Municipal Administration and Water Supply Department Maraimalai Nagar Municipality Contract No. /2020 Notice Inviting

Download as docx, pdf, or txt
Download as docx, pdf, or txt
You are on page 1of 74
At a glance
Powered by AI
The tender notice provides information about operation and maintenance of street lights in Maraimalai Nagar Municipality. It calls for bids and provides instructions to bidders, agreement terms, technical specifications, and payment rates.

The tender is for a one year contract for operation and maintenance of street lights including routine breakdown maintenance and preventive maintenance works in Maraimalai Nagar Municipality.

Bidders who have executed similar works of the same or higher magnitude are eligible to bid. Contractors registered with other government departments can also bid if they have done similar work of equal or greater scale.

MUNICIPAL ADMINISTRATION AND WATER SUPPLY DEPARTMENT

MARAIMALAI NAGAR MUNICIPALITY

CONTRACT NO. /2020 NOTICE INVITING

TENDER, LETTER OF TENDER, AGREEMENT,

SPECIFICATIONS AND PRICE SCHEDULE FOR THREE YEARS.

NAME OF WORK: OPERATION AND MAINTENANCE OF STREET LIGHTS INCLUDING


ROUTINE BREAKDOWN MAINTENANCE AND
PREVENTIVE
MAINTENANCE WORKS IN MARAIMALAI NAGAR MUNICIPALITY

NOTE:

1. No cheque will be accepted towards Earnest money deposit, Tender not


accompanied by the earnest money deposit in accordance with the item No.8 of the
Check list for the guidance for the contractor will be summarily rejected.

2. Tenders with conditions are liable for rejection.

3. All entries should be made legibly in ink. Writing the rates and amounts first in pencil
and later overwriting in ink should be avoided as also overwriting the corrections.

4. Corrections if any should be made neatly by scoring out the unwanted matter and
rewriting legibly. The full signature of the bidder should attest every such correction.

Price : Free of cost

Tender date on : .2020

Last date for issue : .2020

Bidder’s Signature
CONTENTS

SECTION – I

Part – I NOTICE INVITING TENDER 3

INSTRUCTIONS TO BIDDERS 5

Part – II CHECK LIST FOR GUIDANCE 8

SPECIAL INSTRUCTIONS TO BIDDERS FOR E-BID SUBMISSION 11

Part – III LETTER OF TENDER 14

Part – IV AGREEMENT 16

SECTION – II (Technical Bid) 18-26

SECTION – III (Conditions of Contract) 27-52

SECTION – IV (Special Conditions of Contract) 53-62

SECTION – V (Additional Conditions of Contract) 63-65

SECTION – VI (Formats) 66-67

SECTION – VII (Bill of Quantities) 68-71


SECTION – I
PART – I

MARAIMALAI NAGAR MUNICIPALITY


NOTICE INVITING TENDER

For and on behalf of Maraimalai Nagar Municipal Council, E tenders in the prescribed
forms are invited by The Commissioner, Maraimalai Nagar Municipality for the following work
from the eligible contractors. The tenders will be received by The Commissioner at his office,
Chengalpattu District - Maraimalai Nagar Municipality up to 03.00 P.M. as per server clock
of portal www.tntenders.gov.in for e-submission on the date noted. If the said date
happens to be a holiday, the tenders will be received up to 03.00 P.M. on the next working
day. The tenders will be opened at 4.00 P.M. on the same day.

Bidder’s Signature
Approxim Tender
Sl. Name of work and Contract Due ate value E.M.D schedule Contract
No. No. date of tender in Rs. available period
Rs/Lakh From – To
1 Operation and Maintenance of
street lights including routine
breakdown maintenance and
1% of
preventive maintenance
144.50 Estimate 1 year
works in Maraimalai Nagar Cost
Municipality.

Bidders who have executed similar works of the same or higher magnitude are
eligible to tender for this work. Contractors registered in other Departments and
undertakings of the State or Central Government who has executed similar works of the
same or higher magnitude is also eligible to tender for this work. However the successful
bidder will have to get himself registered in the appropriate class in this Maraimalai Nagar
Municipality.

1. The bidder should necessarily satisfy the Bid Qualification specified in the Tender
document to qualify for the award of the contract.

2. Technical bid evaluation will be done only for those bidders qualifying the Bid Quality
Requirements and Financial Bid will be opened only for those bidders who qualify both
Technical Bid Criteria and Bid Quality Requirements.

3. The bidding documents will be available from - -2020. The bidding document may
be downloaded from the website https://tntenders.gov.in the website permits
downloading of the tender documents free of cost. The intending bidder shall log in,
into the website https://tntenders.gov.in and download tender documents upto
15.00 hours on - 2020 by using their digital signature certificate. Only e-submission
will be accepted. However, the bidders who have downloaded the tender schedules
shall be solely responsible for checking the websites for any Addendum / Amendment
issued subsequently to the tender schedules and takes into consideration the same
while preparing and submitting the tender. The eligibility criteria and other terms and
conditions as per the bid documents will be followed strictly.

4. The instructions to the bidders for online e-submission are detailed in the above
mentioned websites.

5. The Bidders may download the documents which is digitally signed from this website
https://tntenders.gov.in and the Bidders will digitally sign the Bid documents using
eTokens for e-submission through the website https://tntenders.gov.in
3

Bidder’s Signature
6. A two cover bidding procedure will be followed on the lines of e-tendering at 16.00
hours on - -2020. The first cover contains technical bid only and the second cover
will consist of financial bid only.

7. A Pre-bid meeting the above tender will be held on - -2020 at 11.00 hours in
the Office, Maraimalai Nagar Municipality, at the address mentioned below.

Any clarifications regarding e-tendering the bidders can contact the following address.

The Commissioner,
MARAIMALAI NAGAR Municipality
No.2, Maraimalai Adigalar Salai,
Maraimalai Nagar, Chengalpattu Dis. – 603209.

Telephone : Commissioner Office 044-27452297

Fax : Commissioner Office Nil

E-mail : [email protected]

Commissioner
Maraimalai Nagar Municipality

INSTRUCTIONS TO BIDDERS

1. No alteration whatever may be made in the text of the tender form, any remarks or
explanations should be set out in a covering letter. The form of agreement is bound
up with other documents, so that the bidders may know what their liabilities and
duties are and the entire tender form should be submitted to the Maraimalai Nagar
Municipality when submitting the tender.
2. Bidders must comply with instructions contained in the notice inviting tender. They
must also agree to comply with all the conditions and specifications of the contract.
Otherwise their tenders are liable for rejection.
3. The rates quoted should be firm and no variation in rates or prices are admissible.

Bidder’s Signature
4. The rates should be quoted in Indian Rupees and payment will also be made only in
India Rupees.
5. The bidder shall be solely responsible for the payment of the Central or State govt.
Taxes and levies etc. and the rates for the various items of work shall remain
unaltered by any change that may be made from time to time in the rate at which
such taxes and levies are payable.
6. The rates should be quoted both in words as well as in the figures and these should
be noted legibly and clearly without any ambiguity. If there is ambiguity between
words and figures, the lowest among words and figures will be taken into account. If
there is a discrepancy between the amount quoted for an item and the line item total
resulting from multiplying the unit rate by the quantity, the unit rate as quoted will
govern. The Tenders will be bound by the rates quoted for the various item
irrespective of any error that may be noticed in the figure under the amount column
on account any wrong calculations. In such cases necessary correction will be made
in the Board offices on the basis of the rates quoted while tabulating the rates
quoted by the bidders.
7. A certificate of income-tax clearance from the Income Tax authorities as required in
Govt. Order No.1867, Finance Budget General, dated 16.8.1949 in the form
appended therein will have to be furnished by the successful bidder within 14 days
from the date of receipt of communication of the acceptance of his tender and or at
the time of execution of agreement whichever is earlier.
8. The Bidders while submitting their Tenders should furnish their Sales Tax registration
certificate number, PAN Number and GST Number in a separate letter along with the
tender. They must also produce the sale tax clearance certificate from the
commercial tax Department of this State before execution of the agreement.
9. The Tenders shall be valid for acceptance for a period of 90 days after the due date
for submission of tenders.
10. The attention of the bidder is drawn to the following declaration, which forms part of
the letter of tender to be signed by the bidder.

"I / we agree that I / we will not Withdraw the tender during the period that will be
required for intimation of acceptance or non-acceptance during such extended period
as agreed to by me / us, such period to date from the last date by which Tenders
are due to be submitted to the Board and if I / we do so withdraw, I / we shall
forfeit the E.M.D to the Municipality.

Failure to sign the letter of tender will result in the rejection of the tender.
11. Bids determined to be substantially responsive will be checked by the Employer for
any arithmetic errors. Errors will be corrected by the Employer as follows:

(a) Where there is a discrepancy between the rates in figures and in words, lower of
the two will govern; and

(b) Where there is a discrepancy between the unit rate and the line item total
resulting from multiplying the unit rate by the quantity, the unit rate as quoted
will govern.
5

Bidder’s Signature
12. The amount stated in the Bid will be adjusted by the Employer in accordance with
the above procedure for the correction of errors and shall be considered as binding
upon the Bidder. If the Bidder does not accept the corrected amount, the Bid will be
rejected, and the Bid security shall be forfeited in accordance with Sl.No.18.

13. The Municipal Council reserves to itself the right to reject all or any of the Tender or
to accept any tender or part thereof without assigning any reason for so doing.

14. The acceptance of the tender by the Municipal Council shall be deemed to result in
and constitute a valid and concluded contract binding on the bidder notwithstanding
the non-execution of the contract agreement.

15. The Municipal Council will not adjust amounts towards E.M.D., S.D. either from
pending bills of the bidder or from the deposits held by the Municipality for other
works.

16. The contractor shall furnish a list of technical staff and skilled personnel proposed to
be employed by him with their name, education qualification and experience in years
furnished in execution wing. The contractor shall change anybody from this list with
person of equal or higher qualification and experience after obtaining specific
approval of the Engineer.

17. The E.M.D. of the unsuccessful bidder will be returned to them as soon as possible
after the final disposal of Tenders.

18. The successful bidder shall pay all stamp charges on the contract.

19. The Bid Security may be forfeited

(a) if the Bidder withdraws the Bid after Bid opening during the period of Bid
validity;

(b) If the Bidder does not accept the correction of the Bid price, pursuant to
SI.No.10
& 11 of Instruction to bidders; or

(c) In the case of a successful Bidder, if the Bidder fails within the specified, time
limit to
(i) Sign the Agreement; or
(ii) Furnish the required Performance Security
20. It must be clearly understood that the prices quoted in the tender are to include
everything required to be done by the conditions of contract and specifications or by
any drawings therein referred to and also all such works as are necessary for therein
referred to and also all such works as are necessary for the proper completion of the

Bidder’s Signature
contract though special mention thereof may have been omitted in the specification
or drawings.

21. If the Municipal Council considers that any tender is unworkably low or very
exorbitant indicating that bidder has not understood the implications in the contract
or is attempting either to frustrate the object of the Municipality or exploit the
Municipality, it can debar such bidder permanently or for such period as it may deem
fit from entering into any contract with the Municipality.

22. Bidder is referred to the description of work given in the accompanying


specifications, which is to be read as part of the schedules. The rates and prices
entered in the schedules are to cover all the works and details described in the
specification or shown in the drawings and it is to be distinctly understood that no
claim will be entertained which is based on that circumstances that works may be
described in the specifications to which apparently no corresponding item is given in
the schedules.

23. Should the contractor fail to undertake to commence the work within 7 days from the
date of handing over the site by the Municipality, the security deposit will be forfeited
and the contract is liable to be cancelled or terminated and tile Municipality may
thereupon at such terms as it may think fit, arrange through any other person or
persons to undertake or perform, provide, execute and do all works, materials or
matters and things described in the tender schedule at the risk and cost of the
contractor.

24. Whenever detailed specifications for various items of work included in this contract
are not found in the tender TNDSS which is now revised and called as Tamil Nadu
Building practice (TNBP) or the relevant Indian standard specifications or code of
practice or the instructions and requirements of the Engineering shall apply in that
order.

25. Bidders should give full postal address of their office in their tender. The delivery at
the above named place or posting in a post box regularly maintained by the postal
department or sending by letter registered for acknowledgement of any notice, letter
or other communication to the bidder or contractor shall be deemed sufficient service
thereof upon the bidder or contractor in writing. The address may be changed at any
time by an instrument executed by the bidder or contractor and delivered to the
Municipal Engineer of the Municipality.

Nothing contained in the agreement and its contract conditions shall be deemed to preclude
or render inoperative the service of any notice, letter or communication upon the contractor
personally.

