Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
ARULMIGU RATHINAGIRISWARAR THIRUKOIL, AYYARMALAI
SIVAYAM, KULITHALAI TALUK, KARUR DISTRICT,
TAMILNADU, INDIA
NAME OF THE PROJECT: Design, Manufacture, Supply, Erection, Testing &
Commissioning, Operating & Maintaining a Fixed
Grip Jig Back type Passenger Ropeway of capacity of
200PPH at Arulmigu Rathinagiriswarar Thirukoil,
Ayyarmalai, Sivayam, Kulithalai Taluk, Karur District
ON TURNKEY BASIS.DUE DATE FOR
SUBMISSION: ON OR BEFORE 12.09.2014 at 15.00 Hours
TO BE SUBMITTED TO: The Executive officer,
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai,
Sivayam, Kulithalai Taluk, Karur District,
Tamil Nadu.TENDER SUBMITTED BY: M/s.___________________________
Address________________________
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
PRE- QUALIFICATION APPLICATION AND PRICE TENDER – TWO
COVER SYSTEM
Name of Work Design, Manufacture, Supply, Erection, Testing
& Commissioning, Operating & Maintaining a
Fixed Grip Jig Back type Passenger Ropeway of
capacity of 200 PPH on Turnkey Basis.
EMD Rs.3,00,000/- (Rupees Three Lakhs Only)
Date of Tender 12.09.2014
Issued to
Executive Officer, Arulmigu Rathinagiriswarar Thirukoil,
Ayyarmalai- 639 120, Sivayam,Kulithalai Taluk, Karur District.
Table of Contents
Sl.N Description Page No
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
oTENDER DATA SHEET 11Section-A
I Qualification Tender & Price Tender Application 13II Qualification Tender & Price Tender Notice 151 Invitation 152 For Special Attention 153 Purchase of Documents 154 Description of Project 165 Period of Completion 166 Earnest Money Deposit 177 Security Deposit 188 Language of Two Cover Tender System 199 Validity of Price Tender 2010 Submission of Price Tender 2011 Opening of Tenders 2112 Negotiation 2113 Whom to Contact 21
Section BI For Special Attention 22II Minimum Criteria for Qualification 22III Instruction to Bidder 321.1 General Instruction to the Bidder 321.2 Language of Bids 331.3 Bid Currency 331.4 Letter of Authorization 331.5 Clarification and Amendments 331.6 Contacting Tender inviting Authority 341.7 Force Majeure 341.8 Settlement of Disputes and Arbitration 362 Bid Preparation and Submission 37
2.1 Techno Commercial Bid 382.1.1 Details to be furnished in Techno Commercial bid 382.1.2 Signing of Techno Commercial Bid 402.1.3 Sealing of Techno Commercial bid 40
2.2 Price Bid 402.2.1 Details to be furnished in Price bid 402.2.2 Signing of Price Bid 412.2.3 Sealing of Price Bid 41
2.3 Outer Cover 412.4 Mode of Submission 422.5 Modification and withdrawal of Bids 42
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
3 Pre Bid Meeting 424 Bid Opening 43
4.1 Techno Commercial Bid Opening 434.2 Tender Validity 444.3 Initial Scrutiny 444.4 Clarifications by ARGT 454.5 Price Bid Opening 455 Tender Evaluation and Selection 45
5.1 Techno Commercial Bid Evaluation 455.2 Evaluation of Bid 465.3 Suppression facts and misleading information 465.4 Post Bid Conference 475.5 Price Bid Evaluation 476 Execution of Work 48
6.1 Acceptance of Tender 486.2 Letter of Acceptance 496.3 Execution of Agreement 496.4 Release of Firm Work Order 496.5 Release of EMD 506.6 Installation and Completion Schedule 507 Termination of Contract 51
7.1 Termination by Default 517.2 Termination for Insolvency 527.3 Corrupt Practice 527.4 Termination for Convenience 537.5 Consequences 538 Supply, Installation and Commissioning 55
8.1 8.1 Scope of Work 558.1.1 Bidder scope of work 558.1.2 Testing, Trail run, Performance run and Commissioning
59
8.1.3 Preliminary Certificate of Completion of Work 608.1.4 Defects liability Period 618.1.5 Final Certificate of Acceptance of Completion of Work
61
8.1.6 Property 618.1.7As Build Drawings & Manuals 62
8.2 Insurance 628.3 Sub Contract 648.4 Liquated Damages 658.5 Purchaser’s Scope of work 669 Payment terms 66
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
9.1 Tax Deduction 679.2 Interest 679.3 Payment 6710 Operation and Comprehensive Maintenance for 5 years 7011 Technical Specifications 73
Design Parameters for Passenger Ropeway 73
General Specifications 74
Cabin 74
Rope 74
Structural works 74
Painting 75
Line Equipments 75
Rescue system 77
Civil Works for Passenger Ropeway 77
Electrical Works 78
Standards to be Adopted for civil works 81
Section - C
Price Bid Schedule 83
Section - D
Proforma – A : Letter of Submission of tender 85Proforma- B : Format for Power of Attorney 88
Schedule – A : Structure and Organisation 90
Schedule – B : Financial Capability 92
Schedule – C : List of Ropeways Completed in last 5 Years 95
Schedule –D : Similar Ropeways costing more than Rs.300 Lakhs 96
Schedule – E : Details of works already committed 97
Schedule – F : Information regarding current Litigation 98
Schedule – G : Affidavit 99
Schedule – H : Undertaking 101
Schedule - I : Details of Technical Personals 102
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
Profile Drawing and Topographical Details
SHORT TITLES USED IN THE TENDER DOCUMENT
1 TURN KEY
CONTRACT
Turnkey contract under which the tenderer is required to
undertake the entire responsibility for detailed investigation,
planning, design, construction and commissioning of the total
Project within the framework specified by the Procuring
Entity.
2 PLANT Shall mean and include all plants, equipments and materials
to be supplied and work to be done by the bidder under this
turnkey contract.
3 SITE Shall mean the site of the proposed ropeway facility at
Ayyarmalai.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
4 PURCHASER/
OWNER
Shall mean the ARGT/Ayyarmalai for whom the procurement
is made through this tender.
5 ARGT Shall mean Arulmigu Rathinagiriswarar Thirukoilat
Ayyarmalai.
6 E.O Shall mean the Executive Officer who is the procurement
agency on behalf of ARGT/Ayyarmalai.
7 BIDDER Means the party who makes a formal offer in pursuance of
the Tender floated.
8 SUCCESSFUL
BIDDER
Successful bidder means the bidder who becomes successful
through the Tender process.
9 CONTRACTOR Means the persons/firm/company/undertaking the contract
works.
10 END USER End user means the authorized persons of ARGT /
Ayyarmalai in which the Project is installed.
11 PRE-
QUALIFYING BID
Intended to seek the information or data and vital statistics
like corporate structure, experience, etc. about the contractor.
12 TECHNICAL &
COMMERCIAL
BID
Means contractors offer on project formulation the technical
know-how, Master Plans and designs preliminary drawings
supply &erection of machinery, trial run and other technical
data.
13 PRICE BID Means contractors offer on price quotations which will
clearly indicate the base cost, taxes and duties separately.
14 PRE-BID Conference held prior to calling and opening of tender.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
CONFERENCE
15 ‘POST BID’
CONFERENCE
Means conference held after the receipt and opening of tender
for technical and commercial bids for finalizing the technical
and commercial conditions with the contractor’s so as to
incorporate the same in the price bid by the contractors.
16 DAY A day means a calendar day.
17 COSTCost means total cost incurred towards Design, Manufacture,
Supply, Erection, Testing & Commissioning, Operating &
Maintaining a Fixed Grip Jig Back type Passenger Ropeway
of capacity 200PPH.for five years
18 ‘TESTS ON
COMPLETION’
Shall mean such tests as are prescribed by the relevant codes
before the plant is taken over by the purchaser / Purchaser.
19 COMMISSIONINGShall mean carrying out no load trials of each part of the plant
separately or in conjunction with other parts of the plant and
also the plant as a whole.
20 ‘NO LOAD
TRIALS’
Shall mean trial of the plant without any pay load.
21 ‘PERFORMANCE
TEST’
Shall mean test or tests carried out after no load trials as per
the agreed procedures.
22 ‘EXPERT
COMMITTIEE’
Shall mean the committee constituted by the Government of
Tamil Nadu vides G.O. No: 384 Tamil Development Religion
Endowments & Information (RE5-1) Dept. dated 19.11.2012
and its subsequent amendments.
23 ‘PROJECT IN-
CHARGE’
Shall mean the functionary of ARGT/Ayyarmalai notified as
such by the Executive Officer to the bidder for the purpose of
this contract. The Project in-charge shall have the power to
delegate any or all of his powers in respect of this agreement
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
to any other functionary working under him.
24 ‘COMMERCIAL
USE’
Shall mean that use of the work which the contract
contemplates or of which it is to be commercially capable of.
Applicability of Tamil Nadu Transparency in Tender Act 1998
This Tender process will be governed by the Tamil Nadu Transparency in
Tenders Act 1998 and the Tamil Nadu Transparency in Tender Rules, 2000 as
amended from time to time.
Check List for Enclosures
# Bid Enclosures YESorNO
1. Whether the Tender is submitted in Two covers Technical Bid and
PriceBid?
2. Whether Two covers along with EMD cover is put into an outer
cover?
3. Whether Technical Bid (Envelope-A) contains the following
3.1 Bidder’s undertaking covering letter in the Letter Head shall be
signed by the authority, stamped and submitted.
3.2 Signed and stamped Letter of Authorization or Power of Attorney for
signing the Tender document shall be submitted.
3.4 All pages of the blank Tender document in full shall be signed by the
authority, stamped and submitted
3.5 Earnest Money Deposit (EMD) amount as specified in the Tender
shall be submitted
3.6 Filled up Technical Bid shall be signed by the authority, stamped and
submitted3.7 All supporting documents for proving the Pre- Qualification Criteria
shall be signed by the authority and stamped in all Pages
4. Whether Price Bid(Envelope-B) contains the following
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
a)Filled Price Bid with signature and stamp in all pages shall be
submittedb) Whether corrections or overwriting if any is attested?
Bidder must ensure that they submit all the required documents indicated
in the tender document without fail. Bids received without supporting documents
for the various requirements mentioned in the tender document or test certificate
are liable to be rejected at the initial stage itself. The data sheet for the critical
components should be submitted by bidder for the scrutiny.
TENDER DATA SHEET
1 Tender Inviting Authority,
designation and Address
Executive Officer, Arulmigu Rathinagiriswarar
Thirukoil, Ayyarmalai- 639 120, Karur District,
Tamilnadu.2 a) Name of Work Design, Manufacture, Supply, Erection, Testing &
Commissioning, Operating & Maintaining a Fixed
Grip Jig Back type Passenger Ropeway of capacity of
200 PPH on Turnkey Basis.b) Tender Reference 45/2014 Dated 24.7.2014c) Place of Execution Executive Officer, Arulmigu Rathinagiriswarar
Thirukoil, Ayyarmalai- 639 120, Sivayam, Karur
District, Tamilnadu.3 a) Tender Documents
Available place and due date
for obtaining tender
on all working days between 10.00 A.M. and 5.00
P.M. IST from 01.08.2014 to 11.09.2014 from the
address mentioned in column (1) above by paying
tender documents cost as mentioned in column
3(b),or downloaded from authorized websites in
column no.8 at free of costb) Cost of Tender
Document
Rs. 15,000/- Plus VAT-5%(VAT to be remitted to the
Tamil Nadu Government Treasury in the Head of
Account 0040-00102-AE-0104)4 EMD Rs.3,00,000/- (Rupees Three Lakhs Only)5 Due date, time and place of
submission of tender
upto 12.09.2014 at 3.00 P.M. at the address
mentioned in column (1) above
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 10
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
6 Date and place of tender
opening
on 12.09.2014 at 4.00 P.M. at the address mentioned
in column (1) above7 Date, time and place of
opening of price bids
Will be intimated only to the bidders qualified in
Technical bid8 Authorized Websites www.tenders.tn.gov.in, www.tnhrce.org
FOR THE SPECIAL ATTENTION OF THE APPLICANTS
1. Issuance of documents under two covers system i.e. Qualification schedule
and price tender schedule (Techno Commercial tender) to the Bidders will be
purely based on the basic Documents and information furnished along with
the requisition and cost of tender documents. Bidder will not confer any right
on the Bid for automatic Qualification for price tender for the work.
2. Approval or otherwise of the Qualification tender will be strictly based on the
detailed evaluation done on the basis of the Documents / Records /
Evidences / Certificates produced by the Bidder in the Qualification
Application.
3. Qualification tender (Cover 1) will be opened as per Notice Inviting Tender
and after detailed evaluation, the date and time of opening of price tender will
be intimated to the qualified Bidder.
Executive Officer,
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 11
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
Arulmigu Rathinagiriswarer Thirukoil,
Ayyarmalai,-639 120 , Sivayam,
Kulithalai Taluk, Karur District
TWO COVER SYSTEM
QUALIFICATION TENDER & PRICE TENDER APPLICATION
From TO
Executive Officer,
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai,-639120
Karur District, Tamil Nadu
Sir,
Sub : Two Cover Tender system for the work of Design, Manufacture,
Supply, Erection, Testing & Commissioning, Operating &
Maintaining a Fixed Grip Jig Back Type Passenger Ropeway of
Capacity of 200PPH ON TURNKEY BASIS -Reg.
Ref : Qualification & price tender Notice No.45/2014 Dt. 24.07.2014.
* * *
1. Having examined the two cover system documents in respect of
Qualification schedule & price tender schedule including scope of work,
Time Frame for construction and the criteria stipulated for Qualification. I /
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 12
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
We hereby submit all necessary information and relevant documents for
qualifying me/us, to offer my/our tender for the above mentioned work.
2. The Application is made by me / us on behalf of (Partnership firm / Private
limited company / Public Limited Company) in the capacity of _ _ __ _ __ _
__ _ __ _ _ duly Authorised to submit the tender.
3. Necessary evidence admissible in law in respect of authority assigned to
me / us on behalf of the Partnership Firm / Private Limited Company / Public
Limited Company, for applying for qualification is attached herewith.
4. I / We present my / our documents herewith taking into consideration all
the instructions in the Qualification schedule supplied to me / us including
special instructions to Bidders / Criteria for Qualification schedule /
Information and Instructions in the detailed two cover tender notice etc.
5. The EMD amount is enclosed in the shape as notified in the Qualification
tender
I.
II.
III.
6. I / We understand that the Executive Officer, Arulmigu Rathinagiriswarar
Thirukoil, Ayyarmalai,-639120 Karur District, Tamil Nadu reserves the right
to reject any or all the tenders without assigning any reason thereof or to
drop the proposal altogether.
Date:
Signature of the Bidder including
Title Capacity in which Bid is made
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 13
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
Name :
(IN BLOCK LETTERS)
Encl : 1. Qualification schedule and price tender schedule (Two cover system)
2.
