Upload
others
View
11
Download
0
Embed Size (px)
Citation preview
Greater Hyderabad Municipal Corporation
Request for Proposal
For
Providing Architectural illumination (Phase-I) to Durgamcheruvu Bridge Cables and
Bridge Towers, Hyderabad
RFP No. 01/SE(Electrical)/GHMC/2019-20
Date of release of RFP 22-06-2019
Pre bid meeting 29-06-2019 at 03.30 PM
Last date & time of submission of
RFP
20-07-2019 up to 03.00 PM
Date of Opening of RFP 20-07-2019 after 04.00 PM
Superintending Engineer (Electrical)
Greater Hyderabad Municipal Corporation
Cell: 9989930488
Mail id: [email protected]
DISCLAIMER
The information contained in this Request for Proposal (RFP) document provides the terms and
conditions set out for the selection of firm / agency for providing Providing Architectural
illumination (Phase-I) to Durgamcheruvu Bridge Cables and Bridge Towers, Hyderabad.
Subsequently, if required, further information or clarification shall be provided to the firm /
agency, whether verbally or in documentary or any other form as appropriate by or on behalf of
GHMC.
This RFP is not an agreement and is neither an offer by GHMC to the prospective Bidders or any
other firm or person. The purpose of this RFP is to provide interested parties with information
that may be useful to them in formulation of their proposals pursuant to this RFP document. This
RFP includes statements which reflect various assumptions and assessments arrived at by
GHMC in relation to the work referred in this RFP. Such assumptions, assessments and
statements do not purport to contain all the information that each Bidder may require. This RFP
document may not be appropriate for all persons, and it is not possible for GHMC, its employees
or advisors to consider the objectives, financial situation, technical expertise and particular needs
of each party who reads or uses this RFP document.
While this RFP document is prepared in good faith with due care and caution, the assumptions,
assessments, statements and information contained in the RFP document may not be complete,
accurate, adequate or correct. GHMC does not accept any liability or responsibility for any
errors, omissions or mis‐statements, negligence or otherwise. Each Bidder should, therefore,
conduct its own investigations and analysis and should check the accuracy, adequacy,
correctness, reliability and completeness of the assumptions, assessments, statements and
information contained in this RFP and obtain independent advice from appropriate sources.
The information provided in this RFP document is not intended to be an exhaustive account of
statutory requirements and should not be regarded as a complete or authoritative statement of
law. GHMC accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on law expressed herein. GHMC, its employees and advisors make no representation or
warranty and shall have no liability to any firm or Bidder under any law, statute, rules or
regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss,
damages, cost or expense which may arise from or be incurred or suffered on account of
anything contained in this RFP document or otherwise, including the accuracy, adequacy,
correctness, completeness or reliability of the RFP and any assessment, assumption, statement or
information contained therein or deemed to form part of this RFP document or arising in any
way in participation of Bidder(s) and selection procedure.
GHMC also accepts no liability of any nature whether resulting from negligence or otherwise
how so ever caused arising from reliance of any Bidder upon the statements contained in this
RFP document. GHMC may in its absolute discretion, but without being under any obligation to
do so, update, amend or supplement the information, assessment or assumptions contained in this
RFP document. GHMC reserves the right to withhold, nullify, amend or cancel any proceeding
or process at any stage at its sole discretion.
The issue of this RFP document does not imply that GHMC is bound to select a Bidder or to
appoint the Selected Bidder or Concessionaire, as the case may be, for the Project. GHMC
reserves the right not to proceed with the selection or to change the procedure of
evaluation/selection to be applied, as well as the right to decline any Bid from processing further
at any stage. GHMC reserves the right to reject all or any of the Bidders or Bids without
assigning any reason whatsoever.
SECTION – I
LETTER OF INVITATION
GREATER HYDERABAD MUNICIPAL CORPORATION
Sealed Tenders are invited by the Superintending Engineer (Electrical), Greater Hyderabad
Municipal Corporation for and on behalf of the Commissioner, Greater Hyderabad Municipal
Corporation for the following work:
S.No. Description of work Duration
1 Design, supply, installation and commissioning of
individual programmable LEDs on full length of the
Durgam Cheruvu bridge Cables and Bridge Towers with 5
years operation and maintenance
3 Months
I) INTRODUCTION
Greater Hyderabad Municipal Corporation (GHMC) is the urban local body
responsible for civic management of the Hyderabad City. Hyderabad city is the capital of
newly created vibrant Telangana State of India and known for its rich heritage, culture and
architectural importance.
Over the last decade, lights on bridges have become a trend not only for traffic
safety, but also to enhance their architecture. This is especially wonderful during the
holidays, a time when everything seems to sparkle just a little brighter and also on special
occasions and national festivals in our country. One of the key reasons most of the cable
bridges around the world are illuminated with LED lighting solutions is because of the fact
to reduce the lighting pollution on the new electrical systems according to the regulations in
force.
GHMC has taken up the construction of Cable stayed bridge and works are in good
progress and supposed to complete by October/Novemebr-2019. This is the first cable
bridge being built in South India, and is a model project for the state of Telangana.
GHMC intended to provide architectural illumination to the bridge in phase wise
manner which should enhance the aesthetics of the bridge. The lighting should be provided
in such a way that it should match with modern architecture, enhanced outline of the bridge
without disturbing its design.
Invitation for RFP document can be obtained from the address or download the same
from the official website of GHMC, www.ghmc.gov.in and in offline tender in e-
procurement platform for obtaining information with respect to the Conditions of Eligibility,
Credentials, and submissions required. Further details if required can be get from the office
of the Superintending Engineer (Electrical), GHMC, 4th Floor, CC Complex, Tank Bund
Road, Hyderabad.
Earnest Money Deposit:
Earnest Money Deposit (EMD) amount of Rs. 5,00,000/- (Rupees Five lakhs only) along
with bid document.
This EMD can be in the form of:
i) A bank demand draft on any Nationalized Bank / Scheduled Commercial Bank payable at
Hyderabad in favour of “the Commissioner, Greater Hyderabad Municipal Corporation”
ii) A bank guarantee in the format enclosed in tender document, from a Nationalized Bank /
Scheduled Commercial Bank.
Demand Drafts / Bank Guarantees furnished towards EMD shall be valid for a period of
6 months from the date of receipt of Bids.
The EMD of unsuccessful Bidders will be returned no sooner the tenders are finalized or
end date of the Bid validity period whichever is earlier.
The earnest money deposited by the successful Bidder will not carry any interest and it
will be dealt with as provided in the conditions stipulated in the tender.
Documentation Charges
The bidder is required to pay a non-refundable processing fee amounting to Rs. 10,000/-
(Rupees Ten Thousand Only) in the form of Demand Draft drawn on any Indian National
Bank / scheduled bank in favour of “The Commissioner, GHMC” payable at Hyderabad.
Bidders have to submit their sealed Tenders on 20-07-2019 up to 03.00 PM for which
specially box is provided in the office of the Superintending Engineer (Electrical) GHMC, 4th
Floor, CC Complex, Tank Bund Road, Hyderabad which will be opened after 4.00 PM on the
same day.
* The bids without Documentation Charges and EMD will not be considered.
SECTION 2- INSTRUCTIONS TO BIDDERS
Proposals from interested and eligible bidders to participate in the Project for Providing
Architectural illumination (Phase-I) to Durgamcheruvu Bridge (Cables and Bridge
Towers), Hyderabad with media display capability.
