Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 1 of 96
Electronics Corporation of Tamil Nadu Limited (ELCOT)
(A Government of Tamil Nadu Undertaking)
Tende r f o r
CONSTRUCTION OF COMPOUND WALL FOR 289 ACRES ELCOT LAND AREA ON THE SOUTH SIDE OF ROAD
JOINING NATIONAL HIGHWAY 44 TO SIPCOT INDUSTRIAL ESTATE AND CONSTRUCTION OF PERMANENT ENTRANCE
ARCH BY REPLACING THE EXISTING ALUMINIUM COMPOSITE PANEL ARCH OF ELCOSEZ ENTRANCE FOR THE ELCOSEZ AT GANGAIKONDAN – TIRUNELVELI
Tender Ref. No.
ELCOT/ ITPD/TIRUNELVELI/ARCH & CW/2020
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 2 of 96
Tender Documents
Sl.No Part Description No. of Pages
1 Part – A Terms and Conditions 96
2 Part - B Technical Bid 23
3 Part - C Technical Specifications 172
4 Part – D Drawings 5
5 Part – E Price Bid 23
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 3 of 96
Tender Documents
Part – A Terms and Conditions
Table of Contents
Sl.No DESCRIPTION
PAGE
1 e-Tender Notice
4
2 Know Your Rights
5
3 Letter of Undertaking
6
4 1.Scope of Work
9
5 2.Definition of Terms
10
6 3.e-Tender Schedule
13
7 4.General Instructions
15
8 5.Eligibility Criteria
21
9 6.Bid Preparation and Submission
25
10 7.Tender Opening and Evaluation
28
11 8.Execution of Work
31
12 9.General Conditions of Contract
34
13 10. Special Conditions of Contract
48
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 4 of 96
M/s. ELECTRONICS CORPORATION OF TAMILNADU LTD.,
692, ANNA SALAI, NANDANAM, CHENNAI – 600 035
e-Tender Notice Tenders in Electronic Tendering mode are invited from the eligible bidders who satisfy qualification criteria prescribed below to become eligible to
tender for this work. Bidding will be conducted under two part system conforming to Tamil Nadu Transparency in Tenders Act 1998 and Rules
2000.
Name of Work
Estimated
amount
(Rs. In Crores)
E.M.D (Rs.)
Period
of complet
ion
Tender
Document issue date
Last date for receipt
of tender.
Construction of Compound wall for 289 Acres ELCOT land area on the south side of road
joining National Highway 44 to SIPCOT Industrial Estate and
Construction of permanent Entrance arch by replacing the existing Aluminium Composite
panel Arch of ELCOSEZ entrance for the ELCOSEZ at Gangaikondan – Tirunelveli.
9.825 Crores
Rs. 5,01,250/-
12 Months
06-11-2020
08-12-2020
ELCOT is a Developer under SEZ Act and rules. All supplies made to ELCOT are Zero rated under GST. Therefore the quoted price to exclude all output taxes on supplies to ELCOT.
Bidder should submit their bid through ELCOT‘s e- Tender Portal
https://tenders.elcot.in The tender documents and other details can be downloaded from
www.elcot.in , www.tenders.tn.gov.in , https://tenders.elcot.in
https://tenders.elcot.in/http://www.elcot.in/http://www.tenders.tn.gov.in/https://tenders.elcot.in/
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 5 of 96
KNOW YOUR RIGHTS
1. ALL TENDERS WILL BE OPENED ONLY IN THE PRESENCE OF THE BIDDERS.
2. THE BIDDERS HAVE A RIGHT TO INSIST ON PROCESSING OF
TECHNICAL BIDS IN THE BIDDERS PRESENCE ONLY. 3. PRICE BID OPENING AND PRICE COMPARISON WILL BE DONE
ONLY IN THE PRESENCE OF THE BIDDERS. 4. VENDORS / BIDDERS ARE ELIGIBLE FOR A VENDOR SIGNED
COPY OF THE PRICE BID COMPARISON STATEMENT ON THE
SPOT. 5. PLEASE INSIST ON YOUR RIGHTS AND AVAIL THE SAME.
MANAGER (ITPD)
ELCOT
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 6 of 96
LETTER OF UNDERTAKING
To
The Managing Director M/s. Electronics Corporation of Tamilnadu Ltd.,
692, Anna Salai, Nandanam, Chennai – 600 035
Sir,
I/We do hereby tender and if this Tender be accepted to undertake to execute ―Construction of Compound wall for 289 Acres ELCOT land area on the south side of road joining National Highway 44 to SIPCOT Industrial
Estate and Construction of permanent Entrance arch by replacing the existing Aluminium Composite panel Arch of ELCOSEZ entrance for the ELCOSEZ at Gangaikondan – Tirunelveli.‖ as shown in the drawing and
described in the specifications attached with the bid documents with such variations by way of alterations of additions to and omissions from the said
works and methods of payment as are provided for in the conditions of contract at the rates indicated in the Price Bid.
I/We, hereby agree that when works are executed by way of alterations of, additions to omissions and or any new items not contemplated in the bid
document, rates for these items derived as laid down in P.S. to S.S.R.B and Tamil Nadu Building Practice.
I/We hereby distinctly and expressly declare and acknowledge that before the submission of my/our Tender, I/We have carefully followed the instructions in the Tender Notice and have read Tamil Nadu Building
Practice Standard Specifications for the said and preliminary specifications for the said works and that I / We have made such examination of the
contract documents and of the plans, specifications and quantities of the locations where the said work is to be done and such investigations of the work required to be done and in regard to the materials required to be
furnished as to enable me / us to thoroughly understand the intention of the same and the requirement, covenants, agreements, stipulations and
restrictions contained in the contract and in the said plans and specifications and distinctly agree that I / we will not hereafter make any claim or demand upon the ELCOT based on or arising out of any alleged
misunderstanding or misconception of mistake on my/our part of the said requirement, covenants, agreements, stipulations and restrictions and conditions in executing the work. I/We shall keep the rate of progress of
work as stipulated in the tender notice.
I/We, have gone through the full Tender documents, Tender notice, Corrigendum in all aspects and I/We fully agree and abide by the terms and
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 7 of 96
conditions indicated, failing which suitable action may be initiated as applicable against me/us.
I/We, being a pre-qualified contractor for the work enclose the copies of Income Tax return and GST registration.
I/We, enclose herewith a UTR No. ………………………. Dt………………….. For the payment of the sum of Rupees ………………………… as earnest money
paid electronically through internet banking enabled Account or NEFT/RTGS to the account of ELCOT Account No. 6681528770, Indian Bank, Nandanam Branch, Chennai – 35, IFSC Code – IDIB000N078. If
my/our tender is accepted, the earnest money may be retained by the ELCOT as security deposit for the due fulfillment of the contract by
transferring the same to the credit of the Electronics Corporation of Tamilnadu Ltd. (ELCOT) If upon intimation being given to me/us by the Electronics Corporation of Tamilnadu Ltd. (ELCOT) of acceptance of my
/our tender, our engineer fail to attend the said office on the date fixed therein, or if I/We fail to make the further security / additional security
deposit as may be intimated and enter into the required agreement, then I/We agree to the forfeiture of the earnest money not as a penalty but in payment of liquidated damages sustained as a result of such failure.
I/We, enclose herewith a UTR. No: ………………………. Dt………………….. For the payment of the sum of Rupees ………………………… as Portal charges
paid electronically through internet banking enabled Account or NEFT/RTGS to the account of ELCOT Account No. 6681528770, Indian
Bank, Nandanam Branch, Chennai – 35, IFSC Code – IDIB000N078. Address to which intimation / notice is to be sent.
I/We fully understand that the written agreement to be entered into between me/us and the Electronics Corporation of Tamilnadu Ltd. (ELCOT) shall be the foundation of the rights of both the parties and contract shall not be
deemed to be complete until the agreement has first been signed by me/us and then by the proper Officer authorized to enter into contract on behalf of Electronics Corporation of Tamilnadu Ltd. (ELCOT).
I/We are professionally qualified and my/our qualifications are given below:-
Name Qualifications
I/We will employ the following technical staff for supervision of the work and will see that one of them is always present at works site personally checking
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 8 of 96
all items of works and paying extra attention to such works, which require special attention (e. g) reinforced concrete work etc. I/We also agree for the deduction of the sums indicated in the special conditions, if I/We fail to
employ the technical assistants.