QUALIFICATION & PRICE TENDER NOTICE
FORM OF CONTRACT : LUMPSUM AGREEMENT
TWO COVER SYSTEM
1. INVITATION:
Tender under sealed two cover tender system i.e. Qualification schedule &
price tender schedule are invited by the Executive Officer, Arulmigu
Rathinagiriswarar Thirukoil, Ayyarmalai-639120, Karur District, TamilNadu.
One Cover contains EMD and Qualification conditions and other details and
the second Cover containing price tender schedule.
2. FOR SPECIAL ATTENTION:
(i) The Applicants should have been in the same name and style in the
Ropeway Construction field atleast for the past FIVE years.
(ii) The Bidder should have Designed, Manufactured, Supplied, Erected,
Operated & Maintained satisfactorily completed atleast Two Fixed Grip
Jig Back type Passenger Ropeways with a capacity of 200 PPH and above
with value not less than Rs.300.00 lakhs (Rupees Three hundred lakhs
only) under a single agreement in any one of the preceding “FIVE” years.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 14
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
(iii) Annual turnover of the Applicant should not be less than Rs.560.00lakhs
(Rupees Five hundred and Sixty lakhs only) in any three years of their
career.
3. PURCHASE OF DOCUMENTS:a. The documents under two cover system Qualification schedule & price
tender schedule will be available for sale at a cost of Rs.15,000/- plus
Rs.750/- VAT in the office of the Executive Officer, Arulmigu
Rathinagiriswarar Thirukoil, , Ayyarmalai-639120 During office hours
from 1.08.2014 to 11.09.2014.b. The qualification schedule and price tender schedule will also be sent by
Post to any prospective tenderer who makes a request for the documents
on payment of specified in para 3 an amount as (a) along with postal
charges of Rs.500/- (Rupees five hundred only) separately in the shape of
Demand Draft drawn in favour of the “Executive Officer, Arulmigu
Rathinagiriswarar Thirukoil, , Ayyarmalai-639120” obtained from any
Nationalised Bank / Scheduled Bank and documentary evidences. This
office is not responsible for any Postal delay or loss in transits.c. Price tender schedule will also be issued along with Qualification
schedule documents.d. The Tender documents cost may be paid by cash in the ARGT office at
Ayyarmalai.e. The tender documents shall be downloaded from the following websites
at free of cost
www.tenders.tn.gov.in,
www.tnhrce.org
4. DESCRIPTION OF PROJECT:
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 15
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
“Design, Manufacture, Supply, install, Testing, Commissioning, a Fixed
Grip Jig back type Passenger Ropeway of 200 PPH capacity and Operating &
Maintaining for five years on TURNKEY BASIS.”
5. PERIOD OF COMPLETION
The period of completion shall be 18 Calendar months, which is
inclusive of monsoon period from the date of handing over of the site to the
contractor or issue of ‘Firm work order whichever is earlier.
6. EARNEST MONEY DEPOSIT
6.1. Earnest money deposit of Rs.3,00,000/- (Rupees Three lakhs only) must
accompany the qualification Tender for this work.
6.2. The Earnest money deposit may be produced in any one of the following
forms.
(i) Demand Draft issued by Nationalised or Scheduled Banks drawn in favour
of “Executive Officer, Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai-
639120”
(ii) Small savings scripts /Postal Deposits / Accounts and Kisan Vikas Patras
duly pledged in favour of the “Executive Officer, Arulmigu
Rathinagiriswarar Thirukoil,Ayyarmalai-639120”
(iii) Indira Vikas patras [at 100 % of the Initial sale value or 50% of the
maturity (face value ) Value
(iv) EMD in the shape of irrevocable Bank Guarantee issued in a Prescribed
Form by the Nationalized bank will also be accepted.
6.3. Qualification schedule not accompanied with Earnest money deposit will
be rejected as ‘Non-responsive' tender.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 16
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
6.4. If the tenderer withdraws his tender after the acceptance of tender or fails
to pay the requisite security deposit amount within the specified period of
time, the Earnest money deposit paid with the tender will be forfeited.
6.5. Communication to the unsuccessful tenderers will be sent in 7 (seven)
days time from the date of communication sent to the successful tenderer.
Within 15 (fifteen) days from the date of receipt of refund vouchers duly
stamped and signed from the unsuccessful tender, refund of Earnest money
deposit will be made.
7. SECURITY DEPOSIT:
7.1 The successful tenderer shall furnish a Security Deposit for an amount
equivalent to 2% of the contract value, which includes the earnest money
deposit already paid within 15 days (Fifteen days) from the date of receipt
of work order. If the successful tenderer fails to execute the contract (i.e.
sign the agreement) within the aforesaid 15 days time, the Earnest Money
Deposit amount remitted with the Qualification Tender will be forfeited.
7.2 The Security Deposit in the shape of irrevocable Bank guarantee valid till
completion of O&M Period will also be accepted.
7.3 In addition to the aforesaid security deposit, the A.C/E.O shall deduct from
the running account bills, a sum equivalent to 5% (Five Percent) of the total
value of each bill as Retention money. Irrevocable Bank Guarantee shall be
accepted towards Security Deposit, Retention money also.
(G.O.Ms.No.283 /PW (G2) Dept, dt.21.05.1999).
7.4 The Retention Money of 2 ½ % (TWO AND A HALF PERCENT) shall be
refunded to the Contractor on issue of Preliminary Acceptance Certificate
by the Expert Committee.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 17
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
7.5 The Retention money of 2 ½% (Two and a Half Percent) after deducting any
amount due to the ARGT, shall be refunded to the contractor after issue of
Final Acceptance Certificate by the Expert Committee subject to the
following conditions
i. The Executive Officer, concerned should certify that no liability is due
from the contractor.
ii. The contractor should execute and produce an indemnity bond for a
further period of “THREE” years indemnifying the ARGT against any
loss or expenditure, incurred to rectify any defects noticed due to faulty
workmanship by the contractor or Sub – Standard materials used by
the contractor, during the period of “THREE” years.
7.6 The amounts retained by the Purchaser shall not bear any Interest.
7.7 The Security Deposit for an amount equivalent to 2% of the contract value
will be security for the due fulfillment of the Operation and Maintenance
Contract.
7.8 The 2% Security Deposit will be refunded to the Contractor only after
completion of 5 year comprehensive maintenance period. The Security
Deposit held by ARGT till it is refunded to the Contractor will not earn any
interest thereof.
7.9 The Security Deposit will be forfeited if the Successful Bidder(s)
withdraw(s) the Bid during the period of Bid validity specified in the
Tender or if the Bidder fails to sign the contract.
8 LANGUAGE OF TWO COVER TENDER SYSTEM:
Tenders shall be offered only in the prescribed forms in “ENGLISH” only.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 18
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
9 VALIDITY OF PRICE TENDER:
The price tender shall be valid for a period of 180 days (One Hundred and
Eighty Days) from the date, notified for opening of qualification Tender.
10 SUBMISSION OF PRICE TENDER BY TWO COVER SYSTEM
10.1 Tenderers should quote their rates both in figures and in words for each item
per unit and amount for each item of work for full quantity. Grand total of
the whole contract should be furnished without fail in the last page of
schedule of Price tender.
10.2 The two covers (i.e. Qualification Tender and Price tender) must be
submitted separately in a wax sealed envelope. The Cover No.1 containing
the Qualification Tender & documents and Cover No.2 containing the Price
tender (Called as inner envelopes) must be superscribed as mentioned below
and addressed to the tender calling authority.
SHOULD BE SUPERSCRIBED AS FOLLOWS
QUALIFICATION TENDER COVER
NO.1
a. NAME OF WORK
b. TENDER NOTICE NO.
c. DUE DATE FOR OPENING
OF TENDER
E.M.D. Rs.3,00,000/- (Rupees Three
lakhs only) (To be furnished with the
qualification Tender)
d. NAME OF CONTRACTOR AND ADDRESS
PRICE TENDER COVER
NO.2
a. NAME OF
WORK
b. TENDER
NOTICE NO.
c. NAME OF
CONTRACTOR AND
ADDRESS
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 19
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
10.3 If the cover is not sealed and superscribed as instructed, no responsibility
will be assumed for any misplacement of tender or premature opening of the
envelope or parcel.
10.4 Tenders received late on any account or any reasons whatsoever will not be
opened or considered and will be returned to the tenderer unopened.
10.5Telegraphic tenders will not be accepted.
11 OPENING OF TENDERS :
The Qualification Tender will be opened by the Executive Officer,
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai at 16.00 Hours, on the
notified date in the presence of the tenderers or their authorized representatives
who choose to be present; after detailed evaluation of qualification Tender, price
Tender (Cover –II) will be opened only of the qualified contractors those who are
satisfy the eligible criteria. The date and time of opening of price Tender will be
informed to the qualified tenderers by the Executive Officer, Arulmigu
Rathinagiriswarar Thirukoil, Ayyarmalai later.
12 NEGOTIATION :
Negotiation of rates will be made only with the lowest tenderer for
reducing the quoted rates.
13. WHOM TO CONTACT:
Executive Officer, Arulmigu Rathinagiriswarar Thirukoil, , Ayyarmalai-
639120, Karur District may be contacted for further information in the matter.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 20
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
Dated signature of the Applicant with seal
Executive Officer, Arulmigu Rathinagiriswarar Thirukoil, ,
Ayyarmalai-639120, Sivayam, Kulithalai Taluk, Karur District
INFORMATION AND INSTRUCTIONS FOR TENDERERS UNDER
TWO COVER SYSTEMI. FOR SPECIAL ATTENTION :
Qualification Tender hereunder is invited in accordance with the
PWD Procedure for Qualification of Tenderers.
II MINIMUM CRITERIA FOR QUALIFICATION:
I.1 The Applicant in the same “NAME” and “STYLE” should have been in
the Ropeway Construction field atleast for the past “FIVE” years.
EVIDENCE TO BE PRODUCED:
i. Audited Balance sheet with Chartered Accountant’s Certificate for the past
“FIVE” years in the case of individual Contractors, Partnership Firms,
Private / Public Limited Companies.
ii. Registered Partnership deed in the case of Partnership Firms.
iii. Articles of Association and memorandum of Association registered with
Registrar of Companies as per company act in the case of Private Limited
Companies and Public Limited Companies.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 21
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
iv. Resources available for designing, manufacturing and installing the
proposed ropeway system with necessary documentary evidence in
complete shape;
1.2 The Applicant shall be solvent to a tune of at least Rs.50.00 Lakhs (Rupees
Fifty Lakhs only)
EVIDENCE TO BE PRODUCED:
i. Current Revenue Solvency Certificate for not less than Rs.50.00 Lakhs
(Rupees Fifty Lakhs only) issued by Tahsildar shall not be prior by 6
Months from the date of Submission of Tender.
ii. Encumbrance Certificate issued by the Registration Department on the
properties listed out in the Solvency Certificate issued by Revenue
Authority for the period from the date of issue of solvency upto
01.09.2014. (Without any break)
(OR)
i. Current Solvency Certificate for not less than Rs.50.00 Lakhs (Rupees
Fifty Lakhs only) issued by appropriate authority shall not be prior by 6
Months from the date of Submission of Tender.
1.3 The Applicant should produce Income Tax Clearance valid for the current
period & ‘TIN’ Number, ‘VAT’ Verification Certificate valid for the
current period.
EVIDENCE TO BE PRODUCED:
i. “SARAL” form supported by Auditor statement submitted to the Income
Tax Department valid for the current period, duly attested.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 22
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
ii. The Income Tax claimed and paid during the past "FIVE" years and the
total contract amount received in the past "FIVE" years should have been
indicated in the Income Tax Clearance Certificate.
iii. Attested Copy of Registration Certificate showing the ‘TIN’ Number
assigned by the Commercial Tax Department issued by the Competent
State / Central Commercial Tax Department officials.
iv. Attested Photocopy of the ‘VAT’ verification certificate issued by
competent State / Central Commercial Tax Department officials.
1.4 The Applicant should furnish the details of major Passenger Ropeway
works completed during the past “FIVE” years.
EVIDENCE TO BE PRODUCED:
List of major Ropeway Works completed in the past Five years with full
complete details such as
a. Name of work
b. Location of the work – (Town / Taluk / State)-
c. Name / Designation of the Employer / Owner
d. Value of work – (As per Agreement)
e. Agreement Number
f. Stipulated period of contract as per agreement
g. Date of commencement of work
h. Date of actual completion of work
i. Reasons for delay in completing the work, if any
k. Type of the Ropeway, Year of Construction and final cost.
Details furnished without supporting certificates will not be considered.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 23
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
2.1 The Bidder should have Designed, Manufactured, Supplied, Erected,
Operated & Maintained satisfactorily completed atleast Two Fixed Grip Jig
Back type Passenger Ropeways with a capacity of 200 PPH and above with
value not less than Rs.300.00 lakhs (Rupees Three hundred lakhs only)
under a single agreement in any one of the preceding “FIVE” years.
EVIDENCE TO BE PRODUCED:
i. Certificate issued by Concerned Authority of the work clearly showing the
following details with necessary supporting Documents.
a. Name of work
b. Location of the work – (Town / Taluk / State)-
c. Name / Designation of the Employer / Owner
d. Value of work – (As per Agreement)
e. Agreement Number
f. Stipulated period of contract as per agreement
g. Date of commencement of work
h. Date of actual completion of work
i. Reasons for delay in completing the work, if any
k. Type of the Ropeway, Year of Construction and final cost.
2.2 Bidder should have a minimum 5000 hours of Operation and Maintenance
experience of not less than 200PPH Passenger Ropeway.
EVIDENCE TO BE PRODUCED:
i. Certificate issued by Concerned Authority of the work clearly showing
the following details with necessary supporting Documents.
a. Name of work
b. Location of the work – (Town / Taluk / State)
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 24
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
c. Capacity of the Ropeway
d. Number of hours operated per day
e. Cumulative hours operated till date
f. Average volume of passengers per year
g. Peak volume of passengers transported per day
3. Annual turnover of the applicant shall be not less than Rs.560.00 lakhs
(Rupees Five hundred and sixty lakhs only) in any three years of his / her /
their total career.
EVIDENCE TO BE PRODUCED
i. Audited Balance sheet, Profit and loss Account etc., duly certified by
the Chartered Accountant for the preceding “FIVE “years.
ii. The total contract amount received as shown in the Balance Sheets
should have been reflected in the Income Tax Clearance Certificate also.
In case if there is difference in the contract amount received as depicted in
the Balance sheets and as furnished in the Income Tax Clearance
Certificate, lesser among the two figures alone will be taken for
consideration.
4. The applicant should have a minimum issued and called up Share capital plus
capital reserves equal to at least 20% of the value of work which qualification
tenders & price tender have been called for –(In this case 20% value of the
work is Rs.112.00 lakhs (Rupees One hundred and Tweleve lakhs only)
EVIDENCE TO BE PRODUCED:
i. Audited Balance Sheet for the preceding five years duly certified by the
Chartered Accountant.
ii. The amount indicated in the Audited Balance Sheets as
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 25
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
a. Paid up Share Capital In the Case of Private /
b. Called up and subscribed share capital Public Limited Company
c. Partner’s Capital Account in the case of Partnership firm.
d. Individual Capital Account in the case of individual Contractors.
