenderer in writing whose Tenders have not been found substantially
responsive to the requirements of the Tender Document and return their price tender un opened.
27.3 The Employer shall conduct the opening of Price Tenders of technically responsive
Tenderers, in the presence of Tenderers representatives who choose to attend at the address,
date and time specified by the Employer. The Tenderer’s representatives who are present shall
be requested to sign a register evidencing their attendance.
27.4 Price Tenders shall be opened one at a time and the following read out and recorded:
a) the name of the Tenderer
b) total Tender Prices, including any discounts or percentage below/above if applicable;and
c) any other details as the Employer may consider appropriate The Tender price and discounts,
read out and recorded during the opening of Price Tenders shall be considered for price
evaluation No Tender shall be rejected at the opening of Price Tenders.
28.0 Contacting the Employer
28.1 Subject to Clause 22.0, no Bidder shall contact the Employer on any matter relating to its Tender,
from the time of the opening of Tenders to the time the Contract is awarded.
28.2 Any effort by a Bidder to influence the Employer in the Employer's Tender evaluation, Tender
comparison or Contract award decisions will result in rejection of the Bidder's Tender.
F. AWARD OF CONTRACT
29.0 Award Criteria
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 19
29.1 Subject to Clause 27.0, the Employer may award the Contract to the successful Bidder whose
Tender has been determined to be technically acceptable and is the lowest in terms of Evaluated
Tender Price.
30.0 Employer’s Right
30.1 The Employer reserves the right to accept or to reject any Tender and to annul the Tender process
and reject all Tenders at any time prior to award of Contract, without thereby incurring any
liability to the affected Bidders or any obligation to inform the affected Bidders of the grounds for
the Employer's action.
31.0 Notification of Award
31.1 Prior to the expiry of the period of Tender validity, the Employer will notify the successful Bidder
in writing. The notification of award will constitute the formation of the Contract.
31.2 Upon the successful Bidder’s furnishing of the performance security, the Employer will promptly
notify each unsuccessful Bidder and will discharge its Earnest money Deposit.
32.0 Signing the Contract Agreement
32.1 After the Employer notifies the successful Bidder that his Tender has been accepted, the bidder
shall sign the Contract Agreement in the Office of Employer and receive one copy.
33.0 Performance Security / Performance Guarantee / Security Deposit
33.1 The bidder shall also be responsible for performance of work carried out by him for a period
of 36 (Thirty six) months beyond the completion of work for which performance guarantee has to
be furnished by him @ 5%(Five percent) of amount of contract. For this purpose bidder has to
submit to the department a Bank Guarantee of 5% amount of the value of work done on every
running and final bill payable to him. If bidder fails to submit bank guarantee of 5% amount of the
gross bill, then 5% amount of bill shall be deducted from his running and final bill payment.
However, the bidder can get refund of such performance cash security amount deducted if he
submits appropriate bank guarantee valid for the period as stated above or 36 (Thirty Six) month
after actual completion.
33.2 If require, the Executive Engineer shall ask the bidder to extend the validity period of the Bank
Guarantee(s) for such period which he considers it proper and the bidder shall extend the validity
period of such Bank Guarantee accordingly. If the bidder fails to extend the period accordingly,
the Executive Engineer shall encash the B.G. before the expiry of the validity period
33.3 The security Deposit will be refunded only after satisfactory completion of entire project for 5
years.
33.4 Failure of the successful Bidder to comply with the requirements of Clause 33.0 shall constitute
sufficient grounds for the annulment of the award and forfeiture of the Earnest Money / Tender
Security, in which event the Employer may make the award to the next lowest evaluated Bidder
or call for new Tenders.
34.0 Corrupt or Fraudulent Practices
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 20
34.1 Bidders / Bidders are to observe the highest of ethics during tendering, procurement and
execution of Contract. In pursuance of this policy, the Employer defines for the purpose of this
provision, the terms set forth below as follows:
(i) Corrupt Practice means the offering, giving, receiving or soliciting of anything of value to
influence the action of a public official in the procurement process or 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 Employer, and includes
collusive practice among Bidders (prior to or after Tender submission) designed to
establish Tender prices at artificial non-competitive levels and to deprive the Employer of
the benefits of free and open competition.
34.2 A proposal / or award will be rejected if it determines that the Bidder recommended for award has
engaged in corrupt or fraudulent practices in competing for the Contract.
34.3 Furthermore, Bidders shall be -aware of the provisions stated in Conditions of Contract.
35.0 Even though qualified, a Bidder shall not be considered for evaluation and award if the
qualification Criteria set forth in qualification Document are no longer being met by the
Bidder.
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 21
G.FORMATS TO BE FILLED AND PROVIDED BY THE BIDDER
Letter of EMD–Envelop–‘A’
To,
Chief Engineer,
Raipur Development Authority,
Bhakt Mata Karma Complex,
New Rajendra Nagar,
Raipur–492001,Chhattisgarh
Dear Sir,
Sub:Earnest Money Deposit for TENDER for “Supply, Installation, Testing & Commissioning of
CCTV Camera at Dr. Shayamaprasad Mukherji Awas Yojana Boriyakhurd Road Camp ‘A&B’
for Raipur Development Authority, [C.G]”
Enclosed please find Demand Draft/Banker Cheque/BG/FDR No ------------------dated------------------
for₹------------------------ (Rupees----------------------------------------------------only) drawn on----------------
------------------ issued in favour of Chief Executive Officer, Raipur Development Authority,
payable at Raipur, Chhattisgarh.
Please acknowledge receipt of Earnest Money Deposit. Thanking You
Yours Faithfully For and onbehalf (Authorized Signatory)
Enclosure: Demand Draft
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 22
PRE CONTRACT INTEGRITY PACT
(to be submitted in Envelope-A)
(To be submitted on Rs. 100 Stamp Paper)
1. GENERAL
1.1. This pre-bid contract agreement (herein after called the Integrity Pact) is made on ………..day of
the month …………..between the Government of Chhattisgarh acting through Chief Operating
Officer(Designation of the officer, Department, Raipur Development authority)(hereinafter called
the “BUYER” which expression shall mean and include, unless the context otherwise requires, his
successors in the office and assigns) and the First Party, proposes to
procure..................................... (Name of the Store/Equipment/ Work/ Service) and M/s.
……….............represented by Shri ……......................(herein after called the BIDDER/Seller,
which expression shall mean and include, unless the context otherwise requires, his successors an
permitted assigns) and the Second Party, is willing to offer/ has offered.
1.2. WHEREAS the BIDDER is a Private Company/ Public Company/ Government Undertaking/
Partnership/ Registered Export Agency, constituted in accordance with the relevant law in the
matter and the BUYER, performing its function as Town & Country Development Authority
under provision of Nagar Tattha Gram Nivesh Act. 1973.
2. OBJECTIVES:
NOW, THEREFORE, the BUYER and the BIDDER agree to enter into this pre-contract agreement,
hereinafter referred to as Integrity Pact to avoid all forms of corruption by following a system that is
fair, transparent and free from any influence/ prejudiced dealings prior to ,during and subsequent to the
Contract to be entered into which a view to:-
2.1. Enabling the BUYER to obtain the desired Stores/ Equipment/Work/Service at a competitive price
in conformity with the defined specifications by avoiding the high cost and the distortionary
impact of corruption on public procurement, and
2.2. Enabling BIDDER to abstain from bribing or indulging in any corrupt practices in order to secure
the contract by providing assurance to them that their competitors will also abstain from bribing
any corrupt practices and the BUYER will commit to prevent corruption, in any form, by its
official by following transparent procedures.
3. COMMITMENTS OF THE BUYER
The BUYER commits itself to the following:-
3.1. The BUYER undertakes that no official of the BUYER connected directly or indirectly with the
contract, will demand, take promise for or accept, directly or through intermediaries, any bribe,
consideration, gift, reward, favour or any material or immaterial benefits or any other advantage
from the BIDDER, either for themselves or for any person, organization or third party related to
the contract in exchange for an advantage in the bidding process, bid evaluation , contracting or
implementation process related to the contract.
3.2. The BUYER will, during the pre-contract stage, treat BIDDERS alike, and will provide to all
BIDDERS the same information and will not provide any such information to any particular
BIDDER which could afford an advantage to that particular BIDDER in comparison to the other
BIDDERS
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 23
3.3. All the officials of the BUYER will report the appropriate Government office any attempted or
completed breaches of the above commitments as well as any substantial suspicion of such a
breach.
3.4. In case any such preceding misconduct on the part of such official(s) is reported by the BIDDER
to the BUYER with the full and verifiable facts and the same prima facie found to be correct by
the BUYER, necessary disciplinary proceedings, or any other action as deemed fit, including
criminal proceedings may be initiated by the BUYER and such a person shall be debarred from
further dealings related to the contract process. In such a case while an enquiry is being conducted
by the BUYER the proceedings under the contract would not be stalled.
4. COMMITMENTS OF BIDDERS
The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair
means an illegal activities during any stage of its bid or during any pre-contract or pre-contract
stage in order to secure the contract or in furtherance to secure it and in particular commit itself to
the following:-
4.1. The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration,
reward, favour, any material or immaterial benefit or other advantage, commission, fees,
brokerage or inducement to any official of the BUYER, connected directly or indirectly with the
biding process, or to any person, organization or third party related to the contract in exchange for
any advantage in the bidding, evaluation, contracting and implementation of the contract.
4.2. The BIDDER further undertakes that it has not been given, offered or promised to give, directly or
indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other
advantage, commission, fees, brokerage, or inducement to any official of the BUYER or otherwise
in procuring the Contract of forbearing to do or having done any act in relation to the obtaining or
execution of the contract or any other contract with the Government for showing or forbearing to
show favour or disfavour to any person in relation to the contract or any other contract with the
Government.
4.3. The BIDDER further confirms and declares to the BUYER that the BIDDER in the original
Manufacture/Integrator/Authorized government sponsored export entity of the stores and has not
engaged in individual or firm or company whether Indian or Foreign to intercede, facilitate or in
any way to recommend to the BUYER or any of its functionaries, whether officially or
unofficially to the award of the contract to the BIDDER, nor has any amount been paid, promised
or intended to be paid to any such individual, firm or company in respect of any such intercession,
facilitation or recommendation.
4.4. The BIDDER, either while presenting the bid or during pre-contract negotiations or before signing
the contract, shall disclose any payment he has made, is committed to or intends to make to
officials of the BUYER or their family members, agents, brokers or any other intermediaries in
connection with the contract and the details of services agreed upon for such payments.
4.5. The BIDDER will not collude with other parties interested in the contract to impair the
transparency, fairness and progress of the bidding process, bid evaluation contracting and
implementation of the contract.
4.6. The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means
and illegal activities.
4.7. The BIDDER shall not use improperly, for purpose of competition or personal gain, or pass on to
others, any information provided by the BUYER as part of the business relationship, regarding
plans, technical proposal and business details, including information contained in any electronic
data carrier. The BIDDER also undertakes to exercise due and adequate care lest any such
information is divulged.
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 24
4.8. The BIDDER commits to refrain from giving any complaint directly or through any other manner
without supporting it with full and verifiable facts.
4.9. The BIDDER shall not instigate or cause to instigate any third person to commit any of the acts
mentioned above.
5. PREVIOUS TRANSGRESSION
5.1. The BIDDER declares that no previous transgression occurred in the last three years immediately
before signing this Integrity Pact with any other company in any country in respect of any corrupt
practices envisaged hereunder or with any Public Sector Enterprise in India or any Government
Department in India that could justify Bidder’s exclusion from the tender process.