Name of the members of technical Staff proposed to be employed
Qualifications
In case of violation of any of the conditions above, I/We……………………………. Understand that I/We are liable to be
blacklisted by ELCOT for a period of three years.
Yours faithfully
For___________ Name, Signature
Designation,
Seal
Station: Date :
Note: 1. Declaration in the Company‘s letter head should be submitted as per
format given above
2. If the bidding firm has been blacklisted by any State Government/ Central Government/ Public Sector Undertakings earlier, then the details should be provided.
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 9 of 96
1. SCOPE OF WORK
Electronics Corporation of Tamil Nadu Limited (ELCOT), a wholly owned
Government of Tamil Nadu Undertaking is the Optional Procurement Agency of the Government of Tamil Nadu for procurement of IT related products.
ELCOT have also implemented Government of India and Government of Tamil Nadu shared major Turn key projects namely Tamil Nadu State Wide
Area Network.
Now, ELCOT on behalf of Information Technology Department, Government of Tamil Nadu is in the process of constructing IT buildings in the state of Tamil Nadu. Hence, the e-Tender for ―Construction of Compound wall for
289 Acres ELCOT land area on the south side of road joining National Highway 44 to SIPCOT Industrial Estate and Construction of permanent Entrance arch by replacing the existing Aluminium Composite panel Arch of
ELCOSEZ entrance for the ELCOSEZ at Gangaikondan – Tirunelveli.‖ Has been floated.
ELCOT have engaged M/s. Wadia Techno-Engineering Services Ltd. For providing Architectural Consultancy Services for this work.
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 10 of 96
2. DEFINITION OF TERMS
1. Terms which are defined in the Conditions of Contract but keep
their defined meanings. Capital initials are used to identify defined terms.
2. ―EMPLOYER / OWNER / PURCHASER‖ shall mean the client on
whose behalf the enquiry is issued by the Engineer / Consultant
and shall include his successors and assigns, as well as his authorised officer / representatives.
3. ―ENGINEER‖ or ‗CONSULTANT ―or ―ARCHITECT‖ shall mean M/s.
Wadia Techno-Engineering Services Ltd, Door No. 81, flat No.4-A,
4th floor, Valluvar kottam high road, Nungambakkam, Chennai 600034.
4. ―Contract‖ shall mean the invitation to tender instructions to tenderers, general conditions of contract, special conditions of
contract, specifications, drawings, preamble to bill of quantities, time schedule, form of tender, Rates and amount accepted against the items of the bill of quantities together with the tender covering
letter and all correspondence entered into between the tenderer prior to the issue of the Letter of Acceptance, the contract
agreement / work order and any other documents specifically indicated therein.
5. ―Manufacturer‖ refers a person or firm who is the producer and furnisher of material or designer and fabricator of equipment to either the EMPLOYER / OWNER / PURCHASER or the VENDOR /
CONTRACTOR or both under the ‗Contract‘.
6. ‘INSPECTOR‘ shall mean the authorised representatives appointed by the OWNER/PURCHASER or the ENGINEER / CONSULTANT for purposes of inspection of materials / equipment / works.
7. ‗PROJECT‘ shall mean the project specified in the project
information. The SITE shall mean the land / or other places, into or site through which work is to be executed under the contract or any adjacent land, path or street through which work is to be
executed under the contract or any adjacent land, path or street which may be allotted for use for the purpose of carrying out the contract.
8. DAYS are calendar days and MONTHS are calendar months.
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 11 of 96
9. ‗Specifications‘ shall mean the specification for materials and works issued under the authority of the owner, as amplified, added to or superseded by Special Specifications, if any issued under the
authority of the owner and shall include detailed designs, statement of technical data, performance characteristics and such
other particulars mentioned as such in the contract. In the absence of any specific specifications issued by the owner, the specification issued by the Bureau of Indian Standards will apply.
10. ‗Plant‘ or ‗Equipment‘ and ‗Work‘ or ‗Works‘ shall mean respectively
the goods to be supplied and services to be provided by the
VENDOR / CONTRACTOR/ FABRICATOR under the ‗Purchase Order‘ or ‗Contract‘.
11. ‗Date of Contract‘ shall mean the calendar date on which the
EMPLOYER / OWNER / PURCHASER and VENDOR /
CONTRACTOR / FABRICATOR have signed the Agreement.
12. ‗Guarantee Period‘ shall mean the period during which the ‗Contract‘ shall be executed as agreed between VENDOR / CONTRACTOR / FABRICATOR and EMPLOYER / OWNER /
PURCHASER into the contract. 13. ‗Approved‘ and ‗Approval‘, where used in the ‘Specification‘ shall
mean, respectively, approved by and approval of the EMPLOYER / OWNER / PURCHASER or the ENGINEER / CONSULTANT.
When the words ‗Approved‘ ‗Approval‘, ‗subject to Approval‘,
‗Satisfactory‘, ‗Equal to‘, ‗Proper‘, ‗Requested‘, ‗as directed‘, ‗Where
directed‘, When directed‘, ‗determined‘, ‗accepted‘, ‗permitted‘, or words phrases of like import are used, the approval, judgment,
direction, etc., is understood to be a function of the EMPLOYER / OWNER / PURCHASER of the ENGINEER / CONSULTANT.
14. ‗Engineer‘s Instructions‘ shall mean any drawings, and / or instructions oral and/or writing, details, direction and explanations issued by the ENGINEER / CONSULTANT or the
EMPLOYER / OWNER / PURCHASER from time to time during the contract.
15. Mechanical Completion shall be defined to a state of readiness for
preliminary operations, after due erection of all the materials and
items of ‗Equipment‘ covered under the scope of the contract. 16. ‗Commissioning‘ shall mean integrated activity covered under
‗Preliminary Operation‘, Initial Operation‘, ‗Trial Operation‘ and carrying out ‗Performance Tests‘.
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 12 of 96
17. ‗A Engineer‘s representative is the person appointed by the Engineer to carry out the work at site for measurements, supervisions and quality control.
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 13 of 96
3. e- Tender Schedule
1. Tender inviting Authority, Designation and Address
The Manager (ITPD) ELCOT, II Floor MHU Complex, 692 Anna Salai, Nandanam,
Chennai-600035. e-mail: [email protected] URL : www.elcot.in
2. Tender Accepting
Authority, Designation and Address
The Managing Director
ELCOT, II Floor MHU Complex, 692 Anna Salai, Nandanam,
Chennai-600035. e-mail: [email protected] and [email protected]
URL: www.elcot.in
3. A) Name of the Work Construction of Compound wall for 289 Acres ELCOT land area on the south side of road joining National Highway 44 to
SIPCOT Industrial Estate and Construction of permanent Entrance
arch by replacing the existing Aluminium Composite panel Arch of ELCOSEZ entrance for the ELCOSEZ at
Gangaikondan – Tirunelveli.
B) Tender reference ELCOT/ ITPD/TIRUNELVELI/ARCH &CW/2020
4. Tender documents available place
Tender documents can be freely downloaded https://tenders.elcot.in,
https://www.elcot.in and www.tenders.tn.gov.in till closing date and time of the Tender. The tender
document fee is waived for downloading the Tender.
5. e-Tender Portal Charges For every Tender submitted through
e-Tender, a Portal charge of Rs.10, 000/- (Rupees Ten Thousands only) should be Paid electronically
through their respective internet banking enabled account or NEFT/RTGS to the account of ELCOT Account No.
6681528770, Indian Bank, Nandanam Branch, Chennai – 35. IFSC Code
– IDIB000N078.
mailto:[email protected]://www.elcot.in/mailto:[email protected]:[email protected]://www.elcot.in/https://www.elcot.in/http://www.tenders.tn.gov.in/
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 14 of 96
(In the e-tender portal the bidder should
select D.D for NEFT/RTGS payment and enter UTR No in the place of D.D No.)
6. Earnest Money Deposit
(EMD)
Rs. 5,01,250/- (Rupees Five Lakhs
One Thousand Two hundred and fifty Only) should be Paid electronically through their respective internet banking
enabled account or NEFT/RTGS to the account of ELCOT Account No.
6681528770, Indian Bank, Nandanam Branch, Chennai – 35. IFSC Code – IDIB000N078.
(In the e-tender portal the bidder should select D.D for NEFT/RTGS payment and enter UTR No in the place of D.D No.)