AND
e. Reserves and Surplus Available in Capital account alone will be taken as
amount available as paid up share capital / called up share capital.
5. The applicant shall have working capital available atleast sufficient to finance
one – month current activity on the assumption that this work is awarded to
the applicant, on being qualified.
Definition:
a. Working capital means the amount available in the Bank Accounts of the
applicant on the date of submission of application plus the unutilised
amount of overdraft / credit facility extended to the applicant by the
Nationalised / Scheduled Banks.
b. One month current activity means, sum total of the value of the unfinished
portion of works already committed by the applicant and being executed by
the applicant–(out standing value)-divided by the balance period available
for completion of each of the committed works under execution plus the
value of the work for which the qualification Tender & price tender is called
for divided by the number of months stipulated for its completion.
c Outstanding value of committed works means the total value of each project
under execution minus the value of work completed as on the date of
submission of qualification schedule.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 26
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
Evidences / Documents to be produced:
a) Details of ropeway projects currently on hand with details such as work
orders, value of each project, date of commencement and completion
period etc.,
b) Certificate–(for each of the committed works)- issued by the Engineer-in-
charge–(Not below the rank of Executive Engineer / Project Engineer)- of
the work, being executed by the applicant with the following details.
1. Name of work
2. Name / designation of the Owner / Employer
3. Agreement Number
4. Total value of the work
5. Period of completion stipulated in the agreement
6. Date of commencement of the work
7. Balance period available for completing the work
8. Value of work so far completed.
9. Value of Balance items of work to be completed.
10.Physical Progress or stage of work
11.Remarks
c. Certificate issued by Bank / Banks / showing the amount
available (on the date of submission of application) in the current
Account / Savings Bank Account of the applicant.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 27
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
d. Certificate issued by the Bank / Banks showing the limit up to
which overdraft / credit facilities is extended to applicant and the overdraft
/ Credit facility availed by the applicant up to date and the unutilised
overdraft / credit facility available.
NOTE :
Fixed Deposit in the name of the “Applicant” will also be considered for the
purpose of working capital, on production of “Certificate” issued by the
Respective Banks, clearly stating that the Fixed Deposits are available in the
Name of the “Applicant” and the same are “Encumbrance Free” and can be
readily “Encashable”.
6. The applicant should not have any of his contract terminated / rescinded due to
breach of contract on the part of the applicant during the past "FIVE" years by
any agency.
Evidence to be Produced:
(i). Sworn in affidavit duly certified by Notary Public, is to be produced
(Specimen appended) – In twenty rupee Non-Judicial Stamp Paper.
7. The Bidder shall have a Project Manager together with Site Engineers with
minimum field experience, noted against each, available as given below,
exclusively for this work.
S.No Qty Designation Qualification Experience Requirement1 1No. Project
ManagerGraduate in Mechanical Engg
Minimum 5 years in Project management of ropeway or infrastructure work
Throughout the execution of work at site
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 28
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
2 1No. CivilEngineer
Graduate in Civil Engg
Minimum 3 Years
During Execution of Civil Workor Diploma in
Civil EnggMinimum 5 years
3 1No. MechanicalEngineer
Diploma in Mechanical Engg.
Minimum 3 years in Erection & Commissioning.Operation & Maintenance of Ropeways
During Installation of Equipment and Erection & Commissioning
41No. Civil work
supervisorcumSurveyor
Diploma in Civil Engg.
Minimum 3 years in Civil Construction works
During Execution of Civil Work and erection
5 1No. Electrician WCC certificate
3 years in electrical panel work
During Installation of Equipment and Erection & Commissioning
6 2Nos MechanicalFitter
ITI fitter trade Certificate
3 years in Installation / fitting of Mechanical Equipments
During Installation of Equipment and Erection & Commissioning
DOCUMENTS TO BE PRODUCED:
i. List of Technically Qualified personnel under permanent / Regular
employment available with the Applicant with details such as (a).Name
(b). Qualification (c). Total Experience (d). Under regular
Employment with the applicant since ----- (e). Emoluments paid etc.,
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 29
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
ii. List of Technical Personnel to be deployed for this work along with
their willingness & attested Xerox copy of the testimonials in support
of the qualification of the personnel to be deployed.
iii. If required numbers of Technical Personnel are not under Regular
Employment of the applicant, Names, Qualification, Experience etc., of
the Technical Personnel to be employed for this work along with their
willingness and Xerox copy of the testimonials in support of the
qualification of the Technical Personnel proposed to be employed
exclusively for this work should be furnished.
NOTE
A. If any of the information furnished by the applicant is found to be
concealed or false at a later date, the contract will be terminated forthwith
without prejudice to the rights thereon, consequent on termination and the
contractor will be banned from business dealings.
B. All the documentary evidences should be stitched neatly (Spiral Binding
should be avoided) and the pages should be serially numbered. Index of
the Documents produced should be prepared and reference to page number
of the documents produced should be furnished in the index.
C. The Qualification Tender evaluation shall be done on a PASS or FAIL
basis against each of the above Criteria.
D. The evaluation will be done only based on the information, evidence,
documents, Records, particulars furnished by the applicant and hence the
applicants are advised to furnish adequate and relevant information along
with requisite documentary evidences without any omission.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 30
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
E. As far as possible, details shall be furnished in the schedules appended to
this Application. If the space left is found insufficient, additional sheets
may be attached to the schedules.
F. Photograph of the Ropeway works completed by the applicants may be
pasted in thick white paper and produced along with the documents.
G. Brochures, Pamphlets etc, shall also be stitched along with the documents
volume.
H. All applicants are cautioned that the Qualification Tender application
containing any deviation from the contractual terms and conditions,
specifications or other requirements will be rejected as Non-Responsive
and low performance reliability.
III INSTRUCTION TO THE BIDDER1.1 General Instructions to the Bidders
a) It will be imperative for each Bidder(s) to familiarize himself /
themselves with the Prevailing legal situations for the execution of
contract. ARGT shall not entertain any request for clarification from
the Bidder regarding such legal aspects of submission of the Bids.
b) It will be the responsibility of the Bidder that all factors have been
investigated and considered while submitting the Bids and no claim
whatsoever including those of financial adjustments to the contract
awarded under this tender will be entertained by ARGT. Neither any
time schedule nor financial adjustments arising thereof shall be
permitted on account of failure by the Bidder to apprise themselves.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 31
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
c) The Bidder shall be deemed to have satisfied him/herself fully before
Bidding as to the correctness and sufficiency of its Bids for the contract
and price quoted in the Bid to cover all obligations under this Tender.
d) It must be clearly understood that the Terms and Conditions and
specifications are in tender to be strictly enforced. No escalation of cost
in the Tender by the Bidder will be permitted throughout the period of
Agreement or throughout the period of completion of contract whichever
is later on account of any reasons whatsoever.
e) The Bidder shall make all arrangements a s part of the contract for
Supply, Installation, Commissioning, Testing and 5years operating and
Comprehensive Maintenance of 200PPH Ropeway system and train the
purchaser’s personnel at their own cost.
f) The Bidder should be fully and completely responsible to ARGT and
State Government for all the deliveries and deliverables. The bidder shall
be responsible for the proper functioning of the finally erected systems.
1.2 Language of the Bids.
The bid prepared by the Bidder as well as all correspondence and
documents relating to the bid shall be in English only. The supporting
documents and printed literature furnished by the Bidder may be in any another
language provided they are accompanied by an accurate translation in English
duly notarized, in which case, for all purposes of the Bid, the translation shall
govern. Bids received without such translation copy will be rejected.
1.3 Bid Currency
Price should be quoted in Indian Rupees (INR) only and payment shall be
made in Indian Rupees (INR) only. Price quoted in any currency other than INR
will be rejected.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 32
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
1.4 Letter of Authorization
A letter of Authorization from the Board of Directors or Managing
Director of Bidder organization authorizing the Tender submitting authority
should be submitted in the Technical Bid. The Bids received without the
Letter of Authorization or Power of Attorney will be summarily rejected.
1.5 Clarification and amendments
a) A prospective bidder requiring any clarification in tender may address to
E.O ARGT by Registered post or by personal delivery under
acknowledgement. No clarifications will be offered by E.O, ARGT
within 48hrs prior to the time of opening of the Tender.
b) Before the closing date of the Tender, clarifications and amendments, if
any, will be notified in the Government authorized websites, mentioned
in the Tender Datasheet. The Bidders should periodically check for the
amendments or corrigendum or information in the websites till the
closing date of this Tender. E.O, ARGT will make individual
communication by e-mail to only those bidders who have purchased the
tender document from the office of E.O,ARGT. E.O, ARGT will not
make any individual communication to others and will in no way be
responsible for any ignorance pleaded by Bidders.
c) E.O, ARGT is not responsible for any misinterpretation of the provisions
of this tender document on account of the Bidders failure to update the
Bid documents based on changes announced through individual
communication/website as the case may be.
1.6 Contacting Tender inviting authority
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 33
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
I. Bidder shall not take attempts to establish unsolicited and unauthorized
contact with Tender Inviting Authority or Tender Scrutiny Committee or
Tender Accepting Authority after the opening of the Tender and prior to
the notifications of the Award and any attempt by any bidder to bring to
bear extraneous pressures on the Tender Inviting / Scrutiny / Accepting
Authority may lead to disqualification of the Bidder.
II. Now withstanding any mentioned above, the Tender Inviting / Scrutiny /
Accepting Authority may seek bona-fide clarifications from Bidders
relating to the tenders submitted by them during the evaluation of tenders.
1.7 Force Majeure:
Neither ARGT nor the Successful Bidder shall be liable to the other for
any delay or failure in the performance of the irrespective obligations due to
causes or contingencies beyond their reasonable control such as:
• Natural phenomena including but not limited to earthquakes, flood sand
epidemics.
• Acts of God, any Government authority, domestic or foreign including
but not limited to war declared or undeclared, priorities a n d quarantine
restrictions.
• Accidents or disruptions including, but not limited to fire, explosions,
breakdown of essential machinery or equipment.
If at any time during the continuance of this Contract the performance by
either party under this Contract of any of its obligations is rendered impossible
by reasons of Force Majeure then, provided written notice of the happening of
the event of Force Majeure is given by the affected party to the other within 15
days, of the occurrence thereof and provided that such event of Force Majeure
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 34
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
has not resulted from the negligence or failure of the affected party to perform its
obligations, the affected party shall not be liable for fulfillment of any of its
obligations pursuant to this Contract during the continuance of the event of Force
Majeure.
So soon as practicable, upon the cessation of the Force Majeure conditions, the
affected party shall continue performance of its obligations under the Contract.
The affected party shall take steps to remedy and mitigate the effects of the
Force Majeure event on its ability to perform its obligations under the Contract.
Time for performance of the relative obligation suspended by the Force
Majeure shall then stand extended by the period for which such cause lasts. If the
Contract shall be terminated under the provision of the above clause, the Bidder
shall with all reasonable diligence remove from the Site all the Bidder’s
equipments.
Any extension of time granted by the Purchaser in terms of above clause,
shall neither entitle the Bidder to any claim for increase in prices nor shall it
release him from any of the obligations under the Contract. If the performance
of the Contract as a whole is delayed by reason of the Force Majeure conditions
continuing to persist for a continuous period exceeding 30 Working days, the
purchaser will grant due extension of Time for the time lost.
The Purchaser shall not be held responsible or be called upon to make
good any losses / costs incurred by the Bidder consequent to the happening of
any of the event under clause above.
1.8 SETTLEMENT OF DISPUTES AND ARBITRATION:
Procedure for Disputes
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 35
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
1.8.1All disputes and differences of any kind whatsoever arising out of or in
connection with the Contract, whether during the progress of the works or
during the Defect Liability Period shall be referred by the Contractor to the
Executive Officer and the Executive Officer shall within a reasonable time
after their presentation make and notify decisions thereon in writing. The
decisions, directions, clarifications, measurements, drawings and
certificates of the Executive Officer shall be final and binding upon the
Contractor during the progress of the works and shall not be set aside on
account of non observance of any formality, any omission, delay or error
in proceeding in or about the same or on any other ground or for any
reason.
1.8.2If the Contractor is dissatisfied with the decisions of the Executive Officer
or if the Executive Officer fails to make a decision on any reference within
a reasonable time, then and if in any such case, the Contractor may after
90 days of the reference to the Executive officer refer the matters to
Arbitration. The reference to arbitration shall specify the matters which are
in question, dispute or differences and only such dispute or differences of
which the demand has been made shall be referred to Arbitration.
Notwithstanding the reference to Arbitration, the Contractor shall continue
to duly perform his obligations under the Contract.
ARBITRATION
1.8.3 The Arbitration shall be conducted in accordance with the provisions of the
Arbitration and Conciliation Act, 1996. Each party shall appoint an
Arbitrator and the Arbitrators so appointed shall appoint a presiding
arbitrator. The language of the Proceedings shall be in English. The
governing law shall be the laws in the State of Tamilnadu and of India, as
applicable. The venue of the arbitration shall be at Chennai”
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 36
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
1.8.4 LEGAL JURISDICTION:
Only the courts at Chennai (India) shall have jurisdiction for any suit or
Proceedings regarding the matter arising in any respect under this contract,
even though any part of the cause of action may arise outside Tamilnadu.
2. Bid Preparation and Submission
Bidders should examine all Instructions, Terms and Conditions and
Technical specifications as given in the Tender documents. Failure to
furnish information required by the Bid or submission of Bids not
substantially responsive or viable in every respect will be at the Bidders’ risk
and may result in rejection of Bids. Bidders should strictly submit the Bid as
specified in the Tender, failing which the bids will be held as non-responsive
and will be rejected.
The Bids should be submitted separately in two parts namely viz. (1)
Techno Commercial Bid and (2) Price Bid. The Techno commercial Bid
and Price Bid shall be submitted in two separate covers.
2.1 Techno Commercial Bid (Envelope–A)
a) The Techno commercial Bid enables ARGT to evaluate whether
the Bidder is techno commercially competent and capable of executing the
order. Only those Bids which qualify in the Techno commercial stage will
be eligible for the Price bid opening. The Price Bid of Bidders who failed in
the Techno commercial stage will not be opened.
b) The Techno commercial Bid format as given in the Tender shall be filled,
signed and stamped in all pages. E . O , ARGT will not be responsible for
the errors committed in the Bids by the Bidders.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 37
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
c) The Techno commercial Bid should strictly not contain any Price
indications or otherwise the Bids will be summarily rejected.
2.1.1 Details to be furnished in the Techno Commercial Bid
a) The EMD amount should be submitted in the prescribed form.
b) Authorization letter from the Board of Directors / Managing Director to
sign the Tender documents should be submitted. The Tenders received
without Authorization letter or Power of Attorney will not be considered
for further processing.
c) The blank Tender document in full should be printed, signed by the
authorized person and stamped in all pages and should be submitted as a
token of accepting the conditions.
d) The Techno Commercial Bid should be duly filled, signed bythe
authorized person and stamped in all the pages and should be submitted.
e) The supporting documents to prove Bidder’s eligibility should be duly
attested and should be submitted.
f) The published Annual Report should be signed by the authorized person
and stamped in all pages and should be submitted.
g) The bidder should indicate the manufacturing plant addresses.
h) All the required documents insisted in the Tender should be enclosed in
the Techno Commercial Bid. No document would be allowed to be
supplemented / exchanged after opening of the bids.
i) The documentary evidence shall establish Bidder’s qualifications to the
satisfaction of ARGT.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 38
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
The Techno Commercial Bid shall comprise of Project Formulation,
Master Plans & Designs, preliminary Drawings, Supply & erection of
Machineries, Trail Run and other Technical data.