SECTION-I (PART-II)
7

Bidder’s Signature
CHECK LIST FOR THE GUIDANCE OF THE CONTRACTOR

I The Tender schedule for the above work consists of 71 pages as detailed below:
(i) Notice Inviting Tender Page 3 & 4
(ii) Instructions to Bidders Page 5 to 7
(iii) Checklist for the guidance of the Contractors Page 8 & 10
(iv) Special instructions to bidders for e-bid submission Page 11 to 13
(v) Letter of Tender 2 pages Page 14 & 15
(vi) Agreement Page 16 & 17
(vii) General stipulations and conditions Page 18 to 67
(viii) Bill of Quantities Page 68 to 71
II 1 Bidders are requested to digitally sign all pages in the tender schedule and must
sign letter of tender. Tenders which do not have the Signature of the Bidder in
letter of tender will be summarily rejected.

2 Technical specification of the equipment offered by the Bidders and any other
information related to the bid may be enclosed along with Tender Schedule after
duly Signing in all the pages.

3 Bidders are requested to verify the number of pages in the tender schedule,
number of items in the work schedule. Any clarification and further information
required may be obtained from the Office of the Commissioner, Maraimalai Nagar
Municipality on any working day.

4 The present tender document contains work schedule only. The bidders are
requested to quote the rate for each item of work both in words and figures and
fill up the amount column. If there is any discrepancy between works and figures,
the lower among the words and figures will be taken into account. If there is a
discrepancy between the amount quoted for an item and the line item total
resulting from multiplying the unit rate by the quantity, the unit rate as quoted will
govern.

Bidder’s Signature
6 Eligibility :
Bidders who have executed similar works of the same or higher
magnitude are eligible to tender for this work. Contractors registered in other
Departments and undertakings of the State or Central Government who has
executed similar works of the same or higher magnitude is also eligible to tender
for this work. However the successful Bidder will have to get himself registered in
the appropriate class in this Municipality. As this is purely a maintenance work,
memorandum of understanding and Joint Venture will not be accepted.
The Experience in Operation & Maintenance of Street lights shall have 3 years in
local bodies, Govt, Semi Government Departments or Public Sector Undertaking in
any of the past three consecutive Years continuously. The experience shall be
validated by Performance Certificate failing which that experience may not be
taken into consideration. In case the experience is in Local bodies, the
Performance Certificate should be given by an official in that Local body who is at
least in the rank of Executive Engineer.
Manufacturer / whole sale dealer / Distributor of street light materials / Street
light materials of National repute, whole sale dealer / distributor of such
manufacturer and having ISI/ISO certificate / Nationally or Internationally
certified service providers in O&M of street lights, public lighting systems in the
Country.
Bidder should have minimum annual turnover of Rs. 144.50 Lakhs in any one of
the last 5 financial years Initially one year and May be Extended for another Two
Years (2nd & 3rd year) if performance of the contractor is found satisfactory s initial
term,During any extension period,the annual price escalation charge will be 5%
per year(ie)2 months period immediately before the extension.In such case of
extension the additional security deposit as applicable,shall be paid by contractor
(or) it shall be recoverable for contractor’s bill Due .
7 The contract period is for 1 year. However the performance of the contractor will
be reviewed at the end of the year and based on performance, the contract period
will be extended for another two years. If the performance is found to be
unsatisfactory during this period or in between, the contract will be terminated
immediately.

8 EMD in the form of Demand Draft or Banker’s Cheque or Pay Order drawn from
Nationalized / Scheduled Bank / TNSC Bank in favour of The Commissioner,
Maraimalai Nagar Municipality, should be enclosed in a separate cover super
scribed “EMD for Contract No. /2020”. Tenders not accompanied by
a separate cover containing EMD in the specified form will not be opened.

9 SECURITY DEPOSIT
Security deposit will be collected from the successful Bidder in the following form
and manner within 14 days from the date of receipt of work order :
Form in which S.D. collected.
a) Certified Cheque / Bank Draft in favour of Commissioner, Maraimalai Nagar
9

Bidder’s Signature
Municipality payable at Maraimalai Nagar.
b) Manner in which S.D. collected
i) for tenders with any plus percentage and upto (-)5% over departmental value – No
additional S.D
ii) For tenders between (-)5% to (-)15% over departmental value – 10% of
difference between Contract value.

ii) For tenders between (-)15% to (-)30% over departmental value – 50% of
difference between departmental and tender value.

10 All duties, taxes and other levies payable by the contractor under the contract or
for any other cause shall be included in the rates, prices and total quoted rates
submitted by the bidder.

11 Tender Validity
Tenders shall remain valid for a period of not less than Ninety days (90 days) after
the due date for submission of bids. A tender valid for a shorter period shall be
rejected by the Employer as non-responsive.

12 No cheque will be accepted towards Earnest Money Deposit. Tender not


accompanied with the Earnest Money Deposit in accordance with the tender
conditions will be summarily rejected.

13 Tenders with conditions are liable for rejection.


14 All entries should be made legibly in ink. Writing the rates and amounts first in
pencil and later over writing in ink should be avoided and also over writing the
corrections.

15 Correction if any should be made by neatly score out the unwanted matter and
rewriting legibly. Every such correction should be attested by the full signature of
the bidder.

10

Bidder’s Signature
SPECIAL INSTRUCTIONS TO BIDDERS FOR E-BID SUBMISSION

The above tender notice is also available on the web site


www.tntenders.gov.in.This site permits downloading of the tender documents at free of
cost. The intending bidders may visit this site and download the tender document at free of
cost and use it for tender submission.

The bidder is also permitted to upload the tender on the web site using the
e-token.

The following list of items is to be uploaded by the bidder (or) bidder within the date
& time of submission of bids.

1. Earnest Money Deposit


The E.M.D should be in the form of Demand Draft from any nationalized bank or
scheduled banks payable at Maraimalai Nagar in favour of The Commissioner,
Maraimalai Nagar Municipality or cash. By remitting the E.M.D by cash should be
through Cash Counter, Maraimalai Nagar Municipality. In the case of D.D should be
scanned and enclosed with bid document and original should be received before on
the date and time of scrutiny. But if the D.D is received after the prescribed date
and time, it has to be rejected.

2. Letter of Tender:
Should be signed & the scanned copy of the Letter of Tender, along with the
relevant documents in PDF format as one file.

The originals for the above (Item No. 1&2) should be posted/couriered/given in
person to the Tender Inviting Authority, within the bid submission date & time for
the tender.

3. Schedule of Works / Bill of Quantities:


The Bidder has to fill only the rates in figures in the columns provided in Bill of
Quantities in excel form and uploaded as boq.xls file. The same file may also be
converted into pdf and uploaded.

11

Bidder’s Signature
All documents should be digitally signed using bidder's digital signature
certificate prior to uploading through the Govt. Tenders portal

The Digital Signature Certificate/ e-token may be obtained from one of the
authorized Digital Certifying Authorities such as SIFY & encode, at the risk
and cost of the bidder.

During e-submission of tenders, the following special cares are to be taken:

1) Bidder should do the registration in the tender site using the option available. Then
the Digital Signature registration has to be done with the e-token, after logging into
the site.
2) Bidder then login to the site thro' the secured log in by giving the password of the
etoken & then the user id/ password chosen during registration.
3) The e-token that is registered should be used by the bidder and should not be
misused by others.
4) After getting the tender schedules, the Bidder should go through' them" carefully and
then submit the documents as asked, otherwise, the bid will be rejected.
5) If there are any clarifications, this may be obtained online thro' the tender site, or
thro' the contact details. Bidder should take into account of the corrigendum
published before submitting the bids online.
6) Bidder, in advance, should get ready the bid documents to be submitted as indicated
in the tender schedule and they should be in PDF format. If there are more than one
document, they can be clubbed together.
7) Bidder should get ready the EMD as specified in the tender. The original should be
posted/couriered/given in person to the Tender Inviting Authority, within the bid
submission date & time for the tender.
8) The bidder read the terms & conditions and accepts the same to proceed further to
Submit the bids.
9) The bidder has to select the payment option as online/offline to pay the fee & EMD
as applicable.
10) In the case of offline payment, the details of the DD/any other accepted instrument,
physically sent, should tally with the details available in the scanned copy and the
data entered during bid submission time. Otherwise the bid submitted will not be
acceptable.
11) The rates offered details have to be entered separately against the specified place in
the downloaded spread sheet file (xls) and should be submitted as boq.xls file during
the e-bid submission.
12) The bidders are requested to enter the individual rates offered in the boq.xls file
considering all aspects inclusive of any rebates, etc. No separate rebate or discount
should be entered at the end of BOQ. The uploaded boq.xls will not be available for
subsequent modification.
13) The bidders can submit the bids only once and thereafter, it is not possible to make
changes in the bids submitted.

12

Bidder’s Signature
14) The tendering system will give a successful bid up-dating message after uploading all
the bid documents submitted & then a bid summary will be shown with the bid
number & the date & time of submission of the bid with all other relevant details.
The documents submitted by the bidders will be digitally signed with the e-token of
the bidder and then submitted.
15) The bid summary has to be printed and kept as an acknowledgement: 1t as a token
of the submission of the bid.

16) The bid summary will act as a proof of bid submission for a tender floated and will
also act as an entry point to participate in the bid opening date.

17) For any clarifications with the TIA, the bid number can be used as a reference.

18) Bidder should log into the site well in advance for bid submission so that he submits
the bid in time i.e. on or before the bid submission time. If there is any delay, due to
other issues, bidder only is responsible.

19) Each document to be uploaded thro' online for the tenders should be less than
2 MB. If any document is more than 2MB, it can be reduced thro' zip and the same
can be uploaded. However if tile file size is less than 1 MB the transaction uploading
time will be very fast.

20) The time settings fixed in the server side & displayed at the top of the tender site,
will be valid for all actions of requesting, bid submission, bid opening etc., in the e-
tender system. The bidders should follow this time during bid submission.

21) All the data being entered by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered will not viewable by
unauthorized persons during bid submission & not be viewable by anyone until the
time of bid opening. Overall, the submitted tender documents become readable only
after the tender opening by the authorized individual.

For any other queries, the bidders are asked to contact thro'

Mail: commr.Maraimalai Nagar @tn.gov.in


Phone No.: 044-27452297 well in advance

This Department will not be held responsible for any sort of delay or the difficulty
faced in the e-bid submission of tenders online by the bidders.

13

Bidder’s Signature
SECTION-I (PART-III)
LETTER OF TENDER

To be delivered to the Commissioner, Maraimalai Nagar Municipality at or before 3.00


P.M. on . .2020.

To
Commissioner
Maraimalai Nagar Municipality
Maraimalai Nagar
Sir,
I/We the undersigned do hereby tender and undertake to perform, provide and
execute all the works, materials matters and things described or mentioned in the Schedule
(Bill of quantities) hereto annexed and the specifications thereto and drawings therein
referred to (which have been produced to and carefully examined by me/us) in strict
accordance with and under and subject to the terms, provisions and conditions set forth or
mentioned in the said Schedule (Bills of Quantities) specifications and the drawings therein
referred to, at the rates given and as stated in the Bills of quantities.

I/We herewith enclose D.D/BC./P.O No…………………….. dated ………….for having


remitted Rs…………. into the Municipality Cash Section as a guarantee for the due fulfillment
of my/our tender, and if successful, undertake and agree to forward to the CHENGALPATTU
DISTRICT -Maraimalai Nagar Municipality within fourteen days after the notification of the
acceptance by the Municipality of this tender has been received by me/us, the sum as
demanded in the Form and manner required as security for the due fulfillment of my/our
contract.

I/we undertake and agree that I/We will not withdraw this tender during the period
that will be required for intimation, acceptance or non/acceptance as stipulated in clause 15
on the Notice Inviting Tender or during such extended period as agreed to by me/us, such
period to date from the last date by which tenders are due to be submitted to the Board and
if I/We do so withdraw, I/We shall forfeit the Earnest Money Deposit to the Board.

I/We further undertake to produce the Income-tax Clearance Certificate and the
certificate and the Sales Tax Verification Certificate from the Commercial Tax Department of
this State and agree to execute at my/our cost the agreement attached and to sign the
14

Bidder’s Signature
plans therein referred to within 14 days after the notification of the acceptance of my/our
tender has been received by me/us. In the event of my/our failing to make tile Security
Deposit or to execute the agreement in the said manner and sign the plans within the time
specified for the purpose, the sum of (1% of the Estimate Cost) accompanying this
tender shall be forfeited to the Maraimalai Nagar Municipality and this concluded contract
shall in such case be considered, as having been cancelled or terminated and you may
thereupon at such timing or times, in such manner and on such terms as you may think fit,
arrange either departmentally or by any other person or persons to carry out the works and
provide, execute and do all works, materials, matters and things described or mentioned
herein and I/We agree to be liable irrespective of the forfeiture aforesaid for all damages,
losses, costs, charges and expenses arising from or by reason of such failure and
arrangements.

I/We undertake to assume full responsibility for the stability and soundness of the
Works/structures that will be executed by me/us as per this contract.

I/We also undertake to do all extra or varied works which may be ordered as part of
this contract upon the terms provided for in the conditions and specifications.