1. Cost of the Project:
GHMC desires to incur Rs.5.9Cr on this project i.e. providing Architectural illumination
Phase-I to Durgam Cheruvu Cable Bridge. The project cost is inclusive of GST/all
duties/taxes etc. This is indicative only. The bidder can quote the least possible
price.Min.1/2 km visibility on both sides will be specified.
2. Completeness of Bid
The Bid should be complete in all respects. Failure to furnish all information required by the
RFP document or submission of a proposal not responsive to the RFP document in every
respect will be at the Bidder's risk and may result in rejection of its Bid and forfeiture of the
Earnest Money Deposit (EMD).
3. Proposal Preparation Costs
The Bidder shall submit the bid at its cost and expense. Client shall not be held responsible
for any cost incurred by the Bidder. Submission of a bid does not entitle the Bidder to claim
any cost and rights over client.
4. Defect Liability Period
The Defect Liability Period for the project is 24 months after the completion of installation
and handing over the site to client.
5. BID Submission Instruction:
The BID would be submitted in Four cover system as per the instruction given in the table
below; all the Four envelopes should be sealed and kept in a fifth single envelope cover with
all the details of Tender No., Due date and details superscripted on it.
Particulars Instructions
Cover 1 RFP Document Fee and the EMD.
Cover 2:
Pre-
Qualification
Proposal
The pre-qualification proposal shall be prepared in
accordance with the requirements specified in this RFP
and the formats are prescribed in elsewhere of the RFP
Cover 3:
Technical Proposal
The technical proposal shall be prepared in accordance
with the requirements specified in this RFP and in the
formats prescribed in elsewhere of the RFP
Cover 4: Financial Proposal
The Financial Proposal shall be prepared in accordance
with the requirements specified in this RFP and in the
format prescribed in elsewhere of the RFP
Cover 5 All above 4 covers
BIDDERs are requested to take note of the following points:
Client shall not accept the delivery of Bids in any manner other than that specified in this
RFP. The Bid(s) delivered in any other manner shall be treated as defective, invalid and
shall stand rejected
The Bidder is expected to price all the items and services sought in the RFP. The Bid
should be comprehensive and inclusive of all the Services to be provided by the Bidder as
per the scope of work and in accordance with the terms and conditions as set out in the
Contract, without any exclusions/ omissions/exceptions.
Client may seek clarifications from the Bidder on the proposal. Any of the clarifications by
the Bidder on the proposal should not have any commercial implications. The Financial
Proposal submitted by the Bidder should be inclusive of all the items in the technical
proposal.
Apart from the Financial Proposal, any other documents of the proposal should not contain
any financial information.
If any Bidder does not qualify the pre-qualification criteria stated in this RFP, the technical
proposals of such Bidder shall not be opened.
It is required that the all the proposals submitted in response to this RFP should be
unconditional in all respects, failing which Client reserves the right to reject the proposal.
Late Bid and Bid Validity Period
The hard copy of the Bids received after the due date and the specified time (including the
extended period if any) for any reason whatsoever, shall not be entertained and shall not be
opened in the e-Tendering system. The validity of the bids shall be at least 90 (Ninety)
days from the last date of submission of the bid.
Modification and Withdrawal of Bids
No bid shall be withdrawn during the bid validity period of 90 (Ninety) days. In case of
withdrawal the entire EMD shall be forfeited.
Non-responsive Bids
A Bid may be construed as a non-responsive proposal and ineligible for consideration:
o If it does not comply with the requirements of this RFP
o If the Bid does not follow the format requested in this RFP or does not appear to
address the particular requirement(s) of Client.
Language of Bids
The Bids should be submitted only in English. If any supporting documents submitted are
in any language other than English, then the translation of the same in English language
(duly attested by the Bidder) should be submitted with the bid. The English translation shall
be validated at Client’s discretion
Authentication of Bid
The person/ official of the Bidder who signs the bid shall obtain an authority letter from the
Bidder, which shall be submitted with the Bid. All pages of the bid and its annexures, etc.
shall be signed and stamped by such authorized person.The Bidder should submit a Power
of Attorney.
Acknowledgement of Understanding of Terms
By submitting a Bid, each Bidder shall be deemed to acknowledge that he has carefully
read all sections of this RFP, including all forms, schedules, annexure, corrigendum and
addendums (if any) hereto, and has fully informed itself as to all existing conditions and
limitations.
6. Terms of Payment
The Client will make the payment as per the below terms:
Payments Milestones
25% of the total value Against supply of equipment at site
25% of the total value Against installation
30% of the total value Against testing, commissioning and handing over of
Project.
10% of the total value 10% after completion 1st year O&M Period.
10% of the total value 10% after completion 2nd
year O&M Period.
GHMC shall pay the Contractor, the amounts certified within 28 days of the date of each certificate.
The amount to be credited to the Contractor shall be as under:
Terms and conditions:
The Bidder should conduct third party inspection before dispatch of materials and must
submit the report for all the materials that will be supplied as per the contract, the third
party must be an internationally known agencies such as LLOYDS, TUV, BV or
equivalent. The Third Party inspection charges must be borne by bidder only.
Bills to the successful Bidder will be paid after completion of execution of Quality Check
and Control for the works executed and after issuance of certificate by the officer
concerned regarding proper execution of the work to the satisfaction of GHMC as per
specifications.
All the taxes, cess etc. applicable in the state of Telangana shall be deducted from the
contractor bills and shall be binding on the Bidder.
Any recovery advised by the officers of CHMC etc., due to non- fulfilment of contract
conditions shall be recovered from the contractor’s bills or EMD etc., as the case may be.
Currencies
All payments under this contract shall be paid in Indian Rupees (INR).
Deduction
Deductions from the Payment Certificates will be made towards Income Tax, Goods and
Service Tax etc., in force from time to time in the State of Telangana.
Annual Maintenance Payment:
The payment for Annual Maintenance will be paid on yearly basis as per the Price Bid for AMC period.
The contractor shall submit their Service Bill on satisfactory completion of Services for every year
(12) months which shall be duly approved by the Engineer-In-Charge & GHMC Quality Control Check.
7. TIME SCHEDULE:
The Works shall be completed in its entirety within the schedule as given below.
Sl.
No. Description of work Duration
1 Design, supply, installation and commissioning of
individual programmable LEDs on full length of the
Durgam Cheruvu bridge Cables and Bridge Towers
with 5 years operation and maintenance
3 Months
The successful bidder shall complete the work within 3 months from the date of signing of
the Agreement. The execution of work has to coincide with construction.
8. BID EVALUATION PROCESS
Client will constitute a Bid Evaluation Committee (BEC) to evaluate the responses of
the bidders.
The BEC constituted by Client shall evaluate the responses to the RFP and all
supporting documents. Inability to submit requisite supporting documents, may lead to
rejection.
The decision of the BEC in the evaluation of responses to the RFP shall be final. No
correspondence shall be entertained in this regard.
The BEC may seek clarifications from any Bidder w.r.t. its proposal and may visit the
Bidder’s client site to validate the credential/ citations claimed by such Bidder.
Each of the responses shall be evaluated as per the criteria and requirements specified in
this RFP.
9. Bid Opening
Total transparency shall be observed and ensured while opening the Bids. All Bids shall be
opened in the presence of the Bidder’s representatives who choose to attend the Bid
opening sessions on the specified date, time and address.