The bidders shall furnish the following as part of their Technical Bid:
a. Project Appreciation:
The bidders shall furnish a detailed description of the system along with
the specifications of the main items and the control systems specified in the
Tender Documents.
b. Concept Plan:
The concept plan shall contain details such as the proposed alignment,
proposed layout including stations arrangements integrating the existing
infrastructure and the development details including all the sub-components at
both the terminals, method of implementation, phasing and time schedule and
the strategy for Operation and Maintenance.
2.1.2 Signing the Techno Commercial Bid:
a) The Bids shall be typed and shall be signed by the Authorized official of
Bidder. All pages of the bids shall be signed and stamped by the
authorized person.
b) Any alterations, deletions or overwriting will be treated as valid only if
they are attested by the full signature by the authorized person.
2.1.3 Sealing the Techno Commercial Bid
The Techno Commercial bid shall be placed in a separate cover
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 39
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
(Envelope-A) and sealed appropriately. The Techno Commercial bid cover
shall be super scribed with “Techno Commercial Bid (Envelope A) – Design,
Manufacture, Supply, Erection, Testing & Commissioning, Operating &
Maintaining a Fixed Grip Jig Back Type Passenger Ropeway of Capacity of
200 PPH Tender Ref.:45/2014/Dated:-24.07.2014 due on 12.09.2014 The
“FROM” address and “TO” address shall be written without fail otherwise
the Techno Commercial bid is liable for rejection.
2.2 Price Bid (Envelope-B)
The Price Bid shall comprise the Price Quotation which clearly indicates
overall cost of the project including O&M period for five years including all
applicable Taxes &duties.
2.2.1 Details to be furnished in Price Bid
a) All the Price items as asked in the Tender should be filled in the Price
Bid format as given in the Tender. The prices quoted shall be in
INDIAN RUPEES (INR) only. The Tender is liable for rejection if
Price Bid contains conditional offers or partial offers and if quoted in any
currency other than INR.
b) The cost quoted by the Bidder shall include the breakup cost of the
components of Ropeway plant.
c) The cost quoted by the Bidder shall be kept firm for a period specified in
the Tender from the date of opening of the Tender. The Bidder should
keep the Price firm during the period of Contract including the period of
extension of time if any. The Bidders should particularly take note of this
factor before submitting the Bids.
2.2.2 Signing the Price Bids
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 40
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
a) The Bid shall be typed and shall be signed by the Bidder or a person or
persons duly authorized to bind the Bidder to the Contract. All pages of
the bid document including the supporting documents shall be signed
and stamped by the authorized person.b) Any alterations, deletions or overwriting shall be treated valid only if they
are attested by full signature by the authorized person.
2.2.3 Sealing the Price Bid
The Price Bids shall be placed in a separate cover (Envelope-B) and
sealed appropriately. The Price Bid cover shall be superscribed with “PriceBid
(EnvelopeB)– Design, Manufacture, Supply, Erection, Testing &
Commissioning, Operating & Maintaining a Fixed Grip Jig Back Type
Passenger Ropeway of Capacity of 200 PPH Tender Ref.: 45/2014/Dated:-
24.07.2014 due on 12.09.2014 The “FROM” address and “TO” address shall
be written without fail otherwise the Price Bid is liable for rejection.
2.3 Outer Cover
The EMD cover, Techno Commercial Bid cover (Envelope-A) and Price
Bid cover (Envelope- B)shall then be put in a single outer cover and sealed.
The outer cover shall be superscribed Design, Manufacture, Supply,
Erection, Testing & Commissioning, Operating & Maintaining a Fixed Grip
Jig Back Type Passenger Ropeway of Capacity of 200 PPH Tender Ref.:
45/2014/Dated:-24.07.2014 due on 12.09.2014 ” The “FROM” address and
“TO” address shall be written without fail otherwise the Bid is liable for
rejection.
2.4 Mode of Submission of Bids
a) The Bids should be dropped in the Tender box kept at ARGT O ff i c e ,
Ayyarmalai-639120 Tamil Nadu, India, on or before the due date and
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 41
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
time. The Bids will not be received personally.
b) Alternatively, if the Bidder prefers to submit the Bid by post, the Bidders
should ensure that the Bids reach ARGT on or before the due date and
time. ARGT will not be liable or responsible for any postal delay or any
other delay whatsoever.
c) The Bids received after Due Date and Time or Unsealed or in incomplete
shape or submitted by Facsimiles (FAX) will be summarily rejected.
2.5 Modification and withdrawal of Bids:The Bids once submitted cannot be modified or amended or withdrawn.
3. Pre-Bid MeetingA Pre-bid meeting shall be held at the office of the Executive Officer,
ARGT/Ayyarmalai, on 01.09.2014 at 11.00hrs. For clarification of doubt/s, if
any, regarding the scope of the works, conditions of contract or any other
matter relating to the Project. For this reason, queries, if any, must be sent to
the Executive Officer, ARGT/Ayyarmalai, at least three days prior to the
scheduled date for the Pre-bid meeting.
The bidders may seek clarifications, if any, by way of queries and or
propose deviations to the project requirements and the terms and conditions
of the agreement, prior to the pre-bid meeting. Executive officer,
ARGT/Ayyarmalai may, at any time prior to the due date for the receipt of the
bid documents, for any reason, whether at his own initiative or in response to
clarifications sought for by the bidders which are considered acceptable to
him, shall modify and amend the bid document at his sole discretion.
Attendance at the Pre-bid meeting is not mandatory. Executive
officer, ARGT/Ayyarmalai may not respond to the queries from any bidder
which is not received before the Pre-bid meeting. No interpretation, revision
or other communication from Executive officer, ARGT/Ayyarmalai is valid
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 42
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
unless the same is given in writing. Executive officer, ARGT/ Ayyarmalai,
may choose to send the clarifications to bidder’s queries including the details
of the query but without identifying the source of the query.
The Proceedings or Minutes of the Pre-bid meeting shall be documented
and will become part of Bid documents and should be enclosed along with the
Bid submitted.
4. Bid Opening
4.1 Techno Commercial Bid Opening
The Techno commercial Bid cover, only on satisfying EMD conditions,
will be opened at ARGT on the date and time as specified in the Tender Data
sheet or any other date published in the website specified. The Tender will be
opened in the presence of the Bidders who choose to be present. The
representative(s) of the Bidder who chooses to attend Tender opening shall
bring an authorization letter from the Bidder. A maximum of two
representatives’ for each Bidder would be allowed to attend the Tender opening.
4.2 Tender Validity
a) The price tender shall be valid for a period of 180 days (One Hundred and
Eighty Days) from the date, notified for opening of qualification Tender.
b) In exceptional circumstances, ARGT may solicit the Bidders to extend the
validity. The Bidder should extend price validity and Bid security validity.
4.3 Initial Scrutiny
Initial Bid scrutiny will be held and Tenders as given below will be
treated as non-responsive.
Tender not submitted in two parts as specified in the Tender and signing
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 43
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
and stamping in all pages of the Bid.
Tender received without the Letter of Authorization as specified in
theTender.
Tender received without EMD amount.
Tender found with suppression off acts/details
Tender with incomplete information, subjective, conditional offers and
partial offers.
Tender submitted without supporting documents to prove Eligibility
criteria and Evaluation.
Tender not complying with any of the clauses stipulated in the Tender.
Tender with lesser validity period
All responsive Bids will be considered for further evaluation. The
decision of Executive Officer, Arulmigu Ranthinagiriswarar Thirukoil,
Ayyarmalai will be final in this regard.
4.4 Clarifications by ARGT
When deemed necessary, E.O,ARGT may seek bona-fide clarifications
on any aspect from the Bidder. However, that would not entitle the Bidder to
change or cause any change in the substance of the Bid or price quoted. During
the course of Techno commercial Bid evaluation, E.O, ARGT may seek
additional information or historical documents for verification to facilitate
decision making. In case the Bidder failed to comply with the requirements of
ARGT as stated above, such Bids at the discretion of E.O shall be rejected as
technically non- responsive.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 44
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
4.5 Price Bid Opening
Bidders who are qualified in Techno commercial Bid (Envelope-A) only
will be called for Price Bid opening. The Price Bids will be opened in the
presence of the Bidders at ARGT. The Bidders or their authorized
representatives (maximum two) will be allowed to take part in the Price Bid
opening.
5. Tender Evaluation and Selection
5.1 Techno Commercial Bid Evaluation:
a) The Bidders who have duly complied with the Eligibility Criteria will be
eligible for further processing.
b) The Tenders, which do not conform to the Technical Specifications or
Tender conditions or Tenders from Bidders without adequate capabilities
for supply & installation, will be rejected. The Eligible Bidders alone will
be considered for further evaluation.
5.2 Evaluation of Bid
On the date of opening the tender, the Expert Committee or its
authorized nominee shall open Envelope-A of the tender, that is the techno
commercial bids and compare the commercial and technical parts
separately in a tabulated form. After a detailed study and scrutiny of the
bids, Expert Committee shall arrive at a set of common conditions
regarding the commercial part and detailed technical parameters
identifying the various units in the systems. More specifically Models /
Systems which are unacceptable will be rejected at the Technical bid itself.
The bids which do not follow the instructions will be rejected and returned
to such bidders – unopened.5.3 Suppression of facts and misleading information
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 45
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
a) During the Bid evaluation, if any suppression or misrepresentation of
information is brought to the notice of E.O,ARGT, E.O shall have the
right to reject the Bid and if after selection, E . O , ARGT would terminate
the contract as the case may be, will be without any compensation to the
Bidder and the EMD / Security Deposit as the case maybe, shall be
forfeited.
b) Bidders should not that any figures in the proof documents submitted by
the Bidders for proving their eligibility is found suppressed or erased,
E.O, ARGT shall have the right to seek the correct facts and figures or
reject such Bids.
c) The Tender calls for full copies of documents to prove the Bidder’s
experience, capacity and other requirements to undertake the project.
5.4 Post Bid Conference:
On the basis of these revised commercial conditions and technical
parameters, the Expert Committee or an authorized member of the committee
shall hold a Post-bid conference with the Bidders, and clarify the various issues
raised by the Bidders, seek their views on the various aspects of the bid and
finalize draft common conditions and technical specifications. The post bids
conference may be used by the Purchaser as a tool and strategy to obtain the best
offers and as a venue for cross fortification of ideas and suggestions emanating
from the Bidders and to iron out all anomalies, discrepancies, differences in the
tenders offered. The price bids should not be opened during the above
deliberations. After bringing all the technical and commercial conditions to a
common and comparable basis, the Bidder shall be requested to adjust the
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 46
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
originally quoted price and give it in a separate sealed cover or given an entirely
new price for the total work based on the revised commercial conditions. Thus
after bringing the technical and commercial conditions on par, the Price bid are
opened only in those cases where the first part of the bid (covering commercial
and technical aspects of the tender) are technically acceptable and commercially
viable. Thereafter on the basis of lowest effective prices the work shall be
awarded.
5.5 Price Bid Evaluation
1) Bidders who are qualified in Techno commercial Bid (Envelope-A) only
will be called for Price Bid opening. The Price Bids will be opened in the
presence of the Bidders at ARGT. The Bidders or their authorized
representatives (maximum two) will be allowed to take part in the Price
Bid opening.
2) The Price Bid evaluation will be conducted as stipulated in the
TamilNadu Transparency in Tenders Act 1998 and TamilNadu
Transparency in Tenders Rules 2000. The Price evaluation will include all
Duties and Taxes as given below.
a) In cases of discrepancy between the cost quoted in Words and in Figures,
the lower of the two will be considered.
b) In evaluation of the price of articles which are subject to excise duty,the
price will be determined inclusive of such excise duty;
c) In a tender where all the tenderers are from within the State of TamilNadu,
or where all the tenderers are from outside the State of TamilNadu, the
salestax/TNVAT shall be included for the evaluation of the price; and
d) In a tender where the tenderers are both from the State of TamilNadu as
well as from outside the State of TamilNadu, TNVAT shall be excluded for
the evaluation of the price”.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 47
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
3) The lowest cost per category as per the above evaluation will be adjudged
as L1. ARGT will not be responsible for any erroneous calculation of tax
rates or any subsequent changes in rates or structure of applicable taxes.
All differences arising out as above shall be fully borne by the Successful
Bidder.
4) ARGT will negotiate with the Lowest Cost offered Bidder (L1) for further
reduction of the price.
6. Execution of Work
6.1 Acceptance of the Tender
The final acceptance of the Tender is entirely vested with E.O, ARGT
who reserves the right to accept or reject any or all of the Tenders in full or in
part. The Tender accepting authority may also reject any Tender for reasons
such as changes in the new technologies, court orders, accidents or calamities
and other unforeseen circumstances. After acceptance of the Tender by E.O,
ARGT, the Bidder shall have no right to withdraw their Tender or claim higher
price.
6.2 Letter of Acceptance (LOA)
After acceptance of the Tender by ARGT, a Letter of Acceptance (LOA)
will be issued only to the Successful Bidder(s).
6.3 Execution of Agreement
a) The Successful Bidder shall execute a Contract in the INR 100 non-
judicial stamp paper bought in TamilNadu only in the name of the Bidder,
within10 days from the date of Letter of Acceptance issued by ARGT.
b) The Successful Bidder shall not assign or make over the contract, the
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 48
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
benefit or burden thereof to any other person or persons or body corporate
for the execution of the contractor any part thereof without the prior
written consent of E.O, ARGT. E.O reserves his right to cancel the work
order either in part or full, if this condition is violated.
c) In case of the successful bidder fails to execute necessary agreements as
prescribed, within the stipulated period, then his EMD shall be forfeited
and his tender held as non responsive.
6.4 Release of Firm Work Order
After execution of the Contract and payment of Security Deposit, “Firm Work
Order” f o r D e s i g n , Manufacture, Supply, Erection, Testing &
Commissioning, Operating & Maintaining a Fixed Grip Jig Back type Passenger
Ropeway of capacity of 200PPH ON TURNKEY BASIS will be issued to the
Successful Bidder by ARGT.
6.5 Release of EMD
The EMD amount paid by the successful Bidder(s) will be adjusted
towards security deposit payable by them. If the successful Bidder submits
Security deposit for the stipulated value in full by way of bank Guarantee, the
EMD will be refunded; the EMD amount of the Unsuccessful bidder will be
refunded after finalization and signing of agreement with the successful
bidder.
6.6 Installation & Completion Schedule
The entire work involving Design, Manufacture, Supply, Erection, Testing
& Commissioning, Operating & Maintaining a Fixed Grip Jig Back type
Passenger Ropeway of capacity of 200PPH should be completed with the
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 49
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
schedule as given below
Sl.