5.2. If the BIDDER makes incorrect statement on this subject, BIDDER can be disqualified from the
tender process or the contract, if already awarded, can be terminated for such reasons.
6. EARNEST MONEY (SECURITY DEPOSIT)
6.1. Every BIDDER while submitting commercial bid, shall deposit an amount as specified in RFP as
Earnest Money/ Security Deposit, with the BUYER through any of the following instruments:
6.1.1. Bank Draft or Pay Order in favour of ……………….
6.1.2. A Confirmed guarantee by an Indian Nationalized Bank, promising payment of the guaranteed
sum to the ………………on demand within three working days without any demur whatsoever
and without seeking any reasons whatsoever. The demand for payment by the BUYER shall be
treated as conclusive proof of payment.
6.1.3. Any other mode or through any other instrument (to be specified in the RFP).
6.2. The Performance Security shall be in the form of irrevocable Bank Guarantee OR FDR issued by a
nationalised/Scheduled Bank valid for a entire contract period plus 60 days and shall be suitably
extended in case of any delay in the project, and as per the requirement of RDA.
6.3. In the case of successful BIDDER a clause would also be incorporated in the Article pertaining to
Performance Bond in the Purchase Contract that the provisions of Sanctions for violation shall be
applicable for forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the
same without assigning any reason for imposing sanction for violation of this Pact.
6.4. No interest shall be payable by the BUYER to the BIDDER on Earnest Money/ Security Deposit
for the period of its currency.
7. SANCTIONS FOR violations’
7.1. Any breach of the aforesaid provisions by the Bidder or any one employed by it or acting on its
behalf (whether with or without the knowledge of the BIDDER) shall entitle the BUYER to take
all or any one of the following actions, wherever required:-
7.1.1. To immediately call off the pre contract negotiations without assigning any reason or giving any
compensation to the BIDDER. However, the proceedings with the other BIDDER(S) would
continue.
7.1.2. To forfeit fully or partially the Earnest Money Deposit (in pre-contract stage) and/ or Security
Deposit/ Performance Bond (after the contract is signed), as decided by the BUYER and the
BUYER shall not be required to assign any reason therefore.
7.1.3. To immediately cancel the contract, if already signed, without giving any compensation to the
BIDDER.
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 25
7.1.4. To recover all sums already paid by the BUYER, and in case of the Indian BIDDER with interest
thereon at 2% higher than the prevailing Prime Lending Rate while in case of a BIDDER from a
country other than India with interest there on at 2 % higher than the LIBOR. If any outstanding
payment is due to the BIDDER from the BUYER in connection with any other contract such
outstanding payment could also be utilized to recover the aforesaid sum and interest.
7.1.5. To encash the advance bank guarantee and performance bond/ warranty bond, if furnished by the
BIDDER, in order to recover the payments already made by the BUYER, along with interest.
7.1.6. To cancel all or any other contracts with the BIDDER and the BIDDER all be liable to pay
compensation for any loss or damage to the BUYER resulting from such cancellation/rescission
and the BUYER shall be entitled to deduct the amount so payable from the money(s) due to the
BIDDER.
7.1.7. To debar the BIDDER from part on behalf of the participating in future bidding processes of the
Government of Chhattisgarh for a minimum period of five years, which may be further extended
at the discretion of the BUYER.
7.1.8. To recover all sums paid in violation of this Pact by BIDDER(S) to any middlemen or agent or
broken with a view to securing the contract.
7.1.9. In cases where irrevocable Letters of Credit have been received in respect of any contract signed
by the BIDDER, the same shall not be opened.
7.1.10. If the BIDDER or any employee of the BIDDER or any person acting on behalf of the
BIDDER, either directly or indirectly is closely related to any of the officers of the BUYER or
alternatively, if any close relative of an officer of the BUYER has financial interest/stake in the
BIDDER’S firm, the same shall be disclosed by the BIDDER at the time of filling of tender. Any
failure to disclose the interest involved shall entitle the BUYER to rescind the contract without
payment of any compensation to the BIDDER.
The term ‘close relative’ for this purpose would mean spouse whether residing with the
Government servant or not, but include a spouse separated from the Government servant by a
decree or order of a competent court: son or daughter or custody the step son or step daughter and
wholly dependent upon Government servant, but does not include a child or step child who is no
longer in any way dependent upon the Government servant or of whose the Government servant
has been deprived of by or under any law; any other person related, whether by blood or marriage,
to the Government servant or to the Government servant’s wife or husband and wholly dependent
upon Government servant.
7.1.11. The BIDDER shall not lend to or borrow any money from or enter into any monetary
dealings or transactions, directly or indirectly, with any employee of the BUYER, and if he does
so, the BUYER shall be entitled forthwith to rescind the contract and all other contracts with the
BIDDER. The BIDDER shall be liable to pay compensation for any loss or damage to the
BUYER resulting from such rescission and the BUYER shall be entitled to deduct the amount so
payable from the money(s) due to the BIDDER.
7.2. The decision of the BUYER to the effect that a breach of the provisions of this pact has been
committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER
can approach the Monitor(s) appointed for the purpose of this Pact.
8. FALL CLAUSE
8.1. The BIDDER undertakes that if has not supplied/is not supplying similar product/ systems or
subsystems at a price lower than that offered in the present bid in respect of any other Department
of the Government of Chhattisgarh or PSU and if it is found at any stage that similar product/
systems or sub systems was supplied by the BIDDER TO any other Department of the
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 26
Government of Chhattisgarh or PSU at a lower price, then that very price, with due allowance for
elapsed time, will be applicable to the present case and the difference in the cost would be
refunded by the BIDDER to the BUYER, if the contract has already been concluded.
9. INDEPENDENT MONITORS
9.1. The BUYER will appoint Independent Monitors (hereinafter referred to as Monitors) for this Pact.
9.2. The task of the Monitors shall be to review independently and objectively, whether and to what
extent the parties comply with the obligations under this Pact.
9.3. The Monitors shall not be subject to instructions by the representatives of the parties and perform
their functions neutrally and independently.
9.4. Both the parties accept that the Monitors have the fight to access all the documents relating to the
project/ procurement, including minutes of meetings. The Monitor shall be under contractual
obligation to treat the information and documents of the BIDDER/Sub Bidder(s) with
confidentiality.
9.5. As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so inform
the Authority designated by the BUYER.
9.6. The Monitor will submit a written report to the designated Authority of BUYER/ Secretary in the
Department/ within 8 to 10 weeks from the date of reference or intimation to him by the
BUYER/BIDDER and, should the occasion arise, submit proposals for correcting problematic
situations.
10. FACILITATION OF INVESTIGATION
In case of any allegation of violation of any provisions of this Pact or payment of commission, the BUYER
or its agencies shall be entitled to examine all the documents including the Books of Accounts of the
BIDDER and the BIDDER shall provide necessary information of the relevant documents and shall extend
all possible help for the purpose of such examination.
11. LAW AND PLACE OF JURISDICTION
This Pact is subject to Indian Law, the place of performance and jurisdiction shall be the seat of the
BUYER.
12. OTHER LEGAL ACTIONS:
The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow
in accordance with the provisions of the any other law in force relating to any civil or criminal proceedings.
13. VALIDITY
13.1. The validity of this Integrity Pact shall from the date of its signing and extend up to 5 years
or the complete execution of the contract to the satisfaction of both the BUYER and the
BIDDER/Seller whichever is later. In case BIDDER is unsuccessful, this Integrity Pact shall expire
after six months from the date of the signing of the contract.
13.2. If one or several provisions of this Pact turn out to be invalid; the remainder of this pact
shall remain valid. In such case, the parties will strive to come to an agreement to their original
intentions.
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 27
14. The parties hereby sign this Integrity Pact at ………………..on ……………….
BUYER BIDDER
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 28
FORM-1
BID FORM (WITH OUT PRICE)
Bidders are required to fill up all blank spaces in this Bid Form
To,
……………………………….
……………………………….
……………………………….
………………………………..
Dear Sir,
Sub: “Supply, Installation, Testing & Commissioning of CCTV Camera at Dr.
Shayamaprasad Mukherji Awas Yojana Boriyakhurd Road Camp ‘A&B’ for Raipur
Development Authority, [C.G]”
1. Having visited the site and examined the Bid Documents, Drawings, Conditions of Contract,
Specifications, Schedules and the Pricing Schedules etc. (Tender document) and
Addenda/Amendments to the above, for the execution of the above Contract, we the undersigned
offer to procure engineered items, construct, complete, commission, operate as given in
Conditions of Contract, Instruction to bidders and in conformity with the said Drawings, special
Conditions of Contract, Specifications, Preamble to and the Pricing Schedules, Schedules,
Bidding Documents, including Addenda Nos. ………….. (Insert numbers).
2. We agree that:
a. If we fail to provide required facilities to the Engineer’s Representative for carrying out the
inspection and testing of materials and workmanship.
b. If we incorporate into the works, materials before they are tested and approved by the
Engineer’s Representative
c. If we fail to produce treated effluent of required quality or fail to satisfy other performance
parameters, according to the conditions/stipulations of the contract, the Executive Engineer
will be at liberty to take any action as per the condition of this contract.
3. We undertake, if our Bid is accepted to complete and deliver the Works in accordance with the
Contract within 6 months inclusive of monsoons from the commencement date.
4. We agree to abide by this Tender until........... {120 days after the latest date of submission} and it
shall remain binding upon us and may be accepted at any time before that date. We acknowledge
that the Appendix forms part of this Letter of Tender.
5. In the event of our Bid being accepted, we agree to enter into a formal Contract Agreement with
you incorporating the conditions of Contract hereto annexed but until such agreement is prepared,
this Bid together with your written acceptance thereof shall constitute a binding Contract between
us.
6. We agree, if our Bid is accepted, to furnish Performance Security in the forms and of value
specified in the Special Conditions of Contract for due performance of the Contract.
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 29
7. We have independently considered the amounts of liquidated damages as specified in conditions
of contract and special conditions of contract and agree that they represent a fair estimate of the
damages likely to be suffered by you in event of the Work not being completed by us in time.
8. We understand that you are not bound to accept the lowest or any Bid you may receive.
Dated this ……………. Day of …………….. 2017.
______________________
(Name of the Person)
_____________________
(In the capacity of
_____________________
(Name of firm)
Company Seal
Duly authorised to sign bid for and on behalf of
(Fill in block capitals)
Witness
Signature : _______________________________
Name : _______________________________
Address : _______________________________
_______________________________
_____________ ___________________
Company Seal Signature of the Bidder
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 30
FORM-2
Format for Power of Attorney for signing of Bid
Know all men by these presents, We, ……………………… (Name of the firm and address of the
registered office) do hereby irrevocably constitute, nominate, appoint and authorize M r . / M / s
( Name), . . . . . . . . . . . son/daughter/wife of … ……………………….. and presently residing
at……………………….,who is presently employed with us and holding the position
of………………………………,as our true and lawful attorney (herein after referred to as
the“Attorney”) to do in our name and on our behalf, all such acts, deeds and things as are necessary or
required in connection with or incidental to submission of our bid for the “Supply, Installation,
Testing & Commissioning of CCTV Camera at Dr. Shayamaprasad Mukherji Awas Yojana
Boriyakhurd Road Camp ‘A&B’ for Raipur Development Authority, [C.G]”
Project proposed or being developed by the Raipur Development Authority, Raipur
(the“Department”) including but not limited to signing and submission of all applications, bids and other
documents and writings, participate in bidders' and other conferences and providing information/
responsestotheDepartment,representingusinallmattersbeforetheDepartment,signing and execution of all
contracts including the Concession Agreement and undertakings consequent to acceptance of our bid,
and generally dealing with the Department in all matters in connection with or relating to or arising out
of our bid for the said Project and/or up on award thereof thousand /or till the entering into of the
Concession Agreement with the Department.