Client reserves the right at all times to postpone or cancel a scheduled Bid opening.
Bid opening shall be conducted in 3 (Three)Stages;
o Stage 1 - RFP Document fee and EMD, Pre-Qualification
o Stage 2 - Technical Proposal
o Stage 3 - Financial Proposal
The venue, date and time for opening the Pre-Qualification Proposal are mentioned in the
RFP NIT sheet. The date and time for opening the Financial Proposals would be
communicated to the technically qualified bidders.
The Bidder’s representatives who are present during the bid opening shall sign a register
evidencing their attendance. In the event of the specified date of Bid opening being
declared a holiday for Client, the bids shall be opened at the same time and location on the
next working day. In addition to that, if the representative of the Bidder remains absent,
Client will continue process and open the bids of the all bidders.
During Bid opening, preliminary scrutiny of the Bid documents shall be made to determine
whether required EMD has been furnished, whether the Documents have been properly
signed, and whether the bids are generally in order.
10. Evaluation of Pre-Qualification Proposals:
Client shall open Cover 1 marked “RFP Document Fee and Earnest Money Deposit
(EMD)”. If the contents of the Cover 1 are as per requirements of the RFP, Client shall
open Cover 2 marked “Pre-Qualification Proposal”. Each of the Pre- Qualification
condition mentioned in the RFP is mandatory. In case the Bidder does not meet any one of
the conditions, the bidder shall stand disqualified.
The Pre-Qualification proposal must contain all the documents in compliance with
instructions given in the Annexure1.
Response to the Pre-Qualification Requirements shall be evaluated in accordance with this
RFP and in the manner prescribed in Prequalification Criteria of the RFP.
The Bidders are required to submit all required documentation in support of the evaluation
criteria specified (e.g. Detailed Project citations and copy of work order, client contact
information for verification, and all others components) as required for technical
evaluation.
11. Evaluation of the Technical Proposal
The evaluation of the Technical Proposals will be carried out in the following manner:
Only those bidders who comply with all the prequalification criteria shall be considered as
responsive bids.
Technical proposals of only responsive bids will be evaluated.
The technical solutions proposed by the Bidder in the bid document will be evaluated as per
the requirements given technical evaluation criteria as mentioned in RFP.
Bidders shall make the technical presentation of the proposal to Client as per the agenda
mentioned in the RFP.
Each Technical Proposal shall be assigned a technical score out of a maximum of 100
(Hundred) points. The Bidder who gets minimum 75 % in phase - I qualified for Phase-II.
The Bidder who gets 75% marks and above in Phase - II will be qualified for Financial Bid.
The Bidders are required to submit all required documentation in support of the evaluation
criteria specified (e.g. Detailed Project citations and completion certificates, client contact
information for verification, and all others components) as required for technical evaluation.
At any time during the Bid evaluation process, BEC may seek oral/ written clarifications
from the Bidders. The BEC may seek inputs from their professional and technical experts in
the evaluation process.
Client reserves the right to do a reference check of the past experience stated by the Bidder.
Any feedback received during the reference check shall be taken into account during the
technical evaluation process.
The Financial Proposals of Bidders who do not qualify technically shall be kept un-opened.
Client reserve the right to accept or reject any or all bids without giving any reasons thereof.
Client shall inform the technically shortlisted Bidders about the date and venue of the
opening of the financial proposals
12. Evaluation of the Financial Proposal
The Bidders whose score 75% marks and above in phase -2 of technical evaluation
shall qualify for further consideration.
The total cost indicated in the Financial Proposal will be the main criterion for financial
evaluation.
The GHMC will determine whether the Financial Proposals are complete, unqualified,
and unconditional. The cost indicated in the Financial Proposal shall be deemed as final
and reflecting the total cost of services. Omissions, if any, in costing any item shall not
entitle the firm to be compensated and the liability to fulfill its obligations as per the TOR
within the total quoted price shall be that of the Bidder. The lowest financial proposal
will be 1st ranked for award of work.
The selected applicant shall be the called for negotiations.
13. CONTRACT NEGOTIATIONS AND AWARD OF CONTRACT
The Bidder who is invited for contract negotiations will, as a pre-requisite for attendance
at the negotiations, confirm the process of execution of project.
The selected Bidder is expected to commence the Assignment on the date mentioned and
at the location specified in the work plan attached with the bid.
14. Pre-Qualification Criteria
Each Bidder shall meet the following prequalification criteria
S. No. Basic Requirement
Specific Requirements Documents Required
PQ1 Legal Entity The Bidder could be sole
proprietorship /OEM/
partnership / Joint Venture
firm / companies registered
under the Indian Companies
Act, 1956 / 2013 and its
dealers / distributers in
operation for at least last 3
years as on date of last date
of submission of the
proposal.
Copy of Certificate of
Incorporation
Proof of existence
A copy of JV agreement (in case of
JV/Consortium). The complete
details of the members of JV firm,
their share and responsibility in the
JV firm etc. particularly with
reference to financial, technical and
other Obligations.
shall be furnished in the MOU
/Authorization from OEM (in case
of Dealer /Distributers)
PQ2 Turnover The Sole Bidder/ the
Principal OEM/Joint Venture
should have an average
annual Turnover of
Rs.5,00,00,000/- (Rupees
Five Crore only) in any one
financial year during the last
five financial years i.e. from
Certificate from the chartered
accountant (In case of company
preferably by the statutory
Auditor)
Audited financial statements
2014-15 to 2018-19.
PQ3 Blacklisting As on last date of submission
of the proposal, the Bidder
should not be blacklisted by
the any Country
Government/ Central
Government / any State
Government / Public Sector
Unit in India for
unsatisfactory past
performance, corrupt,
fraudulent or any other
unethical business practices.
Declaration by the bidder on 100/-
stamp paper
PQ4 Other Certificates
The Sole Bidder/OEM/JV/
each members of the
consortium must have PAN,
registration under Goods and
Service Tax, certificates
from the appropriate
authorities
Copy of registration certificates to
be submitted
PQ5 Mandatory Requirement
The Sole Bidder/ OEM/JV
should have established
permanent office in India
Copy of factory License to be
submitted
PQ6 Earnest Money Deposit (EMD)
EMD of Rs 5,00,000/- in
form of a Demand Draft or
Bank Guarantee which will
be in favour of
Commissioner, GHMC
payable at Hyderabad.
Demand Draft / Bank Guarantee
PQ7 Processing Fee
Rs.10, 000/- (Rupees Ten
Thousand Only/-), in the
shape of DD favor of the
Commissioner, GHMC
payable at Hyderabad which
shall be non-refundable.
Demand Draft
15. Technical Evaluation Criteria
The evaluation of Technical Proposals of only those Bidders who have qualified in the pre-
qualification criteria will be carried out.
If the Technical proposals are found to be inadequate and do not correspond to the design
brief, scope of work and terms of reference, they shall be summarily rejected.
The Technical Evaluation will be evaluated in two phases and total marks will be given out
of 100 . The first phase of the evaluation will be based on the Technical Proposal document
submitted by the Bidder and will carry 60 (Sixty) Marks. The Bidders will subsequently be
called for Technical Presentation that includes the Concept plan details which carry 40
(Forty)Marks
The Technical scoring shall be done based on the following:
S. No. Basic Requirement Marks
PHASE 1 OF EVALUATION OF TECHNICAL DOCUMENTS SUBMITTED
1.