No
Period Quantity to be installed
1 18 Months from the date of
handing over of the site or issue of
Firm work order whichever is
earlier
100% work should be completed
2 5 years After 100% work completion of the
system, operation and
comprehensive maintenance of the
same for 5 years
PERT / MicroPlan Schedule for over all execution of the project shall be
submitted before commencement of work based on important milestones and get
them duly approved by E.O.
Should there be delay in completion of the work at each milestone in
accordance with the PERT/Micro Plan schedule submitted and approved, then
the Contractor is liable to pay to the Purchaser liquidated damages (not as
penalty)for non- achievement of milestone as mentioned in the Tender document.
7. Termination of Contract
7.1 Termination by Default
a) ARGT may without prejudice to any other remedy for breach of contract,
by written notice of default with a notice period of 7days, sent to the
Successful Bidder, terminate the contract in whole or part,
(i) if the Successful Bidder fails to Design, Manufacture, Supply,
Erection, Testing & Commissioning,Operating & Maintaining a Fixed
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 50
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
Grip Jig Back type Passenger Ropeway of capacity of 200PPH within
the time period(s) specified in the Contract, or fails to fulfill the
requirements as per the Delivery Schedule or within any extension
thereof granted by ARGT; or
(ii) if the Successful Bidder fails to perform any of the obligation(s)
under the contract; or
(iii) if the Successful Bidder, in the judgment of ARGT, has engaged in
fraudulent and corrupt practices in competing for or in executing the
Contract.
b) In the event ARGT terminates the Contract in whole or in part, ARGT may
opt up on terms and in such manner as it deems appropriate, the services
of the other bidders However, the Successful Bidder shall continue the
performance of the contract to the extent not terminated.
7.2 Termination for Insolvency
In the event of the Bidder
I. Becoming bankrupt or insolvent, or
II. Making a composition or arrangement with or assignment in favour of his
creditors, or
III. Agreeing to carry out the Contract under a committee of inspection of his
creditors, or
IV. Being a company, having a winding up order made or (except for purposes or
reconstruction), a resolution for voluntary winding up passed, or a receiver or
manager of his business or undertaking duly appointed or possession taken by
or on behalf of the holders of any debentures secured by a floating charge, of
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 51
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
any property comprised in or subject to the floating charge, the employment of
the Contractor under this Contract shall be forthwith automatically determined
but the said employment may be reinstated and continued if the Purchaser and
the Contractor, his trustee in bankruptcy, liquidator, receiver or manager as the
case may be shall so agree.
ARGT may at any time terminate the Contract by giving written notice
with a notice period of 7 days to the Successful Bidder, if the Successful Bidder
becomes bankrupt or otherwise insolvent. In this event, termination will be
without compensation to the Successful Bidder, provided that such termination
will not prejudice or affect any right of action or remedy that has accrued or will
accrue thereafter to ARGT.
7.3 Corrupt Practice
The Purchaser shall be entitled to terminate the employment of the Bidder
under this Contract
If the Bidder shall have offered or given or agreed to give to any person
any gift or consideration of any kind as an inducement or reward for doing or
forbearing to do or for having done or forborne to do any action in relation to the
obtaining or execution of this Contract with the Purchaser, or For showing or
forbearing to show favour or disfavor to any person in relation to this Contract,
or any other Contract with the Purchaser Or if the like acts shall have been done
by any person employed by the Bidder or acting on his behalf (whether with or
without the knowledge of the Bidder) or if in relation to this Contract or any
other Contract with the Purchaser the Bidder or any person employed by him or
acting on his behalf shall have committed any offence under the prevention of
corruption act, or shall have given any fee or reward the receipt of which is an
offence under the Local Government Act
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 52
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
7.4 Termination for Convenience
ARGT may by written notice, with a notice period of seven days sent to
the Successful Bidder, may terminate the Contract, in whole or in part, at any
time for its convenience. The notice of termination shall specify that
termination for ARGT’s convenience, the extent t o which performance of
work under the Contract is terminated, and the date up on which such
termination becomes effective. On termination, the successful Bidder is not
entitled to any compensation whatsoever
7.5 Consequences
In the event of the employment of the Bidder being terminated as aforesaid
and so long as it has not been reinstated and continued, the following shall be the
respective rights and duties of the Purchaser and Bidder.
The Retention money & Performance money shall stand forfeited in favour
of the Purchaser.
The Contractor shall deliver to the Expert committee all drawings and other
documents made by or for the Bidder in connection with the Works.
The Purchaser may employ and pay other persons to carry out and
complete the works and he or they may enter upon the Works and use all
temporary buildings, plant, machinery, appliances, goods and materials intended
for, delivered to and placed on or adjacent to the works and may purchase all
materials and goods necessary for the carrying out the completion of the Works.
The Contractor shall if so required by the Purchaser / Expert committee
within 14 days of the date of termination assign to the Purchaser without
payment the benefit of any Agreement for the supply of materials or goods
and/or for the execution of any works for the purposes of this Contract but on the
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 53
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
terms that a supplier or Sub-Bidder shall be entitled to make any reasonable
objection to any further assignment thereof by the Purchaser. In any case the
Purchaser may pay any supplier or Sub- Contractor for any materials or goods
delivered or Works executed for the purpose of the Contract (whether before or
after the date of determination), in so far as the price thereof has not already been
paid by the Contractor. Payments made under this paragraph may be deducted
from any sum due or to become due to the Bidder.
The Contractor shall as and when required in writing by the Purchaser /
Expert committee so to do (but not before) remove from the works any
temporary buildings, plant, tool, equipments, goods and materials belonging to or
hired by him. If within a reasonable time after any such requirements has been
made the Contractor, has not complied therewith then the Purchaser may (but
without being responsible for any loss or damage) remove and sell any such
property of the Contractor, holding the proceeds less all costs incurred to the
credit of the Bidder.
The Contractor shall not be released from any of his obligations or liabilities
under the Contract prior to the date of termination.
The Contractor shall allow or pay to the Purchaser in the manner hereinafter
appearing the amount of any direct loss and/or damage caused to the Purchaser
by the termination. Until after completion of the works under this Clause the
Purchaser shall not be bound by any provisions of this Contract to make any
further payment to the Contractor , but upon such completion and the verification
within a reasonable time of the accounts thereof the Expert committee shall
certify the amount of expense properly incurred by the Purchaser and the amount
of any direct loss and/or damage caused to the Purchaser by the determination
and if such amounts when added to the monies paid to the Contractor before the
date of determination exceed the total amount which would have been payable
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 54
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
on due completion in accordance with this Contract, the difference shall be a
debit payable to the Purchaser by the Contractor and if the said amounts, when
added to the said monies be less than the said total amount, the difference shall
be a debit payable by the Purchaser to the Contractor.
8. Supply, Installation and Commissioning
8.1 Scope of Work
8.1.1 Bidder Scope of Work
a) The works shall be carried out on TURNKEY BASIS b) All works shall be executed in strict conformity with the Indian /
International standards applicable for this type of installation and with
highest quality of workmen ship Energy Efficient Methods should be
adopted in the installation along with Energy star labeled products wherever
possible. i. Design wind velocity and wind direction for the ropeway system at
Ayyarmalai hill Thirukoil shall be compatible with the maximum
prevailing wind velocity and direction at the proposed site.ii. Regular, preventive and predictive maintenance check lists for the
whole plant shall be provided (and the system should be maintained
accordingly).c) Design, engineering, manufacturing, inspection, testing at works, packing,
forwarding, loading, transporting, unloading, storing at site, handling at site,
intra-site transportation, erection, painting, trial testing, commissioning,
performance testing etc, of a Fixed Grip Jig back ropeway facility of 200
PPH capacity to the Arulmigu Rathinagiriswarar Thirukoil, at Ayyarmalai.
The scope of works shall also include site clearance, detailed survey of the
project area including Geo-Technical investigations, staking the final
alignment and marking the terminal station points on ground, design and
construction of all the electro- mechanical, civil and structural works
required for the technological structures including the architectural designs.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 55
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
d) The Design and Good For Construction drawings (GFC)for all Civil and
Electro-Mechanical works(such as liners, drive, carriages, hangers, gear
boxes, brakes, main motor, towers and mount beams, design of LTS, UTS,
workshop and other accessory rooms etc.) shall be submitted by the bidder as
per the agreed Micro Plan schedule for Proof checking by the third
party(competent authority) nominated by the Purchaser. However,
responsibility for satisfactory functioning and safety of the entire system
shall lie with the Bidder only. The necessary charges for Proof Checking the
design and Good for Construction drawings (GFC) for all Civil and Electro-
mechanical works will be borne by the Bidder only. The Proof-Checked
documents will be communicated for the successful bidder for
implementation.e) Supplying and stocking of all workshop equipments, special tools and tackles
required for the Operation and Maintenance of the systems and provide an
Acoustic Proof Gen-set back up system. f) The Gen-set shall be operated & maintained properly with all spares
excluding diesel, for uninterrupted operation of ropeway system g) The bidder shall provide and maintain an office at the site with modern
communication like telephone, fax, E-mail etc at their cost for his Engineer
and staff and such office shall be open at all reasonable hours to receive
instructions, notices or other communicationsh) Watch and Ward at the project site up to the commissioning of the project. i) All statutory approvals from the competent authorities and test certificate for
the all critical components for the ropeway system shall be obtained by the
bidder from the central/state/International approved agencies. j) All electrical wires, cables, switchgears, control gears, equipments, & panels
should be compliant with relevant BIS / IEC/ BS specification. Further the
Central Electricity Authority (Measures relating to Safety & Electric Supply)
Regulations, 2010 and relevant BIS/ IEC code of practices should be strictly
followed in the electrical installation works. It is the responsibility of the
bidder to employ an Electrical Contractor holding valid EA license for
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 56
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
electrical installation works, and to get the electrical drawing approval, test
certificates approval and safety certificate from the Chief Electrical Inspector
to Govt.ofTamilnadu before commissioning of the installation at their own
cost & risk including liaison work.k) Water and Power:
1. The rate quoted by the Bidder shall include expenditure for providing all
the water required for the construction work and the Bidder shall make his
own arrangements for the supply of good quality water, including
obtaining Municipal Water connection for their labour as well as for
construction purpose, and all charges for water shall be borne by him. If
Municipal water is not readily available and should it become necessary
for the Bidder to bring acceptable quality water from outside by tankers,
the Purchaser shall not be liable to pay any charges in connection
therewith including periodic testing of the water of such sources for its
suitability before use on works. 2. The rate quoted in the tender shall also include expenditure for providing
for power required for the construction work and the Bidder shall have to
make his own arrangements to obtain power connections and maintain at
his own expense an efficient service of electric light and power and shall
pay for the electricity consumed. The Purchaser shall give all possible
assistance to the Bidder to obtain the requisite permission from the various
Authorities, but the responsibility for obtaining the same shall be that of
the Bidder. Any shortfall in quantum of electric power from Electricity
Board’s supply shall be made up by necessary captive generators at site,
which the Bidder shall install at site. All charges connected with installing,
running and maintaining of the generators, including all statutory
approvals shall be borne by the Bidder. If no such facility is available at
the site of work, or, if available and found inadequate, it shall be the
responsibility of the Bidder to make his own arrangement for obtaining
water and power at his cost.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 57
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
3. All temporary electrical installations on the site shall comply with the
TNGEDCO’S and CEIG’s Regulation for Electrical Installations. All fees
& incidental expenses, incurred for the purpose of obtaining temporary
power for the works, shall be borne by the Bidder & his tendered contract
sum shall be inclusive of all such expenditures. No extra claims on this
account shall be payable to the Bidder.l) The Ropeway shall be installed and commissioned in full as per the technical
specification. Any deviation will not be accepted under any circumstance. m) Insuring the goods in transit as well as commissioned systems during 5 year
comprehensive maintenance period is the responsibility of bidders.n) The successful bidder shall under take to supply spares free of cost for the
maintenance of the offered items during the warranty period. The successful
bidder should keep all the spares available for sale atleast for a period of 25
years after completion of the warranty period.o) If the operation or use of the Ropeway proves to be unsatisfactory during the
Defects Liability Period , the successful bidder shall replace the faulty ones or
carry out necessary repairs as per the warranty terms and conditions agreed
upon with A.C/E.O ARGT.p) In case successful bidder fails to carry out the warranty regulations, E.O
ARGT temple would engage any other agency and carry out the service /
replacement and deduct the amounts from the warranty amount retained by
E.O ARGT as per the payment terms or form their pending bills or any money
due or payable to them.
8.1.2 Testing, Trial run, Performance run & Commissioning:
(i) The Bidder should test against defect, deficiency and abnormality whatsoever
of the entire system for at least 16 hours/day for one working week –
continuous running with designed load / capacity / performance
characteristics and to the full satisfaction of the Engineer-in-charge. After
testing the system, the contractor shall commission and trail run the whole
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 58
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
system with passengers at no extra cost to the Purchaser for atleast one
month. The Power supply during the trail run will be provided by the
Purchaser at free of cost. Any defects found in design, workmanship or in any
of the equipment shall be rectified by the Bidder at his own cost within a
reasonable time to be decided by the Engineer-in charge and beyond this
period suitable penalty as decided by the Executive Officer/Engineer in-
charge shall be leived and the system shall be tested again for faultless
running to the entire satisfaction of the Engineer-in-charge.
(ii) During Trial runs, the contractor should satisfy the owner in all respects
regarding satisfactory quality of the works, finished product, quality of
materials, equipment and workmanship used in the project. Only after
satisfying himself regarding the above points, will the Purchaser take over the
project by written communications and such date of taking over shall be
deemed to be the date of successful commissioning.
(iii) Necessary instruments, skilled and unskilled labour, supervisory engineering
personnel, lubricants and initial fill of oil to all equipments and machinery,
etc., should be provided by contractor at his own cost for conducting the tests,
trial runs and commissioning. The preliminary trial runs, final adjustment of
mechanical and electrical and electronic equipment and performance test of
the plant should be carried out by the contractor during contract period of
completion. The contractor should furnish an operation manual of the plant
before testing and commissioning and handing over the plant to the Purchaser
at no extra cost.
8.1.3. Preliminary certificate of completion of work:
Within one month of successful and satisfactory commissioning of the project
as mentioned above and on a written request from the contractor, the preliminary
acceptance certificate should be issued by the Expert committee. The documents
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 59
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
required for issue of preliminary acceptance certificate of completion of work
will be, technical documents including ‘as built’ drawings both construction and
erection according to which the work was carried out, certificate of tests
performed for various works, plant, equipment and machineries, instruction and
operating manuals, break down and preventive/predictive maintenance schedules
for all machineries, equipment and plant installed in the project, etc.