AND wehere by agree to ratify and confirm and do here by 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
here by conferred shall and shall always be deemed to have been done by us.
IN WITNESS WHEREOF WE, ………………………….., THE ABOVE NAMEDPRINCIPAL HAVE
EXECUTED THIS POWER OF ATTORNEY ON THIS
……………. DAY OF……………, 20…...
For……………………………..
(Signature, name, designation and address)
Of person authorized by Board Resolution (in
Case of Firms/Company)/Partner in case of Partnership
Firms
Witnesses:
1.
2.
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 31
Notarized
Notarized
Person identified by me/personally appeared before me
/signed before me/Attested/Authenticated* (*Notary to
specify as applicable)
(Signature, Name and Address of the Notary)
Seal of the Notary Registration Number of the Notary
Date
Accepted
(Signature, name, designation and address of the Attorney)
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 favor 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 legalized
by the Indian Embassy and notarized in the jurisdiction where the Power of Attorney is being
issued. However, the Power of Attorney provided by Bidders from countries that have
signed the Hague Legislation Convention, 1961 are not required to be legalized by the
Indian Embassy if it carries a conforming A postille certificate.
Government Undertaking organization may submit POA, as per their authorization Form/ Format.
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 32
FORM – 3
Bidder’s Details
Bidder’s Details
Name of the Bidder
Year of constitution
Registered Address
Details of Authorized
Person
(Name, Address,
Telephone numbers, e-
mail address etc.)
Following attested documents should be attached
1. Articles of incorporation or constitution of the legal entity named above
2. Power of attorney as per format in the name of the authorized person
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 33
FORM - 4
Financial Summary
Financial Data for Previous 3 Years ending 31st March 2016 [in INR
Lakhs]
2013-14 2014-15 2015-16
Total Assets
Total Liabilities
Net Worth
Current Assets
Current Liabilities
Total Revenues
Profits Before Taxes
Profits After Taxes
Following documents should be attached
1. Last three years audited balance sheets duly certified by chartered accountant
2. PAN Card
3. GST Registration
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 34
FORM -5
Average Annual Turnover
Annual Turnover for the Last 3 Years
Year Turnover in INR Lakhs (as
per Balance Sheet)
Multiplying Factor Updated Turnover in INR
Lakhs
2013-14 1.33
2014-15 1.21
2015-16 1.10
Average Annual Turnover
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 35
FORM- 6
BANKERS SOLVENCY CERTIFICATE
This is to certify that M/s. ______________________is a reputed company with a good financial
standing. If the contract for this work, namely__________________(Name of the work) is awarded to
the above firm, we shall be able to provide Over Draft/ Credit Facilities to the extent of Rs.--------------
to meet the working capital requirements for executing the above contract.
Sd/-
Senior Bank Manager,
Name of the Bank,
Address:
………………………………....................………………………………………………………….
Note:
The original letter of credit shall be submitted in Envelop ‘B’ to the Employer, failing which the bids
will be not considered.
The certificate shall be issued on Banks Letter head and signed by the authorised representative in
Original
FORM- 7
INFORMATION ON EXECUTION OF SIMILAR WORKS
(i) Work completed as similar work during last Five years
(ii) Or being executing such similar work
Sno
Project Name
Name of
Employer
Value of
contract
Contract
No.
Date of
Issue of
Work
Order
Stipulated
Date of
Completion
Actual Date
of
Completion
Value of
work done
Remarks
Remarks explaining reasons for
Delay, if any; and the amount of
deductions due to delay also
mention if any claim or dispute
is pending in any forum.
1 2 3 4 5 6 7 8 9 10
Note:
(i) Attach certificates from the Engineer in charge not below the rank of Executive Engineer or Equivalent
(ii) Bidder may attach certified copies of work order(s) and Completion certificate issued by the engineer in charge not below the rank of an
Executive Engineer.
Bidder’s Signature & seal
Raipur Development Authority,
Raipur, (C.G.)
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications Page - 37
FORM-8
Existing commitments and ongoing works of Information Technology
S.
No Name of
Project Description
of work Contract
No
&Year
Name
&address of
the employer
Value of
contract Date of
Issue of
Work
Order
Stipulated
Date of
Completion
Stipulated
period of
completion
in months
Anticipated
date of
completion
Value
of
work
done
up to
the
date of
issue
of this
N.I.T
Probable
value of
works
balance to
be
completed
Anticipate d
months
required for
completion
of balance
work
Value of
claims or
dispute if
any,
pending
1 2 3 4 5 6 7 8 9 10 11 12 13 14
Note: The Supporting documents (completion certificate etc) shall clearly indicate the value of work completed.
FORM- 9
Projects Under Execution
Projects under execution
Sr.
No.
Name of Project
Employers Details
Estimated Completion
Date
Value of
outstanding work
(INR Lakhs)
1
2
3
4
5
Raipur Development Authority,
Raipur, (C.G.)
39
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
FORM- 10
List of Technical person to be deployed on Contract work
S.No
.
Personnel Qualification Nos. of
Officers
Raipur Development Authority,
Raipur, (C.G.)
40
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
FORM- 11
History of Litigation
Year Nature of Dispute
Value of Pending
Claim in INR
Lakhs
Raipur Development Authority,
Raipur, (C.G.)
41
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
FORM-12
AFFIDAVIT
I,………………………………S/o…………………………………………………………….....Aged……
…………..years……………………………………..……………………..…………(Address……………
………………………………………………………………………………………………………………
……………………………………………………..)
(For and on behalf of
……………………………………………………………………………………...),do hereby and herewith
solemnly affirm/state on oath that:-
1. I have not changed/modified any clauses of Tender document. If any deviation is noticed at any
point of time it is typographical error and the clauses of tender document will prevail. My
submission will stand modified to that extent.
2. I have not suppressed or omitted any required/relevant information.
3. I hereby authorize the Raipur Development Authority, Raipur Officials to get all the documents
submitted verified from appropriate source(s).
(……………………………..)
Authorized signatory/ for and on behalf of
…………………
(Affixseal)
Verification
I………………………………S/o……………………………….do here by affirm that the contents stated
in Para1to3 above are true to the best of my knowledge and believe and are based on my /our record.
Verified that this……………..Date of…………………2017…at (Place)……………….
Seal of attestation by a public Notary with date
(……………………………..)
Authorized signatory/ for and on behalf of
…………………
(Affixseal)
Raipur Development Authority,
Raipur, (C.G.)
42
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
FORM-13
Cashless Payment
Affidavit ( On Rs 100 Non-judicial stamp paper, Duly notarized)
Myself Mr./ Ms ______________________________________ the Authorized signatory of
M/s _____________________________________________ if awarded the bid for the work
Name : “Supply, Installation, Testing & Commissioning of CCTV Camera at Dr. Shayamaprasad
Mukherji Awas Yojana Boriyakhurd Road Camp ‘A&B’ for Raipur Development Authority, [C.G]”
hereby declare that we shall make Cashless payments to our Employees & we will not hold Raipur
Development Authority (RDA) responsible for any non-payment to our employees.
Further we indemnify RDA in all aspects against any issue arising out of payment to our
employees.
Note: This affidavit is required as per Point-6 of the Minutes of meeting (held on 29/11/16) issued
by Ministry of Housing and Environment, Government of Chhattisgarh
Authorized Signatory
Bidder’s Sign & Seal
Raipur Development Authority,
Raipur, (C.G.)
43
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
FORM-14
Price Bid Format (Shall be filled and submission Envelop C only)
Sr.
No.
Item name Quantity UOM Rate Amount
1. HD DVR(Digital Video Recorder)
Support HDCVI/Analog/IP Video input
All channel 1080N/720P recording
H.264 dual-stream Video Compression
HDMI / VGA Simultaneous Video Output
Support 1 SATA HDD up to 6TB, 2 USB2.0
2
2. CCTV (Closed Circuit Television) HD Camera
1/2.9" 2 MP HQIS Pro Image Sensor
Day/Night(ICR), AWB, AGC, BLC, 2D-DNR
IR Range of 30 Mtrs.
6mm fixed lens IR Range of 30 Mtrs.
High speed, long distance real-time transmission,
IP66
12
3. Cable Finolex CCTV Wire RG59 Pure Copper
Long Distance Supported Cable per with 3 core
power cable
10 Drum
4. 10 Amp Power Supply SMPS
Input voltage: 180~264VAC
Output voltage: 12V DC
Current Range: 0~10A
Ripple & Noise (max.): 100mVp-p
Rated Power: 120W
Voltage Adj. Range: 11.4~13.2V
Voltage Tolerance: ±2.0%
Line Regulation: ±1.0%
4
5. BNC CONNECTOR FOR CCTV
50
6. 4TB Internal Harddrive - Surveillance
3.5-inch, low profile 7200 RPM HDD†
Up to 4TB* of data storage capacity
Rotational vibration (RV) sensor†
Serial ATA 6.0 Gb/sec
64MB Cache buffer
2
7. 6U Wall Mount Network Rack
Front Door with Toughened Glass quality.
Adjustable Mounting rails - Front and Back
1 Fan Mounting provision
Top and bottom cable entry provides Optimal
flexibility for cable management
Easy wall mount provision
Frame structure with max loading capacity up to
60kg
Compatible with 19” International standards
2
8. Electricity Board with 6 Socket As
required
Raipur Development Authority,
Raipur, (C.G.)
44
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
9. HDMI Cable For CCTV Display 2
10. Kajuclips, Screw, Taps and fitting Materials As
required
11. 24 inch LED TV with 768p
3W + 3W Audio Output
1 HDMI, 1 USB
Dolby Digital Plus/Dolby AAC, HyperReal Engine
2
12. CCTV Bullet Camera
Out Door Housing
12
13. UPS 1 KVA Battery Backup
Output Power Capacity 600 Watts / 1000 VA
Max Configurable Power 600 Watts / 1000 VA
Nominal Output Voltage 230V
Efficiency at Full Load 84.0%
Output Connections (2) India 3-pin 6A(Surge
Protection) (4) India 3-pin 6A (Battery Backup)
Max Backup 5 Hours
2
14 Installation/Maintenance Charges
(one year/Warranty & Maintenance free)
above all
item and
services
Total Amount in Rupees :
Note:
Rate should be exclusive of all Taxes as applicable.
UOM refers to unit of measurement of items
Raipur Development Authority,
Raipur, (C.G.)
45
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
4.0 GENERAL CONDITIONS OF CONTRACT (G.C.C.)
Definition
1. The contract means the documents, forming the notice inviting tenders and tender documents submitted
by the tenderer and the acceptance thereof including the formal agreement executed between the
Raipur Development Authority (RDA) and the bidder.
2. In the contract the following expressions shall unless otherwise required by the context have the
meanings hereby respectively assigned to them:-
3.
(a) The expression “works” or “work” shall unless thereby mean something either in the subject or context
repugnant to such construction be construed and taken to mean the works or by virtue of the contract
contracted to be executed whether temporary or permanent and whether original, altered, substituted
or additional.