The tenders shall be valid for a period of 90 days after the due date for
submission of bids. In case my/our tender for the work of “Operation and Maintenance
of Street Lights including routine breakdown maintenance and preventive
maintenance works for Maraimalai Nagar Municipal Areas” is accepted, I/We agree
and guarantee to commence the said works within a period of seven days from the date and
complete the entire work within the stipulated period of 36 Months from the date on which
the work order received by me/us. I/We also agree that time is the essence of contract.
I/We have actually inspected the site of works and have tendered for the works after such
inspection.

UNDERTAKING
I/We have gone through the copy of standard tender document received from the
Office of the Commissioner, Maraimalai Nagar Municipality and abide by the same for this
contract also.

As witness my/our hand this ……………….day of ………… 2020.

Signature ……………………………
Name and address:

15

Bidder’s Signature
SECTION – I PART – IV MARAIMALAI NAGAR MUNICIPALITY
AGREEMENT

ARTICLE OF AGREEMENT made this ____________day of __________2020 between


_____________________________________________________________ (Herein after
referred to as the contractor) on the one part and the Commissioner, Maraimalai Nagar
Municipality (here in after called the Municipality) on the other part.

Whereas the contractor delivered to the Maraimalai Nagar Municipality the tender
attached dated ______ day of __________________Two Thousand and Thirteen hereby the
contractor offered and under took to carry out the works specified under this contract and
accessory work in the Operation and Maintenance of Street Lights including routine
breakdown maintenance and preventive maintenance works for Maraimalai
Nagar Municipal areas in Maraimalai Nagar Municipality in the state of Tamil Nadu in
India, and provide the works, materials, matter and things described or mentioned in these
presents at the prices set forth in the schedule annexed to such tender and might be
ordered as part of the contract on the terms provided for in the conditions and specifications
here to annexed and the Maraimalai Nagar Municipality accepted such tender in pursuance
whereof the parties hereto have entered in this contract.

And whereas the contractor in accordance with the terms of the said tender has
deposited in the office of the Commissioner, Maraimalai Nagar Municipality as security for
the due and faithful performance by the contractor of this contract, the sum of
Rs.______________________________________
_______________________________________________________________________
___________________________________________________________________________
_
________________________________

NOW THESE PRESENTS WITNESS THAT for the consideration hereinafter mentioned,
the contractor covenants and agrees with the Maraimalai Nagar Municipality and their
successors in manner following that is to say; that the contractor shall and will with in time
specified in his letter of tender thoroughly and efficiently and in a good works, materials,
matters or things incidental to or necessary for the entire completion of the works specified
under this contract referred to or described or set forth in the said specifications and
schedule hereto annexed and in accordance with such -further instructions as the Municipal
Engineer of the Municipality or other Engineer duly authorized in that behalf (herein after
and in the annexed documents referred to as the Engineer) shall at any time in accordance
with the said schedule ( bills of quantities) and specifications provided and give together
with any alterations in the works or additions thereto, in the time and manner in such
schedule (bills of quantities) and specifications stipulated to the entire satisfaction of the
Engineer and the Municipal Council for themselves and their successors covenant and agree
with the contractor that during the progress of the works and on the completion of the
contract to the satisfaction of the Engineer and the Municipal Council shall and will from time
to time on receiving the certificates in writing of the Engineer pay to the contractor
according to such certificates and the terms of this contract the price of sum mentioned in
such certificates as due to the contractor under the terms of this contract subject
16

Bidder’s Signature
nevertheless to deductions or additions thereto or there from which may be lawfully made
under terms of this contract.

It is HEREBY MUTUALLY AGREED AND DECLARED AS FOLLOWS:


(a) All certificates or notices or orders for time or for extra varied or altered works which
are to be the subject of an extra or varied charge shall be in writing whether so
described in the contract or not and unless in writing shall not be valid or binding or
be of any effect whatsoever.

(b) The term contract shall include the following documents and construed on part of the
agreement in the hierarchy.

(i) Agreement
(ii) Letter of Acceptance
(iii) Notice to proceed with the works
(iv) Letter of Tender
(v) Conditions of contract (inclusive special conditions of Labour)
(vi) Bill of Quantities/Price Schedule and
(vii) Any other document and correspondences made
(viii) Safety and preventive measures and Digest of Labour Laws

IN WITNESS WHEREOF THE contractor ________________________________ and the


Commissioner on behalf of the Maraimalai Nagar Municipality have caused their common
seal to be affixed on the day and year first above written;

Signed, Sealed and delivered


By the said contractor in the presence of;

Signature of contractor
Name and Seal
Signature, name and designation of witnesses:

In witness whereof I hereunto affix my signature.

Commissioner
Maraimalai Nagar Municipality,

17

Bidder’s Signature
SECTION II TECHINICAL

BID

(Prequalification Details)

18

Bidder’s Signature
PARTICULARS TO BE FURNISHED BY THE BIDDER

1 Name of the Bidder and Address

2 Telephone No

3 E mail address

4 Details about EMD enclosed for this Tender and: its


validity

5 Registered class of the bidder with monetary limit and


department in which Registered, Certified copy of the
registration should be attached. Registration Live
Certificate should be produced for the current year.
6 Recent works executed (Details about name and place of
work value of work etc., should be furnished)
7 Works under execution (Details about name and place of
work value of the work etc., should be furnished)
8 Command of Labour in brief

9 Turnover previous years (particulars for a period of three


consecutive years to be furnished)
10 Whether income tax clearance certificate (Saral : form)
is enclosed, if not when it was produced? (the
particulars regarding the previous occasion on which this
certificate
was produced may be furnished)
11 i. Sales Tax Registration No

ii. Whether Sales Tax clearance certificate is enclosed? if


no, when it will be produced?

12 In case of Registered Cooperative societies they Should


furnish name of the nominee with their Credential details
at the time of tender itself. They should also certify that
the nominee of the Society is not registered contractor
in the department
13 Pre – Qualification Details

Previous experience in this field

19

Bidder’s Signature
No of Lights maintained

Manufacturer/Authorised dealer/distributor of reputed


ISI/ISO firm (if so give details)
Details of ISO certificate in maintenance of street light
and supply and fixing of street lights if any
No of ‘C’ certificate holders available with the bidder

No of ‘B’ certificate holders available with the bidder

Staff to be employed

Sl. Number & Name of person & Educational & technical


Description of Post
No persons to be employed Qualifications

Tools and Plants

Sl.
Vehicles for Transport Type Registration No
No

Total No of Vehicles;

Yearly turn over: Rs. In Lakh

Copies of following documents have to be placed n cover ‘A’/ technical bid along with tender
EMD supporting the tenderers qualification claim & evaluation.
20

Bidder’s Signature
(i) ISO certificate for O & M of street lights.
(ii) ISI /ISO certificate for street light materials.
(iii) Copies of RC book or lease agreements for vehicles to be used and other
equipments owned/hired by bidder required for fulfillment of contract.
(iv) Tenderers past performance certificate from Local body, Govt, Semi-Govt
organizations. Performance Certificate should be issued by the Commissioner of
MARAIMALAI NAGAR Municipality or Executive head of Govt/semi Govt.
Departments.
(v) Copies of insurance policy for the workers involved.
(vi) Copies of ‘C’ & ‘B’ license for employees involved.
(vii) Copies of documents indicating annual turnover in past 3 years with audited
statement of Accounts.
(viii) Sales Tax certificate
(ix) Copies of original document regarding the constitution or legal status of the bidder.
Place of Registration, whole sale dealer/ distributor certificate.

Declaration
I solemnly declare that if I am / my Agency is awarded the contract of Operation &
Maintenance of Street Lights in Maraimalai Nagar Municipality.
I will organize and arrange to supervise the work every day. In the event of my
employee’s absence in the field without permission or valid reason, the contract is liable for
termination.
I will not sublet the contract partially or fully. If it is found that I have sublet the
contract to any other person / agency. Contract may be made liable for termination.
I will engage a vehicle mounted lift ladder, which is less than 10 years old from the
date of registration. In the event of my failure to fulfill any of the conditions under © my
contract may be liable for termination.
I have read and understood in full all the above stated points in the application and
also the items/ conditions mentioned in the tender documents. I furnish declare that the
information and particulars furnished by me are true and correct to the best of my
knowledge and belief, and I shall be liable for suitable action as decided by the employer
for any false information.

21

Bidder’s Signature
Signature of the applicant/ Authorized Signatory

ANNEXURE I

Performance of the Bidder showing Value of work done in the last Five years -
To be separately filled and submitted

Year Value of work done

(Rs. in lakhs)

22

Bidder’s Signature
ANNEXURE II

Experience in works of similar Nature and Magnitude in the previous 3


Financial years - To be separately filled and submitted

Date of
Name of Value of Issue of work
Contract Actual date
the the order Adverse
Sl. No. and Description of
employer Contract and remarks
No. Name of of the work completio
with full (Rs. in stipulated if any
the Project n
address lakhs) period of
completion

23

Bidder’s Signature
NOTE: TO BE SUPPORTED WITH PERFORMANCE CERTIFICATE FROM EMPLOYER. IF THE
EMPLOYER IS A LOCAL BODY, THEN THE PERFORMANCE CERTIFICATE IS TO BE
GIVEN BY OFFICER ATLEAST OF THE RANK OF EXECUTIVE ENGINEER.

ANNEXURE III

List of Equipment available with Bidder - To be separately filled and


submitted

Sl. Equipment Requirement for Availability Status Remarks

No. Name the project


Nos. Capacity Owned/ Nos. and Age/condition

leased/ to Capacity

24

Bidder’s Signature
be procured

ANNEXURE IV

Qualification /Experience of key personnel proposed for technical and


administrative functions under this contract – To be separately filled and
submitted

25

Bidder’s Signature
Sl. Name of the Position Qualification Total Years of Remarks

No. person for which years of experience


proposed experience in the
proposed
position

ANNEXURE V

Details of Litigation – To be separately filled and submitted

26

Bidder’s Signature
Sl. Name of the Cause of Amount Award for Remarks/
the litigation
No. Govt. Dept. / involved (or) present
Private against stage
(Rs. in lakhs) bidder
Organization
(Other party)

27

Bidder’s Signature
SECTION – 3

CONDITIONS OF CONTRACT

28

Bidder’s Signature
MARAIMALAI NAGAR MUNICIPALITY SCOPE OF WORK 1. INTRODUCTION

The city of Maraimalai Nagar is spread in an area about 58.08 sq. km with a
population of about 81361 according to Census 2011. The total number of Street lights in
the MARAIMALAI NAGAR Municipality is as follows:-
Sl. No Description Total No. of Lights
40 W Tube Light 2202.00
1
36W x 4 CFL Lights 1051.00
2
36W x 5 CFL Lights 1652.00
3
250W SV Lamp 535.00
4
400W x 1 MH Lamp 434.00
5
50W LED Light 1015.00
6
90W LED Light 1685.00
7
100W LED Light 1214.00
8
200 W LED Light 50.00
9

Total 9838

2. GEOGRAPHICAL AREA OF THE PROJECT

The Project area covers the Chengalpattu District - Maraimalai Nagar Municipality.

29

Bidder’s Signature
3. FACILITIES TO BE PROVIDED TO THE BIDDER:
The entrepreneur shall be provided all data and technical information regarding the existing
street lighting system in the Municipality.
4. MAIN OBJECTIVES OF TENDER

• Improve the Operation and Maintenance of Street lights

• To keep all street lights in burning condition throughout the year


5. EXPECTATIONS FROM ENTREPRENUER:
• The entrepreneur is expected to abide by the rules and regulations for street
lighting, labor law or any other relevant law of central/state/Government /TNEB as
may be applicable during the project duration and for safety of human life.
• The entrepreneur shall have to comply with the existing as well as future rules and
regulations issued for effective street lighting system.
• The entrepreneur is required to operate and maintain all the existing street lights
(including Tube lights and Sodium Vapor lamps, its fittings, its chokes, its capacitors
and its ballasts), existing UG cables, existing switch boxes with fuse and existing
poles so that there is 100% burning of lights.
• The entrepreneur is required to do the survey of existing lights, number the poles
and Service connections accordingly.
6. DISPUTES
In case of any dispute regarding the agreement and program, the decision of
the Commissioner, MARAIMALAI NAGAR Municipality will be final. However, if the firm
service provider is not satisfied, it may opt for adjudication. Both the parties on mutual
consent will appoint the adjudicator and his decision shall be binding on both.
7. SCOPE OF WORK
a) The successful entrepreneur is to conduct a Survey to find out existing lights, mark
the poles and service connections.
b) The entrepreneur is required to operate and maintain all the existing street lights
(including Tube lights and Sodium Vapor lamps, its fittings, its chokes, its capacitors
and its ballasts), existing UG cables and existing poles so that there is 100%
burning of lights for all the days in a year in burning condition, duly by following
regular routine maintenance, breakdown maintenance and preventive maintenance
aspects including repairs & replacement works, for all parts & accessories etc.
Complete, in the bid documents as detailed.