7. Tender submission Two Part Tender comprising of Technical
Bid and Price Bid should be submitted electronically through e- Tender Portal
http://tenders.elcot.in
8. Bid signing Bidders should possess valid Class 2/
Class 3 - signing and Encryption Digital Signature Certificates for signing
the Bids
9. Help manuals for
e-Tender
Bidders may download the help
documents and user manuals from https://tenders.elcot.in
10. Date and Place of e-Portal Training and Pre-Bid Meeting
18-11-2020 at 11:30 A.M at the address mentioned in Serial Number (1)
11. Due Date, Time and Place
of submission of Tender
By 08-12-2020 at 03:00 P.M online at
the address mentioned in Serial Number (7)
12. Date, Time and Place of opening of the Technical
Bids
08-12-2020 at 03:30 P.M at the address mentioned in Serial Number (1)
13. Date, Time and Place of
opening of Price Bids
Will be intimated only to the Technically
Qualified Bidders
http://tenders.elcot.in/https://tenders.elcot.in/
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 15 of 96
4. General Instructions
4.1 General
1) The Bidders are requested to examine the instructions, terms and conditions and specifications given in the Tender. Failure to furnish all required information in every aspect will be at the
Bidder's risk and may result in the rejection of bid. 2) It will be imperative for each Bidder(s) to familiarize itself/
themselves with the prevailing legal situations for the execution
of contract. ELCOT shall not entertain any request for clarification from the Bidder regarding such legal aspects of
submission of the Bids. 3) 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
ELCOT. Neither any time schedule nor financial adjustments arising thereof shall be permitted on account of failure by the Bidder to appraise themselves.
4) The Bidder shall be deemed to have satisfied itself 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. 5) It must be clearly understood that the Terms and Conditions
and specifications are intended to be strictly enforced. 6) The Bidder should be fully and completely responsible to ELCOT
and State Government for all the deliveries and deliverables.
7) Any vendor who is blacklisted in ELCOT will not be eligible to bid for Tenders in ELCOT, as per the conditions of blacklisting.
8) In case show cause notice has been issued by ELCOT for poor performance, then ELCOT reserves the right to disqualify the bid submitted by such Vendor.
9) The Tamil Nadu Building Practice (TNBP), Indian Standard Specification, Preliminary specifications to the Standard Specifications for roads and Bridges construction shall form an
inseparable condition of the contract in all agreements entered into by the contractor for execution of work for the Electronics
Corporation of Tamilnadu Ltd. (ELCOT).
10) The tenderer shall examine closely the TNBP, IS specifications
and also the Standard Preliminary specifications to IS specifications contained therein before submitting his tender which shall be for finished work in site. He shall also carefully
study the drawings and descriptive specifications supplementing Schedule-A and all documents which form part of the agreement
to be entered into by the accepted Tenderer. It shall not be necessary to append these Standard Specifications and codes
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 16 of 96
with the bid documents and they shall be deemed to be inseparable part of bid document and agreement to be entered into.
11) The tenderer‘s attention is directed to the requirements of materials under the clause ―Materials and the Workmanship‖ in
the TNBP,. Materials, equipment‘s, fittings and fixtures confirming to the Specifications of Bureau of Indian Standard shall be used in the work and the Tenderer shall quote his
tender accordingly. 12) Every tenderer is expected before quoting his tender to inspect
the site of the proposed work. He should also inspect the
sources of materials and satisfy himself about the name of manufacturers where from materials are to be obtained.
13) The best class of materials to be obtained and shall be used on work. In every case the materials must comply with the relevant Standard Specifications. Samples of materials as called for in
the Standard Specifications or in the tender notice or as required by the Engineer-in-charge in any case shall be
submitted for the Architect‘s approval before the supply to the site of work is begun.
14) Electronics Corporation of Tamilnadu Ltd. (ELCOT) will not
however, after acceptance of the tender, pay any extra for lead or for any other reasons in case the contractor is found later on to have misjudged the quality or quantity of materials available.
Attention of the contractor is directed to the Standard Preliminary Specifications regarding payment of seignior age,
tolls etc. 15) The Tenderer‘s particular attention is drawn to the sections and
clauses in the Standard Preliminary Specifications dealing with:
i. Test inspection and rejection of defective materials of work.
ii. Carriage. iii. Construction plants. iv. Water and lighting.
v. Clearing up during progress and for delivery. vi. Accidents. vii. Delays.
viii. Particulars of Payment. 16) The Tenderer should closely peruse all the specification clauses
which govern the rates for which he is tendering. 17) A schedule of quantities accompanies the tender document. It
shall be definitely understood that the ELCOT does not accept
any responsibility for the correctness or completeness of quantities in the schedule and that this schedule of quantity is liable to alterations, omissions, deductions, additions at the
discretion of the Engineer-in-charge or as set forth in the conditions of contract.
18) Tenders not submitted in proper form or within the due time will be rejected. Lump sum amounts for items not called for
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 17 of 96
shall not be included in the tender. No alteration which is made by the tenderer in the tender or the conditions of contract, the drawing, specifications or quantities accompanying the same
will be recognized and if any such alterations are made, the tender will become invalid.
19) The attention of the tenderers is drawn to the contract requirements as to the time of commencement of work. The rate of progress and the dates for completion of the whole work and
the several activities shall be as indicated below. The date of commencement of this programme will be the date on which the site (Premises) is handed over to the contractor. The time fixed
for completion of the entire work shall be 12 Months.
PROGRAMME FOR COMPLETION OF WORK:
Sl.No.
Mile stone
Period from the
date of handing over the site
Physical works to be
completed
1. Mile stone -1 (1st Three months)
3 Months 20% of the value of work should be
completed.
2. Mile stone -2 (2nd Three months)
3 Months 25% of the value of work should be
completed.
3. Mile stone -3
(3rd Three months)
3 Months 25% of the value of
work should be completed.
4. Mile stone -3 (4th Three months)
3 Months 30% of the value of work should be
completed.
20) No part of the contract shall be sublet without the prior written permission of the Managing Director, Electronics Corporation of Tamilnadu Ltd. (ELCOT) nor shall transfer be made.
21) The tender is subject to the terms and conditions of Government of Tamilnadu pertaining to this scheme.
22) If any further information is required the Manager (ITPD), Electronics Corporation of Tamilnadu Ltd. (ELCOT) will furnish such information but it must be clearly understood that
tenders must be fully in order and according to instructions. 23) Electronics Corporation of Tamilnadu Ltd. (ELCOT) reserve
the right to reject any tender or all the tenders without assigning
any reasons there for. 24) The tenderer submitting a tender which the tender accepting
authority considers excessive or indicate of insufficient knowledge of current prices or definite attempt at profiteering,
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 18 of 96
will render himself liable to be debarred as the accepting authority may decide. The tender should be based on the controlled prices under the provision of Clause 6 of Hoardings
and Profiteering Preventive Ordinance 1943 as amended from time to time and similar principle in regard to Labour and
supervision in the constructions. 25) A statement giving brief particulars of equipment and resources
that will be put at the disposals in respect of the following
classifications should accompany the tender. a. Equipment: Transport for materials, Lorries, tippers,
Earth moving machineries, static / dynamic
vibratory rollers, Graders, Mixer machine and water Lorries, etc.
b. Organization 1. Technical
2. Unskilled
c. Methods that will be accepted to speed up the work for the
entire completion within the prescribed time.
26) No foreign exchange would be released by ELCOT for the
purchase of plant and machinery for the work. 27) The contractor‘s quoted rates for the works in the tender shall
be inclusive of all taxes, fees, tolls, insurance and others if any
which he has to pay to the government and other bodies as the concerned laws would require.
4.2 Clarifications in the Tender
a) A prospective Bidder requiring any clarification in the Tender may notify ELCOT by letter or by Fax or by E-mail to
[email protected] a copy to [email protected] We encourage paper free e-mail communication.
b) The responses to the clarifications will be notified in the websites by means of Corrigendum to the Tender Document. It would be advantageous to commence e-mail contact with
itpdtenders@elcot .in to register your e-mail id.