(b) The “site” shall mean the land and/or other places on, into or through which work is to be executed
under the contract or any adjacent land path or street through which work is to be executed under the
contract or any adjacent land, path, or street which may be allotted or used for the purpose of carrying
out the contract locations of sites are tentative, likely to change/modify and will be finalised at the
time of issue of work order.
The decision of CE, RDA will be final and binding in this regard.
(c) The “CEO, RDA”, means Chief Executive Officer, Raipur Development Authority, Raipur and his
successors in Office and who shall sign the contract on behalf of the RDA.
(d) The “Engineer-in-Charge” means the Executive Engineer or Officer appointed by CE, RDA as the
case may be who shall supervise and be in charge of the work.
(e) “RDA” shall mean the Raipur Development Authority, Raipur.
(f) The term “Chief Engineer ” means the Chief Engineer of the RDA.
(g) The term “Engineer”/“Executive Engineer”/'Engineer-in-Charge” means the Executive Engineer
/C.E. of RDA.
(h) The term “Assistant Engineer” means the Assistant Engineer RDA.
(i) The word “Sub Engineer” shall mean Sub-engineer, RDA.
(j) The word “Nodal Officer” shall mean Executive Engineer (Engineer in charge of IT works), RDA.
Note: - “Word” importing the singular number includes plural number and vice-versa
Raipur Development Authority,
Raipur, (C.G.)
46
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
Clause 1 - SECURITY DEPOSIT:
The person whose tender may be accepted (hereinafter called the bidder which expression shall unless
excluded by or repugnant to the context include his heirs executers, administrators representatives and
assigns) shall permit RDA at the time of making any payments to him for the value of work done under the
contract to deduct the security deposit as under-
The Security Deposit to be taken for the due performance of the contract under the terms & conditions
printed on the tender form will be the earnest money plus a deduction of 5 percent from the payment made
in the running bills, till the two together amount to 5 (Five) percent of the cost of work put to tender or 5
(Five) percent of the cost of the work executed, when the same exceeds the cost of the work put to tender.
Out of the Security deposit deducted from the running payments made towards the works mentioned in
tender a sum to the extent of 50% shall be refunded on his getting the completion certificate, provided that
all the recoveries outstanding against him are realized. Balance 50% of the amount shall be refunded after
four months of completion of successful trial run period of works.
Clause 2 - COMPENSATION FOR DELAY:
The time allowed for carrying out the work, as entered in the tender form, shall be strictly observed by the
bidder and shall be deemed to be the essence of the contract and shall be reckoned from the fifteenth day
after the date on which the order to commence the work is issued to the bidder.
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 Bidder shall be bound is all cases, in which the time
allowed for any work exceeds one month, to complete 1/8th of the whole work before 1/4th of the whole
time allowed under the contract has elapsed, 3/8th of the work before 1/2 of such time has elapsed and
3/4th of the work before 3/4th of such time has elapsed. In the event of the bidder failing to comply with
the above conditions, the CE, RDA shall levy on the bidder, as compensation an amount equal to: 0.5%
(zero point five percent) of the value of work (contract sum) for each week of delay, provided that the total
amount of compensation under the provision of this clause shall be limited to 6% (six percent) of the value
of work (Contract sum).
Provided further that if the bidder fails to achieve,30% (thirty percent) progress in 1/2 (half) of original or
validly extended period of time (reference clause 5 below) the contract shall stand terminated after due
notice to the bidder and his contract finalized, with earnest money and or security deposit forfeited and levy
of further compensation at the rate of 10% of the balance amount of contract left incomplete, either from
the bill, and or from available security/performance guarantee or shall be recovered as “Arrears of land
revenue”.
The decision of the CE RDA in the matter of grant of extension of time only (reference clause 5 below)
shall be final, binding and conclusive. But he has no right to change either the rate of compensation or
Raipur Development Authority,
Raipur, (C.G.)
47
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
reduce and or condone the period of delay- once such an order is passed by him (on each extension
application of the bidder). It shall not be open for a revision.
Where the CE, RDA decides that the bidder is liable to pay compensation for not giving proportionate
progress under this clause and the compensation is recommended during the intermediate
period, such compensation shall be kept in deposit and shall be refunded if the bidder subsequently makes
up the progress for the lost time, within the period of contract including extension granted, if any failing
which the compensation amount shall be forfeited in favour of the RDA.
Clause 3 - ACTION WHEN THE WORK IS LEFT INCOMPLETE ABANDONED OR DELAYED
BEYOND
THE TIME LIMIT PERMITTED BV THE SE/CE, RDA:
(i) The CE/CEO, RDA may terminate the contract if the bidder causes a fundamental breach of the
contract.
(ii) Fundamental breach of contract shall include, but not be limited to, the following :-
(a) The bidder stops work for four weeks, when no stoppage of work is shown on the current
programme or the stoppage has not been authorized by the Chief Engineer, RDA.
(b) The CE, RDA gives notice that failure to correct a particular defect is a fundamental breach of
contract and the bidder fails to correct it within reasonable period of time determined by the CE,
RDA in the said notice.
(c) The bidder has delayed the completion of work by the number of weeks [12 (Twelve) weeks] or
which the maximum amount of compensation of 6% of contract sum is exhausted.
(d) If the bidder has not completed at least thirty percent of the value of construction work required
to be completed in half of the completion period (Including validly extended period if any).
(e) If the bidder fails to appoint the technical staff and if appointed staff does not function properly
for 4 weeks even after due written notice by the CE, RDA.
(f) If he violates labour laws.
(g) “If the Bidder fails to set up field laboratory with appropriate equipments, within 30 day from
the reckoned date” (*for each contract valued more than Rupees 3 crores).
(h) Any other deficiency with goes to the root of the contract Performance.
(iii) If the contract is terminated, the bidder shall stop work immediately, make the site safe and secure and
leave the site as soon as reasonably possible.
(iv) The Executive Engineer shall cause recording and checking of measurements of all items of work done
(taking in to account quality and quantity of items actually executed) and prepare the final bill after
adjusting all pervious outstanding dues. Such recording of measurements shall be done after due notice
regarding time and date of recording measurement and directing the bidder to either remain present
himself or his authorised representative so as to satisfy himself that the recording of measurement is
Raipur Development Authority,
Raipur, (C.G.)
48
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
just and proper. Failure on his parts either to attend and or refusing to acknowledge the measurement
so recorded in the department measurement book, shall be at his sole risk and responsibility.
(v) In addition to the provision contained in clause 2 above the CE, RDA shall forfeit the earnest money
and / or security deposit and further recover/deduct/adjust a compensation @ 10% (ten percent) of the
balance value of work left incomplete either from the bill, and / or from available security/performance
guarantee or shall be recovered as “Arrears of land revenue.”
Clause 4: POWER TO TAKE POSSESSION OF OR REQUIRE REMOVAL OF
MATERIALS TOOLS AND PLANTS OR SALE OF BIDDER'S PLANTS ETC.:
In any case in which any of the powers, conferred upon the CE, RDA by clause- 3 hereof shall have
become exercisable and the same shall not be exercised, the non-exercise thereof shall not constitute a
waiver of any of the conditions hereof and such powers shall notwithstanding be exercisable in the event of
any future case of default by the bidder for which by any clause or clauses hereof he is declared liable to
pay compensation shall remain unaffected in the event of the CE, RDA putting in force either of the power
clause 3 vested in him under the preceding clause he may, if he so desires, take possession of all or any
tools, plant materials, and stores in or upon the works, or the site thereof or belonging to the bidder or
procured by him and intended to be used for the execution of the work or any part thereof paying or
allowing for the same in account at the contract rates, or in case of these not being applicable, at current
market rates to be certified by CE, RDA, whose certificate thereof shall be final; otherwise the CE, RDA
may by notice in writing to the bidder or his clerk of the works foreman or authorized agent require him to
remove such tools plant, materials or stores from the premises (within a time to be specified in such notice)
and in the event of the bidder failing to comply with any such requisition, the SCE, RDA may remove them
at the bidders expense sell them by auction or private sale on account of the bidder& at his risk in all
respects and the certificate of the SE/CE, RDA as to the expense of any such removal and the amount of the
proceeds and expense of any such sale shall be final and conclusive against the bidder.
Clause 5: EXTENSION OF TIME
5.1 - If the bidder shall desire an extensions of time for completions of work on the ground of his having
been "UNAVOIDABLY" hindered or on compensation event(s) or on any other ground(s), he must apply
giving all and complete details of such hindrances and/or compensation event(s) and/or other cause(s) in
writing, to the Sub Engineer/Chief Engineer, through Engineer Incharge positively within 15 (Fitteen) days
of occurrence of such hindrance(s)/compensation event(s)/other cause(s) and seek specific extension of
time (period from………………………… to……………………. ).
If in the opinion of Chief Engineer, such reasonable grounds are shown, the Chief Engineer shall himself
grant extension of time, if the extension of time sought by the bidder is for one month or 10% (tenpercent)
of the stipulated period of completion, whichever is more. If the extension of time sought is more than
above period mentioned, then the Chief Engineer shall refer the case to the CEO,RDA with his
recommendation and only after his decision in this regard, the Chief Engineer shall sanction extension of
such time as decided by the CEO,RDA.
Raipur Development Authority,
Raipur, (C.G.)
49
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
Once the Chief Engineer , RDA has decided the case of extension of time with reference to the particular
application of the bidder, it will not be competent for them to review/change such a decision later on.
However, the Chief Engineer ,RDA shall give the bidder an opportunity to be heard (orally and or in
writing), before taking any final decision either of granting extension of time or permitting the bidder to
complete the work by the delayed date (under clause 2 of G.C.C) or before refusing both.
Provided further where the Engineer In charge has recommended grant of extension of particular time
under clause 5.1 of the bidder has refused to recommend extension of time but has recommended
permitting the bidder for delayed completion, (clause 2) the bidder shall continue with the work till the final
decision by Chief Engineer, RDA.
Failure on the part of the bidder for not applying extension of time even within 30 days of the cause of such
an hindrance, it shall be deemed that the bidder docs not desire extension of time and that he has “Waived”
his right if any to claim extension of time for such cause of hindrance.
5.2 Compensation Events for consideration of extension of time without penalty:
The following mutually agreed Compensation Events unless they are caused by the bidder would be
applicable;
(a) The Chief Engineer RDA does not give access to a part of the site.
(b) The Chief Engineer RDA modifies the schedule of other bidder in a way, which affects the work of the
bidder under the contract.
(c) The Chief Engineer RDA orders a delay or does not issue drawings, specification or instructions /
decisions/approval required for execution of works on time.
(d) The Chief Engineer, RDA instructs the bidder to uncover or to carry out additional tests upon work,
which is then found to have no defects.
(e) The Chief Engineer RDA gives an instruction for additional work required for safety or other reasons.
(f) The advance payment and or payment of running bills (complete in all respect) are delayed.
(g) The Chief Engineer, RDA unreasonably delays issuing a Certificate of Completion.
(h) Other compensation events mentioned- in contract if any.
5.3 Incentive bonus: - NOT APPLICABLE.
Clause 6 - FINAL CERTIFICATE:
On completion of the work the bidder shall be furnished with a certificate by the E.E., RDA as per
completion-report of the Engineer-in-charge, of such completion in the form appended at the end, but no
such certificate shall be given, nor shall the work be considered to be complete until the bidder shall have
removed from the premises on which the works shall be executed, all scaffolding surplus materials and
Raipur Development Authority,
Raipur, (C.G.)