30

Bidder’s Signature
c) All materials used in the Operation and Maintenance of Street lights including the
lamps, fittings, chokes, capacitors, ballasts, UG cables, etc. should be ISI/ISO
certified
d) In O&M of street lights, all the new materials used to replace the existing materials
shall be of the same rating only, i.e. a defective 250W SVL should be replaced by
only a new 250W SVL and not by any other lamp such as a 70W SVL.

e) The Firm should replace all defective Switch Boxes with Fuse so that the boxes are
safe to operate.
f) The Firm is to supply and Lay the U.G cables as required by the Maraimalai Nagar
Municipality. All materials that are supplied should be ISO/ISI certified.
g) The entrepreneur has to maintain a Control room, help lines and an office for this
purpose.
h) If the poles are damaged due to heavy rains, accidents, riots, etc., the same will be
replaced by the Municipality / TNEB.
i) The firm has to maintain the underground cable/ feeder pillar in case of divider
poles.
j) Firm has to carry out the work without causing inconvenience to the public.
k) The firm has to return any material owned by the Municipality that is removed
during the Contract Period.
l) The Firm shall, furnish to Maraimalai Nagar Municipality a statement containing the
list of complaints, along with a short description of the nature and cause of each
complaint recorded by the public, Maraimalai Nagar Municipality Inspectors and
all other complaints recorded at the Complaint Desk of the Contractor and the action
taken by the Contractor to rectify each complaint along with the bill.
8. Evaluation of technical tender through a system of award of marks

8.1 Following criterion for evaluation will be adopted

Criteria of past performance in executing similar contract, capability of bidder with


regard to personnel, equipment and accessories and financial capability will be adopted
to evaluate tenders satisfying above minimum qualification. Evaluation will be
conducted by Tender Scrutiny Committee hereafter referred as TSC. Following Criteria
of award of marks shall be adopted.
Qualification Evaluation Criteria Maximum
Marks

31

Bidder’s Signature
EXPERIENCE O&M of Street light 4
The Experience in Operation & i) Minimum
Maintenance of Street 5000 lights -
lights minimum 10 years in 1 mark
local bodies, ii) 5000-
Govt., Semi Government 10000 lights -
Departments or Public Sector 2 marks
Undertaking in any three iii) 10000-
consecutive Years continuously- 25000 lights -
Performance Certificate to be 3 marks
attached. iv) Above
25000 lights -
4 marks
The firm/ bidder should possess the 2
ESA or ESB Contractor license from
Tamil Nadu Electrical
Licensing Board

ISO Certification for Valid Certificate to be enclosed 2


maintenance of Street Lights/
Manufacturing of Street Light
materials

PERFORMANCE Performance Certificate for 4


experience in O&M of Street
Lights
FINANCE Certified Balance Sheets of the 4
Minimum turnover should be last 5 years to be enclosed
equivalent to Rs. 145 lakh in any
of the last 5 financial years

VEHICLE (Copies of valid RC Books or 2


for O&M of Street lights leased agreement to be
Either owned or leased enclosed with tender Cover A)

INSURANCE to Employees Valid Up to 25 persons -1 2


insurance policy of employees mark
should be enclosed while
submitting the tender 25 & above -2
marks
Technical Personnel a) Lighting Superintendent 3
(Diploma)
(Copies of C license & B License – 1for every 2000 lights b
to be enclosed with tender cover ) ITI Wiremen
A) – 1 for every 600 lights
c) Helper (ITI) or Experience (1
year)

32

Bidder’s Signature
– 1 for every 600 lights
Street Lights Plan 2
a) Study of the existing system,
comments &
suggestions classification Each 1 mark
of lighting zone, feature lighting
plan. b)O& M plan
Total Marks 25
8.2 Deciding and Award of Contract
The bidders whose technical bid score a minimum of 75% (Scores converted into
percentage) marks will qualify for opening of Price Bid (Cover B).
The Employer shall notify those tenderers whose proposals did not meet the minimum
qualifying mark or were considered non responsive to the Letter of Invitation and
Terms of Reference, indicating that their price bids will be returned unopened after
completing the selection process. The employer shall simultaneously notify the
tenderers who have secured the minimum qualifying mark, indicating the date and time
set for opening of price bid. The intimation will be sent by registered letter / courier.

8.3. REJECTION OF BIDS:

The bids may not be accepted, if the entrepreneur:-


a) Offers conditional bids.
b) Submits incomplete tender.

c) Does not enclose earnest money deposit DD/Bankers/Cheque along with the tender
document.
d) Does not submit the tender on or before the stipulated date and time to the
designed tendering authority.
e) Does not submit the tender in prescribed format of general information and key
information.
f) Does not enclose supporting documents / attachments required for verification.
g) Does not submit duly signed documents / attachments.

h) Does not submit Undertaking & Affidavit in prescribed format on appropriate stamp
papers.
8.4. ONE BID PER BIDDER

The firms with common proprietor / partner / connected with one another
financially or as principal and agent or as master and servant or with proprietor /
partner closely related to each other such as husband / wife, father / mother, son/
33

Bidder’s Signature
daughter, brother / sister shall not submit separate tenders under different names for
the same bid. All such tenders / bids shall stand cancelled and any earnest money,
there of shall be forfeited.
8.5. APPROVALS AND NOCS BY BIDDER
Necessary approvals or NOC’s if required for execution of the project, from
Govt./TNEB or any other organization will be the responsibility of the promoter /
firm/contracting agency. However any assistance/help, if required may be provided by
CHENGALPATTU DISTRICT Maraimalai Nagar Municipal Council.

8.6. BILLING AND PAYMENT

8.6.1. Payment towards Operation and Maintenance of Street Lights

Maraimalai Nagar Municipality shall make arrangements at the designated/


distribution area or any other notified area to verify the repair & replacement work
done by the personnel of the contractor as described in its Proposal/Plan of action, and
to deliver a verification report on each incident of work. The report shall be issued
in printed form and signed by an authorized representative of Maraimalai Nagar
Municipality. It shall identify the exact location of the pole number and indicate the
exact nature of repair and replacement, the date and time of service. One copy shall be
retained by Maraimalai Nagar Municipality.
8.6.2 The reimbursement claimed by the Contractor from the first day of effective start
of operations, shall be calculated at the rates agreed on the finalization of contract.
Maraimalai Nagar Municipality shall, within 15 days of receiving the Invoice, pay the
amount due to the Contractor as per the invoice, after deducting the Penalties as
per clause 12 in General Conditions of Contract – O&M of Street lighting.
8.7. Letter of Credit
i. Maraimalai Nagar Municipality shall provide an irrevocable stand by Letter of
Credit as per rules in force and RBI guideline, issued in favor of the Firm by a
bank or banks reasonably acceptable to the Contractor. The first LOC shall
however be provided by Maraimalai Nagar Municipality only on start of operations.
Maraimalai Nagar Municipality shall no later than twenty days prior to the date upon
which any letter of credit provided the pursuant to this clause is expressed to expire
provide the Firm with an irrevocable letter of credit issued in favor of the Firm by

34

Bidder’s Signature
a bank or banks in India reasonably acceptable to the Contractor, on the basis
that
ii. The Contractor may draw upon the Maraimalai Nagar Municipality Letters of
Credit for payment of a monthly Invoice by presenting to this issuing bank a copy of
the unpaid Invoice by presenting to this issuing bank a copy of the unpaid Invoice
that has been delivered by the Contractor to the Maraimalai Nagar Municipality
in accordance with this contract; and
iii. The value of a Maraimalai Nagar Municipality letter of credit shall be equal to 110%
(one hundred and ten percent) of one succeeding monthly payment calculated for
the purpose of the value of the letter of credit as follows Calculated Monthly
Payment based on the rates accepted by the Maraimalai Nagar Municipality x 110%
iv. The Maraimalai Nagar Municipality Letter of Credit shall be fully revolving so that it
will be automatically renewed for its full value upon each call made on the Letter of
Credit.

8.8 Payment towards Supply of new lights and fittings

The payment against the inspected goods shall be payable to the Firm within 30 days
from the date of receipt of Goods in the concerned Stores of the
Municipality.
8.9 DULY FILLED BID WITH SUPPORTING DOCUMENTS
The entrepreneur should completely study the document and duly fill the formats
along with all necessary attachments. It is clarified that no second opportunity shall be
given to the bidder for submitting any left out information and no consideration shall be
entertained in case incomplete information or documents are submitted by the bidder.
The decision on the bid shall be taken on the basis of information enclosed with the
original document only.

8.10 AUTHORITY OF ISSUANCE OF AMENDMENT

35

Bidder’s Signature
At any time prior to the deadline for submission of bids, the Maraimalai
Nagar Municipality may for any reason, whether at its own initiative or in response to a
clarification requested by a prospective bidder, modify the bidding documents by
issuing amendment.
8.11 BID EXTENSION

The Maraimalai Nagar Municipality may at its discretion extend the deadline for the
submission of bids.
8.12 LATE BID
Any bid received after the deadline for submission of bids will not be accepted. In
the event of the specified date for the submission of tender being declared holiday for
the employer, the tender will be received on the same time and venue, next
working day, in which case all rights and obligations of the employer and the
bidder is subject to the original deadline will then be subject to the new deadline.

8.13 PROCESS TO BE CONFIDENTIAL


Information relating to the examination, evaluation and comparison of bids and
recommendations for the award of a contract shall not be disclosed to the bidders until
the award to the successful bidder has been announced. Any effort by a bidder to
influence the processing of bids or award decisions may result in the rejection of the
bidder’s bid.

8.14 STEPS FOR FINALIZATION OF THE ENTREPRENUR

TWO ENVELOPE SYSTEMS

Tenders should be submitted only through e-tendering.


I. A two stage bidding procedure will be followed. Cover-1 shall contain the scanned
copy of the EMD, Digitally signed pre-qualification tender and digitally signed
Tender Document.
II. The cover-2 shall contain only the financial bid, i.e. the filled BOQ in excel format.

36

Bidder’s Signature
The Technical bid shall be opened in the first stage in the presence of the
bidder (or) their authorized representative followed by presentation if require from
each bidder.
The technical bid and EMD shall be in one cover with the name of work
and the name and address of the bidder.
8.15 PREBID MEETING
The Pre bid meeting will be held as per the date already notified in the
Notice for Tender for the work of Operation & Maintenance of Street Lights including
routine breakdown maintenance and preventive maintenance works for Maraimalai
Nagar Municipal areas of Maraimalai Nagar Municipality.

8.16. OPENING OF FINANCIAL BID


The financial bid of the short-listed entrepreneurs will be opened on a date,
which will be notified to each successful bidder through a separate letter. Only those
tenders who satisfy all the Pre-qualification conditions of the technical bid criteria will
qualify for the opening of the Financial Bid.
8.17 SELECTION IN TIE SITUATION

In case of tie situation in Financial Bid, higher marks obtained in Technical Bid
shall be considered for final selection of the entrepreneur. Marks system will be
finalized on or before the pre-bid meeting.
8.18. REVIEW OF FINANCIAL BID

Review of financial bid shall take place by Tender Scrutiny Committee and if needed,
negotiations can also be held as per the rules.

8.19. ACCEPTANCE OF TENDER

Acceptance of Tender shall be done by competent authority on recommendation


of the empowered committee. The decision to reject any or all tenders received without
assigning any reason whatsoever may be taken by the competent authority.
8.20. LETTER OF ACCEPTANCE AND SIGNING OF AGREEMENT

37

Bidder’s Signature
Issue of Letter of Acceptance (LOA) and signing of the agreement shall
take place with the successful bidder after deposition of the Security deposit /
Performance Security and fulfilling other formalities.

8.21. RESCIND OR CANCELLATION OF BID ON BREACH OF CONTRACT


Govt. of TamilNadu / Maraimalai Nagar Municipality has full right to rescind /
cancel the qualifying bidder in between, if found adverse in respect of authentically of
information supplied by the firm OR false affidavit or undertaking supplied by the firm
which shall be deemed as breach of contract by the entrepreneur.
8.22. EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT
(PERFORMANCE GUARANTEE)
The details of EMD and Security Deposit are as follows:-

Stipulated
Sl.
No Type of Security Necessities
Period
EMD of 1% of the Estimate cost by Demand Along with For selection
Draft in favor of Commissioner, Maraimalai the of suitable
1 Nagar Municipality, payable at Maraimalai Tender Bidders
Nagar to be enclosed in Technical Bid cover. Document

Performance Guarantee in the form of Bank Before For ensuring


2 Guarantee/ Demand Draft in the favor of signing the specified
Maraimalai Nagar Municipal Commissioner for Agreement work in
an amount of 5% of the Contract value per specified
Year of the Operation and Maintenance of duration
Street Lights

9.0 PROJECT ASSETS

9.1 Ownership of Project Assets


I. The Contractor shall procure and own certain assets required for the work
including vehicles and other movable property and any fixed assets that in the
38

Bidder’s Signature
view of the contractor are needed for the work, to be located in the Service
workshops, on land owned by Maraimalai Nagar Municipality for the purpose for
which they were meant arising out of this contract.
II. Maraimalai Nagar Municipality will provide the Contractor rent free rights to
enter, improve, use and enjoy the streetlight poles, land earmarked workshops,
etc., only for the purpose of the work arising out of this Contract, which rights
shall remain valid and subsisting until the termination or expiry of this contract.
The contractor shall not sublet the premises or carry out jobs other than those
arising out of this contract.