8.1.4 Defects liability period:
a) The contractor shall guarantee all engineering constructions, civil, mechanical,
electrical etc., and all machinery, plant and equipment erected and set up and
commissioned in the project and all other infrastructural facilities executed
under the terms of contract for a period of 24 months from the date of issue of
preliminary acceptance certificate of completion of work or as soon after the
expiration of such date as all defects shall have been made good according to
the true intent and meaning hereof whichever shall last happen.
b) All damages or defects that may arise or lie undiscovered at the time of issue
of preliminary acceptance certificate connected in any way with the
equipment or materials supplied or in construction including defective /
deficient designs shall be amended and made good by the contractor at his
own expense, as deemed necessary by the Engineer-in-charge. If the
contractor fails to rectify the defects, they will be made good by the Purchaser
at contractor’s risk and the cost recovered from the contractor from the
Security deposit.
8.1.5. Final certificate of acceptance of completion of work:
On expiry of the defects liability period and on fulfillment of all the
conditions, responsibilities and conditions warranting for the successful contract
performance of the project executed by the contractor on turnkey basis during the
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 60
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
defects liability period, the Expert Committee shall issue final certificate of
acceptance of completion of the project.
8.1.6 PROPERTY:
All materials on the Site, Plant, Equipment, Temporary Works and Works are
deemed to be the property of the purchaser, if the Contract is terminated because
of a Bidder’s default.
8.1.7 AS BUILT DRAWINGS & MANUALS:
a) Providing O&M manuals of project and that of individual equipment like
motors, gear boxes, ropes etc.
b) Providing three sets of as built drawings in hard copy & further Three PDF
format copied on to CDs shall be issued by Bidders to purchasers upon
completion of the contract.
c) All Electro mechanical equipment and components as well as Cabins shall be
procured from international standards /BIS certified manufacturing
Companies / manufactures and source of origin from India/ USA / Japan /
European countries approved by the purchaser.
d) Fatigue life of these components along with the necessary certification shall
be provided.
e) BIDDER shall arrange for the clearance of imported equipment, and
transportation of the same from Port of disembarkation to SITE.
8.2 Insurance
Transportation of components to the installation site and insuring the goods in
transit is the responsibility of the Contractor. The goods installed under the
contract should be covered for comprehensive Insurance by the Successful
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 61
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
Bidder against loss (or) damage incidental to transportation, storage at site and
delivery to site during the erection period.
a) The Contractor shall insure the plant and machineries for their full value
against all risk by fire, burglary, strikes, riots and civil commotion and natural
calamities like floods, earthquake, explosion etc. before commencing the works
and keep the policy alive till the ‘take over‘ of the plant by the purchaser
/Purchaser after the Operation and Maintenance period. The policies shall be in
the name of the purchaser. The Value of the CONTRACTOR’S ALL RISK
POLICY (CAR) shall be that of the total value of works.
b) The Contractor shall take suitable insurance policy value to meet all
Personal /Public/ labour liabilities and claims during the construction period as
well as the Operation and Maintenance period.
c) The Contractor will be responsible for the premium in connection with
extending the period(s) of insurance covers in the event that the Contractor fails
to complete the works within the stipulated time.
d) The Contractor shall be responsible for all injury or damage to persons,
animals or things and for all damage to property which may arise from any act or
omission on the part of the Bidder.
e) The liability under this clause shall cover also, inter alia, any damage to
structures, whether immediately adjacent to the works or otherwise, any damage
to roads, streets, footpaths, bridges as well as damage caused to the buildings and
other structures and works forming the subject matter of this Contract. The
Contractor shall also be responsible for any damage caused to the buildings and
other structures and works forming the subject matter of this Contract due to
rain, wind, frost or other inclemency of weather.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 62
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
f) The Contractor shall indemnify and keep indemnified the purchaser and
hold him harmless in respect of all and any loss and expenses arising from any
such injury or damage to persons or property as aforesaid and also against any
claim made in respect of injury or damage, whether under any statute or
otherwise and also in respect of any award or compensation or damage
consequent upon such claim.
g) The Contractor shall reinstate all damage of every sort mentioned in this
clause so as to deliver up the whole of the works complete and perfect in every
respect and so as to make good or otherwise satisfy all claims for damage to
property of third parties including neighboring buildings etc.
h) The purchaser shall also be protected against all claims in respect of
damages to third parties including the purchaser’s staff, visitors, neighbors and
other passers-by which may be made against the Purchaser by any person in
respect of anything which may arise in respect of the works or in consequence
thereof or due to accidents on account of the incidental risks which may occur
during the execution of works/operation& Maintenance and the Bidder shall, at
his own expense, effect and maintain, until the virtual completion of the O&M
Contract, with an Insurance Company approved by the Purchaser a policy of
Insurance in the name of the Purchaser against such risks and deposit such
policy or policies before commencement of the works.
i) The Contractor shall also indemnify the Purchaser against all claims made
upon the Purchaser, whether under the Workmen’s Compensation Act or any
other statute in force during the currency of this Contract or at Common Law in
respect of any employee of the Bidder or of any Sub-Bidder and shall at his own
expense effect and maintain until the completion of the O&M Contract, with an
insurance company, approved by the Purchaser, a Policy of Insurance against
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 63
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
such risks and deposit such policy or policies with the Purchaser from time to
time during the currency of this Contract.
8.3 Sub Contract:
(i) Bidders intending to sub-contract any or part of the component work
shall indicate the desire to do so and such sub-contractor shall be on the
approved list maintained by the Purchaser or acceptable to the Purchaser. Sub
contract shall not be permitted without the consent in writing of the Purchaser.
However, the contractor shall be solely responsible for the quality and proper
and expeditious execution of the works. The Purchaser shall have the right to
remove the sub-contractor from the site, if the executes work not in accordance
with the terms and conditions of contract documents.
(ii) The bidding can have lead bidder& subcontractor, no other form of
bidding as Joint Venture, Consortium etc., will be acceptable.
8.4 Liquidated Damages
1. This is a time bound project. Any delay will make the project fruitless. If
the bidder fails in the due performance of the contract within the contract
period or any extension thereof, the bidder shall pay liquidated damages as
indicated below.
(i) Two completed weeks from schedule date : 0.5% of the contract price.
(ii) Four completed weeks from schedule date : 1% of the contract price.
(iii) Six completed weeks from schedule date : 2% of the contract price.
(iv) Eight completed weeks from schedule date : 3% of the contract price.
(v) Ten and above completed weeks from : 5% of the contract price.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 64
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
schedule date
2) The Liquidated Damages amount will be automatically deducted from the
Bills submitted by the Successful Bidder. Even if the installation is not
completed, ARGT will make alternate arrangements and the cost incurred
by ARGT for doing the same will be recovered from the Successful Bidder.
8.5 PURCHASER’S SCOPE OF WORK:i) Provide land required for the entire stretch of the alignment and the
terminal stations free of cost and free from all encumbrances.ii) The Proof checked and approved documents will be communicated to the
successful bidder within forty five days from the date of receipt of
documents with all required data for evaluation.iii) Non-technical services like ticketing, security, traffic control,
housekeeping during the operation and maintenance period of five years. iv) Water, Electricity, and diesel (for running the Gen-set only) for the
ropeway operation and maintenance, at free of cost during the operation
and maintenance period of five years.
9. Payment Terms:
a) All payments shall be made in Indian currency
b) Payment shall be made progressively only
c) Billing shall be done in mutually agreed formats and as per the detailed
billing schedules in the contract. The bills shall be supported with
inspection certificates, invoices, delivery notes / documents etc., The bills
so submitted shall be certified after necessary verification by the project
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 65
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
in-charge for payments as per contract terms and shall be due for payments
and payable by the Purchaser.
d) Detailed billing schedule will be required for making payment at each part.
The billing schedule for the quoted price for each part of the work should
be submitted along with the bid. The payment shall be regulated as per
agreed break-up billing schedule
e) No interest will be paid for the payment due for the bills submitted.
9.1 TAX DEDUCTIONS:
Income Tax, Sales Tax and other applicable taxes, will be deducted at
source as per existing government regulations, from the amount payable to the
contractor and a certificate issued to that effect by the purchaser.
9.2 INTEREST:
The purchaser shall not be liable to pay any interest to bidder on his deposits
with purchaser or any deferred payments.
9.3 PAYMENT:
The Bidders should be required to quote their contract price as a lump sum for
the project as a whole in two main parts as detailed hereunder:
Part I:
Design, detailed engineering, preparation of the lay-out and General
Arrangement Drawings, detailed drawings for manufacturing, fabrication,
erection, installation of the ropeway system, preparation of “As Built” drawings
and the Operation and Maintenance Manuals etc.
80% - on receipt and Proof Checking of drawings / documents by the Purchaser
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 66
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
10% - on successful testing and commissioning of project and on issue of
preliminary acceptance certificate to the whole project;
10% - after issue of Preliminary Acceptance Certificate, on submission of
irrevocable unconditional Bank guarantee for an equal amount (10%) valid up to
the Defect Liability period .The bank guarantee shall be released on issue of final
acceptance certificate.
Part II:
Construction of works contemplated in the contract involving multi-disciplines
of engineering including supplying, erecting and installing plants, Machinery and
equipments and conducting trial runs and commissioning.
a) Civil works: Design and construction of all civil works such as
construction of the lower and upper terminal stations with suitable
interconnections with existing structures and passages, workshop, stores,
control panel room Gen-set room, operator cabin room and necessary toilet
facilities for the O&M personnel etc with all electrical fixtures, furniture,
sanitary fittings, drainage, and approaches etc.
80% - of the cost (maximum Three Stages) based on the progress of work
certified by the Engineer-in-charge.
10% - on successful testing and commissioning of the project and on issue of
preliminary acceptance certificate to the whole project;
10% - after issue of preliminary acceptance certificate, on submission of
irrevocable unconditional Bank guarantee for an equal amount (10%) valid up to
the Defect Liability period .The bank guarantee shall be released on issue of final
acceptance certificate.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 67
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
b) Manufacture and Supply of all Electro- Mechanical equipments and
technological structures, control and safety related equipments, workshop
equipments, special tools and tackles.
80% - on receipt at work site in good and satisfactory working condition and
furnishing of test certificate by the Bidder on equipment or part thereof and
approval by the Purchaser;
10% - on successful testing and commissioning of the project and on issue of
preliminary acceptance certificate to the whole project;
10% after issue of preliminary acceptance certificate, on submission of
irrevocable unconditional Bank guarantee for an equal amount (10%) valid up to
the Defect Liability period .The bank guarantee shall be released on issue of final
acceptance certificate.
c) Erection, testing, commissioning of all plant and machineries and other
utilities for the completion of the project.
80% of the amount based on progressive erections bills certified by the
Engineer-in-charge;
10% on successful testing and commissioning and on issue of Preliminary
acceptance certificate to the whole project;
10% after issue of preliminary acceptance certificate, on submission of
irrevocable unconditional Bank guarantee for an equal amount (10%) valid up to
the Defect Liability period. The bank guarantee shall be released on issue of final
acceptance certificate.
Part-III
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 68
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
Operation and maintenance of the passenger ropeway system including
supply of all emergency and operating spares, ropes, equipments etc., as
required and as directed by the Ropeway Expert/Safety Committee of
ARGT including structures maintenance at both terminal stations for five
years including training the staff.
On Pro-rata basis monthly payment shall be made based on quoted price for
each year separately.
In addition to the security deposit, the A.C/E.O shall deduct from the
running account bills, a sum equivalent to 5% (Five Percent) of the total value of
each bill as Retention money.
Both Security Deposit and Retention Money will be released on payment
of final bill for Operation and Comprehensive Maintenance Contract.
10.Operation & Comprehensive Maintenance for 5 Years:
1. Operation and Comprehensive Maintenance of the systems is for a period of
five years as per timings required by ARGT. On a normal day, about 8 hours
operation is expected and on 30 festival days, 16 hours (two shifts) of
operation may be required for the passenger ropeway. Supply of all spares
(both for operating and emergency) for the safe, efficient & smooth operation
of the systems during the entire O&M period.
2. The following minimum qualified, experienced and fit personnel are to be
appointed in addition to the required cabin Attenders/ Labour as fixed by
Expert committee / E.O ARGT Ayyarmalai for the O&M of the passenger
ropeway.
i) Site in-charge 1 No (Degree in Mechanical / Electrical Engineer
with minimum ten years relevant experience)ii) Shift Engineer 1 No (Degree/ Diploma Mechanical / Electrical
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 69
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
per shift Engineer with minimum five years relevant
experience)iii) Fitter per shift 1 No (ITI Qualified with 5 years relevant
experience) iv)
Electrician per
shift
1 No. (ITI Qualified with 5 years relevant
experience) 3. In case the Contractor fails to employ equivalent substitute for the O&M staff
within twenty four hours a penalty of Rs.900/- (Rupees nine hundred only)for
each person/ day of default in the case of Engineers and Rs. 700/ -(Rupees
seven hundred only) for each Person/day of default in the case of Technician
and Rs.200/(Rupees Two hundred only) for each Cabin Attender/day and
Labour/day of default shall be levied &deducted from the payments due to the
bidder.
4. i) The Contractor shall under take to supply all spares free of cost for the
maintenance of the offered items during the Comprehensive Maintenance
period.
ii) All essential spares should be listed and kept ready for immediate
replacement. The operation of the ropeway system should not be suspended
for any type of break down for more than 48 Hours due to the
negligence/deficiencies on the part of the contractor except for regular
scheduled maintenance. Otherwise an amount equivalent to daily average
collection of previous month for the first year and daily average collection of
that month of previous year plus 10% for the subsequent year, for every 24
hours and part thereof, will be deducted as liquidated damages from the
monthly O&M charges.
iii) If the stoppage is more than 48 hours due to major break down, the
contractor has to take expeditious action to rectify the defects and bring back
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 70
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
the system for safe operation within the mutually agreed time period.
Otherwise the liquidated damages as above shall be deducted.
iv). The Contractor should keep all the spares available for sale atleast for a
period of 25 years after the completion of the Operation and Maintenance
Contract
5. Insurance
The bidder shall also take suitable all risk insurance policies from insurance
companies approved by IRA as detailed below and indemnify the Temple
authority from any claim on account of any loss / disability / death etc.,
i) Public liability - For any one accident Rs. 2.00 crores
- For any one year Rs. 4.00 crores
ii) Personal accident - For one person Rs. 5.00 Lakhs
iii) Medical reimbursement - For one person Rs. 2.00 Lakhs
6. The Contractor shall be entirely responsible for any loss or damage to the
public, passengers, operators, plants and machineries due to any deficiency /
negligence on the part of the bidder during the O&M until the plant is taken
over (i.e.) after the O&M period of five years.
(i) The Contractor shall test against defect, deficiency and abnormality
whatsoever of the entire system for at least16 hours/day for one working week –
continuous running with designed load / capacity / performance characteristics
and to the full satisfaction of the Engineer-in-charge. The Power supply during
the test run will be provided by the Purchaser at free of cost.
(ii) During Test runs, the contractor should satisfy the owner in all respects
regarding satisfactory quality of the works, finished product, quality of materials,
equipment and workmanship used in the project. Only after satisfying himself
regarding the above points, will the Purchaser take over the project by written
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 71
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
communications and such date of taking over shall be deemed to be the date of
successful commissioning/commencement of O&M Contract.