Worked on similar projects for design, supply, installation and
maintenance of illumination of cable bridges/ suspension
bridges full length for any Central Govt./ State Govt. / Public
20
Sector Undertaking or Private/International Organization in
India or Internationally, either:
1 (One) project of Rs. 12 Crore or above (20 Marks for project)
Or
2 (two) projects of Rs. 6 Crore or above
(10 Marks for each project, Maximum – 20 marks)
*The bidder should submit relevant documents such as work orders/
Purchase orders/experience certificates certified by designated
person of the organization.
*The bidder shall have experience on their own name.
*JV is allowed
*JV Partner can have experience
* All partners are jointly responsible for the project
2.
Worked on a 4 (four) projects of similar nature in terms of
preparation of Concept plan / DPRs / Feasibility reports /
Design document etc. for lighting and full illumination of cable
bridges/ suspension bridges for entire length of the bridge.
(5 Marks for each project, Maximum – 20 marks)
*The bidder should submit relevant documents such as work
orders/ Purchase orders/experience certificates certified by
designated person of the organization.
*The bidder shall have experience on their own name.
*JV is allowed
*JV Partner can have experience
* All partners are jointly/ severally responsible for the project
20
3.
The bidder OEM/JV should have min. turnover of Rs. 5 Crore in
any one financial year during the last five financial years i.e. from
2014-15 to 2018-19.
*The bidder either sole or JV shall have required turnover
20
PHASE 2 : TECHNICAL PRESENTATION
4.
Adequacy of the proposed methodology (Power point shall be
presented by Bidder), Approach and Methodology, Organization
and staffing, Power Point Presentation clearly showing the design,
installation and operation, frame work with time lines.
40
Total Marks 100
16. AWARD OF CONTRACT
Post the evaluation process, CLIENT will award the Contract (by issuance of Letter of
Intent) to the Bidder whose proposal has been determined to be technically and financially
responsive to the requirements of the RFP and hereby referred to as the ‘Successful Bidder’
17. Letter Of Intent (LOI)
Within 15 days from the date of issuance of the LOI, the Successful Bidder shall accept the
LOI and return the same to CLIENT. The Successful Bidder shall execute the Contract with
CLIENT and shall also submit a Performance Bank Guarantee in favour of CLIENT
In case the Contract does not get executed within 15 days of acceptance of LOI or the
Performance Guarantee is not furnished, CLIENT reserves the right to invite the second and
/or subsequent preferred bidder for discussions/ negotiations or may also decide to annul the
bidding process or may invite fresh bids for the Project. Only acceptance of LOI without
furnishing the Performance Bank Guarantee shall not be considered as acceptance of LOI
and in such a case the entire Bid security submitted by the Successful Bidder shall be
forfeited. However, CLIENT on receiving request from the Successful Bidder may at its
absolute discretion, permit extension of period for execution of the Contract for a period of
30days.
18. Signing of Contract
CLIENT shall notify the successful Bidder that its bid has been accepted. The successful
Bidder shall enter into the contract with CLIENT within the time frame mentioned in the
LOI issued to the successful Bidder by CLIENT
19. Performance Bank Guarantee
Within 15 days from the date of acceptance of LOI, the Successful Bidder shall at its
expense submit an unconditional and irrevocable Performance Bank Guarantee (PBG) for
an amount at least 10% of contract value to CLIENT towards Performance Security for 6
Months. Same will be released after handing over the site to GHMC.
In case the Project is extended after the Project schedule as mentioned in the RFP, the PBG
shall be accordingly extended by the successful Bidder for the extended period.
The PBG shall be from a Nationalized Bank or a Scheduled Commercial Bank, payable on
demand, for the due performance and fulfilment of the contract by the successful bidder.
All charges whatsoever such as premium; commission etc. with respect to the PBG shall be
borne by the successful Bidder.
The bidder shall furnish Performance bank guarantee for an amount of 10% value of AMC
charges for 5 years quoted by agency before commencement of AMC period. Same
will e released after completion of (5) years AMC Period.
In the event of the successful Bidder being unable to service the contract for whatever
reason CLIENT would invoke the PBG. Notwithstanding and without prejudice to any
rights whatsoever of CLIENT under the contract, the proceeds of the PBG shall be payable
to CLIENT as compensation for any loss resulting from the successful bidder’s failure to
complete its obligations under the Contract. CLIENT shall notify the successful Bidder in
writing of the exercise of its right to receive such compensation within 14 days, indicating
the contractual obligation(s) for which the Bidder is in default.
CLIENT shall also be entitled to make recoveries from the Bidder’s bills, Performance
Bank Guarantee, or from any other amount due to it, for any wrong payment made to the
Bidder due to inadvertence, error, collusion, misconstruction or mis statement.
4. TERMS OF REFERENCE
Greater Hyderabad Municipal Corporation (GHMC) desires to Providing Architectural
illumination to Durgamcheruvu Cable Bridge, Hyderabad with media display capability. This
specification governs requirement for entire lighting package which includes various types of
lights to be used in illumination of Durgam Cheruvu Cable Bridge. GHMC intended to go for
media changing content lighting solution for bridge which uses the LED light points and wall
washers. However Vendors may offer their own design and GHMC will evaluate the same based
on the design and overall effect of the lights on the cable bridge.
1. SCOPE OF WORK:
Design, supply, installation and commissioning of individual programmable LEDs on
full length of the Durgam Cheruvu bridge Cables and Bridge Towers which includes
cable, pylon and diamond structure of the pylon.
Lighting should be on both sides of cable with suitable LEDs, which can be
programmed to show different themes with DMX Controllers. Min ½ km visibility is
specified for any type of lights.
Crash barriers and street lights are not in the scope of this tender. However, shall be
able to integrate as and when taken up.
Supply of wire, conduit and all other accessories required as per specifications.
Fitting and Testing of entire works.
Rectification of all troubles as and when required for efficient working of the lighting
system during Defect Liability period.
Operation & Maintenance of the entire Works for (5) years including supply of Man-
power, Spares, Consumables and T&P. Charges shall be mentioned with the priced
offer to be submitted in the bid.
During Five years AMC, detailed O&M has to be taken up by bidder. The bidder
agency should keep a permanent field station in Hyderabad and attend to each and
every complaint and replace any damaged portion within 2 days.
GHMC will bear monthly CC Charges after completion of the project. However, the
successful bidder has to bear data charges for O&M period of 5 years.
AutoCAD drawings will be provided by GHMC. 3D drawings of the cable bridge are
available at the link https://we.tl/t-lpEhds13Sy
Based on load design given by bidder, Transformer required for power supply will
be provided by GHMC. Other equipment such as AVR, panel Board etc. are in
the scope of bidder. Required cabling to be done by bidder only.
Successful bidder has to establish control room for controlling the lighting of the
bridge. However control room space will be provided by GHMC.
Required cabling to be done by bidder.
The successful bidder has to work in coordination with main bridge contractor i.e.
L&T.
2. Expectations, vision and success parameters for the project:
Building responsive and sensitive design:
Creative, theme - based and innovative design solutions for lighting responsive and
sensitive to the architectural value, material fabric and design of the sites, with specific
sensitivity towards architectural design of the gates and historical ecological parameters
of the lake remaining unchanged.
Minimally invasive design:
The lighting fitting and fixtures, including the mounting arrangement, will be discreet
so as to not detract from the architectural design of the bridge and must be minimally
invasive to the material and architectural fabric and also the lake water parameter to be
maintained without harming the ecology and bio-diversity of the lake.