9.2 ACCESS TO WORKSHOPS


Vehicles and other movable property owned by the Contractor may enter into or be
stored on or in the designated area provided. The Contractor shall remove such
property there from reasonably, promptly, after termination or expiration of this
contract. Maraimalai Nagar Municipality agrees to provide continued access and rights
to the contractor for contractor vehicles and property located at designated area, for a
reasonable period after termination or expiration of this contract to ensure that the
contractor may implement an orderly transition of his business. The reasonable
transition period shall be decided by the Commissioner, Maraimalai Nagar Municipality.
10. Clarification of tender by the Municipality
a) To assist in the examination, evaluation, and comparison of tender, the
Maraimalai Nagar Municipality’s authorized person may ask any bidder for
clarification of his tender, including breakdowns of unit rates. However no
change in the price or substance of the tender shall be sought, offered, or
permitted except as required to confirm the correctness of arithmetic errors or
unreason ability of rates or unbalanced items of work or rates, discovered by
the Municipality in the evaluation of the tender.
b) Subject to sub-clause 12.1 no bidder shall contact the Maraimalai Nagar
Municipality’s authorized person on any matter relating to his tender from the
time of tender opening to the time the contract is awarded. If the bidder
wishes to give any information to the notice of the Municipality, he should do so
in writing.

39

Bidder’s Signature
c) Any effort by the bidder to influence the Maraimalai Nagar Municipality’s
authorized person during tender evaluation or contract award decisions may
result in the rejection of the bidder.
d) Tender determined to be substantially responsive will be checked by the
Maraimalai Nagar Municipality’s authorized person, for any arithmetic errors.
Errors will be corrected by the employer as follows:
e) In case of discrepancy between prices quoted in 'words' and in 'figures'
lowest of the two shall be considered.
f) Where there is a discrepancy between the unit rate and the line item total
resulting from multiplying the unit rate by the quantity, the unit rate as quoted
will govern.
g) The amount stated in the tender will be adjusted by the Municipality in
accordance with the above procedure for the correction of errors and, with the
concurrence of the bidder, shall be considered as binding upon the bidder. If
the bidder does not accept the corrected amount, his tender will be rejected
and his EMD forfeited.
h) The Municipality reserves the right to accept any variation, deviation, or
alternative offer. Other factors which are in excess of the requirement of the
tendering documents or otherwise shall not be taken into account in tender
evaluation.

11. Contract Period

The Contract Period shall be a period of Three year (36 Months) from the
Start Date or until the termination of this Contract, whichever is earlier subject
to the clause that the first three months of the contract period will be reckoned
as observation period.
The contractor shall be required to the complete & satisfactory fulfillment of
the total requirements and all specifications as furnished in the detailed
action plan within this observation period.

The Commissioner, Maraimalai Nagar Municipality will issue a certificate of


declaration on the satisfactory completion of this observation period at the end
of the first three months in the three year contract period. The contract will be
40

Bidder’s Signature
liable for termination, if the contractor fails to obtain the certificate of
satisfactory probation completion certificate at the end of the first three
months.
12. Exclusivity of Contract

During the Contract Period the Contractor shall be the sole and exclusive
agency nominated by Maraimalai Nagar Municipality for the operation and
maintenance of Street Lights in Maraimalai Nagar Municipal of Maraimalai
Nagar.

13. End of Contract Period

I. Unless contrary laws would be applicable in the State of Tamil Nadu at the end of
the Contract Period or upon the termination of the Contract, Maraimalai Nagar
Municipality shall not be responsible for employment of the personnel employed by
the Contractor for the work.
II. All contracts entered into by the Contractor and then subsisting shall be
determined and Maraimalai Nagar Municipality shall not be liable for any costs
including, but not limited to termination costs, arising thereby Maraimalai Nagar
Municipality shall be indemnified and deemed harmless by the Contractor in
respect of the same.
14. Extension of Contract Period

The Contract may be renewed or extended for a further period of two years, on terms
and conditions to be mutually agreed between Maraimalai Nagar Municipality and the
Contractor. Negotiations for renewal of the Contract shall commence three months
before the expiry of the Contract Period.

15. Variations to the Plan of action

a. The Contractor shall conduct his activities according to the Initial Plan of Action
that will be attached to the Contract and the Hand over Process
b. In case the Contractor desires to make any deviations to the Initial Plan of
Action the same may be permitted, with the written consent of the Maraimalai
Nagar Municipality.

41

Bidder’s Signature
c. Any deviations to the Initial Plan of Action as approved by Maraimalai Nagar
Municipality shall not result in any increase in reimbursement agreed between
the contractor and circumstances enumerated in this section.
d. The Contractor shall inform Maraimalai Nagar Municipality in writing the
identities of such personnel and registration number of such vehicles (including
their capacity) which shall be provided access to the designated distribution
area, lighting zone, transformer stations, store yard area, etc., wherever
there is a change.
e. Maraimalai Nagar Municipality shall inform the Contractor at least 24 hours in
advance in case of any restriction/ obstruction to the access to or from localities
within the designated area. In case where there is a restriction to access in
the designated/distribution area that was not permanent or not intimated
to the contractors at the time the bid was submitted and is not
attributable to the contractor, the Maraimalai Nagar Municipality shall make
all attempts to remove such obstructions at the earliest.
f. If however such restriction/ obstruction persists for a period of more than 15
days, the Maraimalai Nagar Municipality shall look into the suitably substantiated
claims, for additional compensation if any, submitted by the contractor for the
alternate operation and maintenance of Street Lights/evacuation plan adopted
by the contractor in the affected area. The claims which are not suitably settled
by Maraimalai Nagar Municipality within 30 days period can be referred by the
contractor to the expert or to arbitration. However permanent changes to
access brought about by private parties exercising their legitimate property
rights shall not place any fresh obligation on Maraimalai Nagar Municipality.

17. Service quality and penalties for defaults in service delivery


17.1. Maraimalai Nagar Municipality inspections

I. The contractor shall provide the contract performance evaluation monitoring


formats & MIS reports in the format given under the Forms of Format. Session
works to the Commissioner, Maraimalai Nagar Municipality or to any other
person nominated by him. Maraimalai Nagar Municipality shall conduct random
inspections of the designated area. The identities of the inspectors appointed by

42

Bidder’s Signature
Maraimalai Nagar Municipality for conducting such inspections shall be informed
to the Contractor.

II. Management meetings

The Commissioner, MARAIMALAI NAGAR Municipality shall conduct monthly


management meetings to assess the performance levels and adherence and
enforcement levels of contract conditions and the contractor or his
authorized representatives shall attend such meetings without fail. Subjects
of enforcement of contract provisions and issues arising out to the practical
problems shall be discussed at the meetings. Minutes of such management
meetings shall be recorded by the Commissioner, Maraimalai Nagar Municipality
and a copy of the same shall be communicated to the contractor. Complaints,
and performance deficiencies if any, shall be recorded by the Maraimalai Nagar
Municipality inspectors or public in the complaint book at the Complaint Desk of
the Contractor and the complaint book shall be made accessible to them.
17.2. Resolution of Complaints

I. If a complaint arises from the Contractor’s breach of his service obligations, the
Contractor shall cure such breach within 48 (Forty Eight) hours of its receipt of
details regarding such complaint.

II. If a complaint arises from the Contractor’s failure to perform his service
obligations for reasons beyond its control, the Contractor shall perform
such services as soon as reasonably practicable
III. If a complaint arises despite the Contractor’s performance of his service
obligations the Contractor and Maraimalai Nagar Municipality shall resolve
problems through discussions.
18. Force Majeure
18.1. Definition of Force Majeure

18.1.1. Force Majeure shall mean any event or circumstance or combination of


events or circumstances of its obligations in accordance with the terms of this
Contract, but only if and to the extent that such events and circumstances are not

43

Bidder’s Signature
within the affected Party’s reasonable control, and/or the effects of which the
affected Party could not have prevented through prudent business practices or,
through reasonable skill and care, including through the expenditure of reasonable
sums of money;

a) the effects of any natural element, including but not limited to any rain
storm leading to flooding of the Designated area, lightning, earthquake,
cyclone or other natural disaster;

b) fire or explosion, each case not being due to (A) inherent defects of the
equipment used for the work (B) the failure to execute the work in
accordance with prudent business practices of (C) circumstances within the
reasonable control of the affected Party’s contractors;

c) Act of war (whether declared or undeclared), sabotage, terrorism or act of


public enemy, (including the acts of any independent unit or individual
engaged in activities in furtherance of a program of irregular warfare), acts of
belligerents or foreign enemies (whether accorded diplomatic recognition or
not), blockades, civil disturbance, revolution, rebellion or insurrection, exercise
of military or usurped power, or any attempt at usurpation of power;

d) Strikes, work to rule actions, go slows or similar labor difficulties in the


industry or in and around Maraimalai Nagar Municipality as whole and not
specific to the work which restrict the Contractor from performing his duties
e) Any Governmental Agency’s unreasonable delay, denial or refusal to grant or
renew or any unreasonable revocation of any required permit, license,
approval or authorization, including Governmental Authorizations, provided
that such adverse governmental action or inaction did not result from the
Contractor’s non compliance with any applicable law or any condition to the
granting or maintenance of any such permit, license, approval or
authorization that was in effect on the date of signing this contract;
18.2. Exclusions from Force Majeure

18.2.1. Force Majeure shall expressly not include the following conditions,
except to the extent resulting from a Force Majeure;

44

Bidder’s Signature
a) Unavailability, late delivery or changes in cost of plant, machinery, equipment,
materials, spare parts or consumables for the work;

b) A delay in the performance of any contractor or supplier

c) Non-performance resulting from normal wear and tear typically experienced in


a work of this kind; and
d) Non-performance caused by, or connected with, the non-performing Party’s (i)
negligent or intentional acts, errors or omissions, (ii) failure to comply with any of
the Laws of India, or (iii) breach of, or default under this contract.
19. Notification Obligations

19.1. The Party claiming Force Majeure shall inform the other Party of any event or
circumstance of Force Majeure as soon as reasonably practicable. The affected Party
shall thereafter furnish weekly reports with respect to its progress in overcoming the
adverse effects of such event or circumstances and as soon as reasonably
practicable shall submit to the other Party information supporting the claim for
relief under this Article.
The Party claiming Force Majeure shall give notice to the other Party of (i) the
cessation of the relevant event or circumstance of Force Majeure and (ii) the cessation
of the effects of such event or circumstance of Force Majeure on the enjoyment by
such Party of its rights or the performance by such Party of its obligations under this
Contract as soon as practicable after becoming aware of such cessation.
20. Consequences of Force Majeure

20.1.1. Neither Party shall be responsible or liable for or deemed in breach because
of any failure or delay in complying with its obligations under or pursuant to this
Contract due solely to one or more Force Majeure or its or their effects or by any
combination thereof, and the periods allowed for the performance by the Parties
of such obligation(s) shall be extended on a day-for-day basis; provided, however,
that no relief shall be granted to the Party claiming Force Majeure pursuant to this
Clause to the extent that such failure or delay would have nevertheless been
experienced by that Part had such Force Majeure not occurred.
20.1.2. Except as otherwise provided in this Article, any time period specified for the
performance of any obligation hereunder by the affected Party shall be extended by a

45

Bidder’s Signature
period equal to the duration of the Force Majeure event or circumstance provided
that the affected Party shall not be entitled to any such extension to the extent
that such delay or failure or perform would have occurred, irrespective of the Force
Majeure event or circumstance.
20.1.3. Either Party shall have the right to terminate the Contract in the event of pending of
the Force Majeure conditions for a consecutive period of 180 (one hundred and eighty)
days.

21. Duty to Mitigate

21.1. Each Party shall use reasonable efforts to mitigate the effects of any event or
circumstance of Force Majeure and to co-operate to develop and implement a plan
of remedial and reasonable alternative measures to remove the event of Force
Majeure. The Party affected by the event of Force Majeure shall make its best efforts
to resume normal performance of its obligations under the Contract as soon as
possible.
22. Change in law

22.1. If as a result of change in Law, the Contractor suffers a reduction in net after
tax return the aggregate financial effect of which exceeds 2.5% of his projected
profits, in any Accounting Year, the Contractor may notify CHENGALPATTU
DISTRICT Municipality and propose amendments to this Contract so as to put the
Contractor in the same financial position in terms of net after tax return as it would
have occupied had there been no such change in Law.
22.2. Upon notification by the Contractor as aforesaid, the Parties shall meet as soon
as reasonably practicable as but not later than 30 (thirty) days and agree on
amendments to the rates to implement the foregoing.
22.3. Provided that if no contract is reached as aforesaid by the Parties within 60
(sixty) days of the meeting pursuant to this Clause the Contractor may by notice in
writing require MARAIMALAI NAGAR Municipality to pay in an amount that would put
the Contractor in the same financial position it would have occupied had there been
no such change in Law resulting in reduction in net after tax return as aforesaid.
22.4. If Maraimalai Nagar Municipality or the Contractor shall dispute the quantum of
such compensation claims of the contractor or Maraimalai Nagar Municipality, the
same shall be finally settled in accordance with the Dispute Resolution Procedure.
46

Bidder’s Signature
23. Events of default and termination

23.1. Events of default

23.1.1. Save as otherwise provided in this Contract, the Contractor shall be in a


default of his obligations when:
(a) the contractor does not satisfactorily complete the probation period of first
three months in the three year contract period.
(b) in case any license or consent required by the Contractor to perform its
obligations under the Contract is revoked or is not renewed;
(c) in case the Contractor abandons the work or repudiates the Contract;
(d) in case the Contractor commits any other breach of the Contract and, where
the breach is capable of being remedied, it has not been remedied within 10
(ten) days after Maraimalai Nagar Municipality notified to the Contractor in
writing of the nature of the breach and required it to be remedied.
(e) The contractor does not sublet the Contract. In case of the Contractor sublets
the whole (or) any part of the work, the contract is liable for termination.