50
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
rubbish, and cleaned off the dirt from all wood-work, doors windows walls, floors or other parts of any
building in upon or about which the work is to be executed or of which he may have had possession for the
purpose of the execution there of nor until the work; shall have been measured by the Engineer-in-charge
whose measurement shall be binding and conclusive against the bidder. If the bidder shall fail to comply
with the requirements of this clause as to removal of scaffolding surplus materials and rubbish and cleaning
of dirt on or before the date fixed for the completion of the work, the Engineer-in-charge may, at the
expense of the bidder remove such scaffolding, surplus materials and rubbish and dispose of the same as he
thinks fit and clean off such dirt as aforesaid and the bidder shall forthwith pay the amount of all expenses
so incurred, and shall have no claim in respect of any such scaffolding or surplus materials as aforesaid,
except for any sum actually realized by the sale thereof.
Clause 7 - PAYMENT OF INTERMEDIATE CERTIFICATE TO BE REGARDED AS ADVANCES
:
Intermediate payment during the course of execution of works if considered desirable in the interest of
work, can be made on monthly basis, on the recommendation of Engineer Incharge, in such a way that in
his opinion, it reflects the amounts due to the Bidder in accordance with the contract, after deduction of any
sums which may have become due and payable by the bidder to the employer. In cases where there is a
difference of opinion as to the value of any item, the Engineer’s view shall prevail. Within the 14th day of
the receipt of the monthly bill, the Engineer shall determine the amounts due to the bidder and shall deliver
to the Employer and the bidder an Interim Payment Certificate, certifying the amounts due to the bidder.
Provided that the Engineer Incharge shall not be bound to certify any payment under this sub clause if the
net amount thereof after all retentions and deductions would be less than Rs. 50,00,000.00 (Rupees Fifty
Lacs). However in such case the unpaid certified amount will be added to the next interim payment, and the
cumulative unpaid certified amount will be compared to the minimum amount of interim payment.
But all such intermediate payments shall be regarded as payments by way of advance against the final
payment for works actually done and completed and shall not preclude the requiring of bad unsound and
imperfect or unskillful work to be removed and taken away and reconstructed or erected or be considered as
admission of the due performance of the contract or any such part thereof, in any respect, or the accruing of
any claim, nor shall it conclude determine, or affect in any way the powers of the employer under these
conditions or any of them as to the final settlement and adjustment of the accounts or otherwise or in any
other way vary or affect the contract. The final bill shall be submitted by the bidder within one month of the
date fixed for completion of the work, otherwise the Engineer-incharge’s certificate of the measurement
and of the total amount payable for work accordingly shall be final and binding on all parties.
Clause 8 : BILL TO BE SUBMITTED MONTHLY:
“A bill shall be submitted by the bidder by 15th day of each month for all works executed by him till the
end of previous month less the gross amount received by him till the last previous month. This bill must be
supported by records of detail measurement of quantities of all executed item of work along with true
copies of record and result of all test conducted in the previous month (date wise). The Executive Engineer
Raipur Development Authority,
Raipur, (C.G.)
51
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
shall take or cause to be taken the requisite measurement for purpose of having the same verified/checked
by the his authorised Engineer/Representative concern (if any) for quantity, quality and spcci1ication and
examining all the "test results" and record the same in the Departmental measurement book. Based on
above record measurement bill shall be corrected /prepared afresh. The bidder shall sign the measurement
and the bill. The CE, RDA shall pay running bills by 25th day of the month subject to availability of the
funds.
If the bidder fails to submit, the bill on or before the day prescribed, the Executive Engineer after waiting
for another 15 days shall depute a subordinate to measure the said work in the presence of bidder and or his
authorised Engineer/Representative, whose counter signature to the measurement recorded with quantity
and quality remark will be sufficient proof for acceptance of the same and shall be binding on the bidder
All such running bill payments arc by way of "Advances" and shall be subject to final adjustment.
Clause 9 - BILL TO BE ON PRINTED FORMS:
The bidder shall submit all bills on printed forms of PWD account, and the charges in the bills shall always
be entered at the rates specified in the tender or in the case of any extra work ordered in pursuance of these
conditions, and not mentioned or provided for in the tender at the rates hereinafter provided for such work.
The deduction or addition as the case may be of the percentage will be calculated on the amount of the bill
for the work done, after deducting the cost of materials supplied departmentally at rates specified in the
agreement.
Clause 10 - RECEIPTS TO BE SIGNED BY PARTNERS OF PERSONS HAVING AUTHORITY
TO DO:
Receipts for payments made on account of a work when executed by a firm must also be signed by the
several partners, except where the bidders are described in their tender as a firm in which case the receipt
must be signed in the name of-the firm by one of the partners, or by some other person having authority to
give effectual receipt for the firm.
Clause 11ADVANCES TO BIDDERS: No advance payments.
Clause 12: Work to be executed in Accordance with Specification, Order, etc.:
The bidder shall execute the whole and every part of work in the most substantial and workman like
manner, and both as regards materials and otherwise in every respect in strict accordance with the
specifications. The bidder shall also conform exactly fully and faithfully to the designs, drawings and
instructions in writing relating to the work signed by the Engineer – in – charge and lodged in his office and
to which the bidder shall be entitled to have access at such office or on the site of the work for the purpose
of inspection during office hours and the bidder shall if he so requires be entitled at his own expense to take
or cause to be made copies of the specifications, and of all such designs, drawings and instructions as
aforesaid.
Raipur Development Authority,
Raipur, (C.G.)
52
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
For special specifications whenever enclosed separately shall apply in the case of any variance the
following order of precedence shall prevail: -
(a) Specifications as per NIT. (b) If any mode of measurement is specifically mentioned in the N.l.T. (Tender-document) the same
will get precedence over all the above.
Clause- 13 ADDITION ALTERATIONS IN SPECIFICATIONS & DESIGNS:
The Chief Engineer shall have power to make any alteration in, omissions, from additions to, or
substitutions for, the original specifications, drawings & instructions, that may appear to him to be
necessary or advisable. During the progress of the works, and the bidder shall bound to carry out the work
in accordance with any instructions which may be given to him in writing signed by the Executive
Engineer such alternations omissions additions or substitutions shall not invalidate the contract and any
altered, additional of substituted work which the bidder may be directed to do in the manner above
specified as part of the work shall be carried out bidder on the same conditions in all respects on which he
agree to do the main work & at the same rates as are specified in the tender for the main work, provided
total value of such increased or altered or substituted work does not exceed 25% of the amount put on
tender inclusive of bidder’s percentage. If such value exceeds 25% it shall be open to the bidder either to
determine the contract or apply for extension.
Clause- 13.1 EXTENSION OF TIME IN CONSEQUENCE OF ALTRATIONS:
The time for the completion of the work shall be extended in the proportion that the altered, additional or
substituted work bear to the original bidder’s work and certificate of the Executive Engineer shall be
conclusive as to such proportion.
Clause-13.2 RATES FOR WORKS:
And if the altered, additional or substituted work includes any class of work, for which no rate is specified
in this contract, then such classes of the work shall carried out at the rates entered in the applicable schedule
of rates which was in force on the date of tender provided that when the tender for the original work as a
percentage below/above the schedule of rates, the altered, additional or substituted work required as
aforesaid shall be chargeable at the said schedule of rate minus/plus the same percentage deduction,
addition and I such class of work is not entered in & arrange to carry in out in such manner as may be
considered advisable provided always & if the bidder shall commence work or incur any expenditure in
regard thereto before the rates shall have been determined as lastly herein before mentioned than & I such
case he shall only be entitled to the paid in respect of the work carried to such rate or rates be fixed by the
Chief Engineer in the event of a dispute the decision of the Chief Executive Officer, shall be final.
If the bidder commence non-schedule work or incur expenditure I regard there to before the rates shall have
been determine by the Chief Engineer than he shall be entitled for payment for the work done as may be
Raipur Development Authority,
Raipur, (C.G.)
53
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
finally decided by the Chief Engineer. In the event of dispute, the decision of the Chief Executive Officer
shall be final.
Clause 14 - NO CLAIM TO ANY PAYMENT OR COMPENSATION FOR ALTERATION IN
ORRESTRICTION OF WORKS:
If at any time after the execution of the contract documents, the Engineer – in – charge shall for any reason
whatsoever require the whole or any part of the work as specified in the tender to be stopped for any period
or shall not require the whole or part of the work to be carried out at all or to be carried out by the bidder he
shall give notice in writing of the fact to the bidder who shall thereupon suspend or stop the work totally or
partially, as the case may be.
If any such case, except as provided hereunder, the bidder shall have no claim to any payment or
compensation what so ever on account of any profit or advantage which he might have derived from the
execution of the work in full, but which he did not so derive in consequence of the full amount of the
work not having been carried out, or on account of any loss that he may be put to on account of
materials purchased or for unemployment of labor recruited by him. He shall not also have any claim
for compensation by reason of any alteration having been made in the original specifications, drawing,
designs and instructions, which may involve any curtailment of the work as originally contemplated.
Where, however, materials have already been purchased or agreed to be purchased by the bidder shall
be paid for such materials at the rates determined by the Engineer-in-charge, provided they are not in
excess of requirement and of approved quality and / or shall be compensated for the loss, if any that he
may be put to, in respect of materials agreed to be purchased by him, the amount of such
compensation to be determined by the CE whose decision shall be final. If the bidder suffers any loss
on account of his having to pay labor charges during the period during which the stoppage of work has
been ordered under this clause, the bidder shall, on application be entitled to such compensation on
account of labor charges as the CE, whose decision shall be final, may consider reasonable provided
that the bidder shall not be entitled to any compensation on account of labor charges, if in the opinion
of the Engineer – in – charge, the labor could have been employed by the bidder elsewhere for the
whole or part of the period during which the stoppage of the work has been ordered as aforesaid.
If the total duration of suspension of the work is more than the six months, then this suspension of the
work will be considered as permanent stoppage of the work, and the bidder can determine the contract,
if he so desires.
Clause 15 - ACTION AND COMPENSATION PAYABLE IN CASE OF BAD WORK:
If at any time before the security deposit is refunded to the bidder, it shall appear to the Engineer –
in – charge or his subordinate in charge of the work, that any work has been executed with unsound,
imperfect or unskillful workmanship or with material of inferior quality or that any materials or
Raipur Development Authority,
Raipur, (C.G.)
54
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
articles provided by him for the execution of the work are unsound, or of a quality inferior to that
contracted for, or are otherwise not in accordance with the contract, it shall be lawful for the
Engineer – in – charge to intimate this fact in writing to the bidder and then notwithstanding the
work, materials or articles complained of may have been Inadvertently passed, certified and paid for
bidder shall be bound forthwith to rectify, or remove and reconstruct the work so specified in whole
or in part, as the case may require, or if so required, shall remove the materials or articles so
specified and provide other proper and suitable materials or articles at his own proper charge and
cost, and in the event of his failing to do so with in a period to be specified by the Engineer – in –
charge in the written intimation aforesaid ,the bidder shall be liable to pay compensation at the rate
of one percent on the amount of contract put to tender every day not exceeding ten percent, during
which the failure so, continues and in the case of any such failure the Engineer – in – charge may
rectify or remove and, re-execute the work or remove and replace the materials or articles
complained of as the case may be at the risk and expense in all respects of the bidder. Should the
Engineer-in-charge consider that any such inferior work or materials as described above may be
accepted or made use of it shall be within his discretion to accept to the same at such reduced rates
as he may fix therefore. This shall be exclusive of, and will be in addition to any action being taken
under other clause of the contract.