(iii) Necessary instruments, skilled and unskilled labour, supervisory
engineering personnel, lubricants and initial fill of oil to all equipments and
machinery, etc., should be provided by contractor at his own cost for conducting
the tests, trial runs and commissioning. The contractor should furnish O&M
manuals of the plant before testing and commissioning and handing over the
plant to the Purchaser at no extra cost.
11.TECHNICAL SPECIFICATIONS
1. DESIGN PARAMETERS FOR THE PASSENGER ROPEWAY
System : FIXED Grip Jig Back type
Inclined Length of Travel : 475-500 m approximately
Level Difference : 215 m approximately
Speed : As per design
Ropeway Capacity : 200 PPH
Cabin Capacity : As per design
No. of Cabins : As per Design
No. Spare Cabins : 2
Main Motor : As per design
Inspection Drive motor : As per design for 0.6 m/sec speed
D.G Set : 125 kVA (make-As per annexure-III,
(This rating of DG is minimum
requirement)
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 72
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
Transformer : 250 kVA (make as per Annexure III)
Factor of Safety : As per national / international codes
Location of tension gear : Upper Terminal Station
Location of drive gear : Lower Terminal Station
Main drive motor : Adequate capacity AC Induction Motor
with VVVF drive of reputed make like
ABB / Siemens / L&T
Emergency / Rescue Engine drive : Adequate capacity diesel engine of
reputed make with integrated clutch
arrangement for speed of 0.6m/sec
Line Rescue System : Vertical Rescue System
Standards : Relevant National/ International codes
2. General Specifications:
a) Drive system shall provide for a smooth acceleration and deceleration of
the rope while starting and stopping. b) In addition to the main drive the following additional drives also shall be
provided. c) Suitable capacity electrical and diesel engine drives to run the system with
slow speed of 0.6m/sec for rescue / inspection purposes, bypassing the
main motor and gear box.d) Manual system for moving the rope in case of failure of all other systems
3. Cabin(s): Elegantly designed semi enclosed type Cabin (s) of suitable
capacity with Solar PV lighting as approved by the client.
4. Rope(s): (Indigenous/Imported)
i) Shall be procured only from ISO certified manufacturers
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 73
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
ii) The rope shall have a minimum guaranteed life of at least
10,000 hrs of operation with full designed load.
5. Structural Works
a) All structural steel materials used in system shall conform to the IS 2062
and procured from reputed ISO certified firms only. All fabrication shall
be done in accordance with IS 800-2007, IS 9595-1996, IS 7215-1974 or
other equivalent / better international standards. b) Holes on structural steel members shall always be drilled. c) All bolts used in the structures and trestles shall be from ISO certified
companies. All the spindles, shafts, pins shall be made from tested
materials and necessary certificate/s to that effect shall be furnished before
they are incorporated in the works. d) No blasting should be done for any type of worke) All welding shall confirm to IS 816-1969,IS 9595-1996 as applicable
6. Painting:
All Steel surfaces shall be cleaned and painted with one coat of approved
make of zinc chromate primer and two coats finish paint. These works shall be
carried out as per current applicable IS codes (IS 1477)
7. Line Equipments: (As per applicable National / International codes)
7.1 Towers: Towers if any shall be provided with ladder / platform with
Protective hand railing to access to the top and line sheaves for safe
inspection& maintenances purposes.
7.2 Mount beams: Each articulated portion of the beam is to be fitted with
phosphor bronze bushes.
7.3 Sheaves: All sheaves should be fitted with renewable liners with sufficient
shore hardness. All sheave bearings shall be sealed on each side,pre-
packed with grease during assembly and with provision for greasing.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 74
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
7.4 LINERS: Liner must be made of rubber elastomers. All liners required for
line sheaves, deflection sheaves, bull wheels & carriage wheel must
have relevant shore hardness as per code.
7.5 Drive / Return Sheave
This shall have required diameter sheave which shall be manufactured out
of fabricated structural steel. Stress relieving of the fabrication to be done before
undertaking machining. Double “V” is required for Butt weld between rim and
arm channel.
7.6 Carriages:
Carriages shall be well proven positive gripping type with maximum
safety and complete absence of slip on the rope. Each grip shall be capable of
supporting the cabin without slip. Provision to be made for the adjustment of jaw
opening to suit wear of the rope and jaw faces.
7.5 Hanger(s):
The cabin is suspended from the carriage through a hanger
Important requirements of Cabin, Carriage and Hanger are desired as:
For all components constituting the Cabin, Carriage, Hanger & Ropes the safety
factor shall be as per International codes.
7.8 Gear Boxes:
Gear boxes shall be procured from reputed international manufacturers.
7.9 Brakes :
i. Brakes shall be provided for input gear box and drive sheave.ii. The drive sheave has a braking track (fabricated). An independent hydraulic
brake with an electrically operated pump will apply the braking force. This
comes in operation automatically when:
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 75
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
a. Normal stop/Emergency stop push button is
pressed. In case of normal stop, the brake is actuated after some time
delay.
b. In case of power failure.
c. The tripping of drive motor due to actuation
of security devices (limit switches) located at line, stations, tension
trolley and tension weight.
d. The wind speed exceeding set operating
speed of anemometer.
e. The ropeway speed exceeds 10% of designed
speed
7.10 SAFETY PROVISIONS
Safety provisions will follow the Euro / BIS standard. In the event of
main supply power failure, full capacity D.G. set provided to supply power to
run main drive motors &for lighting of drive station as mentioned in technical
specifications.
8. RESCUE SYSTEM
Latest system for easy and quick emergency rescue of passengers in
sufficient quantity. The chosen rescue equipment shall be such that the rescue
operation can be carried out in a perfect manner even at the most critical points
of the route over rugged terrain, high elevation above ground, etc.
9. CIVIL WORKS FOR PASSENGER ROPEWAY
(i) Lower Terminal Station (vernacular type)
a) Operational area minimum of 200 Sq.m of RCC framed structure for
lower station which includes workshop, store, LT Panel room cum
operator cabin ,DG set room and space for boarding and deboarding
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 76
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
b) Walls shall be of brick masonry finished with boss profile tiles (8 mm
thick) up to a height of 1.5 m. Rest of the walls to be painted with two
coats approved quality emulsion paint with primer coat.c) Flooring – flamed granite of 40mm thick approved by the client. d) Aluminum glazed windows and doors to be used. e) The loading on the floors shall be assumed approximately taking into
account maximum crowd loading during the peak season.
(ii) Workshop cum store building
The space meant for the workshop cum store shall not be less than 50sq.m
a) Flooring – industrial type concrete flooring b) Wall – brick masonry finished with two coats approved quality emulsion
paint with primer coat.c) Steel doors, windows and ‘N’ type ventilators with glazed shutters with
painting.
(iii) LT Panel room cum operator cabin & Gen set room.
a) Separate LT Panel room cum operator cabin & Gen set room of required
area with cable trench provisions.b) Suitable capacity Split type Air conditioner for the LT Panel room cum
operator roomc) Aluminum anodized glazed windows and doors.d) Flooring - Vinyl flooring except for Gen-set room.
(iv) Upper Terminal Station
a) Operational area of 350 sqm. Of steel supporting structure.
b) Steel – concrete composite floor and Galvanized pre-engineered sheets for
the roofing and side cladding with protective handrails.
c) Counter weights at the UTS shall be designed appropriately.
d) The loading on the concrete composite floors shall be assumed
approximately taking into account maximum crowd during peak season.
e) All the steel structural components shall be painted with epoxy coating.
f) Blasting of rock is not permitted for any type of work.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 77
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
10. ELECTRICAL WORKS:
(Before starting electrical works, necessary GA & schematic drawings shall
be prepared and got approved by concerned Electrical Inspectorate)
(i) Supply and erection of required LT panel board with necessary incoming/
outgoing switches for providing supply to station lighting &ropeway
system with necessary armored cables as per CEIG’s Specifications and IE
rules.(ii) Supply and erection of 125kVA Generator-set (Kirloskar / Caterpillar /
Cummins/ Stamford) with AMF panel with suitable capacity incoming
and outgoing breakers of reputed make like L&T /Siemens or
equivalent .Earth fault relay protection, Energy Meter, Multi-function
Meter etc., The DG set shall be housed in a acoustic enclosure as per the
Pollution Control Laws.(iii) Internal Electrification of Lower & Upper station buildings, workshop,
operator’s cabin & LT panel room. External Electrification of Lower
&Upper station buildings and ropeway alignment area from LTS to UTS.(iv) CCTV with 16 nos. IP cameras (Sony/Hikvision/ equivalent make) and two
LED (42”) Television with enclosures (one at each station), one number of
16 channels DVR (Sony/Hikvision/equivalent make) of approved make
with continuous recording capacity of about 500 hrs. With all necessary
accessories like co- axial cables, wireless modem, switcher etc., to monitor
and record at the Lower Terminal Station (cameras, monitors and DVR are
to be approved by the client before their installation)(v) Wireless system with four mobile sets (handheld sets) including necessary
frequency allotment from the Department of Communication, Govt. of
India.(vi) Public Address System consisting of four numbers column speakers and 4
nos. Horns with 2 nos. 250W amplifiers and 2 nos microphones of reputed
make like Philips / Ahuja suitable for making announcement to the
passengers waiting / traveling in the ropeway system.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 78
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
(vii) Programmable Logic Control System integrated with VVVF Drive for the
smooth step less acceleration/deceleration of ropeway system with bypass
arrangement for manual operation(viii)Suitable electronically operated revolving gates (five numbers) integrated
with electronic ticketing machine as required by the client(ix) Necessary UG cable / OH lines with supporting poles and insulators are to be
run between the stations for control system / PA system.(x) The lightning risks at the ropeway system including terminal stations should
be analyzed and suitable passive lightning protection as per IS : 2309 or
IEC 62305 should be provided to protect against direct stroke lightning.(xi) Anemometer for wind speed indication & integrated with safety system for
automatic switching off the ropeway system if the wind speed exceeds the
set value.(xii) LOGIC CONTROL SYSTEM: a) Visual display unit system indicating the faults and procedure for detection
of faults shall be provided. The bidder shall provide details in the bid. There
will be smooth controlled start and stop of the ropeway. Different sensors,
safety devices feedback element and annunciation will be provided. b) Necessary safety devices and emergency stop push button at both stations to
make the system complete safe. The safety will not be only ensured at
Lower stations but will also be ensured at Upper stations and Line. c) The main drive motors will be tripped automatically and safely in case of
any safety fault occurred at Line or at stations.d) Control relays and interlocks should be provided for rescue engine,
emergency motor and brake operation.e) Control desk with visual display unit showing location of faults and
procedure for rectification of faults shall be provided.f) Latest(state-of-art) safety devices/system to be incorporated (xiii) Main Motor with VVVF Drive:
Drive should be provided with forward reverse operation, speed variation
(auto and manual) and inching facilities.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 79
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
(xiv) Battery & Battery Charger: Battery & Battery charger is to be provided
to ensure that the security circuit could be maintained when the auxiliary
engine is in use during say, a power failure.
12. STANDARDS TO BE ADOPTED FOR CIVIL & MECHANICAL
WORKS:
The materials and workmanship of all civil works shall confirm to the latest
Bureau of Indian standards, National Building Code, TN Building Practice, and
the CPWD / TN-PWD codes / specifications as applicable. Important among
them are:
a) IS 269-1989 - Ordinary and low heat Portland cement
b) IS 456-2000 - Code of Practice for Design and Construction of Plain
and Reinforced Concrete
c) IS 875-1987 - Code of Practice for Structural buildings- Loading
Standards
d) IS 1786-2008- Cold worked steel high strength deformed bars for
concrete reinforcement
e) IS 1888 – 1982 - Method of Load Tests on Soils.
f) IS 1893-1984&2002- Criteria for earthquake resistant design of
structures
g) IS 1904 -1986 - Code of Practice For Structural Safety of Buildings-
Shallow Foundation
h) IS 800-2007-code of practice for General construction in steel
i) IS 3973 – 1934 : Code of Practice for the Selection, Installation and
Maintenance of Wire Ropes
j) IS 5230 – 2003(Under Revision) Continuous To And Fro Movement
Bicable Ropeways Intended For Transportation Of Passengers Code Of
Practice For Construction.k) IS 5228-2003-Fixed grip monocable ropewayl) IS-5229-1998- monocable automatic grip (detachable) ropeways
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 80
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining aFixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
m) IS-7403-1974 – selection of standard Worm & helical gear boxes.
The above list is not exhaustive. Reference shall be made to other relevant
codes whenever necessary and wherever applicable.
11. For items of building and structure works envisaged in this contract,
relevant specifications and codes of the Tamil Nadu Building Practice and
National Building Code, as amended from time to time shall apply. It shall
not be necessary to append and specify such standards and codes with the
bid documents and they shall be deemed to be an inseparable part of the
bid document and agreement to be entered into. When the codes or
specifications are silent on certain aspects, the construction shall conform
to sound engineering practice. In case of any dispute arising out of the
interpretation of the above, the decision of the client shall be final and
binding on the bidder. These shall be bound to this document and become
part and parcel of the agreement.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 81
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining a Fixed Grip Jig Back Type Passenger Ropeway ofCapacity of 200 PPH ON TURNKEY BASIS.
PRICE-BID
Name of Work: Design, Manufacture, Supply, install, Testing, Commissioning, Operating & Maintaining a Fixed Grip Jig backpassenger ropeway of 200 PPH capacity for five years to Arulmigu RathinaGiriswarar Thirukoil at Ayyarmalai, Karur District,Tamilnadu, on TURNKEY BASIS.
Item No Description of work Amount in figures (Rs.) Amount in words (Rs.)
Part-I
Design, detailed engineering, preparation of the lay-out and General Arrangement Drawings, detailed drawings for manufacturing, fabrication, erection, installation of the ropeway system, preparation of “As Built” drawings and the Operation andMaintenance Manuals etc.
Part-II(a)
Civil works: Design and construction of all civil works such asconstruction of the lower and upper terminal stations with suitableinterconnections with existing structures and passages, workshop,stores, control panel room Gen-set room, operator cabin room andnecessary toilet facilities for the O&M personnel etc with allelectrical fixtures, furniture, sanitary fittings, drainage, andapproaches etc.
Part-II(b)
Manufacture and Supply of all Electro Mechanical equipments andtechnological structures, control and safety related equipment andworkshop equipments special tools and tackles.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 82
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining a Fixed Grip Jig Back Type Passenger Ropeway ofCapacity of 200 PPH ON TURNKEY BASIS.
Item No Description of work Amount in figures (Rs.) Amount in words (Rs.)
Part-II(c)
Erection, testing, commissioning of all plant and machineries and other utilities for the completion of the project.
Sub – Total (Part-I+Part II(a)+ II(b)+ II(c))
Part-II(d)
Operation and maintenance of the passenger ropeway systemincluding supply of all emergency and operating spares, ropes,equipments etc., as required and as directed by the RopewayExpert/Committee of ARGT including structures maintenance atboth terminal stations for five years including training the staff.For First year
For Second year
For Third year
For Fourth year
For Fifth year
Total
Lump-sum price for the turnkey job in its totality including the O&M for five years
(Part-I+Part II(a)+ II(b)+ II(c)+ Part III)
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 83
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaininga Fixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
PROFORMA - A
LETTER OF SUBMISSION OF TENDER
(To be typed by Bidder on his letter head)
From :
To :
The Executive Officer,
Arulmigu Rathinagiriswarar Thirukoil,
Ayyarmalai – 639124.