23.1.2. Save as otherwise provided in this Contract, Maraimalai Nagar Municipality shall
be in default of its obligations when:
(a) in case Maraimalai Nagar Municipality commits any breach of the Contract other
than the breach of its payment obligations and where the breach is capable of
being remedied, it has not been remedied within 10 (ten) days after the
Contractor notified to the Maraimalai Nagar Municipality in writing of the nature
of the breach and required it to be remedied;
(b) in case Maraimalai Nagar Municipality fails to make payment to the Contractor
within 60 days of receipt of the relevant Invoice.
(c) In case a Letter of Credit is not in effect at any time as required under this
Contract.

23.2. Notice of default


23.2.1. Upon the occurrence of a Contractor Event of Default or a Maraimalai Nagar
Municipality Event of Default, as the case may be, Maraimalai Nagar
Municipality or the Contractor, shall deliver a notice to the other Party
(“Notice of specifying in reasonable details the Contractor Event of Default or
the Maraimalai Nagar Municipality Event of Default”, as the case may be,)
giving rise to the Notice of Default. The Contractor shall send to employer a
copy of any Notice of Default in case of a Maraimalai Nagar Municipality
Event of Default.

47

Bidder’s Signature
23.2.2. In the event of receipt by either Party of Notice of Default, such Party shall
within 5 (five) Days state in writing to the other Party its position as to the
alleged Event of Default and what action it plans (including the timing
thereof), if any, to remedy such default.
23.2.3. 15 (fifteen) days after delivery of the Notice of Default by the Contractor for any
Maraimalai Nagar Municipality Event of Default and unless Maraimalai
Nagar Municipality Event of Default giving rise to the Notice of Default shall
have been remedied, the Contractor may at any time terminate the
Contract by issuing a termination notice to Maraimalai Nagar Municipality
(“Contractor Notice of Termination”. The Contractor shall send to employer
a copy of any Contractor Notice of Termination.
23.2.4. 15 (fifteen) days after delivery of the Notice of Default by Maraimalai
Nagar Municipality for any Contractor Event of Default and unless the
Contractor Event of Default giving rise to the Notice of Default shall have
been remedied, Maraimalai Nagar Municipality may at any time terminate
the Contract by issuing a termination notice to the Contractor (a
Maraimalai Nagar Municipality Notice of Termination”).

23.3. Consequences of Default

23.3.1.In the event the Contractor gives a Contractor Notice of Termination to


Maraimalai Nagar Municipality, then the Performance Guarantee given by the
Contractor shall be released and Maraimalai Nagar Municipality shall make
the payment for reimbursement of expenditure on operation and
maintenance of Street Lights due to the Contractor, as on the date of notice
of termination.

23.3.2. In the event Maraimalai Nagar Municipality gives the Contractor a Notice of
Termination, then unless the Parties otherwise agree in writing, the
Contractor shall not be compensated in any manner whatsoever and
Performance Guarantee shall be liable to the forfeited and encased by
Maraimalai Nagar Municipality. Maraimalai Nagar Municipality shall make the
payment for reimbursement of charges on operation & maintenance of
streetlights, if any, due to the Contractor, as on the date of notice of
termination.
48

Bidder’s Signature
24. Dispute resolution
24.1. Nature of Dispute
24.1.1. If any dispute arises between Maraimalai Nagar Municipality and the
Contractor in connection with or arising out of or in relation to the Contract,
the affected Party shall issue a Dispute Notice to the other Party giving a
description of the nature of dispute.

24.1.2. Each Party shall attempt to settle such dispute amicably within ten (10) days of the
issue of the Dispute Notice.
24.2. Expert Determination

24.2.1. If a dispute cannot be settled amicably within a reasonable period, then the same
shall be referred to an Expert for determination.

24.2.2. Any Party may refer the dispute to an Expert by giving a written notice (a
“Referral Notice”) to the other Party. The Party giving a referral notice is the
“Applicant” and the Party receiving such notice is the “Respondent”.

24.2.3. A Referral Notice shall contain:


(a) a description of the dispute;
(b) the grounds on which the Applicant relies in seeking to have the dispute
determined in its favor;
(c) all written material which the Applicant proposes to submit to the Expert;
(d) the names of not less than three individuals who meet the requirements and
whom the Applicant would be willing to accept as the Expert for that dispute.

24.2.4. The Expert shall certify that he or she is not subject to any conflict of interest
and is willing to serve as an Expert on the terms set out.
24.2.5. Experts shall be retired senior Electrical Engineer from government
departments/Public sector or member of Institution of Engineers.
24.2.6. If the Respondent wishes to contest the dispute, he shall, within seven
(7) days after receiving the Referral Notice give the Applicant a notice (a
“Response”) of its intention to contest the dispute. The Response shall
include:
(a) The grounds on which the Respondent relies and seeks to have the dispute
determined in its favor.
(b) all written material that the Respondent proposes to submit to the Expert;
and
(c) which, if any, of the Experts proposed by the Applicant are acceptable to the
respondent and, if no such Experts are acceptable, not less than three
individuals meeting the requirements to whom the Respondent would be
willing to refer the dispute.
24.2.7. If an Expert acceptable to both Parties is selected within seven (7) working
days after the applicant’s receipt of the response, the dispute shall be
referred to the chosen expert. If no expert is chosen within that period, the
dispute shall be settled by arbitration.
49

Bidder’s Signature
24.2.8. Unless the Parties otherwise agree:
(a) the Expert shall give the Parties not less than seven (7) days prior notice of
the time and place at which the Parties shall be given an opportunity to
present their case to the Expert;

(b) the place for hearing the dispute shall be in Maraimalai Nagar;

(c) the date of the hearing shall be not more than fourteen (14) days after the

Expert was appointed;

(d) at the time nominated for the hearing, each Party shall appear before the

Expert to present its case;

(e) the Parties shall not be entitled to have access to the other Party’s
records or data in connection with the dispute except as expressly
provided in the Contract.
(f) the Expert may permit a Party to use or produce documents not referred to
in the Referral Notice or, as the case may be, the Response if he or she
believes it is fair and equitable to do so, provided that the other Party shall
be given a reasonable opportunity to respond to such documents;

(g) the Expert shall render his or her decision on the dispute as soon as possible
after completing the hearing and shall advise the parties in writing of
the reasons for that decision;

(h) the hearing shall not be regarded as an arbitration and the procedural rules
governing arbitration shall not apply to it;

(i) no admissions or other statements made by a Party during the course of any
hearing for an Expert may be used as evidence in any other
proceedings.

(j) The Expert’s fees and expenses shall be shared equally by the Parties
24.2.9. The Expert’s decision shall be advisory only and shall not be binding upon
either Party unless the Parties enter into a written stipulation agreeing to be
bound by the Expert’s decision.

50

Bidder’s Signature
24.2.10.If the Expert does not reach a decision within 30 (thirty) days of his
appointment or such longer period as the Parties may agree in writing, either
Party may terminate the Expert’s appointment by giving a notice of
termination to the other Party and the Expert. Unless a new Expert is
appointed within seven (7) days after termination of the previous Expert’s
appointment, the dispute shall be resolved by arbitration.

24.3. Arbitration
26.3.1.In the event that the Parties are unable to resolve a dispute, controversy or
claim within 30 (thirty) days of the appointment of the Expert, then either
Party may give notice to the other of its intention to appoint Arbitrators.
24.3.2. In case no Expert is appointed by the Parties for resolution of the dispute,
then at any point of time after a dispute arises, either Party may give notice
to the other of its intention to appoint Arbitrators.

24.3.3. Within 7 days of the receipt of the notice of intention to appoint Arbitrators,
the If any dispute arises between MARAIMALAI NAGAR Municipality and the
Contractor in connection with or arising out of or in relation to the Contract,
the affected Party shall issue a Dispute Notice to the other Party giving a
description of the nature of dispute.

24.3.4. Each Party shall attempt to settle such dispute amicably within ten (10) days of
the issue of the Dispute Notice.

24.3.5. The Contractor shall appoint an Arbitrator each. The third Arbitrator shall be
chosen by the two Arbitrators so appointed by the Parties and shall act as
presiding arbitrator.

24.3.6. In case of failure of the two arbitrators appointed by the parties to reach
upon a consensus within a period of 30 days from the appointment of
the arbitrator appointed subsequently, the Presiding Arbitrator
shall be appointed by the President of the Institution of Engineers
(India), Tamilnadu Chapter, Chennai.
24.3.7. If one of the parties fails to appoint its arbitrator in pursuance of the above
within 30 days after receipt of the notice of the appointment of its arbitrator
by the other party, then the President of the Institution of Engineers (India),
TamilNadu Chapter, Chennai shall appoint the arbitrator. A certified copy of
51

Bidder’s Signature
the order of the President of the Institution of Engineers (India), Tamilnadu
Chapter, Chennai, making such an appointment shall be furnished to each of
the parties.
24.3.8. The arbitration proceedings shall be conducted in the English language and
shall be held in accordance with the provisions of the Indian Arbitration and
Conciliation Act, 1996 and such arbitration proceedings shall take place in
Chennai.
24.3.9. The award of the Arbitrators shall be reasoned one giving reason for
each claim allowed for and disallowed for. The decision of the majority of
arbitrators shall be final and binding upon both parties.

The cost and expenses of Arbitration proceedings will be paid as determined


by the arbitral tribunal. However, the expenses incurred by each party in
connection with the preparation, presentation, etc. of its proceedings as
also the fees and expenses paid to the arbitrator appointed by such
party or on its behalf shall be borne by each party itself.

24.3.10. Performance under the contract shall continue during the arbitration
proceedings and payments due to the contractor by the owners shall
not be withheld, unless they are the subject matter of the arbitration
proceedings.

24.4. Waiver of Sovereign Immunity

24.4.1. that the execution, delivery and performance by it of this Contract


constitute private and commercial acts rather than public or governmental
acts;

24.4.2. waives any right of immunity which it or any of its assignees now has or may
acquire in the future in any jurisdiction

24.4.3. consents generally in respect of the enforcement of any judgment


against it in any such proceedings in any jurisdiction to the giving of any
relief or the issue of any process in connection with such proceedings
(including, without limitation, the making, enforcement or execution against
or in respect of any property irrespective of its use or intended use)
52

Bidder’s Signature
25. Miscellaneous clauses
25.1. Indemnification

25.1.1. The Contractor shall indemnify the Maraimalai Nagar Municipality against all
losses and claims in respect of:
(a) Death or injury to any person including the employees of the Maraimalai Nagar
Municipality or the employees of the Contractor directly due to the negligence or
willful misconduct of the Contractor, but only if and to the extent of such
negligence or willful misconduct;
(b) loss or damage to any property directly due to the negligence or willful
misconduct of the Contractor, but only if and to the extent of such negligence or willful
misconduct;
(c) any other risks specifically to be covered as may be agreed by the parties after
the date of this Contract which may arise out of or in connection with the work
against all related claims, demands, proceedings, damages, costs, charges and
expenses due to a reasons attributable to the Contractor.
The Contractor shall protect and indemnify MARAIMALAI NAGAR
Municipality against any claim or liability arising directly from or based on
the violation of any laws, rules, regulations or bylaws, whether by himself or by
his employees.

25.1.2. The MARAIMALAI NAGAR Municipality shall indemnify the Contractor against all
losses and claims in respect of :
(a) death or injury to any person including employees of the MARAIMALAI
NAGAR Municipality or the employees of the Contractor directly due to the
negligence or willful misconduct of the Contractor, but only if and to the
extent of such negligence or willful misconduct;

(b) loss or damage to any property directly due to the negligence or willful
misconduct of the Contractor, but only if and to the extend of
such negligence or willful misconduct;

(c) any other risks specifically to be covered as may be agreed by the parties
after the date of this Contract which may arise out of or in connection
with the work against all related claims, demands, proceedings,

53

Bidder’s Signature
damages, costs, charges and expenses due to a reasons
attributable to the
Contractor.