4.3 Amendments to the Tender
a) Before closing of the Tender, clarifications and amendments if
any will be notified in the websites mentioned in the Tender Schedule. The Bidders should periodically check for the amendments or corrigendum or information in the websites till
the closing date of this Tender. ELCOT will not make any individual communication and will in no way be responsible for
any ignorance pleaded by the Bidders.
mailto:[email protected]:[email protected]:[email protected]
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 19 of 96
b) No clarifications would be offered by ELCOT within 48 hours
prior to the due date and time for opening of the Tender.
c) Before the closing of the Tender, ELCOT may amend the Tender
document as per requirements or wherever ELCOT feels that such amendments are absolutely necessary.
d) Amendments also may be given in response to the queries by the prospective Bidders.
e) ELCOT at its discretion may or may not extend the due date and time for the submission of bids on account of amendments.
f) ELCOT is not responsible for any misinterpretation of the
provisions of this tender document on account of the Bidders
failure to update the Bid documents on changes announced through the website.
4.4 Language of the Bid
a) 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 another language provided they are accompanied by an accurate
translation in English duly notarised, in which case, for all purposes of the bid, the translation shall govern. Bids received without such translation copy are liable to be rejected.
4.5 Bid Currency
a) Price should be quoted in Indian Rupees (INR) only and Payment shall
be made in Indian Rupees only.
4.6 Contacting Tender Inviting Authority
a) Bidders shall not make attempts to establish unsolicited and unauthorised contact with the Tender Accepting Authority,
Tender Inviting Authority or Tender Scrutiny Committee after the opening of the Tender and prior to the notification of the Award and any attempt by any Bidder to bring to bear
extraneous pressures on the Tender Accepting Authority shall be sufficient reason to disqualify the Bidder.
b) Notwithstanding anything mentioned above, the Tender Inviting Authority or the Tender Accepting Authority may seek bonafide
clarifications from Bidders relating to the tenders submitted by
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 20 of 96
them during the evaluation of tenders.
4.7 Force Majeure
a) Neither the Purchaser / ELCOT nor the Successful Bidder shall be
liable to the other for any delay or failure in the performance of their respective obligations due to causes or contingencies beyond their reasonable control such as:
Natural phenomena including but not limited to earthquakes,
floods and epidemics.
Acts of any Government authority domestic or foreign
including but not limited to war declared or undeclared, priorities and quarantine restrictions.
Accidents or disruptions including, but not limited to fire,
explosions, breakdown of essential machinery or equipment,
power and water shortages.
In such claim of Force Majeure clause, the bidder should
submit the written claim, explaining the cause within 7 days of such occurrence and should be accepted by ELCOT/ Purchaser.
4.8 Dispute and Jurisdiction
Any dispute or difference, whatsoever, arising between the
parties to this contract arising out of or in relation to the terms of this contract shall be resolved by the parties
mutually by acting in good faith towards fulfilling the contract and for this purpose the parties mutually agree to
furnish or exchange all relevant documents, information and any other material within their special knowledge and thereby conclude their discussions between them / their
representatives or officers within a period of time as may be mutually agreed to say the time of commencement of the
move to resolve the dispute.
In case the parties failed to resolve the disputes amicably
within the time frame agreed and in the manner stated supra, the aggrieved party shall approach the court in Chennai city alone to the exclusion of all other courts to
adjudicate the unresolved dispute.
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 21 of 96
5. Eligibility Criteria
The Bidders should meet the following Qualification Criteria to
participate in the Tender and should enclose supporting documents for fulfilling the Eligibility in the Technical Bid. It is the responsibility of the bidder to satisfy ELCOT regarding genuineness and validity of the
documents furnished. Bids accompanied by the documents not fulfilling the requirements outlined in this section will be subject to rejection.
1) The Bidder should be a Company registered in India under the Indian Companies Act 1956 & 2013 /Partnership firm / Individual
2) The Bidder should be a Class I registered contractor in Central /
State Government Departments with Live certificate.
3) The Bidder Should be a Well-Established Contractor of long standing
experience (minimum Five years) in Execution of Civil, Electrical, Concrete Entrance Arch and Compound wall works in government departments and government undertakings (PSU). Completion will be
considered as on bid submission date.
4) The Bidder In the last Five years, as on bid submission date, should
have executed at least
One similar Nature of work as prescribed above, costing not less than Rs.7,86,00,000/- (Rupees Seven Crore Eighty six lakhs only) OR
Two similar nature of works as prescribed above, each work costing not less than Rs. 4,91,25,000 /- (Rupees Four Crore Ninety One lakhs
and Twenty Five Thousand only).
Completion will be considered as on bid submission date.
5) The Bidder should have Liquid assets and/or availability of Credit
Facilities of not Less than Rs. 2,45,62,500/- (Rupees Two Crore Forty
Five lakhs Sixty Two Thousand Five hundred only).
6) The Bidder Should have an average annual turnover of at least Rs. 14,73,75,000/- (Rupees Fourteen Crores Seventy Three lakhs and Seventy five Thousand only) in the last three successive audited
financial year (2018-2019, 2017-2018 and 2016-17)
7) The Bidder Should have adequate machinery, equipment‘s, tools, technical staff and adequate labor force for the proposed works and the
list of the same to be enclosed with the tender.
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 22 of 96
8) The bidder should not have been black listed from participating in any of the Tenders as per Tamil Nadu Transparency in Tenders Act by Government of Tamil Nadu as on date of submission of Bid.
9) The bidder should not have been subjected to any Penal / Criminal
action for non compliance under any of the Tenders floated by Government/ Government Departments/Government undertakings/Board or other Government Institutions.
10) The bidder should not have been disqualified in any tender of ELCOT for
either submission of False/Forged/Fabricated proof of document in the
last five years.
The documentary Proof for the Eligibility Criteria is as follows
Sl. No Qualification Conditions Documentary Proof to be
submitted
1 The Bidder should be a Company
registered in India under the Indian Companies Act 1956 & 2013 / Registered partnership firm /
Individual
The Bidder should produce the
copy of the Certificate of Incorporation registered in India for Company / Registered
partnership Deed for Partnership firm / GST Registration
Certificate for Individual.
2 The Bidder should be a Class I Registered contractor in Central /
State Government Departments with Live certificate
The Bidder should produce the copy of the Certificate of
Registration for Class I in Central / State Government Departments with Live
certificate
3. The Bidder Should be a Well-Established Contractor of long standing experience
(minimum Five years) in Execution of Civil, Electrical, Concrete Entrance Arch
and Compound wall works in government departments and government undertakings (PSU).
Completion will be considered as on bid submission date
Relevant experience Certificate from the Client shall be
submitted
4. The Bidder In the last Five years, as on bid submission date, should have executed at least
One similar Nature of work as prescribed above, costing not less than
Rs.7,86,00,000/- (Rupees Seven Crore Eighty six lakhs only)
Relevant experience Certificate from the Client shall be submitted
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 23 of 96
Sl. No Qualification Conditions Documentary Proof to be submitted
OR
Two similar nature of works as prescribed above, each work costing not less than 4,91,25,000 /- (Rupees
Four Crore Ninety One lakhs and Twenty Five Thousand only).
Completion will be considered as on bid submission date.
5. The Bidder should have Liquid assets and/or availability of Credit Facilities of not Less than Rs. 2,45,62,500/-
(Rupees Two Crore Forty Five lakhs Sixty Two Thousand Five hundred
only).
Certificate from the Bank as per the form enclosed in Annexure 4.
6. The Bidder Should have an average annual turnover of at least
Rs. 14,73,75,000/- (Rupees Fourteen Crores Seventy Three lakhs and
Seventy five Thousand only) in the last three successive audited financial year (2018-2019, 2017-2018 and 2016-17)
Copies of the Audited Balance Sheets and Profit and Loss
account for the last 3 Financial years (2018-2019, 2017-2018
and 2016-17). shall be submitted
7. The Bidder Should have adequate machinery, equipment‘s, tools, technical
staff and adequate Labour force for the proposed works and the list of the same
to be enclosed with the tender
Relevant details shall be submitted
8. The bidder should not have been black
listed from participating in any of the Tenders as per Tamil Nadu transparency in Tenders Act by Government of Tamil
Nadu as on date of submission of Bid.
A Self Certified letter signed by
the Authorised Signatory of the bidder as per format given in Annexure-5 and duly attested by
the Notary Public.
9. The bidder should not have been subjected to any Penal / Criminal action for noncompliance under any of the
Tenders floated by Government / Government Departments/ Government
undertakings/ Board or other Government Institutions.
A Self Certified letter signed by the Authorised Signatory of the bidder as per format given in
Annexure-8 and duly attested by the Notary Public.