The LEDs will be tied to the cable tubes by suitable fasteners/clamps and the design
shall be such that the heat generated by LED & cabling shall be minimum so as not to
affect HDPE cable tubes.
The lighting design shall be in such a way that will not affect the driving on roadway of
the bridge. The bidder has to design suitably keeping in view traffic sensitivity and
aesthetic elements.
Lighting shall be provided on both sides of the bridge with minimum of ½ km visibility
Context responsive design:
The lighting solutions should take into account the physical and environmental context
of the bridge- its visual relationship with the street, character of lighting and activity in
the surrounding to avoid light pollution or visual anarchy, surrounding flora and fauna,
obstructions to views, vantage points of the building etc.
Energy efficient and sustainable design and implementation models towards improved
power consumption.
Cost effectiveness:
While running costs are to be borne by the CLIENT, the technical proposal will be
adjudged on the cost effectiveness in the long term
Quality and innovation of proposed hardware and fixtures.
Environmental friendly:
The lighting should also take into consideration the energy foot print (energy
consumption) as well as safety aspects (including fire safety).
Light pollution from exterior should be reduced to increase night sky access and
enhance nocturnal environment.
3. TECHNICAL FEATURES:
Develop the schematic lighting solutions into a detailed design and calculation for a
daily lighting scheme and shall incorporate any changes requested by the Client.
Develop lighting plans document, system design and load schedules.
Arrange for a mock-up of these selected lighting fixtures at some of the said premises, if
required.
Provide detailed lighting proposal drawings in the form of plans, elevations, sections or
any details (as required) on the base drawings of the bridge (in AutoCAD format)
The bidder shall ensure that all drawings/ details of lighting design will be reviewed and
validated by the team of CLIENT before implementation at the site.
Provide the list of finalized lighting fixtures specifications, schedules, cost estimates,
Bills of Quantities and performance of lighting system to meet the Client’s expectations.
Provide detailed electrical load calculation, explanation on how the fixtures identified
are energy efficient and operational cost for the equipment.
Provide a phasing plan for implementation to meet the Client’s expectations.
Identify a suitable and safe location for the electrical control panel.
Special consideration to be given for designing lighting layout for bridges so that no
physical damage is caused to the cable bridge during installation or to the life of the
architectural fabric due to excessive heat / light emissions during the running of the
Project. The proposals must be supported by technical information regarding these to the
satisfaction of the Client and the bidder will ensure that this is developed guided by the
technical expert tem of CLIENT.
It is clarified that any concepts and schematics as per the proposal of the successful
bidder which are approved by the Client shall be part of the bidder’s terms of reference.
The design proposal shall contain preliminary lighting layout with fixture details and
relevant photographs of similar installations and fixture specifications.
The design should not destroy the Architectural features of bridge in day time as well as
night time.
It should have smart lighting features with all modern amenities such as DMX controller
switch software back up to enable GHMC to change the media content as per
requirement.
Colour scheme etc. should be clearly mentioned.
Preliminary layout plan and effective space utilization should be given.
Innovative design, elevation & perspectives should be mentioned.
Items/ Technology proposed for illumination with effectiveness in terms of Energy
saving, Green building concept, look, & suitability in terms of Cable Bridge should be
present.
Type of Protection to the enclosure of light fittings for outdoor installation shall be IP-
68 or better. Test certificate shall be produced by bidder.
Bidder has to submit the required test certificate for Major Supplies and LM80 and
Photo biological Test for LED.
The lighting should also take into consideration the energy foot print (energy
consumption) as well as safety aspects (including fire safety).
Serviceability and maintainability of the installed system should be considered.
The illumination should be taken up for maximum visibility and to enhance Bridge.
Light pollution from exterior should be reduced to increase night sky access and enhance
nocturnal environment.
All the lights used for illumination should be LEDs only, no element of focus lights to be
incorporated.
All the lights for illumination of bridge should be controlled by proper size MCCB &
MCB with
Astronomical timers (Where the time of on & off changes automatically based on change
in sun set timings).
Scheduled maintenance and Breakdown maintenance facility should be mentioned.
The lights to be installed have to meet fluctuation changes and have backup support to
meet emergencies.
4. Technical requirements of material:
A. Supply of Materials and Installation
Based on the approved list of material to be installed for the Project, all the material to
be procured and supplied by the bidder shall be as per the time schedule submitted to the
Client.
The inspection and testing of luminaires / Control Gears (if any) in India before supply
must be undertaken by approved testing laboratory. BIS is mandatory for components
for which BIS are available. For components where BIS is not available, International
standards are allowed.
All the electrical parameters of the system such as V, W, operating temperature will be
based on vendor design only.
Bidder has to submit all the safety certificates within 15 days placing order/LOI.
The Bidder should conduct third party inspection before dispatch of materials and must
submit the report for all the materials that will be supplied as per the contract; the third
party must be by the internationally known agencies such as LLOYDS, TUV, BV or
equivalent at his cost.
The selected bidder will be responsible for testing and performance of the luminaries
supplied to the Client.
The bidder will complete the final system integration, if any for soft commissioning as
per the instruction of the Client.
The selected bidder shall ensure electrical safety of the system and installed fixtures and
fittings.
The bidder will deploy the requisite team of experts, engineers, labour (as appropriate)
to execute the work at site.
The execution of the work shall be conducted in a phased manner.
The bidder, shall develop as built drawings and operational manuals for all the fixtures
installed for beautification lighting.
2 Persons should be deployed in Hyderabad for O&M of the contract once work order is
signed.
Cable used for the wiring shall be as per IS standards. Detailed specifications of cable
will be given after finalising the tenders.
B. Software:
LED synchronising must be operated by DMX controller only because GHMC may
change the media content as per our requirement at any time.
5. WORK PLAN
As time is the essence of the Contract, on Mobilisation, the Contractor shall submit the
work program in an acceptable format. The Contractor shall submit 3 (three) hard
copies and 1 (one) soft copy of the said program for the approval of the Superintending
Engineer (Electrical)/ GHMC. The Contractor shall update the said work program
periodically to demonstrate the actual progress against the plan so that necessary
corrective measure can be taken up.
All equipment to be supplied shall be subject to inspection by GHMC. Such inspection
shall however not relieve the contractor of his obligations under the contract.
The contractor shall be responsible for timely delivery of equipment at site, transport to
the place of installation, storing, installation, testing and commissioning of all the
materials that are included in the scope of work.
All necessary equipment for working at various heights shall be the responsibility of the
Contractor. The contractor shall be responsible for compensation in case of any accident
to his workmen or others at site.
The contractor shall fulfill and bear all statutory charges for their workmen i.e. Bidder
shall indemnify GHMC of any such charges as compensation.
The contractor shall supply all necessary hardware and consumable required for the entire
installation.
List of Mandatory certifications required (To be submitted along with Technical
bid)
a. IP68 water proof test report
b. Fire proof test report with V-0 rating
c. Salt spray test report for salt water test proof testing
d. Anti UV Proof test report
e. Anti-shock proof test report
f. Approval of certificates of BIS
5.0 GENERAL TECHNICAL SPECIFICATION FOR PROPOSED WORK
5.1 SCOPE
This scope of work covers the Design, supply, installation and commissioning of individual
programmable LEDs on full length of the Durgam Cheruvu bridge Cables and Bridge Towers
with 5 years operation and maintenance. Any equipment, device, component, or work not
specifically mentioned in this specification but considered essential for proper design and
operation shall be included by the Bidder in his offer. Applicable provisions and conditions of
contract shall govern the work under the Section.