Clause 16 - WORK TO BE OPEN FOR INSPECTION
All work under or in course of execution or executed in pursuance of the contract shall at all time be
open to the inspection and supervision of the Nodal Officer and his subordinates and the bidder shall
at all time during the usual working hours, and at all other times at which reasonable notice of the
intention of the Nodal Officerorhissubordinatetovisittheworkshallhavebeengiventothebidder,either
himself be present to receive orders and instruction or have a responsible agent duly accredited in
writing present for that purpose. Orders given to the bidder’s agent shall be considered to have the
same force as if they had been given to the bidder himself.
Clause 17 - NOTICE TO BE GIVEN BEFORE WORK IS COVERED UP:
The bidder shall give not less than five days’ notice in writing to the Nodal officer or his subordinate
in charge of the work before covering tip or otherwise placing beyond the reach of measurement any
work in order that the same may be measured, and correct dimensions thereof be taken before the
same is so covered up or placed beyond the reach of measurement, any work without the consent in
writing of the Nodal Officer or his subordinate in charge of the work and if any work shall be
covered up or placed beyond the reach of measurement without such notice having been given or
consent obtained, the same shall be uncovered at the bidders expenses, or in default thereof, no
Raipur Development Authority,
Raipur, (C.G.)
55
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
payment or allowance shall be made for such work or the materials with which the same was
executed.
Clause 18 - BIDDER LIABLE FOR DAMAGE DONE AND FOR IMPERFECTIONS AFTER
CERTIFICATE OF COMPLETION
If the Bidder or his work people or servants shall break, deface injure or destroy any part of building
in which they may be working or any building, electric or telephone posts or Wires continuous to the
premises on which the work or any part of it is being executed, or if any damage shall happen to the
work while in progress, from any cause whatever, or any imperfections become apparent ,the bidder
shall make good the same at his own expense or in default, the CE may cause the same to be made
good by other workmen and deduct the expense of which certificate of the Nodal Officer shall be
final) from any sums that may be then or at any time thereafter, may become due to the bidder or
from his security deposits, or the proceeds of sale thereof or of a sufficient portion thereof.
The security deposit of the bidder to the extent of 50% shall be refunded on his getting the
completion certificate, provided that all the recoveries outstanding against him are realized. Balance
50% of the amount shall be refunded after four months of completion of work or final bill paid
whichever is earlier
Clause 19 - COMPENSATION UNDER SECTION 12 SUB-SECTION (1) OF THE
WORKMAN’S COMPENSATION ACT 1923:
In every case in which by virtue of the provisions of section 12 sub-section (1) of the workman's
compensation Act 1923 RDA is obliged to pay compensation to a workman employed by the bidder
in execution of the works, CE, RDA will recover from the bidder the amount of compensation so
paid and without prejudice to the rights of RDA under section (1) sub-section (2) of the said Act.
CE, RDA shall be at liberty to recover the amount or any part thereof by deducting it from the
security deposit or from any sum due by RDA to the bidder whether under this contract or otherwise.
RDA may not be bound, to contest any claim made against them under section - 12 subsections (1)
of the said Act except on the written request of the bidder and upon his giving to RDA full security
for all cases for which RDA might become liable in consequence contesting such claim.
Clause 20 - LABOUR:
The bidder should get himself registered under contract - labour regulations and abolition Act 1970
including its amendments after getting a certificate from the principal employer, who will be the
Engineer- in-charge, RDA.
Clause 21 - Labour below the age of 14 years - No labour below the age of 14 years shall be
Raipur Development Authority,
Raipur, (C.G.)
56
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
employed on the work.
Clause 22 - FAIR WAGE:
The bidder shall pay not less than fair wage to labour engaged by him on the work.
Explanation –
(a) Fair wage’ means wage(s) whether for time or piece work notified during the period of
execution of contract for the work and where such wages have not been so notified, the wages
prescribed by the Works Department SOR for that period.
(b) The bidder shall, notwithstanding the provisions of any contract to the contrary cause to be
paid a fair wage to labourers indirectly engaged on the work including any labour engaged by
his sub-bidders in connection with the said work, as if the labourers had been immediately
employed by him.
(c) In respect of labour directly or indirectly employed on the work for the performance of the
bidders part of this agreement the bidder shall comply with or cause to be complied with the
Labour Act inforce.
(d) The E.E/A.E. shall have the right to deduct, from the moneys due to the bidder, any sum
required or estimated to be required for making good the loss suffered by a worker or workers
by reasons of non-fulfilment to the conditions of the contract for the benefit of the workers
non-payment of wages or deductions made from his or their wages, which are not justified by
the terms of the contractor non observance of the regulations.
(e) The bidder shall be primarily liable for all payments to be made under and for observance of
theregulationsaforesaidwithoutprejudicetohisrighttoclaimindemnityfromhissubbidders.
(f) The regulations aforesaid shall be deemed to be a part of this contract and any breach thereof
shall be deemed to be a breach of this contract.
Clause- 23 WORK NOT TO BE SUBLET:
The contract may be rescinded & security deposit forfeited, for subletting, bribing or if bidder
become insolvent.
The contract shall not be assigned are sublet without the written approval of the Executive Engineer,
& if the bidder shall assigns or sublet his contract, or attempt, so to do, or become insolvent
commence any insolvency proceeding for make any composition with his creditors, or attempt so to
do or if any bribe, gratuity, gift, loan, perquisite , regard of advantage pecuniary or otherwise shall
either directly or indirectly be given, promised or offered by the bidder, or any of his servants, or
agents to any public office or person in the employ of Authority in any way relating to his office or
Raipur Development Authority,
Raipur, (C.G.)
57
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
employment, or if any such officer or person shall become in any way directly or indirectly
interested in shall contract, the Executive Engineer may there up by notice in writing record the
contract, & the S.D. of the bidder shall be there upon stand forfeited & be absolutely at the disposal
of Authority, & the same consequence shall ensure as if the contract had been rescinded under clause
3 hereof , & in addition the contract shall not be entitled to recovered or be paid for any work
therefore actually performed under the contract.
If the bidder gets item/items of work executed on a task rate basis with or without materials, this
shall not amount to sub-letting of the contract.
Sum payable by way for compensation to be considered as reasonable compensation without
reference to actual loss.
Clause 24-All sums payable by way of compensation under any of these conditions shall be
considered as reasonable compensation to be applied to the use of RDA without reference to the
actual loss or damage sustained, and whether or not any damage shall have been sustained.
Clause 25 - CHANGE IN THE CONSTITUTION OF FIRM:
In the case of tender by partners any change in the constitution of the firm shall be forthwith notified
by the bidder to the Executive Engineer for his information, and bidder shall initiate steps for fresh
& new registration which shall be assessed & decided by the competent authority for fresh
registration.
Clause 26 - WORK TO BE UNDER DIRECTION OF NODAL OFFICER:
All works to be executed under the contract shall be executed under the direction and subject to the
approval in all respect of the Executive Engineer/CE, RDA for the time being who shall be entitled
to direct at what point or points and in what manner they are to commenced and from time to time
carried on.
Clause- 27 ARBITRATION CLAUSE:
Except as otherwise provide in this contract all question & dispute relating to the meaning of the
specifications, designs, drawings & instruction herein before mentioned & as to thing what so ever
in any way arising out of or relating to the contract, designs, specifications, estimates, concerning
the works, or the excusing of failure to executive the sum whether arising during the progress of the
work or after the completion or abandonment thereof shall be referred to the Chief Engineer in
writing for his decision, within a period of 30 days of such occurrence. Thereupon the Chief
Engineer shall give his written instructions & / or decision within a period of 60 days of such
request. This period can be extended by mutual consent of the parties.
Raipur Development Authority,
Raipur, (C.G.)
58
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
Upon receipt of written instruction or decisions, the parties shall promptly without delay to
comply such instruction or decisions. If the Chief Engineer fails to give his instruction or decisions
in writing within the period of 60 days of the parties may within 30 days prefer an appeal to the
Chief Executive Officer who shall afford an opportunity to the parties of being heard to offer
evidence in support of this appeal. The Chief Executive Officer will give his decision within 90
days. If any party is not satisfied with the decision of the Chief Executive Officer, he can refer such
disputes for arbitration by an Arbitration Board to be constituted by the State Government. Which
shall consist of three members of whom one shall be chosen from among the Officers belonging to
the Department not below the rank C.E. one Retired Chief Engineer of any Technical Department, &
one servicing Officer not below the rank C.E. belonging to another technical department.
The following are also terms of this contract namely:
(a) No person other than the aforesaid Arbitration Board constituted by the Government (to
handle cases of all Technical Departments) shall act as Arbitrator & if any reason that is not
possible, the matter shall not be referred to Arbitration at all.
(b) TheStategovernmentmayatanytimeeffectanychangeinthepersonneloftheBoard,&thenew
members or members appointed to the Arbitration Board shall be entitled to proceed with the
reference from the wage at which it was left by his or their predecessors.
(c) The party invoking arbitration shall specify the dispute or dispute to be referred Arbitration
under thiscausetogetherwiththeamountoramountsclaimedinrespectofeachsuchdispute(s).
(d) Where the party invoking arbitration is the bidders no reference for arbitration shall be
mentionable,lessthebidderfurnishesasecuritydepositofasumdeterminedaccordingtothe table
given below & the so deposited shall on the determination of Arbitration proceedings be
adjusted against the cost, if any awarded by the board against the party & the balance
remaining after such adjustment or in the absence of the much cost being awarded, the whole
of him sum shall bere funded tohi within one month from the date of the card.
Amount of claim Rate of Security Deposits For claim belowRs.10,000/-
5% of the amount claimed. For claim of Rs.10,000/-&
3% of the amount claimed.
Above but below Rs.1,00Lac Subject to minimum ofRs.500/-For claims of Rs.
1,00Lac& 2% of the amount claimed.
Above Subject to a minimum of Rs.3,000/-
(e) If the bidder does not make any demand for arbitration in respect of any claim (S) in writing
Raipur Development Authority,
Raipur, (C.G.)
59
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
within 90 days of receiving intimation from the Executive Engineer that the final bill is ready
for payment, the claim of the bidder shall be deemed to have been waived & absolutely
barred & the authority shall be discharged or released of all liabilities under the bidder in
respect to such claims.
(f) The arbitration Board may from time to time, with the consent of the parties extend the time
for making the award.
(g) A reference to the Arbitration Board shall be no ground for not continuing the work on the
part of the bidder& payment as per terms & conditions of the agreement shall be continued
by the Department.
(h) Except where otherwise provided in this contract. The provision of the Arbitration Act, 1940
& the rules made there under for the time being in force, shall apply to the Arbitration under
this clause.
Clause 28 - LUMP SUM IN ESTIMATE:
When the estimate on which a tender is made includes lump sums in respect of part of the works, the
bidder shall be entitled to payment in respect of the items of work involved or the part of the work in
the question at the same rates as are payable under this contract for such items, or if the part of the
work in question is not , in the opinion of the CE, capable of measurement , the CE may at his
discretion pay the lump sum amount entered in the estimates , and the certificate in writing of the
Engineer -in charge shall be final and conclusive against the bidder with regard to any sum or sums
payable to him under the provisions of this clause.
Clause 29 - Action where no specification:
In the case of any class of work for which there is no specification as is mentioned in Rule such
work shall be carried out in accordance with the specification approved by CE, RDA for application
to work.
Clause 30 -Bidder’s Percentage whether Applied to Net or Gross Amounts of Bills:
The percentage of the tender will be deducted from/added to the gross amount of the bills for work
done after deduction of the cost of materials supplied by the department.