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 24 of 96
Sl. No Qualification Conditions Documentary Proof to be submitted
10. The bidder should not have been
disqualified in any tender of ELCOT for either submission of False/ Forged/
Fabricated proof of document in the last five years.
A Self Certified letter signed by
the Authorised Signatory of the bidder as per format given in
Annexure-9 and duly attested by the Notary Public.
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 25 of 96
6. Bid Preparation and Submission
6.1 Tender Procedure
a) ELCOT facilitated e-Tender portal https://tenders.elcot.in.The
prospective Bidders should register themselves in the e-Tender Portal and submit the Bids electronically through the e-Tender portal. The paper based physical Tender submission is not permitted.
b) The e-Tender training session will be held on the date and time as mentioned in the Tender Schedule. The Bidders are requested to download the e-Tender help manual and user manuals from the Portal
for reference. c) It is mandatory for the Bidders to possess a valid Class-2/Class -3
Digital Signature in the name of the tender submitting authority to complete the e-Tender Bid process as per the provisions of Government of India IT Act 2000 with latest amendments.
d) The Technical Bid form and Price Bid form will be available in spreadsheet format for downloading. The registered Bidders can log
into the e-Tender system and download the Bid Forms. e) The Bid forms should be filled and submitted using the Digital
Signature Certificates. The supporting documents should be scanned
and uploaded in the e-Tender system.
6.2 Cost of Bidding
The Bidders should bear all costs associated with the preparation and submission of Bids. ELCOT will in no way be responsible or liable for
these charges/costs incurred regardless of the conduct or outcome of the bidding process.
6.3 Tender Document Fee
a) The Tender Documents can be downloaded free of cost from the websites mentioned in the Tender Schedule. The Tender document fee
is waived for such downloaded documents.
6.4 Earnest Money Deposit
a) An EMD amount as specified in the Tender Schedule should be Paid
by electronically through their respective internet banking enabled account or NEFT/RTGS to the account of ELCOT Account No. 6681528770, Indian Bank, Nandanam Branch, Chennai – 35. IFSC
Code – IDIB000N078. (In the e-tender portal the bidder should select D.D for NEFT/RTGS payment and enter UTR No in the place of D.D
no.) b) The EMD of the unsuccessful Bidders will be returned within a
reasonable time consistent with the rules and regulations in this
regard. The EMD amount held by ELCOT till it is refunded to the unsuccessful Bidders will not earn any interest thereof.
c) The EMD amount of the Successful Bidder can be converted as part of
the Security Deposit (SD) for successful execution of the work and will be returned only after the successful fulfillment of the Contract.
d) The EMD amount will be forfeited by ELCOT, if the Bidder withdraws
https://tenders.elcot.in./
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 26 of 96
the bid during the period of its validity specified in the tender or if the Successful Bidder fails to sign the contract or the Successful bidder fails to remit Security Deposit within the respective due dates.
6.5 Portal Charges
a) For each and every Bid submitted, a non-refundable Portal charge as
mentioned in the Tender Schedule should be paid by electronically through their respective internet banking enabled account or NEFT/RTGS to the account of ELCOT Account No. 6681528770,
Indian Bank, Nandanam Branch, and Chennai – 35. IFSC Code – IDIB000N078. (In the e-tender portal the bidder should select D.D for
NEFT/RTGS payment and enter UTR No in the place of D.D no). b) The payment particulars should be entered in the e-Tender Portal. At
the time of the Technical Bid opening, the payment committed in the
Bid should be factual and should match the physically submitted payments.
c) Even though the payment particulars are entered in the e-Tender portal, if the Bidder fails to submit the physical instrument, their bid is liable for rejection. If any of the information committed in the e-
Tender Bid does not match with physically submitted payment, ELCOT reserves the right to reject the bid summarily.
6.6 Letter of Authorisation
a) A letter of Authorisation from the Board of Directors / appropriate authority authorising the Tender submitting authority or a Power of Attorney should be submitted in the Technical bid, otherwise the Bids
will be summarily rejected
6.7 Two Part Bidding
Bidders should examine all Instructions, Terms and Conditions and
Technical specifications given in the Tender document. Failure to furnish information required by the Bid or submission of a Bid not substantially responsive 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 non-responsive and will be rejected.
6.7.1 Technical Bid Form
a) The Technical Bid Form will be in specific format which should be filled and signed using the Digital Signature Certificate (DSC) as guided by the e - tender portal.
b) The Technical Bid Form should not be changed or altered or tampered otherwise the bids are liable for rejection.
c) The Technical Bid Form should not contain any Price indications
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 27 of 96
strictly, otherwise the Bids will be summarily rejected.
6.7.2 Price Bid Form
a) The Price Bid Form will be in specific format which should be filled
and signed using the Digital Signature Certificate (DSC) as guided in the e-tender portal.
b) The Price Bid Form should not be changed or altered or tampered
otherwise the bids are liable for rejection. c) The Price Bid Form should not contain any conditional offers or
variation clauses, otherwise the Bids will be summarily rejected.
d) The Rate quoted shall be in INDIAN RUPEES (INR) only. The tender is liable for rejection if Price Bid contains conditional offers.
e) The Rate quoted by the Bidder shall include cost and expenses on all counts viz., cost of equipment, materials, tools, techniques, methodologies, manpower, supervision, administration, overheads,
travel, lodging, boarding, in-station & outstation expenses, etc., and any other cost involved.
f) 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
during the period of extension of time if any. Escalation of cost will not be permitted during the said periods or during any period while providing services whether extended or not for reasons other than
increase of duties / taxes payable to the Governments in India within the stipulated delivery period. The Bidders should particularly take
note of this factor before submitting the Bids. g) Exchange Rate fluctuations (Foreign Currency Rate Exchange) cannot
be cited as reason for delay or dishonor of Agreement.
6.8 Bid Closing Date and Time
The Bids should be submitted not later than the date and time specified in the Tender Schedule or Corrigendum if published. The e-
Tender portal will automatically lock the date and time exactly on the date and time. Even if the Bid submission is in half way through during the closing date and time, submission would not be possible.
Hence the Bidders should be cautious to submit the Bids well in advance to avoid disappointments.
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 28 of 96
7. Tender opening and Evaluation
7.1 Technical Bid Opening
The Technical Bid will be opened on the date and time as specified in
the Tender schedule in the presence of those Bidders, who choose to be present against production of an authorisation letter from the Bidding authority. A maximum of two representatives for each Bidder
would be allowed to attend the Tender opening.
7.2 Tender Validity
The offer submitted by the Bidders should be valid for a minimum
period of 180 days from the date of submission of Tender.
7.3 Initial Scrutiny
Initial Bid scrutiny will be held and incomplete details as given below
will be treated as non-responsive. If Tenders;
Not submitted in two part system as specified in the Tender
Received without the Letter of Authorisation
Received without EMD and e-Portal charges.
Found with suppression of details with incomplete information, subjective, conditional offers and partial offers
Submitted without the enclosures to prove the Bidder‘s relevant experience as per the Eligibility Criteria and Evaluation Criteria
Submitted without audited financial statements
Non-compliance of any of the clauses stipulated in the Tender
With lesser validity period
All responsive Bids will be considered for further processing.
The decision of ELCOT will be final in this regard.
7.4 Clarifications by ELCOT
When deemed necessary, ELCOT may seek bonafide 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 Rate
quoted. During the course of Technical Bid evaluation, ELCOT may seek additional information or historical documents for verification to facilitate decision making. In case the Bidder failed to comply with the
requirements of ELCOT as stated above, such Bids may at the discretion of ELCOT, shall be rejected as technically non-responsive.
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 29 of 96
7.5 Tender Evaluation
7.5.1 Suppression of facts and misleading information
a) During the Bid evaluation, if any suppression or misrepresentation of
information is brought to the notice of ELCOT. ELCOT shall have the right to reject the Bid and if after selection, ELCOT would terminate the contract, as the case may be, which will be without any
compensation to the Bidder and the EMD / SD, as the case may be, shall be forfeited and the bidder will be blacklisted by ELCOT for a period of three years.
b) Bidders should note that any figures in the proof documents submitted by the Bidders for proving their eligibility is found
suppressed or erased, ELCOT shall have the right to seek the correct facts and figures or reject such Bids.
c) It is up to the Bidders to submit the full copies of the proof documents
to meet out the criteria. Otherwise, ELCOT at its discretion may or may not consider such documents.
d) The Tender calls for full copies of documents to prove the Bidder's experience and capacity to undertake the project.