Karur District, Tamil Nadu.
Name of the work: --------------------------------------------------
Ref : Tender No.-----------------------------------------------------
Dear Sirs,
1. Having examined the Drawings, Conditions of Contract, Specifications,
incorporated in the tender document for the execution of the above named works,
and having visited and examined the site of the said works, I/We the
undersigned, offer to execute, complete and maintain the whole of the said works
in conformity with the said drawings, conditions of contract, specifications, Bill
of Quantities/Price bid etc. for the sum as indicated in the Bill of Quantities/Price
bid or such other sum as may be ascertained in accordance with the said
conditions.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 84
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaininga Fixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
2. Should this tender be accepted I/we undertake to commence the work within
7 (Seven) days of issue of the Letter of Acceptance for the work and further
undertake to complete and deliver the whole of the works comprised in the
contract within 18 (Eighteen) months from the date of handing over of site.
3. I/We agree to abide by this tender for a period of 6 months from the date of
opening of the bid/or such extended period as may be mutually agreed as
prescribed in clause 21 of the Instruction to Bidders and it shall remain binding
upon us and may be accepted at any time before the expiration of that period.
4. A sum of Rs......………. towards earnest money in the form of.....……….. in
terms of clause 20 of the Instructions to bidders, is enclosed herewith.
5. Unless and until an agreement is prepared and executed, this tender together
with your written acceptance thereof, shall constitute a binding Contract between
us.6. We understand that you are not bound to accept the lowest or any tender you
may receive.
7. Name of the partners of the firm authorized to sign
-----------------------------------------
----------------------------------------
----------------------------------------
Or
Name of person having power of attorney to sign the contract
(Certified true copy of the Power of Attorney should be attached)
8. Correspondence address of Bidder:-
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 85
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaininga Fixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
(The bidder should write his address and other details below at which the
correspondence shall be made regarding this tender. In case of any change in the
address provided below bidder has to inform Client/Consultant immediately).
a) Correspondence Address: _________________________
b) Telephone No (along with STD Code) : __________________________
c) Fax: __________________________
d) Name of Contact Person: __________________________
All the correspondence shall be made by ARGT at the above provided
address/phone/Fax numbers only.
Yours faithfully,
SIGNATURE(S) OF THE BIDDER(S)
Permanent address..............
Local address..............
Note:
1 The Bidder is to fill up the blanks in the above form before signing and
submitting the tender.
2 The signature of the person signing this paper should be attested by the bidder
if bidder is not signing the papers
3 The Power of Attorney should be submitted in favor of signatory of the tender
(as per Proforma –B).
PROFORMA – B
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 86
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaininga Fixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
FORMAT FOR POWER OF ATTORNEY TO AUTHORISED
SIGNATORY
POWER OF ATTORNEY
(To be executed on non-judicial stamp paper of the appropriate value in
accordance with relevant Stamp Act. The stamp paper to be in the name of the
firm/company who is issuing the Power of Attorney).
We, M/s___________ (name of the firm/company with address of
the registered office) hereby constitute, appoint and authorize
Mr/Ms………………………………………. (name and residential address) who
is presently employed with us and holding the position of…………….as our
attorney, to do in our name and on our behalf all or any of the acts, deeds or
things necessary or incidental to our bid for the work _________ (name of work)
including signing and submission of applicable proposals, participating in the
meetings, responding to queries, submission of information / documents and
generally to represent us in all the dealings with ARGT or any other
Government/Agency or any person, in connection with the works until
culmination of the process of bidding till the Contract Agreement is entered into
with ARGT and thereafter till the expiry of the Contract Agreement.
We hereby agree to ratify all acts, deeds and things lawfully done by
our said attorney pursuant to this Power of Attorney and that all acts, deeds and
things done by our aforesaid attorney shall and shall always be deemed to have
been done by us.
Dated this the Day of________2014
-------------------------------------------
(Signature and name of authorized signatory)
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 87
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaininga Fixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
---------------------------------------------
Signature of the Power of Attorney Holder
Witness 1: Witness 2:
Name Name:
Address Address:
Occupation: Occupation:
Note:
1. The mode of execution of the Power of Attorney should be in accordance with
the procedure, if any laid down by the applicable law and the charter documents
of the executants(s) and when it is so required the same should be under common
seal affixed in accordance with the required procedure.
Schedule "A"
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 88
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaininga Fixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
STRUCTURE AND ORGANISATION
1 Name of the Applicant :
2 Status :
Individual contractorSole proprietary Firm
Firm in Partnership
Private Limited company
Public Limited Company
:
::::
3 Head office/Registered office address with phone/ Telex / Fax Number.
:
4 Regional office address with phone / Telex / Fax Number. / Mobile Number.
:
5 Local office (if any ) address with phone / Telex /Fax Number / Mobile Number.
:
6 Field of activity of the Applicant as per deed ofPartnership / Memorandum of Association/Articles of association (Civil) EngineeringContractor / General Engineering contractor /Electrical Engineering contractor etc., should bespecified).
:
7 Country and year of incorporation. :
8 Main line of Business :
9 Name, position, status. capacity etc., of the Keypersonnel / Directors of the company. (Attachorganization chart showing the structure of the
:
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 89
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaininga Fixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
company/firm)
10 Name, capacity and address of the signatory whohas signed the Qualification Application.Attested copy of authorization issued (either bypower of attorney or as per articles of PartnershipDeed / Memorandum of Association) in favour ofthe signatory to sign the QualificationApplication Price Tender/ Agreement, should beappended.
:
Dated Signature of Applicant with Seal
SCHEDULE "B"
FINANCIAL CAPABILITY
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 90
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaininga Fixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
1 Name and address of the Applicant :
2 Income Tax Permanent account
No.
:
3 ‘TIN’ Number :
4 Annual turn over as per Income Tax returns filed for the past five years
: TAX year
2009-2010
2010-2011
2011-2012
2012-2013
2013-2014
5 Annual turn over as per auditedstatement of account duly certifiedby the Chartered Accountantduring the Preceding Five years(Attach attested copy of balancesheets.)
: TAX year
2009-2010
2010-2011
2011-2012
2012-2013
2013-2014
6 Financial Position
i. Cash in hand.
ii Cash in Bank / Banks.
iii Current Assets.
:
:
:
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 91
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaininga Fixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
iv Current Liabilities.
v Working capital.
vi Net worth.
:
:
:
7 Outstanding value of worksalready committed and in progressand time leftfor completion.(Details for each work to befurnished separately).
8 Amount available in capital Account:
(i) Paid up share capital of (Partners or share holders)
(ii) Called up and subscribed share capital
(iii) Reserves under capital account.
(iv) Surplus under capital account.
9 Net profit before tax during the preceding five years.
TAX year
2009-2010
2010-2011
2011-2012
2012-2013
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 92
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaininga Fixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
2013-2014
10 Applicant's Financial arrangements.
(a) Own resources.
(b) Bank credits / Over Draft.
(c) Other source (Specify thesource)
Dated Signature of Applicant with Seal
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 93
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining a Fixed Grip Jig Back Type Passenger Ropeway ofCapacity of 200 PPH ON TURNKEY BASIS.
SCHEDULE "C"
WORK EXPERIENCE
LIST OF ROPEWAY WORKS COMPLETED IN THE PRECEDING FIVE YEARS
NAME OF APPLICANT:
Sl.
No.
Nam
e of
wor
k
Loc
atio
n o
f th
e W
ork
(Tow
n /
Sta
te)
Nam
e of
th
e E
mp
loye
r
Val
ue
of t
he
wor
kR
s.
Agr
eem
ent
num
ber
Per
iod
of
com
ple
tion
stip
ula
ted
in t
he
agre
emen
t
Dat
e of
Com
men
cem
ent
ofW
ork
Tim
e ac
tual
ly t
aken
to
com
plet
e th
e w
ork
Rea
son
s fo
r d
elay
(if
any)
Typ
e of
Rop
eway
, Yea
r of
Con
st. A
nd F
inal
cos
t
Rem
arks
Note:- a) Details of original construction works alone should be furnished.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 94
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining a Fixed Grip Jig Back Type Passenger Ropeway ofCapacity of 200 PPH ON TURNKEY BASIS.
a) Repairs / Improvements to existing structures should not be included.
Dated Signature of the applicant with Seal.
SCHEDULE "D"
A) DETAILS OF SIMILAR ROPEWAY WORKS COSTING MORE THAN RS.300.00 LAKHS UNDER
SINGLE AGREEMENT COMPLETED IN THE PRECEDING FIVE YEARS.
NAME OF APPLICANT:
Sl.
No.
Nam
e of
wor
k
Loc
atio
n o
f th
e W
ork
(T
own
/S
tate
)
Nam
e of
th
e E
mp
loye
r
Val
ue
of t
he
wor
kR
s.
Agr
eem
ent
nu
mb
er
Per
iod
of
com
ple
tion
sti
pu
late
d in
the
agre
emen
t
Dat
e of
Com
men
cem
ent
of W
ork
Tim
e ac
tual
ly t
aken
to
com
ple
teth
e w
ork
Rea
son
s fo
r d
elay
(if
an
y)
Typ
e of
Rop
eway
, Yea
r of
Con
st.
& F
inal
cos
t
Rem
arks
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 95
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining a Fixed Grip Jig Back Type Passenger Ropeway ofCapacity of 200 PPH ON TURNKEY BASIS.
Note:-a) Certificate issued by the Engineer - in - charge (not below the rank of Executive Engineer / Project Engineer) of each of the work is to be appended.
Dated Signature of the applicant with Seal.
SCHEDULE "E"
DETAILS OF WORKS ALREADY COMMITTED BY THE APPLICANT AND ARE IN PROGRESS
NAME OF APPLICANT:
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 96
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining a Fixed Grip Jig Back Type Passenger Ropeway ofCapacity of 200 PPH ON TURNKEY BASIS.
Sl.
No.
Nam
e of
wor
k
Loc
atio
n o
f th
e W
ork
(T
own
/ S
tate
)
Nam
e of
th
e E
mp
loye
r
Val
ue
of t
he
wor
kR
s.
Agr
eem
ent
num
ber
Per
iod
of
com
ple
tion
sti
pu
late
d in
th
eag
reem
ent
Dat
e of
Com
men
cem
ent
of W
ork
Tim
e ac
tual
ly t
aken
to
com
ple
te t
he
wor
k
Rea
son
s fo
r d
elay
(if
an
y)
Typ
e of
Rop
eway
, Yea
r of
Con
st.
Rem
arks
Note: - Certificate for each of the committed works in Progress issued by the Engineer-in-charge (Not below the Rank of Executive Engineer / Project Engineer.) With all the above details should be appended.
Dated Signature of the applicant with Seal.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 97
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaininga Fixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
SCHEDULE “F”
INFORMATION REGARDING CURRENT LITIGATION/ DEBARRING/EXPELLING OF APPLICANT OR ABANDONMENT OF WORK BY
THE APPLICANT
1. (a)Is the Applicant currently involved in any Arbitration/ litigation relating to the contract works. Yes/ No
(b) If Yes, Details thereon
2. (a) Has the Applicant or any of it’s constituent partners been Yes/No
Debarred/ Expelled by any agency during the last “Five” Years
(b). If Yes, Details thereon
3. (a) Has the Applicant or any of it’s constituent Partners Yes/No
failed to complete, any contract work during the past “Five” years.
(b). If yes, give details thereon.
Dated signature of Applicant with seal.
Note: If any information in this schedule is found to be incorrect orconcealed, the Qualification Application will be summarily rejected & pricetender will not be opened.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 98
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaininga Fixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
SCHEDULE “G”
AFFIDAVIT
(To be furnished in a Twenty Rupees Non-Judicial stamp paper dulycertified by Notary Public)
1. I /We the undersigned solemnly declare that all the statements made in the
documents, records etc., attached with this application are true and correct to
the best of my knowledge.
2. I /We the undersigned do hereby certify that neither my/our firm/company nor
any of it’s constituent partners have abandoned any work/works of similar
nature and magnitude in India, during the Last “Five” years.
3. I /We the undersigned do hereby certify that any of the contract awarded to
me/us has not been terminated rescinded, due to breach of contract on my/our
part, during the last “Five” years.
4. I / we the undersigned authorize (s) and request (s) any bank/person/firm /
corporation / Government Departments to furnish pertinent information
deemed necessary and requested by the E.O, Arulmigu Rathinagiriswarer
Thirukoil, Ayyarmalai to verify the statement made by me/ us or to assess my/
our competence and general reputation.
5. I / we the undersigned, understand(s) that further qualifying information /
clarifications on the statement made by me/us may be requested by the E.O,
Arulmigu Rathinagiriswarer Thirukoil, Ayyarmalai and agree(s) to furnish such
information/ clarification within “SEVEN” Days from the date of receipt of
such request from the E.O, Arulmigu Rathinagiriswarer Thirukoil, Ayyarmalai.
Dated Signature of Applicant with seal:
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 99
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaininga Fixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
To be signed by the officer authorized by the Firm / company to sign on behalf of
the Firm/ company with company’s seal)
Note:- In case of sole proprietary concern, affidavit should be signed only by the
sole proprietor.
(Title of the Officer)
(Title of the firm/company)
(Date)
The above named deponent has understood the contents well and solemnly and
sincerely declared and affirmed by the deponent in my presence
at……………………………………..and signed before me on this day
of……………………………
(Seal) (Signature of the Notary Public)
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 100
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaininga Fixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
SCHEDULE “H”
UNDER TAKING
Under taking should be furnished in a Twenty Rupees Non-Judicial stamppaper with the Qualification Application and certified by the Notary public.
I/We
the applicant do hereby
undertake that I/ we will abide by the terms and conditions if any modified by
the Government in the contract conditions subsequent to submission of
Qualification Tender / Price tender or subsequent to execution of the agreement.
Place:
Date: Signature of the applicant with Seal
The above named deponent has understood the contents well and solemnly
and sincerely declared and affirmed by the deponent in my presence
at..........................................................and signed before
me........................... ....................................on this day
of............................................
Place:
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 101
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaininga Fixed Grip Jig Back Type Passenger Ropeway of Capacity of 200 PPH ON TURNKEY BASIS.
Date: Signature of the Notary Public with Seal.
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639 120, Karur District Page 102
Tender for Design, Manufacture, Supply, Erection, Testing & Commissioning, Operating & Maintaining a Fixed Grip Jig Back Type Passenger Ropeway ofCapacity of 200 PPH ON TURNKEY BASIS.
SCHEDULE "I"
Details of Technical Personnel Under regular employment of the applicant who can be made available exclusively forthis work
Name of Applicant:
Sl.No.
Designation NameEducational
Qualification
Underregular
employmentwith
Applicantsince
Total spanof
experience
Salarybeingpaid
Remarks
Dated Signature of applicant with Seal
Arulmigu Rathinagiriswarar Thirukoil, Ayyarmalai- 639124, Karur District Page 103