25.1.3.The Maraimalai Nagar Municipality shall protect and indemnify the Contractor
against any claim or liability arising from or based on the violation of any
laws, rules, regulations or bylaws, whether by itself or by its employees.

25.1.4. All employees and transport vehicles shall be insured and copy of the
insurance policies furnished to Maraimalai Nagar Municipality for perusal and
record.

26.1. Assignments; Security Interests

26.1.1. Except as provided in the Contract, neither Party shall, without the other
Party’s prior written consent, transfer, assign or grant any form of
security over the Contract or any of their obligations, rights or benefits under
the Contract may be agreed by the parties after the date of this Contract. Any
purported transfer, assignment or security interest granted without the other
Party’s consent shall have no effect.

26.1.2.The Contractor shall have the right, after written notice of 15 (fifteen) days to
the Maraimalai Nagar Municipality, to assign any or all of its rights and
interests under this Contract to the Financing Parties as security for its
obligations under the Financing Documents, which assignment shall not
relieve the Contractor of its obligations under this Contract. The
Maraimalai Nagar Municipality shall execute all such consents and/ or
acknowledgements of any such security granted by the Contractor to the
Financing Parties, as the Contractor may reasonably request or as may be
agreed to make such security effective.

26.1.3 Transfer of rights by MARAIMALAI NAGAR Municipality to a successor company


26.1.4 The Maraimalai Nagar Municipality shall be entitled to transfer its rights and
obligations under the Contract to any entity provided the Go TN confirms the
same in writing to the Contractor.
54

Bidder’s Signature
26.1.5 The Parties shall cooperate in signing all such acknowledgements and notation
Contracts necessary to give effect to a subletting, assignment, Transfer or
creation of security/interest permitted by this Clause.

SECTION- 4

GENERAL CONDITIONS

55

Bidder’s Signature
OPERATION AND MAINTENANCE OF STREET LIGHTS

1. THE TASKS AND TERMS AND CONDITIONS WITH RESPECT TO OPERATION &
MAINTENANCE OF STREET LIGHTS
1.1. Period of Contract:

The operation and maintenance of street lights will be the responsibility of


the private Service Provider for the entire period of contract from date of
handing over. The Operation & Maintenance responsibility includes
preventive maintenance, routine maintenance & break-down maintenance,
the details of these maintenance works to be undertaken on part of the
private service provider is given in the Scope of Work. The action period of
contract will be for Three years from the start date.
1.2. Time of Attendance of O&M repairs and replacement:

The private service provider shall attend to the repair and replacement of
existing street lights within the specified time, i.e. within 48 hours on
receipt of the complaint. He should devise a system of communication
acceptable to the Employer and ensure continuous liaison.
1.3. Possession of attendance vehicles:

The private service provider should possess the required vehicles fixed with
ladder for transport of men and materials to attend repairs and
maintenance of RC books in case of own vehicles or Lease agreement in
case of hired vehicles should be attached along with the tender.
In case, if the Municipality is having Lift make Equipment (ie) street light
ladder vehicle be let on hire, the same can be hired by the Private Service
provider. The hire charges as fixed by the employer will be recovered from
the private service provider at the time of monthly payment. The hire
56

Bidder’s Signature
charges (excluding fuel charges, driver’s salary) will be recovered from the
private service provider as follows:
a. LMV mounted with ladder - Rs.400 per day

b. Jeep mounted with Sky lifter - Rs.2000 per day

c. Manual operated ladder - Rs.50 per day

2. PRIVATE SERVICE PROVIDERS’ OFFICE

2.1. Location of office with modern communication facilities:

The private service provider should establish an office with telephone and
Computer system with UPS and modern arrangements at a
convenient location with proper storing facilities so as to carry out
approved tasks effectively. He should maintain a complaint register in his
office and zonal offices/wards and unit offices.
2.2. Maintenance of master register for poles:

The private service provider shall prepare ward-wise master register


comprising of pole number, type of fitting, area and cost of lights, list of
parts replaced on repairs, date of replacement and average cost of
replacement of lights in the pole, etc..
2.3. Maintenance of FAULT Register:

The private service provider shall maintain a FAULT register in his office
indicating EB faults or other faults, which attribute to the breaking of
lighting service to public including jumper faults and section faults
3. TOOLS

The private service provider should provide the necessary tools as listed below to
each batch of wiremen and helpers as listed below:
1. Waist rope

2. Cutting Player

57

Bidder’s Signature
3. Tester

4. Screw Driver

5. Rain Coat

6. Hand Gloves

7. Hammer

8. Spanner Set (or) Monkey Spanner

4. Replacing of Wires running from switch box to the lamps:

The wires running from the Switch box to the lamps shall be replaced by the Bidder
at his cost.

5. ADDITONAL RESPONSIBILITIES OF PRIVATE SERVICE PROVIDER

5.1. Attendance of non-burning lights:

The private service provider shall make necessary arrangements to collect the
list of non-burning lights from Zonal Officers / wards and Unit offices at 8:00AM
daily. He should also corroborate the entries in the complaint register
maintained in his office and attend to all rectification works within 48 hours of
the registration of complaints. The employers reserve the right to see the
rectification reports month wise.
6. DUTIES OF SUPERVISOR OF PRIVATE SERVICE PROVIDER

The Supervisor should co-ordinate with the Municipality as also with the staff
of the Private Service Provider and TNEB. The supervisor should make
necessary arrangements to get the complaints rectified through the subordinate
based on his previous day area visit and also based on the complaints directly
received from the Public. For this purpose, total area of the city / town will be
divided in circles / zones in consultation with the ULB. They should go around the
area in the evening whether all the lights are in burning condition. They should
58

Bidder’s Signature
verify the entries by the wiremen / helpers for its correctness. Supervisors are
the men responsible to contact and coordinate with TNEB office for
transformer switching ON and OFF arrangement while attending the fault
in the area and make appropriate entries in the fault register on attendance of
faults.
7. REQUIREMENT OF EMPLOYEES & QUALIFICATION
The private service provider shall organize minimum manpower as described below:

Designation Nos. Qualification

Manager - Adequate experience in administration and


field

Lighting 2 Nos Diploma in Electrical Engineering, Mechanical


Superintendent/ Engineering / ITI with 5 Years adequate
Supervisor experience in this field.
Wiremen 17 Nos ITI with 1 Year experience

Helper 17 Nos ITI or Certificate with one Year Experience in


this field
Data Entry +2 passed with DTP with Adequate
Operator - Experience

8. PRIVATE SERVICE PROVIDER – RISK

All risks of loss or damage of physical property and of personal injury and death which
arises during and in consequences of the performance of the contract, will be
at the responsibility of the private Service Provider. The employer shall not be held
responsible for any unforeseen incidents, mishaps, accident to the employees
appointed and engaged during the period of contract and they shall be covered by an
adequate insurance by Private Service Provider.

9. PRIVATE SERVICE PROVIDER RESPONSIBLE FOR HIS ESTABLISHMENT

The employer has nothing to do with the establishment of Private Service Provider and
the private Service Provider is solely responsible for all matters connected with his
establishment

59

Bidder’s Signature
10. INSURANCE

The Employer has nothing to do with the establishment of Private Service Provider and
the private service provider is solely responsible for all matters connected with his
establishment.
11. COMPLIANCE TO ACTS & RULES OF OTHER DEPARTMENTS

All the woks shall be done in accordance with Indian Electricity Act and Rules and also
as per TNEB regulations as amended from time to time.

12. IDENTITY CARD FOR EMPLOYEES

Identification Cards shall be provided to the employees of private service


provider jointly signed by the employer or his authorized officer and the Service
provider. A stamp size photo should be affixed in the identity card. The
employees should be instructed to wear the Identity card while on duty.

13. RESPONSIBILITY FOR REGULAR INSPECTION

The private service provider shall e responsible for regular inspection and proper
daily maintenance of street lights in the areas assigned to them, including
preventive maintenance, routine and breakdown maintenance works inclusive of
all repairs and replacements

14. TIME FOR ATTENDING COMPLAINTS AND PENALTIES FOR DEFAULT

The O&M Contractor shall maintain details of complaints received, time and date
of receipt and rectification of fault. The O&M Contractor shall replace the lamps
or rectify the defect/ fault within 48 hours of complaint received. Incase if
he fails to comply with the above, the penalty will be levied as follows:

1. Tube lights / incandescent bulbs – Rs.15 / Light / Day

2. SVL / MH / LED lights and other lights – Rs.25 / Light / Day

For the above penalty to be levied, a complaint should have been unresolved by the
O&M contractor for more than 48 hours and such non-burning lights need to be
listed pole-wise.

60

Bidder’s Signature
The O&M Contractor shall maintain details of all complaints received, time and date of
receipt and rectification of fault.
The O&M Contractor should keep a minimum of 98% of the lights in burning condition. If he
fails to do so, the Chengalpattu District Municipality will levy penalty on the monthly bill.
The Chengalpattu District Municipality will estimate the average non-burning percentage
equal to (98%-actual burning %) percentage and the same will be deducted from the O&M
contractor’s monthly bill. For the above penalty to be levied, the Chengalpattu District
Municipality will not furnish pole-wise details of non-burning lights.
It is empirical that the O&M contractor shall inform the Maraimalai Nagar
Municipality of any changes in lamp type or of any additional lamps that may be
installed in existing service connections or if any lamps are removed from the existing
service connections. For all new lamps and lamps of different wattage that the O&M
contractor installs, it is mandatory that the O&M contractor gives prior notification to
the Maraimalai Nagar Municipality.

15. JUMPER FAULT / UG Cable fault

All Jumper Section and UG cable faults shall be rectified with the assistance of TNEB for
which the Contractor is exempted from Penalty only when produced the Certificate
from EB AE/AD at the discretion of Commissioner, Maraimalai Nagar Municipality.

16. MAINTAINING POLES AND FITTINGS

16.1. Numbering:

All the poles with light fittings should be numbered before taking over by the
private service provider with ward no and pole no. All fittings should also be numbered
when dismantled for fault rectification.
16.2. Frequency of Joint Inspection:

The joint inspection job includes among other activities, periodic inspection by staff
of Private Service Provider along with Municipality staff, in such a way that every light is
inspected once in 30 days minimum whether it is burning or not.
16.3. Maintenance work during windy/ rainy seasons:

61

Bidder’s Signature
Special attention during rainy/windy season should be given to replace defective
lights or rectify loose contacts in wiring and fitting/ fixtures.
16.4. Repositioning of arms:

It is the duty of the private service provider to position the lamp arms and fitting
whenever it is dislocated due to winds or rains or due to other reasons. Lamp glass
should be cleaned periodically to remove accumulated dust, if any
16.5. Maintaining pedestals:
Broken / Damaged cement concrete footings and pedestals shall be repaired and all
pedestals of the poles shall be painted in Yellow and Black band at least once in a Year.
16.6. M.S. Tubular poles:

The private operator shall provide aluminum paint to tubular MS poles including
the bracket and to the supporting angle of the bracket at least once in two years. The
right to advertise in the lamp post is solely vested with the Municipality. A register
should be maintained as to when each pole was painted.
16.7. Removal of bushes, thorns, herbs, etc

Growth of bushes/herbs shall not be allowed in and around the street poles.
The private service provider should maintain the street light poles by removing threads,
banners and pruning of tree branches around the fittings for uninterrupted illumination
as and when required.

16.8. Maintenance to be done throughout the year


The private service provider is responsible for the upkeep of the street lights on all
days throughout the year including holidays.
The private service provider shall not stop operation and maintenance of street
lights as part of any agitation, strike, etc. Being an essential service, stringent criminal
action shall be taken against the Private Service provider for any such act. His contract
will be liable to be terminated and performance security and other deposits are liable to
be forfeited incase of default/ lapse in proper maintenance of street lights
17. Free Maintenance of Website

Maraimalai Nagar Municipality has a state of the art website on street light
maintenance. The Service Provider shall attend to all complaints received
through the website and also update the website in consultation with Municipality
62

Bidder’s Signature
officials. Private Service Provider may maintain a separate website at his own cost
during the Period of Contract, if he wishes so.
18. Maintenance of Quality Standards in Materials supplied by the Contractor

The private Service Provider shall use only approved ISI/ISO quality spares, fittings,
lamps, chokes, capacitors and materials
19. Loss due to riot etc:

Private Service Provider will not be held responsible for missing luminaries
(Street light fittings) on account of riot, vandalism, etc.
20. Maintenance of new street lights installed within the contract period
All new street lights installed in this Municipality or by any other Contractor within the
contract period of 3 years will have to be maintained by the Private Service Provider
under the same conditions as the other street lights until the end of the contract period.
21. Occurrences beyond control of private service provider
In an unlikely case of mass fusing out of lamps / burning out of SV lamps or any other
associated accessories in the circuit for reasons attributable to short Circuit of any other
system failure which is beyond the control of Private Service Provider, he shall not
be held responsible.