7.5.2 Technical Bid Evaluation
A Technical Committee will examine the Technical Bids against the
Eligibility Criteria and Evaluation Criteria given in the Tender document. The evaluation will be conducted based on the support
documents submitted by the Bidders. The documents which do not meet the eligibility criteria in the first stage of scrutiny will be rejected in that stage itself and further evaluation will not be carried out for
such bidders. The eligible Bidders alone will be considered for further evaluation.
a) If the tender is made by a firm, it shall be signed with the co-
partnership name, by a member of the firm, who shall also sign
his own name and names and addresses of each member of the firm shall be given. If the tender is made by a corporation, it shall be signed by duly authorized officer who shall produce
with his tender satisfactory evidence in support of his authorization. Such corporation may be required before the
contract is executed, to furnish evidence of its corporate existence.
b) In case of partnership firm it will be necessary to produce the
Partnership deed. c) Each tenderer must send a certificate of GST registration issued
by the appropriate authority and latest Income Tax returns.
d) Tenders received without GST Registration details and latest Income Tax returns are liable to be rejected.
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 30 of 96
7.5.3 Price Bid Evaluation
The Price Bids of the Technically Qualified Bidders alone will be opened and evaluated. The lowest price offered Bidder will be called as
L1 Bidder and the L1 Bidder alone will be called for further negotiations. There is no obligation on the part of ELCOT to
communicate with the rejected Bidders.
7.6 Publication of Tender Result
After completion of the Tender Process, the final results will be published in the web sites given in the Tender Schedule. There onwards, rest of the processes will be carried out manually.
7.7 Negotiation
Negotiations will be conducted with L1 Bidder for improvement in the Scope of Work, Specification, further reduction in rate and
advancement of Program schedule.
7.8 ELCOT reserves right to
a) Negotiate with the L1 Bidder for further reduction of prices.
b) Insist on quality / specification of work. c) Modify, reduce or increase the quantity requirements to an extent of
the tendered quantity as per the provisions of Tamil Nadu
Transparency in Tenders Act 1998 and Tamil Nadu Transparency in Tenders Rules, 2000.
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 31 of 96
8. Execution of Work
8.1 Acceptance of Tender and withdrawals
The final acceptance of the tender is entirely vested with ELCOT who
reserves the right to accept or reject any or all of the tenders in full or in parts without assigning any reason whatsoever. The Tender Accepting Authority may also reject all the tenders for reasons such as
change in Scope, Specification, lack of anticipated financial resources, court orders, calamities or any other unforeseen circumstances. After acceptance of the Tender by ELCOT, the Successful Bidder shall have
no right to withdraw their tender or claim higher price.
8.2 Letter of Acceptance
After acceptance of the Tender by ELCOT, a Letter of Acceptance (LOA)
will be issued to the Successful Bidder by ELCOT.
8.3 Payment of Security Deposit
The successful tenderer will be notified by a letter sent by registered
post to the address shown on his tender that his tender has been accepted. The tenderer shall attend the Office of the Managing Director, Electronics Corporation of Tamilnadu Ltd. (ELCOT) on
the date fixed by written information to him. He shall, forthwith upon intimation being given to him by the Managing Director, Electronics
Corporation of Tamilnadu Ltd. (ELCOT) of acceptance of his tender, sign an agreement in the proper departmental form for the due fulfillment of the contract. The successful Bidder will be required to
remit a Security Deposit (SD) as mentioned belowless the EMD already remitted by the tenderer or such other sums as will be intimated to
him shall be furnished in the shape of Demand Draft drawn from any nationalized Scheduled Bank.
Sl.No Description Security Deposit
1 For Contracts within any plus percentage
and up to minus 5% of the contract value compared to the departmental
estimated value
2% of Contract value
2 For Contracts above minus 5% and up to minus 15% compared to the
departmental estimated value
4% of contract value
3 For Contracts which are more than
minus 15% compared to the departmental estimated value
5% of contract value
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 32 of 96
The security deposit together with the Earnest Money Deposit and the amount withheld according to the preliminary of Standard Specification to Tamil Nadu Building Practice shall be retained as
security for the due fulfillment of this contract. If upon intimation being given to the successful Tenderer by the Managing Director,
Electronics Corporation of Tamilnadu Ltd. (ELCOT) of acceptance of his tender, the tenderer fails to make the further security deposit and or additional security deposit and to enter into the referred
agreement, it will be considered as just cause for the annulment of the award of contract and the said earnest money referred in Clause 4.5of the Instruction to Bidders shall be forfeited, not as a penalty but in
payment of liquidated damages sustained as a result of such failure.
8.4 Execution of Contract
a) The Successful Bidder should execute a Contract in the INR 100
non-judicial Stamp Paper bought in Tamil Nadu only in the name of the Bidder within one week from the date of Letter of
Acceptance issued by ELCOT with such changes/modifications as may be indicated by ELCOT at the time of execution on receipt of confirmation from ELCOT.
b) The Successful Bidder shall not assign or make over the
contract, the benefit or burden thereof to any other person or
persons or body corporate for the execution of the contract or any part thereof without the prior written consent of ELCOT.
ELCOT reserves its right to cancel the purchase order either in part or full, if this condition is violated. If the Successful Bidder fails to execute the agreement, the SD of the Successful Bidder
will be forfeited and their tender will be held as non-responsive. c) The expenses incidental to the execution of the agreement
should be borne by the Successful Bidder. d) The conditions stipulated in the agreement should be strictly
adhered to and violation of any of the conditions will entail
termination of the contract without prejudice to the rights of ELCOT and ELCOT also shall have the right to recover any consequential losses from the Successful Bidder.
8.5 Refund 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 finalisation and issue of Firm Work Order to the Successful Bidder.
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 33 of 96
8.6 Release of Security Deposit
The Security Deposit will be refunded to the Successful Bidder on completion of entire project subject to satisfaction of ELCOT. Such
completion would be arrived at when the entire work is completed by the Bidder as per the Contract Agreement and as per the LOA or order including Purchase Order(s) issued by ELCOT from time to time.
8.7 Forfeiture of EMD and SD
a) If the successful Bidder fails to act according to the tender conditions or backs out, after the tender has been accepted, the
EMD will be forfeited by ELCOT.
b) If the Successful Bidder fails to remit the SD, the EMD remitted
by him will be forfeited to ELCOT and the tender will be held void if the successful bidder fails to sign the contract within the
stipulated time, then the SD remitted will be forfeited and the tender will be held void.
c) If the Successful Bidder fails to act upon the tender conditions or backs out from the contract, the SD mentioned above will also be forfeited by ELCOT.
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 34 of 96
9. GENERAL CONDITIONS OF CONTRACT
1. The performance security is liable to be forfeited in cases where the
firm / Contractor fails to carry out the work in accordance with the specifications, terms and conditions of the contract leading to
termination of the Contract.
a) The Security Deposit and the Earnest money deposit so withheld shall be retained as security for the due fulfillment of this
contract. The security deposit, additional performance security deposit and retention money will not carry any interest.
b) If on receipt of work order from ELCOT, if the successful tenderer fails to attend within the time intimated by the notice,
the EMD submitted by the tenderer will be forfeited. c) If after issue of work order, the tenderer fails to remit the
additional deposit if any or fails to enter into agreement, the money mentioned in clause 3.5 of Instructions to the bidders
shall be forfeited as a liquidated damage sustained as a result of such failure.
2. The written agreement between the contractor and ELCOT shall be the
foundation of all rights and responsibilities of both the parties.
3. The preliminary specification to Tamil Nadu Building Practice shall form an inseparable part of the contract.
4. The best class of materials alone should be used. Samples of such materials before use be furnished to Engineer-in-Charge and his approval obtained and used on work.
5. After acceptance of work, no claim for any extra lead due to non-
availability / unsuitability / or materials at the quoted source will be entertained.
6. Particular attention is drawn to the various clauses dealing with
a) various tests to be conducted
b) Rejection of defective materials c) Plants
d) water & lighting e) clearing the site before delivery f) accidents
g) delays and h) payment particulars
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 35 of 96
7. A Bill of Quantities forms part of the tender documents, ELCOT is not responsible for the correctness / completeness of the schedule.
Additions/alterations/omissions will be done by the Engineer-in-Charge. The quantities are intended to help the tenderer to quote his
total value for the work. 8. All materials are to be supplied by the Contractor; ELCOT will not take
any responsibility for any supply.