5.2 GENERAL
The work to be provided for by the Contractor, unless otherwise specified, shall include but not
limited to the following:
i Furnish all labour, supervision, services, materials, supports, scaffolds, construction equipment,
tools, plants and transportation etc. required for the proper execution of the job as per
specification and schedule of items and get all necessary tests on materials and work conducted
at their cost.
ii Notwithstanding the General layout shown in the drawing, the contractor shall obtain further
approval of the layout at site from the Engineer-in-Charge before commencement of the work.
iii To provide all incidental items not shown or specified in particular but necessary for proper
execution of works in accordance with the drawing, specification and schedule of items.
iv To maintain the work and keep them maintained till handed over to the owner in proper
working condition.
v. All supply and installation work shall be carried out as per specification and in accordance
with the construction drawings and shall conform to requirements called for in the Indian
Electricity Rules 1956 with its latest amendment, Indian Electricity Acts and all relevant codes
and practices issued by the Bureau of Indian Standard as amended up-to-date. The work shall
also comply with the provisions of the general or local set of legislatures and regulations of any
local or other statutory authority which may be applicable.
vi. The Contractor for the work must possess valid Electrical license or BIS issued by any
licensing authority of State Government/Central Government of India.
vii. The cost of insurance, including premium, will be borne by contractor only.
5.3 LOCAL CONDITIONS:
The Bidder shall visit the site; ascertain the local conditions, entry, traffic restriction, and
obstructions if any and also site conditions. Whether the Bidder visits the site or not, he is
deemed to have visited the site and ascertained the entire site conditions.
5.4 STANDARDS:
The equipment and the installation work shall generally conform to the requirements of the
Indian Electricity Rules with its latest amendments and all relevant standards and code of
practice of the Bureau of India Standards. However, the decision of Superintending Engineer
(Electrical), GHMC shall be final with respect to requirements.
5.5 MATERIALS
BIS is mandatory for components for which BIS are available. For components where BIS is
not available, International standards are allowed.Contractor shall obtain approval from the
Superintending Engineer (Electrical)/GHMC of sample of all materials before placing order.
For standard bought out items, the sizes manufactured by the firms listed shall prevail when there
is discrepancy in the sizes mentioned in the schedule without any financial adjustment.
5.7 SPECIFICATIONS
Unless specifically mentioned otherwise, all applicable codes and standards published by the
Bureau of Indian Standard and all other such publication as may be published by them after work
starts, shall govern in respect of design, workmanship, quality and properties of material and
method of testing.
5.8 SAFETY
All equipment shall be complete with approved safety devices wherever a potential hazard to
personnel exists and with provision for safe access of personnel to and around equipment for
operation and maintenance functions.
5.9 COMPLETION OF WORK
The entire project should be completed in 90 days from the date of signing into agreement. In
the event of non completion of the project within the period agreed to by and between the parties,
a grace period of 15 days, at best may permissible subject to the satisfaction of the “Client”.
However, the client, for good and sufficient reasons may allow further extension of time beyond
the grace period.
The work shall be considered as complete in all respects only after permanent service connection
from local power supply and energising the lights as directed by the Engineer-in-Chrage,
GHMC.
Payment on work shall be made as per measurement and proportionate to the quantum of work
completed. In the event of any dispute with regard to the proportion of work complete, the
decision of the Superintending Engineer (Electrical), GHMC shall be final and binding to the
contractor.
5.10 Penalty:
Failure on the part of the delivery and installation of the goods within the stipulated period set
out in the contract will attract penalty @ 0.5% per week of delay or part thereof on the value of
the undelivered portion, subject to maximum of 5% of the contract value. If the period of the
delay exceeds the specified maximum, the GHMC reserves the right to terminate the contract
besides forfeiting the EMD available with the GHMC.
However, this penalty is not applicable, if the delay is on part of the client or due to any external
factor which is beyond the Contractor's control.
5.11 FORCE MAJEURE:
GHMC will not be responsible for any delay / stoppage of work due to force majeure conditions
like natural calamities, civil disturbances, strikes, war etc., and losses suffered, if any, by the
bidder on this account. GHMC shall not be liable in any way to bear such losses and no
compensation of any kind whatsoever will be payable by GHMC to the Contractor.
5.12 ARBITRATION:
All and any disputes of differences arising out of or touching this agreement will be decided by
the Courts or Tribunals in Hyderabad only. No suit or other legal proceedings will be instituted
elsewhere.
PROFORMA
IRREVOCABLE & UNCONDITIONAL BANK GUARANTEE
FOR EARNEST MONEY DEPOSIT
WHEREAS ……………………………………………………….. (Name of the Agency) (here
in after called “the Tenderer”) has submitted tender response to RFP No. 01/ SE(Electrical)/
GHMC/2019-20 for the work“Design, supply, installation and commissioning of individual
programmable LEDs on full length of the Durgam Cheruvu bridge Cables and Bridge
Towers with 5 years operation and maintenance”.
KNOWN ALL MEN by these present that we …………………………
…………………………………… (Name and Address of Bank) ……………………………….
(hereinafter called “the Bank” are bound unto ……………………… / (Commissioner, GHMC)
in the sum of Rs.5,00,000/-(Rupees Five Lakhs only) for which payment will and truly to be
made to the said Department, the Bank binds itself, his successors and assigns by these presents.
SEALED with the Common Seal of the Bank this …………….. day of ……………..201….
THE CONDITIONS of this obligation are:-
(1) If after Tender opening the tenderer withdraws or modifies his Bid during the period of
bid validity specified in the Form of Tender.
(2) If the Tenderer having been notified of the acceptance of his bid by the Department
during the period of validity.
(a) Fails or refuses to execute the Form of Agreement in accordance with the
Instructions to Tenderers, if required; or
(b) Fails or refuses to furnish the balance EMD and additional performance Security in
accordance with the instructions of Tenderers.
We undertake to pay to the Department up to the above amount upon receipt of his first written
demand, without the Department having to substantiate his demand, provided that in his
demand the Department will note the amount claimed by him is due to him owning to the
occurrence of one or both of the two conditions, specifying the occurred condition or
conditions.
This Guarantee will remain in force up to 6 Months from the date of Bid.
DATE………………. SIGNATURE OF THE BANK
WITNESS……………….. SEAL………………………………………………..
-------------------------------------------------------------------------------------------------------
(Signature, Name and Address)
-------------------------------------------------------------------------------------------------------
Form Tech-1: TECHNICAL PROPOSAL SUBMISSION FORM
(ON THE LETTER HEAD OF BIDDER)
*shall be placed in Cover-3
Sub: Bid for “Design, supply, installation and commissioning of individual programmable
LEDs on full length of the Durgam Cheruvu bridge Cables and Bridge Towers with 5
years operation and maintenance”.
Dear Sir/Madam:
1) With reference to your RFP document dated *****, I/we, Being duly authorized to represent
and act on behalf of………………………………….{name of the Bidder }, having examined
the RFP Document and understood their contents, hereby submit my/our Bid for Design,
supply, installation and commissioning of individual programmable LEDs on full length
of the Durgam Cheruvu bridge Cables and Bridge Towers with 5 years operation and
maintenance on behalf of (Name of the Bidder) in response to and as per the requirements of
the RFP for your evaluation.