22. Termination incase of breach of contract

In case of any breach of contract by the private Service provider, the


Employer reserves the right to cancel/ terminate this contract with 2 months notice.
The maintenance work for the left out period shall be taken up by the Municipality
through any other agency at the original contractor’s risk and cost.

23. Bidder to work only in the area allotted

The private Operator should not undertake, suo motto, any work in any other
area which is not included in the operation & maintenance contract, without
prior permission from the Employer.
24. Disputes redressal mechanism

For any disputes arising out of this contract, the Dispute Redressal Mechanism
shall be as per Clause 26 under Condition of Contract.

63

Bidder’s Signature
25. ADHERANCE TO TNEB/CEA/MUNICIPALITY/LABOR ACTS/RULES

The private service provider should adhere to the provisions of Acts/Rules of TNEB/CEA/
Municipality/Labor Laws/Acts/Rules in force, as of date, without fail.
26. COMPLIANCE TO ACTS & RULES OF OTHER DEPARTMENTS

All the woks shall be done in accordance with Indian Electricity Act and Rules and
also as per TNEB regulations as amended from time to time.
27. PAYMENT

The payment against the inspected goods shall be payable to the Firm within 30
days from the date of receipt of Goods in the concerned Stores of the
Municipality.
28. IDENTITY CARD FOR EMPLOYEES

Identification Cards shall be provided to the employees of private service


provider jointly signed by the employer or his authorized officer and the Service
provider. A stamp size photo should be affixed in the identity card. The
employees should be instructed to wear the Identity card with uniforms while on duty.

29. SPECIAL CONDITIONS

1. Purchase certificate for Choke, Wire/cables, Igniter, and ballast should be


produced and samples should be checked randomly by the departmental officers in
periodically before passing the payment.

2. Bidder should provide copper Cables as per EB Rules and norms for all UG
Service and over head lines.

3. All wiring works from pole to switch, switch to bulb and over head main
should be executed by the O&M contractor.

4. The Bidder should supply and erect timer switch for ON and OFF the new
lighting Service Connections whenever the Municipality requires
ADDITIONAL CONDITIONS FOR SUPPLY AND ERECTION OF NEW LIGHTS
IN EXISTING POLES 30. THE TASKS AND TERMS AND CONDITIONS WITH
RESPECT TO SUPPLY AND ERECTION OF NEW LIGHTS
30.1. Period of Contract:
The supply and erection of new street lights, light fittings, capacitors, chokes and ballasts
will be the responsibility of the private Service Provider for those items to be supplied by it
against the work order issued to it by the Municipality during the entire period of contract
from date of handing over. The action period of contract will be for Three years from the
start date. The Maraimalai Nagar Municipality reserves the right to purchase the new lights,
64

Bidder’s Signature
light fittings, capacitors, chokes and ballasts from the Private Service Provider or from any
other Contractor as and when required by it.
30.2. Issue of Work Order for each batch
The private Service provider will be issued a Work order by the Municipality for each batch in
which the required number and type of lamp fittings will be specified. The private service
provider shall supply and erect the lights only as replacement for lights that are damaged
due to accidents/natural calamities/etc. The rates for each Work Order will be calculated on
the basis of the rates quoted in the tender.
30.3. Delivery Time
The private service provider will be issued a separate work Order for the Supply and
Erection of new lamp fittings, etc. for each batch. The Service Provider shall deliver the
items in the Work order within 30 days from the date of issue of Work Order to the Stores of
the Municipality.
30.4. Erection
The items of supply after delivery to the Stores of the Municipality will be inspected by the
concerned officials of the Municipality. After inspection, the lamp fittings have to be erected
by the Private Service Provider in the lamp posts as instructed by the Municipality. The
Erection Charges have to be borne by the Private Service Provider and hence, the bidder is
requested to include all costs before bidding. No extra cost will be given by the Municipality.
30.5. Guarantee Period
The goods supplied by the Private Service Provider shall be guaranteed by the Firm for the
period of 1 Year from the date of Supply of the goods.
31. Maintenance of Quality Standards in Materials supplied by the Contractor The
private Service Provider shall use only approved ISI/ISO quality spares, fittings, lamps,
chokes, capacitors and materials

65

Bidder’s Signature
SECTION- 5

ADDITIONAL CONDITIONS OF
CONTRACT

ADDITIONAL CONDITIONS OF CONTRACT


1. Labour:

The Contractor shall, unless otherwise provided in the Contract, make his own
arrangements for the engagement of all-staff and labour, local or otherwise, and for
their payment, housing, feeding and transport.

66

Bidder’s Signature
The Contractor shall, if required by the Employer, deliver to the Employer a
return in detail in such form and at such intervals as the Employer may prescribe,
showing the staff and the numbers of the several classes of labour from time to time
employed by the Contractor on the Site and such other information as the Employer
may require.
Salient Features of Some Major Labour Laws applicable to Establishments engaged in
Building and Other Construction Work:

a) Workmen Compensation Act 1923:


b) Payment of Gratuity Act 1972:
c) Employees P.F and Miscellaneous Provision Act 1952:
d) Maternity Benefit Act 1951:
e) Contract Labour (Regulation & Abolition) Act 1970:
f) Minimum Wages Act 1948:
g) Payment of Wages Act 1936:
h) Equal Remuneration Act 1979:
i) Payment of Bonus Act 1965:
j) Industrial Disputes Act 1947:
k) Industrial Employment (Standing Orders) Act 1946:
l) Trade Unions Act 1926:
m) Child Labour (Prohibition & Regulation) Act 1986:
n) Inter-State Migrant workmen's (Regulation of Employment & Conditions of Service)
Act 1979:
o) The Building and Other Construction Workers (Regulation of
Employment and Conditions of Service) Act 1996 and the Cess Act of1996)
p) Factories Act 1948:

2. Arbitration (GCC Clause 18.3)

The procedure for arbitration will be as follows:

a) In case of Dispute or difference arising between the Employer and a domestic


disputes or difference shall be settled in accordance with the Arbitration and
Conciliation Act, 1996.The arbitral tribunal shall consist of 3 arbitrators - one each
to be appointed by the Employer and the Contractor and the third Arbitrator shall be
chosen by the two Arbitrators so appointed by the Parties and shall act as Presiding
arbitrator. In case of failure of the two arbitrators appointed by the parties to reach
upon a consensus within a period of 30 days from the appointment of the arbitrator
appointed subsequently, the Presiding Arbitrator shall be appointed by the Indian

67

Bidder’s Signature
Council of Arbitration/President of the Institution of Engineers (India/The International
Centre for Alternative Dispute Resolution (India).
b) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a)
and (b) above within 30 days after receipt of the notice of the appointment of its
arbitrator by the other party then the *Indian Council of Arbitration/President of the
Institution of Engineers (India)/ The International Centre for Alternative Dispute
Resolution (India), both in case of the Foreign Contractors as well as Indian
Contractor, shall appoint the arbitrator. A certified copy of the order of the Indian
Council of Arbitration/President of the Institution of Engineers (India)/The
International Centre for Alternative Dispute Resolution (India) making such an
appointment shall be furnished to each of the parties.
c) Arbitration proceedings shall be held at Maraimalai Nagar City in India, and the
language of the arbitration proceedings and that of all documents and communications
between the parties shall be English.
d) The decision of the majority of arbitrators shall be final and binding upon both
parties. The cost and expenses of Arbitration will be paid as determined by the arbitral
tribunal. However the expenses incurred by each party in connection with the
preparation, presentation, etc. of its proceedings as also the fees and expenses paid to
the arbitrator appointed by such party or on its behalf shall be borne by each party
itself.
e) Where the value of the contract is Rs.50 millions and below, the disputes or
differences arising shall be referred to the Sole Arbitrator. The Sole Arbitrator
should be appointed by agreement between the parties; failing such agreement, by
the appointing authority, namely the Indian Council of Arbitration/President of the
Institution of Engineers (India)/The International Centre for Alternative Disputes
Resolution (India).
f) Performance under the contract shall continue during the arbitration proceedings
and payments due to the contractor by the owners shall not be withheld, unless they
are the subject matter of the arbitration proceedings.

68

Bidder’s Signature
SECTION- 6
FORMS OF FORMAT

Forms of Formats MIS Formats Ward No Format – A Master Register

1 x 40w Tube 1 x 250w 1 x 400w


S. No. Street Light Sodium Vapour Metal Halide
Name Light Light

Format – B
List of Non-burning Lights Date of Survey:
Name of Person:
Sl. Nature of Nature of
No. Name of Street Ward No. Pole No. Existing Repair
Light

69

Bidder’s Signature
Format – C List of Materials Replaced from Poles
Material From Signature of
Sl. Name of Street Ward Received Pole Person Remaining
No. No. from Poles No. Returning of
ULB Staff

The above details were checked in field and found correct. Necessary
deductions made in the bill of quantities towards the salvage value.

AE/JE/ Maraimalai Nagar Municipality Authorized


Signatory

SECTION- 7

BILL OF QUANTITIES

MARAIMALAI NAGAR MUNICIPALITY PRICE SCHEDULE

1A. Operation & Maintenance of Street Lights including routine breakdown


maintenance and preventive maintenance works for Maraimalai Nagar Municipal
areas of MARAIMALAI NAGAR Municipality excluding Switching ON/OFF cost.

70

Bidder’s Signature
S. No Type of Lamp Rate per lamp fitting per Annum
(In Rs. words and Figures)

1 Rate per lamp fitting with


1x40W TL / Annum
Rate per lamp fitting with
2 4X36 W CFL / Annum
3 Rate per lamp fitting with
5x36 W CFL / Annum
4 Rate per lamp fitting with
1x250W SVL / Annum
Rate per lamp fitting with
5 1x400W MH / Annum
Rate per lamp fitting with LED
6 lights 50W

Rate per lamp fitting with LED


7 lights 90W

Rate per lamp fitting with LED


8 lights 100W

/ AnnumRate per lamp fitting with


9 LED lights 200W

/ Annum

1B. Operation & Maintenance of Street Lights including routine breakdown


maintenance and preventive maintenance works for Maraimalai Nagar Municipal
areas of Maraimalai Nagar Municipality only Switching ON/OFF cost.

71

Bidder’s Signature
Rate per Switch per Annum
S. No Type of Lamp (In Rs. words and figures)

1 Rate per Switch per


Annum

I / We agree to reduce the following percentage of the total value furnished above as
quoted in the item 1A towards the salvage value of old street light spare parts
replaced / retrieved in the maintenance work.
% of value furnished in Item 1A (per lamp fitting
S. No Type of Lamp rate)
40 W Tube Light
1
36W x 4 CFL Lights
2
36W x 5 CFL Lights
3
250W SV Lamp
4

400W x 1 MH Lamp
5

50W LED Light


6

90W LED Light


7

100W LED Light


8

200 W LED Light


9

1C. Supply and Laying of U.G cables and replacement of defective Switch boxes
with fuses in Maraimalai Nagar Municipality. The quantity mentioned below is only an
estimate of the quantity that may be required by the Maraimalai Nagar Municipality for the
next 3 Years. The quantity is subject to change and the right to change rests with the

72

Bidder’s Signature
Maraimalai Nagar Municipality. The Maraimalai Nagar Municipality will split the quantity of the
items in separate lots as and when required by it.

Unit Rate
S. No Type of Lamp Quantity (In Rs. words and Total (in Rs. words
figures) and figures)
1 Rate for Supply and
Erection of 1xSwitch 1 No
box with Fuse
2 Rate for Supply and
Erection of
2x10sq.mm UG Cable 1.00 Rm
per running m
3 Rate for Supply and
Erection of
4x10sq.mm UG Cable 1.00 Rm
per running m
4 Rate for Supply and
Erection of
4x16sq.mm UG Cable 1.00 Rm
per running m
5 Rate for Supply and
Erection of
3.5x25sq.mm UG 1.00 Rm
Cable per running m
6 Rate for supply and
Erection of Automatic
ON and OFF Timer 1 No
Sensor Switches

The Maraimalai Nagar Municipality shall buy Switch boxes with fuse and UG cables from the
successful bidder only for existing Service connections. There will be no fixed cost for O&M
of Switch boxes and UG cable given by Maraimalai Nagar Municipality to the Private Service
Provider. Whenever the Switch boxes or UG cable need replacement, the same shall be
replaced by the Private Service Provider for which the Maraimalai Nagar Municipality shall
pay the rate quoted by the Private Service Provider for the actual quantity replaced.
Note:

1. Successful Bidder shall be selected from the eligible bidders offering the lowest Operation
and Maintenance Charges and lowest Rate for supply and erection of new lights.

73

Bidder’s Signature
2. Bidder is advised to quote after including all operation and maintenance charges applicable
during the contract period and taking all the work specified under “Scope of Work”. All duties,
labor charges, transportation cost, insurance charges, taxes and other levies payable by the
bidder shall be included in the rates & prices and shall be part of total tender price submitted by
the bidder

Signature & Seal

(Firms Authorized Person

With Name & Designation)

Municipal Engineer,
Maraimalai Nagar Municipality.

74

Bidder’s Signature

You might also like