9. Pre dispatch inspection of Electrical and Mechanical items of work
should be conducted in the presence of both the Consultant and Employer.
10. The date of commencement of this contract is the date on which the
premises – ―Site‖—is handed over to the contractor either partially or
fully.
11. No sub-letting of any part of the work is permitted without the specific approval of ELCOT.
12. Measurement of works is to be taken net. According to the quantity actually at site and finished according to the requirement.
13. The tenderer should employ the following personnel for supervision
Sl.No Description Nos. Qualification & Experience
1 Project Manager 1 No. B.E (Civil) with 10 Years
Experience.
2 Site Engineer (Civil) 3 Nos. B.E (Civil) with 5 Years
Experience (or) Diploma Civil with 15 Years
experience.
3 Site Engineer (Electrical) 1 No. B.E (Electrical) with 5 Years Experience (or)
Diploma Electrical with 15 Years experience.
14. For non-employment of such personnel, penalty will be levied at Rs.2000/- per diploma holder and Rs.3000/- per engineering degree holder per day.
15. No idle claim for retention at site of plants / materials / men /
supervision staff will be entertained.
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 36 of 96
16. Tenderer will make his own arrangements for procuring all the tools
and plants, machinery etc., required for the work.
17. No foreign exchange would be released for this work.
18. The tender rate shall be inclusive of all taxes, octroi, seignorage
charges if any
19. No water leads are allowed for the water used on the work.
20. Being a new formation, no diversion road is needed. If however any diversion is laid and used by the tenderer to facilitate his work, it will
be at his cost. 21. Safety barricades, danger lights, etc., will be at the cost of the
contractor.
22. Income tax will be recovered as applicable. 23. No alternate design will be entertained.
24. Contractor should take risk insurance for a minimum value of
Rs. 5.00 Lakhs for the work at his cost against losses to
unprecedented floods and other acts of God.
No compensation / Ex-gratia payment will be paid by ELCOT for damages caused by Natural Calamities or Acts of God during the contract period.
25. The completion time is Twelve months from the date of handing
over site. 26. The above work shall be carried out according to the enclosed General
Conditions of Contract and Special Conditions, Technical Specifications and the relevant drawings.
27. Canvassing in any form in respect of tenders is prohibited. Any tenderer indulging in such activities will be liable to his tender getting
rejected. 28. The quoted rates will remain firm till the fulfillment of the
contract. 29. Price adjustment clause as stipulated in G.O.M.S. No. 60 Public works
(G-2) Department dated 14-03-2008 and G.O.M.S. No. 101 Public works (G-2) Department dated 10-06-2009 and latest amendments if
any shall be applicable.
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 37 of 96
30. The drawings shall remain in the sole custody of the Engineer / Owner, but two copies thereof shall be furnished to the Contractor free of charge. The contractor shall provide and make at his own expenses
any further copies required by him.
31. One copy of drawings to be kept on site. One copy of the drawings, furnished to the contractor as aforesaid, shall be kept by the contractor on the Site and the same shall be available at all times for
inspection and use by the Engineer and the Engineer‘s representative and by any other person authorised by the Engineer in writing. The drawings and other documents are the property of the owner and shall
not be given in any form to any person without the written permission of the owner.
32. Only best class of materials obtained from quarries and other sources
approved by the Engineer shall be used in the work. They should
conform to IS codes, and TNBP Specifications. The Tenderer is expected, to inspect the site of the proposed work before quoting his
rate. He should also inspect the quarries and other sources of materials and satisfy himself about the quality and quantity of materials required to be used for the work. The Tenderer shall also
state clearly the source from where he intends to obtain materials, subject to the approval of the Engineer in-charge. ELCOT will not, after acceptance of contract rate, pay any extra charges for lead or for
any other items, in case the Contractor is found to have misjudged the quality or quantity of the materials available.
33. The Tenderer must submit detailed Specifications of materials and the
tests to be conducted to ensure the quality of materials proposed to be
used in the construction.
34. No water leads will be paid to the Contractor for any of the items, and the rates should be inclusive of all such items. Soft potable water if required the Tenderer should procure himself other items
of work himself and his quoted rate should be inclusive of all charges, leads etc.
35. No machinery or plants or any tools will be supplied by ELCOT to the Contractor departmentally. The Contractor shall have to make his own
arrangements for all the tools and plants required for the work. 36. The levels furnished in the tender drawings are based upon the
investigation done by Architects. If there are any changes in ground levels, water levels etc., during the actual execution, the Tenderer is bound to accept them and he is not eligible for any extra claim for
such change in levels etc.
37. It is to be expressly understood that the measurements of work are to be taken as net (notwithstanding any practice or custom to the
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 38 of 96
contrary) according to the actual quantities when in place and finished according to the drawings or as may be ordered from time to time by the Engineer-in-charge, and the cost calculated by measurement or
weight at the respective prices without additional charges for any necessary contingent works connected therewith.
38. The Tenderer shall submit detailed working drawings with sequence of
construction and the time required for each stage of work.
39. Alternative designs other than departmental design will not be
entertained. Tenders based on alternative design, if received, will be
summarily rejected.
40. Based on the departmental outline – design, the Tenderer shall submit detailed working drawings and designs (if any) and get them approved by the Engineer-in-charge before the start of the work. Any
modifications required in the outline departmental design, from the point of view of certain coddle and design considerations and sound
engineering practices, shall be effected and the work carried out accordingly by the Contractor without any extra cost to ELCOT over and above his contract price.
41. The Tenderer should also make his own arrangements to form and
maintain any diversion or approach road that may be required for
conveyance of materials to the work spot at his cost. ELCOT will not make any payment for this item.
42. ELCOT does not undertake to take over from the Contractor, before or
after the completion or determination of contracts, surplus materials
which were originally procured by the Contractor for the work. Such materials are the property of the Contractor and can be taken over by
ELCOT (if required for use on other works in progress) only by special arrangements and at rates at which the article or articles of similar description can be procured at the given time at stores / godowns in
nearby public markets. 43. The quality and quantity of water proof compound to be added to
concrete items shall be as per standards fixed by the manufacturers of the particular product and shall be got approved by the ELCOT. The
rates for items involving the use of such compounds should be inclusive of the cost of the water proofing compounds also.
44. The materials excavated for foundations should be made good for approaches as far as possible for which no extra rate will be allowed.
45. The undulations in rocky bed have to be leveled by the Contractor at his cost. No extra rate will be paid to the Contractor for filling in
pockets and undulations.
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 39 of 96
46. All testing charges, cost of cubes, Labour, transport and incidental charges will be to the account of the Contractor.
47. ELCOT does not accept any responsibility for the correctness or completeness of the accompanying schedule of quantity and that this
schedule is liable to alterations by omissions, deductions, additions, etc., at the discretion of the Engineer-in-Charge, or as set forth in the conditions of contract.
48. For items of works relating to buildings and structures not covered by
these Specifications, relevant provisions of IS codes and National
Building Code, as amended from time to time, shall apply.
49. Blasting executed by contractors shall be carried out in the manner described under ‗ Blasting operations – Instructions to Contractor ‗ of the TNBP.
50. Collection of Sand : Sand to be used for the work should be perfectly dry, clean and of coarse
variety. Only river sand / M- Sand should be collected and used.
Payment to be made for the sand collected shall be only for net quantity, after deducting necessary percentage towards bulkage, in case the collected sand contains any moisture or happens to be wet.
The bulkage of sand will be arrived at by the following formula:
Gross stacked quantity x 100 Bulkage = ----------------------------------------
100 + percentage of bulking
The exact percentage of voids which will be deducted from the stacked quantity of wet sand will be decided by the Project Engineer by conducting necessary field tests and his decision shall be final and
binding on the Contractor.
51. Earth Work and Blasting :
The Contractor should take necessary precautionary steps to
safeguard the safety of adjacent buildings and structures from damage during excavation or blasting of hard rock. He is also responsible for the safety of telephone, electric and other cables, wires, posts, water
and sewage drains, pipe lines, etc., met with during execution. He should attend to any damage inflicted on them at his own risk and cost.
Controlled blasting is to be adopted in cases where adjoining structures are likely to be endangered or affected.
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 40 of 96
52. Tenderers are required to locate suitable / workable / productive quarries for materials to be used for the work and quote their all inclusive rates for finished items of work inclusive rates of all taxes
and seigniorages. No claims will be entertained on this.