Clause 31 - Claim for Quantities Entered in the Tender or Estimate:
Quantities shown in the tender are approximate and no claim shall be entertained for quantities of
work executed being either more or less than those entered in the tender of estimate. This is subject
to the limitations as provided for in clause 13 and 14 above.
Clause 32-Cliams For Compensation For Delay In Starting The Work:
Raipur Development Authority,
Raipur, (C.G.)
60
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
No compensation shall be allowed for any delay caused in the starting of the work on account of
acquisition of land, or in the case of clearance work, on account of any delay in according sanction
to estimates.
Clause 33 - Technical Examination:
The RDA shall have the right to cause Audit and Technical Examination of the works and the final
bills of the bidder including all supporting vouchers, abstracts etc. to be made as per payments of the
final bills and if as a result of such Audit & Technical Examination the sum is found to have been
overpaid in respect of any work done by the bidder under the contract or any work claimed by him
to hays been done under contract and found not to have been executed, the bidder shall be liable to
refund the amount of over payment and it shall be lawful for the RDA to recover the same from the
security deposit of the bidder or from any dues payable to the bidder from the RDA account if it is
found that the bidder was paid lesser than what was due to him under the contract in respect any
work executed by him under it , the amount of such under payment shall be duly paid by the RDA to
the bidder.
In the case of any audit examination and recovery consequent on the same the bidder shall be given
an opportunity to explain his case and decision of the Chief-Engineer shall be final.
In the case of Technical Audit, consequent on which there is a recovery from the bidder, no
recovery, should be made without orders of the CE, RDA whose decision shall be final. AII action
under this clause should be initiated and intimated to the bidder within a period of Twenty four
months form the date of completion of work
Clause 34 - DEATH OF PERMANENT INVALIDITY OF BIDDER:
If the bidder 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 3
of the contract agreement (GCC).
However, if competent authority is satisfied the competence of the surviving, 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.
Clause 35 - PENALTY FOR BREACH OF CONTRACT:
On the breach of any term or condition of this contract by the bidder the said Governor shall be
entitled to forfeit the Security deposit or the balance thereof that may at the time be remaining, and
to realize and retain the same as damages and compensation for the said breach but without prejudice
Raipur Development Authority,
Raipur, (C.G.)
61
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
to the right of the CE to recover further sums as damages from any sums due or which may become
due to the bidder by RDA or otherwise howsoever.
Clause 36 - FORCE MAJEURE:
In the event that either party’s performance is delayed because of several, reasons as sated below
such as inhibited because of any Act of God, fire, casualty, delay or disruption in transportation,
flood, war, strike, lockout, epidemic, destruction or shut-down of facilities, shortage or curtailment,
riot, insurrection, governmental acts or directives, any full or partial failure of any communications
or computer network or any cause beyond such party’s reasonable control, the party’s performance
will be excused and the time for the performance will be extended for the period of delay or inability
to perform resulting from such occurrence. The occurrence of such an event will not constitute
grounds for a declaration of default by either party hereunder.
Clause 36- Termination of Agreement : This Agreement shall be effective on the date hereof and shall continue in full force until
completion of the Services or terminated earlier as per the Clause A, B and C below:
A. RDA shall have right to review the performance of the Bidder and if RDA is not desirous of
continuation of the services of the Bidder on ground of unsatisfactory performance or breach
of any term or condition of the contract it may terminate the agreement by giving a notice of
30 days and by providing reasonable opportunity to be heard. If RDA terminates the
Agreement as a result of a default of the Bidder, the Bidder shall be liable for the extra costs
reasonably incurred by RDA in obtaining completion of that part of the Services which
remained incomplete as at the date of termination.
B. RDA or the Bidder may terminate the agreement by giving the termination notice of three
months in advance.
C. If RDA terminates the agreement, not as a result of any default by the Bidder then RDA shall
compensate the Consultant for the Services performed till the date of notice of termination
but no other claim on any ground shall be allowed. The communication of termination of this
Agreement shall be by means of a written notice only (“Termination Notice”)
Raipur Development Authority,
Raipur, (C.G.)
62
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
NOTICE TO THE BIDDER TO START WORK
Your offer of item rate of contract for the work of
…………………………………………………and for a total value of Rs. …………………… (in
figure)………………… (in words) has been accepted by me for and on behalf of the RAIPUR
DEVELOPMENT AUTHORITY, on ……./……/ 2017. You are hereby ordered to commence the
work. The date reckoned shall be ……/……../2017 …..
Signature
Chief Engineer
RAIPUR DEVELOPMENT AUTHORITY
Raipur (Chhattisgarh)
The above notice to the bidder (s) to commence work from the reckoned…………………….. day
to…………………(month)………………….20……………..(year) was issued vide this office
memorandum No…………………………………dated the20………..
Signature
Signature of Bidder
Chief Engineer
RAIPUR DEVELOPMENT
AUTHORITY
Raipur (Chhattisgarh)
Raipur Development Authority,
Raipur, (C.G.)
63
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
5.0 Technical Specifications
The Raipur Development Authority invites proposals for Supply and Installation of CCTV from reputed
and experience Companies/ firms/agencies having similar experience.
The Bid Document is to be submitted in sealed covers and addressed to the Raipur Development
Authority Raipur (C.G.), Bhakt Mata Karma Parisar, New Rajendra Nagar ,Raipur before 1400 hrs on
…………….and to be dropped in the designated tender box placed at the Executive Engineer ,Raipur
Development Authority (RDA).
“Supply, Installation, Testing & Commissioning of CCTV Camera at Dr. Shyamaprasad Mukherji Awas
Yojana Boriyakhurd Road Camp ‘A&B’ for Raipur Development Authority, [C.G]”
Background Raipur Development Authority RDA (C.G) in it endeavors to keep surveillance in its “ Shyam
Prasad Mukherji Awas Yojna two major camp A & B invites proposal covering the following aspects:
a. Supply, Installation, Testing & Commissioning of CCTV cameras and its accessories Shyama Prasad
Mukherji Awas Yojna Boriya Road Camp “A & B in such a manner that the required area gets covered
24x7.
b. One year Warranty with Free Maintenance for One years of CCTV camera and its accessories.
1.1 Introduction
1.1.1 The Authority invites proposals from interested firms /agencies / Companies for the Supply,
Installation, Testing & commissioning of CCTV Camera at “ Shyama Prasad Mukherji Awas Yojna Boriya
Road Camp “A & B as per the specifications mentioned herein.
1.1.2 The Authority intends to select the firms /agencies / Companies for the Supply and Installation of
CCTV Camera at “ Shyama Prasad Mukherji Awas Yojna Boriya Road Camp “A & B through a
transparent competitive bidding process in accordance with the procedure set out herein
1.1.3 Validity of Proposal
The Proposal shall be valid for a period of not less than 120 days from the Proposal Due Date. RDA
reserves the right to reject any bid which does not meet the requirement.
1.2 Clarifications
1.2.1 Any Bidder requiring any clarification may notify the RDA in writing. Bidders should send in their
written queries latest by the Last Date for Receiving Queries as given in the Schedule of Bidding Process.
RDA will respond to any request for clarification as per the calendar of the event prior to the deadline for
submission of Bids.
1.2.2 To facilitate evaluation of Proposal, RDA may, at its sole discretion, seek clarifications in writing
from any Bidder regarding its Proposal. Notwithstanding anything contained in the Bid Document, RDA
reserves the right not to take into consideration any such clarifications sought by it for evaluation of the
Proposal and also reserves the right not to respond to any correspondence received from the Bidder after the
Proposal Due Date.
1.3 Amendment of RFP
Raipur Development Authority,
Raipur, (C.G.)
64
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
1.3.1 RDA may modify the Bid Document by issuing an addendum/ corrigendum before Proposal Due
Date. Any addendum/ corrigendum thus issued shall be part of this Bid Document and shall only be hosted
on the official website of the RDA or will communicate in respective E- Mail id of the Bidders.
1.3.2 To give Bidders reasonable time in which to take addendum/ corrigendum into account in preparing
their bids, RDA may, at its sole discretion, extend the Proposal Due Date and such extended date shall be
notified by hosting on the official website or will communicate in respective E- Mail id of the Bidders.
1.4 Extension of Proposal Validity period
1.4.1 In exceptional circumstances, prior to expiry of the original Proposal Validity Period, RDA/ may
request the Bidders to extend the period of validity for a specified additional period.
1.4.2 The request and the Bidders‟ responses shall be made in writing. RDA reserves the right to reject the
Proposal submitted by any Bidder who fails to extend the period of validity of its Proposal in line with the
provisions of this clause.
1.5 Bidders’ Responsibilities
1.5.1 Each Bidder is expected to examine carefully the contents of all the documents provided and
consisting of this Bid Document. Failure to comply with the requirements of this Bid document will be at
the Bidders own risk.
1.5.2 It would be deemed that prior to the submission of the Proposal, the Bidder has:
1.5.3 Made a complete and careful examination of requirements and other information set forth in this Bid
document;
1.5.4 Received all such relevant information as it has requested from RDA; and
1.5.5 Made a complete and careful examination of the various aspects of the Project. RDA shall not be
liable for any inadvertent mistake or error or neglect by the Bidder in respect of the above.
1.5.6 Each Bidder shall submit only 1 (one) bid in response to this RFP. Submission of more than 1 (one)
bid by any Bidder shall be sufficient ground for disqualification of the Bidder.
1.5.7 No interpretation, revision, or other communication from RDA regarding this solicitation is valid
unless in writing and signed by the competent authority from RDA.RDA reserves the right to reject any Bid
which is not sealed and marked as instructed above and RDA will assume no responsibility for the
misplacement or premature opening of the Bid which is not sealed and marked as instructed above. RDA
reserves the right not to follow up this RFP and terminate the entire selection process without any
obligation or liability to any of the Bidders, of any kind whatsoever.
1.5.8The Bidder shall be responsible for all costs associated with the preparation of its Proposal and its
participation in the Bidding Process. RDA will not be responsible nor in any way liable for such costs,
regardless of the conduct or outcome of the Bidding Process.
1.5.9 Late Proposals Any Proposal received after the time and date of the Proposal Due Date shall not be
accepted and summarily rejected.
1.6 Modifications / Substitution / Withdrawal of Proposals A Bidder submitting its Bid prior to the Proposal
Due Date may modify, substitute, or withdraw its Bid after submission, provided that written notice of the
Raipur Development Authority,
Raipur, (C.G.)
65
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
modification, substitution, or withdrawal is received by RDA before the Proposal Due Date. It is hereby
clarified that no Proposal shall be modified, substituted or withdrawn by the Bidder after the Proposal Due
Date.
1.7 Non-Discriminatory and Transparent Bidding Proceedings RDA shall ensure that the rules for the
bidding proceedings for the Project are applied in a non-discriminatory, transparent and objective manner.
RDA shall not provide to any Bidder information with regard to the Project or the bidding proceedings,
which may have the effect of restricting competition.
1.8 Confidentiality Information relating to the examination, clarification, evaluation, and recommendation
for the Bidders shall not be disclosed to any person not officially concerned with the process. RDA will
treat all information submitted as part of
Proposal in confidence and would require all those who have access to such material to treat the same in
confidence. GMC will not divulge any such information unless it is ordered to do so by any authority that
has the power under law to require its disclosure which is required for the purposes of evaluation of the
Proposals submitted by the Bidders.
1.9 Notification The Selected Bidder would be declared and notified in writing by RDA. Letter of Intent
(LOI) to the Selected Bidder shall be issued.