2) The Bid is unconditional and qualified. I/ We acknowledge that Greater Hyderabad Municipal
Corporation (GHMC) will be relying on the information provided in the Bid and the
documents accompanying the Bid for selection of the Contractor for the aforesaid Project, and
we certify that all information provided therein is true and correct; nothing has been
omitted/concealed which renders such information misleading; and all documents
accompanying the Bid are true copies of their respective originals.
3) This statement is made for the express purpose of qualifying as a Bidder for Design, supply,
installation and commissioning of individual programmable LEDs on full length of the
Durgam Cheruvu bridge Cables and Bridge Towers with 5 years operation and
maintenance.
4) I/ We shall make available to GHMC any additional information it may find necessary or
require to supplement or authenticate the Bid.
5) I/ We acknowledge the right of GHMC to reject our Bid without assigning any reason or
otherwise and hereby waive our right to challenge the same on any account whatsoever.
6) We certify that in the last five years, we have neither failed to perform on any contract, as
evidenced by imposition of a penalty or a judicial pronouncement or arbitration award, nor
been expelled from any project or contract nor have had any contract terminated for breach on
our part.
7) I/ We declare that:
a. I/ We have examined and have no reservations to the RFP Document, including any
Addendum issued by GHMC.
b. I/ We do not have any conflict of interest in accordance with Clauses 14(PQ3) of
Instructions
to Bidder in Section-2 of RFP document;
c. I/We have not blacklisted not be blacklisted by the any Country Government/ Central
Government / any State Government / Public Sector Unit in India for unsatisfactory
past performance, corrupt, fraudulent or any other unethical business practices
and
d. I/ We hereby certify that we have taken steps to ensure that in conformity with the
provisions of Clauses 14 of Instruction to Bidder in Section-2 of RFP document, no
person acting for us or on our behalf has engaged or will engage in any corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive
practice.
8) I/ We understand that you may cancel the Bidding Process at any time and that you are
neither bound to accept any Bid that you may receive nor to invite the Bidders to Bid for the
Project, without incurring any liability to the Bidders.
9) I/ We certify that in regard to matters other than security and integrity of the country, we
have not been convicted by a Court of Law or indicted or adverse orders passed by a
regulatory authority which could cast a doubt on our ability to undertake the Project or which
relates to a grave offence that outrages the moral sense of the community.
10) I/ We further certify that in regard to matters relating to security and integrity of the country,
we have not been charge-sheeted by any Bidder of the Government or convicted by a Court
of Law.
11) I/ We further certify that no investigation by a regulatory authority is pending either against
us or against our Associates or against our CEO or any of our Directors/ Managers/
employees.
12) I/ We undertake that in case due to any change in facts or circumstances during the Bidding
Process, we are attracted by the provisions of disqualification in terms of the guidelines
referred to above, we shall intimate GHMC of the same immediately.
13) I/We hereby irrevocably waive any right which we may have at any stage at law or
howsoever otherwise arising to challenge or question any decision taken by GHMC in
connection with the selection of the Bidder, or in connection with the Bidding Process itself,
in respect of the above mentioned Project and the terms and implementation thereof.
14) In the event of my/ our being declared as the Selected Bidder, I/We agree to enter into a
Contract Agreement in accordance with the draft that has been provided to me/us as part of
the bid documents. We agree not to seek any changes in the aforesaid draft and agree to abide
by the same, in case we become the contractor.
15) I/We have studied the RFP Document carefully and also surveyed the project sites. We
understand that except to the extent as expressly set forth in the Contract Agreement, we
shall have no claim, right or title arising out of any documents or information provided to us
by GHMC or in respect of any matter arising out of or concerning or relating to the Bidding
Process including the award of Contract.
16) I/We offer a Bid Security of Rs.5,00,000 (Rupees Five Lakhs Only) to Commissioner,
GHMC in accordance with the RFP Document.
17) The Bid Security in the form of a Demand Draft/ Bank Guarantee is attached.
18) I/We undertake, if our Bid is accepted, to initiate the work/ services related to the project not
later than the date indicated in the Data Sheet.
19) I/We agree and understand that the Bid is subject to the provisions of the Bidding
Documents. In no case, I/We shall have any claim or right of whatsoever nature if the Project
/ Contract is not awarded to me/us or our Bid is not opened.
20) I/ We agree and undertake to abide by all the terms and conditions of the RFP document.
21) I/We agree to keep this offer valid for 90 (one hundred and Twenty) days from the Bid Due
Date specified in the RFP.
In witness thereof, I/we submit this Bid under and in accordance with the terms of the RFP
document.
Yours faithfully,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name and seal of Bidder
Address:
Date: _________
Place: __________
FORM TECH-2: BIDDER’S ORGANIZATION AND EXPERIENCE
*shall be placed in Cover-3
[Provide here a brief (two pages) description of the background and organization of the Bidder
with following summary sheet.]
Name of the Bidder:
Address of Registered Office:
Registration No :
GST Clearance Certificate
IT Clearance Certificate
Contact Person with Contact Details
Annual Turnover* in last Five years (in
Lakh)
FY 2018-19:
FY 2017-18:
FY 2016-17:
FY 2015-16:
FY 2014-15:
Average Annual Turnover for above Five
Financial Years:
*Audited Statements to be enclosed.
*Note: In case, the turnover and Service
Tax/GST documentation is not available
for the FY 2018‐ 19; provide the same for
the FY 2013‐ 14 in lieu of FY 2018‐ 19
Net worth of Bidder (Positive/ Negative):
Current Contract Commitments: (in Lakh)
Working Capital: (in Lakh)
Experience in Cable bridges/suspension
bridges:
Number of Cable bridges/suspension
bridges illumination projects takenup
during last 5 years:
Total assignments of Cable
bridges/suspension bridges for
Maintenance:
No. of Assignments:
Maintenance done for number of years:
Maintenance being done for number of
years:
Any other innovative projects for lighting
works:
Any Award or Felicitation received by the
Bidder:
Any Other Relevant Details:
Attach the completion certificates for Cable bridges/suspension bridges illumination projects
and maintenance completed. Also attach the certificates issued by the authority for on-going
projects. The projects without completion certificates could not be considered for evaluation.
FORM TECH-3: SCHEDULE OF MANPOWER
*shall be placed in Cover-3
Details of technical & administrative personnel of the Bidder
S. No. Designatio
n
Total
Number
Number
Available
for this
work
Name
Qualificati
ons
Profession
al
Experience
Details of
work
carried out
3. PERFORMANCE BANK GUARANTEE (UNCONDITIONAL)
To:
The Commissioner,
Greater Hyderabad Municipal Corporation,
CC Complex, Hyderabad - 500063
WHEREAS [name and address of Contractor] (hereinafter called the Contractor) has
undertaken, in pursuance of Contract No. ____________ dated to execute the work “Design,
supply, installation and commissioning of individual programmable LEDs on full length of
the Durgam Cheruvu bridge Cables and Bridge Towers with 5 years operation and
maintenance”.
RFP No 01/SE(Electrical)/GHMC/2019-20, Dt: - 06 -2019.