53. All tests conducted as per the TNBP & MORTH Specifications are to be
borne by the Contractor at his own cost.
54. Additions / alternations / omissions etc., ordered by the Project Engineer shall not vitiate the contract.
55. The contract will commence from the date of handing over the site, after entering into agreement.
56. Time is the essence of this Contract.
57. The time allowed for carrying out the work will be 12 (Twelve) months from the day after the date of written orders to commence the work or
from the first date of handing over of the site, whichever is later, in accordance with the phasing, any indicated in the tender documents.
The whole site for the work is available.
Or
If there are any constraints the site for the work shall be made
available in parts.
58. The tenderer shall quote rates and amounts in words as well as figures in English. The amount of each item shall be worked out and totals
given.
59. The tenderer should quote the rates for the items mentioned and shall not vary during the construction period. The rates shall be firm for the
entire construction period.
60. Language of the tender
The tender prepared by the tenderer and all correspondence and documents relating to the tenders exchanged by the tenderer; and the
Employer shall be written in the English language. Supporting documents and printed literature furnished by the Tenderer with the
Tender may be in another language provided they are accompanied by an appropriate translation of pertinent passages in the English language. For the purpose of interpretation of the Tender, the English
language shall prevail.
61. Acceptance of the tender will be informed to the successful tenderer through a letter of intent. The Contractor shall then be required to
execute an Agreement within the time specified in this letter of intent after remittance of Security Deposit.
62. The Tender should be typed or written in indelible ink and shall be signed by a person or persons duly authorised to sign on behalf of the Tenderer. All the pages of the document where entries or amendments
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 41 of 96
have been made shall be duly signed by the person or persons signing the Tender.
63. The rate(s) and / or amount(s) must be quoted in Rupees and paise.
Amounts must be quoted in full rupees by ignoring fifty paise and less and considering more than fifty paise as rupee one. The officer/ or his
duly authorised person inviting tender will open tenders in the presence of any intending contractors who may be present at the time., The Tenderer‘s name, Tender modifications and withdrawals,
the presence or absence of Earnest money, and such other details as the Employer or his authorised representatives may consider; appropriate, will be announced by the Officer at the time of opening.
64. In the case of Item Rate Tenders, only rates quoted shall be considered. Rates quoted by the Contractor in item rate tender in
figures and words shall be accurately filled in so that there is no discrepancy in the rates which are written in figures and words. However, If there is a discrepancy between the rate in figures and
works. The Lower of the two will govern. If there is a discrepancy between the unit rate and the line item total resulting from multiplying
the unit rate by the quantity, the unit rate quoted will govern.
65. Unbalanced Tenders
In the case of any tender where unit rate quoted for any item / items,
appear to be either abnormal or unrealistic such a tender will be considered as unbalanced and in case the tenderer is unable to provide satisfactory explanation, such a tender is liable to be
disqualified and rejected.
66. Contractor to submit rate analysis if required If the Tender of the successful Tenderer is seriously unbalanced in
relation to the Engineer / Consultant‘s estimate of the cost of work to be performed under the contract, the Employer may request the
tenderer to produce detailed price analysis for any or all the times of the Bill of Quantities to demonstrate the internal consistency of those prices with the construction methods and schedules proposed. After
evaluation of the price analysis, the Employer may require that the amount of the performance security be increased at the expense of the successful Tenderer to a level sufficient to protect Employer against
any financial losses in the event of default of the successful Tenderer under the contract.
67. Contractor to inform the name of his authorised representative.
On acceptance of the tender, the name of the accredited representative(s) of the Contractor who would be responsible for taking
instructions from the Engineer shall be communicated in writing to the Engineer within 15 days, and such person who are to act on behalf of the contractor shall have power of attorney.
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 42 of 96
68. Amendment of Tender Documents
Before the deadline for submission of Tenders, the Employer may modify the Tender documents by issuing amendments. Any
amendments thus issued shall be part of the Tender documents and shall be communicated in writing to all the purchasers of the Tender
documents. Prospective Tenderers shall acknowledge receipt of each amendment in writing to Employer. To give prospective Tenderers reasonable time in which to take an amendment in to account in
preparing their Tenders, the Employer shall extend as necessary the deadline for submission of Tenders.
69. Dispute
The Civil court having ordinary original civil jurisdiction over Chennai shall alone have exclusive jurisdiction in regard to all claims in respect
of this contract of whatever nature.
70. Conditional Tender No conditions will be accepted. Conditional tender is liable for
rejection. All documents forming part of the tender submitted shall become the property of ELCOT and they shall not be returned to the
tenderer under any circumstances.
71. Signing of Contract The successful Tenderer / Contractor, on acceptance of his tender by
the Accepting Authority, shall within 15 days from the stipulated date of start of the work sign the contract consisting of :
i. The notice inviting tender, General conditions of contract and Special
conditions and all the documents including drawings, if any, forming part of the tender as issued at the time of invitation of tender and
Tamil Nadu Building Practice and acceptance thereof together with any correspondence leading thereto.
72. Safety Code Model Rules for the protection of health, similar arrangements for
workers. Contractor‘s Labour Regulations or Indian Contract Regulations Act 1970. List of Acts and omissions for which fines can be imposed.
73. Care of Works From the commencement to the completion of the works, and
maintenance vide clause 17 of Special Conditions thereof the Contractor shall take full responsibility for the care thereof and of all
temporary works and in case any damage, loss or injury shall happen to the works or to any part thereof or to any Temporary Works from any cause whatsoever shall at his own cost repair and make good the
same so that the completion of the works shall be in good order and condition and in conformity in every respect with the requirement of the Contract and the Engineer‘s instructions.
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 43 of 96
74. Child Labour Employment of child labour is strictly prohibited for this project.
75. Damage to persons and property
The Contractor shall (except if and so far as the Contract otherwise provides) indemnify and keep indemnified the Employer against all
losses and claims for injuries or damages to any person or property whatsoever (including surface or other damage to land or trees or corps being on the site suffered by tenants or occupiers) which may
arise out of or in consequence of the construction and maintenance of the works against all claims, demands, proceedings, damages, costs, charges and expenses whatsoever in respect thereof or in relation
thereto, provided always that nothing herein contained shall be deemed to render the Contractor liable for or in respect or to indemnify
the Employer against any compensation or damages for or with respect to;
a) The permanent use or occupation of land by works or any part thereof
(save in respect damages to crops as aforesaid). b) The right of the Employer to construct the works or any part thereof,
on over, under in or through any land. c) Interference whether temporary or permanent resulting any right of
light, air, way or other easement or quasi-easement which is the
unavoidable result of the construction of the works in accordance with the contract.
d) Injuries or damages to persons or property resulting from any act or
neglect done or committed during the currency of the contract by the Employer, his agents, servants, other contractors (not being employed
by the Contractor) or for or in respect of any claim, demands, proceedings, damages, costs, charges and expenses in respect thereof or in relation thereto.
76. Third Party Insurance
Before commencing the execution of the works the Contractor (but without) limiting his obligations and responsibilities above Clause shall insure against any damage, loss or injury which may occur to
any property (including that of the Employer) or to any person (including any employees of the Employer) by or arising out of the execution of the works or temporary works or in the carrying out of the
contract otherwise than due to the matters referred to in the provision of above Clause thereof.
77. Minimum Amount of Third Party Insurance Such insurance shall be effected with an insurer and in terms
approved by the Employer and for at least for a value of Rs. 5.0 lakhs
and the Contractor shall produce to the Engineer the valid policy or policies or insurance and the receipts for payment of the current premium.
Tender Ref: ELCOT/ITPD/TIRUNELVELI/ARCH&CW/2020
ELCOT, Chennai -35 Page 44 of 96
78. Accident or Injury to Workmen The Employer shall not be liable for or in respect of any damages or
compensation payable at law in respect or in consequence of any
accident or injury to any workman or other person in the employment of the Contractor in any sub-contractor. The Contractor shall
indemnify and keep indemnified the Employer against all such damages and compensation against all claims, demands, proceedings, costs, charges and expenses whatsoever in respect of or in relation
thereto.
79. Workmen’s Compensation Act The Contractor shall at all times indemnify the Employer against all
claims for compensation under the provision of the Workmen‘s Compensation Act, 1923 (VIII of 1923) or any other law for the time
being in force by or in resp