1.10 RDA’s Right to accept or reject Proposal
1.10.1 RDA reserves the right to accept or reject any or all of the bids without assigning any reason and to
take any measure as it may deem fit, including annulment of the Bidding Process, at any time prior to Issue
of LOI, without liability or any obligation for such acceptance, rejection or annulment.
1.10.2 RDA reserves the right to invite fresh bids by issuing a fresh notice at any stage without liability or
any obligation for such invitation and without assigning any reason
1.10.3 RDA reserves the right to reject any Bid if:
1.10.4 At any time, a material misrepresentation is made or uncovered for a Bidder or any of its members;
or
1.10.4 The Bidder does not respond promptly and thoroughly to requests for supplementary information
required for the evaluation of the bid; or
1.10.5 The Bid is not accompanied by documents and annexure required to be submitted in accordance with
this Bid document; or
1.10.6 Failure to comply with the requirements of the Bid document; or
1.10.7 Any Bid that is received after the Proposal Due Date; or
1.10.8 Any bid that is not accompanied by the Bid Processing Fee and/or Earnest Money.
1.10.9 The above would lead to disqualification of the Bidder. If such disqualification/ rejection occurs
after the Financial Proposals have been opened and the Selected Bidder gets disqualified/rejected, RDA
reserves the right to take any such measure as may be deemed fit in the sole discretion of RDA including
annulment of the bidding process, inviting other Bidder(s) for negotiation, inviting all qualified Bidders for
Raipur Development Authority,
Raipur, (C.G.)
66
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
negotiations. Notwithstanding the above, RDA may debar / blacklist any of the Bidder(s) for their
misleading or false representations in the forms, statements etc. for the period to be decided by RDA.
1.10.10 In case, the Selected Bidder fails to execute the Agreement within Seven (7) days of issue of LOI,
RDA reserves the right to invite the second eligible Bidder (L2) for discussions/negotiations or may also
decide to annul the Bidding Process or may invite fresh bids for the work.
1.10.11 The Bid Security of unsuccessful Bidders will be returned as promptly as possible after the
declaration of the selected bidder.
1.10.12 Notwithstanding anything contained in the Bid document, if there is only one Bidder complying
with the conditions of the Technical Bid evaluation and is declared “Qualified” after completion of such
evaluation, RDA may at its own discretion relax the norms of evaluation and pre-qualify the next best
bidders.
2. Scope of Work:
The bidder shall install CCTV cameras and its accessories as per specification given herein and maintain it
to the satisfaction of RDA. The bidder should be in the position to reproduce data for the past 15 days as
and when asked by the Authority.
2.1 The specification and quantity of the CCTV camera, accessories and software can be referred to
Annexure
2.2 Total of 12 cameras shall be installed at above propose site /premises set out herein. CAMP A = 06 no
CCTV and camera CAMP B =06 no CCTV camera shall be installed.
2.3 Exact location in the site/ premises for installation of CCTV cameras shall be intimated once work is
allotted.
2.4 Cameras, LED TV and all accessories shall be of ISO firms & the offered products must be CE
certified.
2.5 The bidder shall ensure one year warranty and one year free maintenance of CCTV cameras and its
accessories.
2.6 Installation includes not only installation of camera but also installation of monitors purchased from the
vendor and also the installation of viewer software.
2.7 The contractor has to abide by all fire and safety rules as per local laws. The Contractor shall strictly
follow the existing work permits and fire permit systems.
2.8 Contractor is to submit a time schedule before commencement of the job.
2.9 The contractor shall provide adequate supervision for the work, which shall not be less than competent
technical person. They must be well conversant with the work and safety requirements.
2.10 List of skilled technicians, helpers, supervisors and documentary evidence of their qualification,
experience, valid certificate etc. to be submitted to Engineer-In-Charge before 3 days of starting of work.
2.11 The contractor shall deploy adequate resources, tools and tackles etc. so as to suit the smooth
functioning of works and shall submit the list of the equipments he proposes to deploy with standardization.
Raipur Development Authority,
Raipur, (C.G.)
67
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
2.12. RDA will not make any extra payment for mobilization & demobilization of resources necessary for
the job.
2.13 Contractor is to bear the cost of to & fro travelling, local conveyance, lodging & boarding by their
engineers, professionals and experts necessary for the job.
2.14 The work to be completed within one 30 days from the date of signing of contract as directed by
RDA.
2.15 The Authority shall not be responsible for untoward incidence, if occurred due to structural fault. The
bidder would be responsible for any civil/criminal proceedings arising out of such incidence and for
damage caused to life and property thereof.
2.16 The bidder shall carry out the installation in a safe and responsible manner without any inconvenience
or danger to the public.
2.17 Bidder’s Responsibility Before Proposal Submission
2.18 The Bidder shall be responsible for all of the costs associated with the preparation of the Proposal and
their participation in the selection process. RDA will not be responsible or in any way liable for such costs,
regardless of the conduct or outcome of the selection process.
2.19 The Bidder shall ensure that the bid is complete in all respects and conforms to all requirements
indicated in the RFP document.
2.20 The Bidder shall obtain for themselves, at their own responsibility, all the information and data that
may be necessary for submission of bid. The details provided in this RFP document, is intended to guide
the bidders in preparing their proposal only. RDA shall not stand guarantee for and shall not be held
responsible for the veracity of the data related to cost and revenue, which have been made available in this
document.
2.21 All the costs associated while preparation of bid, and undertaking any further studies and
investigations shall be at the Bidder’s own expense.
2.22 Familiarity with Clearances: The Bidder should be familiar with the clearances required from various
authorities to commence work. A Bidder shall be deemed to have carried out preliminary checks with
relevant authorities.
3. Specifications of the CCTV
a) The solution must also give an option to view small group of cameras, important to individual
sections, to individually view it without disturbing the main recording or set up.
b) The recording or live view of the cameras should be available to authorize personal only.
c) Future possibility of coverage/adding additional locations/cameras, if required.
d) All the cameras and equipment’s meant for outdoor installation shall be suitable to work from 0°C
to 50°C with relative humidity up to 95% non-condensing.
e) All camera recording shall have camera IDs & location of recording as well as date/time stamps
and recording of real- time mode.
f) In order to optimize memory while recording, video shall be control room work station or on a
monitor using a hardware decoder. compressed using MPEG4 or better standard over the IP
network. Once on the network, video can be viewed.
Raipur Development Authority,
Raipur, (C.G.)
68
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
4. LIST OF APPROVED MANUFACTURERS/MAKES
Sr.
No.
Item name Company
1. HD DVR(Digital Video Recorder)
Support HDCVI/Analog/IP Video input
All channel 1080N/720P recording
H.264 dual-stream Video Compression
HDMI / VGA Simultaneous Video Output
Support 1 SATA HDD up to 6TB, 2 USB2.0
Hikvision / TRUE VIEW /
PANASONIC
2. CCTV (Closed Circuit Television) HD Camera
1/2.9" 2 MP HQIS Pro Image Sensor
Day/Night(ICR), AWB, AGC, BLC, 2D-DNR
IR Range of 30 Mtrs.
6mm fixed lens IR Range of 30 Mtrs.
High speed, long distance real-time transmission, IP66
Hikvision / TRUE VIEW /
PANASONIC
3. Cable Finolex CCTV Wire RG59 Pure Copper Long
Distance Supported Cable per with 3 core power cable
FINOLEX
4. 10 Amp Power Supply SMPS
Input voltage: 180~264VAC
Output voltage: 12V DC
Current Range: 0~10A
Ripple & Noise (max.): 100mVp-p
Rated Power: 120W
Voltage Adj. Range: 11.4~13.2V
Voltage Tolerance: ±2.0%
Line Regulation: ±1.0%
ZEBRONIC
5. BNC CONNECTOR FOR CCTV
6. 4TB Internal Harddrive - Surveillance
3.5-inch, low profile 7200RPM HDD†
Up to 4TB* of data storage capacity
Rotational vibration (RV) sensor†
Serial ATA 6.0 Gb/sec
64MB Cache buffer
TOSHIBA
7. 6U Wall Mount Network Rack
Front Door with Toughened Glass quality.
Adjustable Mounting rails - Front and Back
1 Fan Mounting provision
Top and bottom cable entry provides Optimal flexibility for
cable management
Easy wall mount provision
Frame structure with max loading capacity up to 60kg
Compatible with 19” International standards
8. Electricity Board with 6 Socket
9. HDMI Cable For CCTV Display HIFOCUS
10. Kajuclips, Screw, Taps and fitting Materials
Raipur Development Authority,
Raipur, (C.G.)
69
Volume I: Instruction to Bidders, Scope of Work & Technical Specifications
11. 24 inch LED TV with 768p
3W + 3W Audio Output
1 HDMI, 1 USB
Dolby Digital Plus/Dolby AAC, HyperReal Engine
LG / SAMSUNG / SONY
12. CCTV Bullet Camera
Out Door Housing
APC UPS
13. UPS 1 KVA Battery Backup
Output Power Capacity 600 Watts / 1000 VA
Max Configurable Power 600 Watts / 1000 VA
Nominal Output Voltage 230V
Efficiency at Full Load 84.0%
Output Connections (2) India 3-pin 6A(Surge Protection)
(4) India 3-pin 6A (Battery Backup)
Max Backup 5 Hours
Note : Materials from approved make shall be acceptable and no other make is permitted.
*u;+*+rilt *'+
'ro,: .**-1? '+o;,:ll
ffi
ffi
ffi*r* .
{.): !+. iriI t',:i 4
i:
,,ltii
t;;:
,i
til""ru : . i
|..':i ,u,;.*...*'e'. *k -l#.$t i&le
t#.,*.i:,fur,:'#J1{3 e
':it:l:i,lrr,
cs$rye ^er;
1r.-ri ,:ii"'il;.?.+5ffiiti#.itiff
#,=ilfiI irt;-rai::::j,+l
*1P. qI
trr&'Jff
tE'
#I
f
r
x:li.a#4
$,:=l+iil{ill:
irf::.!u::::4r-l:=iri
ui.*t-€#!:. &ia [,:L]€
{ili'ru:...I
rl::::
,,riiilii::'rirr:
:t:. : rjl: r:rL .tj: ,
.l-1;;;-11,fftrj.:i#
ffiF![
ilJ
ir:::ft :: .:LLLrl:::li i:::l*
,,,. ,,,,
.#r,Ti.,^.W,"!
1, ;,ffi,:#?tri i,f;,,:)#:%?:#,r! ,:|#
,u , ,.j- ,,.;"; :ii:."ruk""..
;
' i'f, .,,:' *' ,:',,
i..1. i 4*'t-*-r'e)t :*",: i :;j',?,,,?,r::,
s ;! i. 's -1 .' t't\l''*;''a
',", i' *.i'i'u]u,1,*'*'.7* -; ,'t""- 'tLli* "a,x. #1.*1
', ,, ,n r*q*,,r :,:,::::;"W;W,',::{:,% 1
V4;,1$t:r'l r :rl- :. I
tt!t). :!!.1 =:
itE +*..i{:r;.fW,,,,:.| :,1!i
" r|. 115: Ii^i i..-..*: '.*,t[itl!,i ,titL-fE
t':.4.":,,:.,)l
i.wi:'t!)i!-,:*{Ai14."l?!lk$!
+i:,,r;,*fid*#,,::ll j
:.;1,
:.,'kl
$it' :'.)a|1?'1/;?,*ft;-a
Wffi ffi;#'*;,,,
,,,,,r:!!
l(.1:
,.lr
w;tf;':" ot
w$