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall
furnish you with a Unconditional Bank Guarantee by a recognized bank for the sum specified
therein as security for compliance with his obligation in accordance with the Contract;
AND WHEREAS we have agreed to give the Contractor such a Unconditional Bank Guarantee;
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on
behalf of the Contractor, up to a total of Rs. [Amount of Guarantee] [in words], such sum being
payable in Indian Rupees in which the contract price is payable, and we undertake to pay you,
upon your first written demand and without cavil or argument any sum or sums within the limits
of [amount of Guarantee] as aforesaid without your needing to prove or to show grounds or
reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Contractor before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the Contract
or of the Works to be performed there under or of any of the Contract documents which may be
made between you and the Contractor shall in any way release us from any liability under this
guarantee, and we hereby waive notice of any such change, addition or modification.
The guarantee shall be valid until the end of the Operation and Maintenance period.
SIGNATURE AND SEAL OF THE GUARANTOR: __________________________________
NAME OF BANK: _____________________________________
ADDRESS: __________________________________________
DATE: _______________________
5. AFFIDAVIT (To be submitted along with BID )
AFFIDAVIT
1. I, the undersigned, do hereby certify that all the statements made in the required attachments
are true and correct.
2. The undersigned also hereby certifies that neither our firm M/s__________________
_____________________________________ has not blacklisted nor has abandoned any work in
any government department, India nor any contract awarded to us for such works have been
rescinded, during last five years prior to the date of this bid.
3. The undersigned hereby authorises and request(s) any bank, person, firm or corporation to
furnish pertinent information deemed necessary and requested by GHMC to verify this statement
or regarding my (our) competence and general reputation.
4. The undersigned understands and agrees that further qualifying information may be requested,
and agrees to furnish any such information at the request of GHMC.
______________________________________
(Signed by an Authorized Officer of the Firm)
_______________________
Title of Officer
_______________________
Name of Firm
_______________________
SECTION – 5
*shall be placed in Cover-4
PRICE BID
From To
The Superintending Engineer
Electrical,
Greater Hyderabad
Municipal Corporation
Sir,
Sub: Design, supply, installation and commissioning of individual programmable LEDs on
full length of the Durgam Cheruvu bridge Cables and Bridge Towers with 5 years
operation and maintenance.
Ref: No: RFP No. 01/SE (Electrical/GHMC/2019-20, Dtd.22/06/2019.
I / We…………………………………………………………….. firm herewith enclose price
proposal for selection of my / our firm organization as successful bidder for
……………………………………….
Yours faithfully,
Signature__________________
Full Name
Address
(Authorised Representative)
FORM -Financial Bid
*shall be placed in Cover-4
Price quote for “Design, supply, installation and commissioning of individual programmable LEDs on
full length of the Durgam Cheruvu bridge Cables and Bridge Towers with 5 years operation and
maintenance”.
To
The Superintending Engineer (Electrical)
Greater Hyderabad Municipal Corporation,
C.C. Complex, 4th
Floor,
Tankbund Road, Lower tank bund,
Hyderabad - 500063
Mobile: 9989930488
E-mail: [email protected].
Dear Sir,
We have understood the instructions and the terms and conditions mentioned in the Proposal
Document and have thoroughly examined the Proposal Document and are fully aware of the scope of
work required. We are hereby submitting our “Financial Proposal” as per prescribed format:
Sl. No. Description Qty Rate per Total
1 Design, supply, installation and
commissioning of LED lights in
various forms on full length of the
Durgam Cheruvu bridge Cables
and Bridge Towers including GST
and other taxes.
L.S.
2 Operation & Maintenance of the
entire works for Five (5) years
including supply of man-power,
spares and all other accessories as
required for satisfactory up-keep.
Per
year
Grand Total
For and on behalf of:
Signature:
(Authorized Signatory)
Name of the Person:
Designation:
SAMPLE FORM (To be used as applicable)
1. LETTER OF ACCEPTANCE
(Letterhead paper of Department)
(Date)
To: _______________________________
(Name and Address of the Contractor)
Dear Sirs,
This is to notify you that your bid dated for execution of the Works “Design, supply, installation and
commissioning of individual programmable LEDs on full length of the Durgam Cheruvu bridge Cables
and Bridge Towers with 5 years operation and maintenance”.
RFP No. 01 /GHMC/ SE(Electrical)/ 2019-20 for the Contract Price of Rs. ______________ (Rupees )
(amount in number and words), as corrected and modified in accordance with the Instructions to Bidders1, is
hereby accepted by our Agency.
We request that, within 15 days of the date of this Letter of Acceptance, you:
(a) Provide the requisite Performance Security in accordance with the provisions of the Data Sheet in
Instruction to Bidders in the amount of 10% of the above Contract Price;
(b) Provide the requisite proof of insurance in accordance with the provisions of Contract; and
(c) Prepare the Form of Agreement, in duplicate, on Government Stamp Paper and meet with the undersigned at
the address provided during normal office hours on any working day the to sign the said Agreement.
One copy of the signed Agreement will be provided to you for your files, while the other copy will remain with
us.
Yours faithfully,
(Signature, name, title and address of signatory authorized to sign on behalf of the GHMC)
_____________________
Delete "as corrected and modified in accordance with the Instructions to Bidder" if corrections or
modifications have not been effected.
2. FORM OF CONTRACT AGREEMENT
AGREEMENT FOR EXECUTION OPERATION AND MAINTENANCE
This Agreement made this day of 2019 between Greater Hyderabad Municipal Corporation (GHMC),
represented by the Commissioner, Greater Hyderabad Municipal Corporation (hereinafter called the Employer)
of the first part, the Executive Officer of the Municipality Corporation as the second part and
___________________________________________________________________
of ____________________________ (hereinafter called the Contractor) of the third part.
Whereas the Employer desires that the Construction and Operation and Maintenance of the Works known as
“Design, supply, installation and commissioning of individual programmable LEDs on full length of the
Durgam Cheruvu bridge Cables and Bridge Towers with 5 years operation and maintenance”.
RFP No. 01/ SE(Electrical)/GHMC/2019-20 should be executed by the Contractor, and has accepted a Bid by
the Contractor.
GHMC and the Contractor agree as follows:
1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them
in the Conditions of Contract hereinafter referred to.
2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:
(a)The Letter of Acceptance
(b) The said Bid;
(c)The Contract Data;
(d) The Terms of Reference (TOR)
(e)The Drawings;
(f) The Priced Bill of Quantities;
3. In consideration of the payments to be made by GHMC or his legal successors to the Contractor as
hereinafter mentioned, the Contractor hereby covenants with the GHMC to execute and complete the Works
and remedy any defects therein in conformity in all respects with the provisions of the Contract and also operate
and maintain the Works at its rated capacity, including maintaining the plant and equipment in good operating
condition, normal wear and tear excepted, and remedying any defects therein in conformity in all respects with
the provisions of the Contract. RFP No: 01/SE(Electrical)/GHMC/2019-20, Dt. 22 /06/2019
4. GHMC hereby covenants to pay the Contractor, in consideration of the execution and completion of the
Works and the remedying of defects and operation and maintenance of the Works and the remedying of defects
therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the
times and in the manner prescribed by the Contract.
In Witness whereof the parties hereto have caused this Agreement to be executed the day and year first before
written.
The Common seal of __________________________ was hereunto affixed in the presence of:
or
Signed, Sealed and Delivered by
the said ____________________ in the presence of:
Binding Signature of Commissioner, Greater Hyderabad Municipal Corporation
Binding Signature of Executive Officer, ________________ GHMC
Binding Signature of Contractor ___________________________