hyderabad outer ring road project - hmda document.pdf · hyderabad outer ring road project rfid etc...

71
Hyderabad Outer Ring Road Project RFID ETC System HYDERABAD OUTER RING ROAD PROJECT SUPPLY OF RFID ETC SYSTEM RELATED EQUIPMENTS FOR TOLL MANAGEMENT SYSTEM OF HYDERABAD OUTER RING ROAD IN THE STATE OF TELANGANA, INDIA BEING TAKEN UP WITH LOAN ASSISTANCE OF JAPAN INTERNATIONAL COOPERATION AGENCY UNDER PHASE-2 PROGRAM (Tender Notice No.CGM (T)/HGCL/JICA2/TMS/RFID/26/2017-18 dated 21.09.2017) TENDER DOCUMENT SEPTEMBER 2017 Hyderabad Growth Corridor Limited, HMDA Complex, , Above SBI, 2 nd Floor, Tarnaka, Hyderabad, 500 007, Telangana, India. Tel: +91-40-27002913, E-mail: [email protected]

Upload: phungnhu

Post on 15-Apr-2018

290 views

Category:

Documents


6 download

TRANSCRIPT

  • Hyderabad Outer Ring Road Project RFID ETC System

    HYDERABAD OUTER RING ROAD PROJECT

    SUPPLY OF RFID ETC SYSTEM RELATED EQUIPMENTS FOR

    TOLL MANAGEMENT SYSTEM OF HYDERABAD OUTER RING

    ROAD IN THE STATE OF TELANGANA, INDIA BEING TAKEN UP

    WITH LOAN ASSISTANCE OF JAPAN INTERNATIONAL

    COOPERATION AGENCY UNDER PHASE-2 PROGRAM

    (Tender Notice No.CGM (T)/HGCL/JICA2/TMS/RFID/26/2017-18 dated 21.09.2017)

    TENDER DOCUMENT

    SEPTEMBER 2017

    Hyderabad Growth Corridor Limited,

    HMDA Complex, , Above SBI, 2nd Floor, Tarnaka,

    Hyderabad, 500 007, Telangana, India.

    Tel: +91-40-27002913, E-mail: [email protected]

    mailto:[email protected]

  • Hyderabad Outer Ring Road Project RFID ETC System

    TENDER DOCUMENT

    TABLE OF CONTENTS

    Section Particulars Page No

    Section 1 Tender Invitation Notice 01 - 02

    Section 2 Instruction to Tenderers (ITT)

    Annexure to ITT 03 - 20

    Section 3 Form of Tender 21 - 36

    Section 4 Pricing Document 37 - 40

    Section 5 Form of Letter of Acceptance (LOA) 41 - 42

    Section 6 Terms and Conditions of Contract (ToCC)

    ANNEXURE to TCoC 43 - 62

    Section 7 Employer's Requirement 63 - 69

  • Hyderabad Outer Ring Road Project RFID ETC System

    1

    Section 1

    Invitation For Tender (IFT) Tender Notice No.CGM (T)/HGCL/JICA2/TMS/RFID/26/2017-18 Date: 21-09-2017

    1. HYDERABAD GROWTH CORRIDOR LIMITED (hereinafter referred to as the HGCL represented through its authorized representative) has been entrusted with the Development,

    Maintenance and Management of Nehru ORR entrusted or vested in it by the Government of

    Telangana, HMDA. Construction of ORR was taken up by raising loan through commercial banks

    for phase-I, on PPP model as BOT (Annuity) contract for Phase-IIA and by taking loan from JICA

    for phase-IIB.

    2. JICA requires that tenderers and contractors, as well as the Hyderabad Growth Corridor Limited, under contracts funded with JICA ODA Loans and other Japanese ODA, observe the highest

    standard of ethics during the procurement and execution of such contracts. In pursuance of this

    policy, JICA;

    a) will reject a proposal for award if it determines that the tenderer recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question;

    b) will recognize a contractor as ineligible, for a period determined by JICA, to be awarded a contract funded with JICA ODA Loans if it at any times determines that the contractor has

    engaged in corrupt or fraudulent practices in competing for, or in executing, another contract

    funded with JICA ODA Loans or other Japanese ODA.

    3. The Hyderabad Outer Ring Road is 158 km in length, eight lane access controlled Expressway connects Narsing - Patancheru - Medchal Shamirpet - Ghatkesar PeddaAmberpet - Shamshabad

    Patancheru - Narsingi - Gachibowli providing connectivity to the existing and proposed major

    growth centers and linking all the State and National Highways passing through Hyderabad.

    4. The ORR is a toll road with a closed toll system, in which tollgate will be established at entry and exit points of ORR and the toll proportional to the distance travelled will be collected from the

    vehicles using it. Payment will be made through one of the three payment modes, manual (cash),

    Touch &Go (T&G) using smart card (IC card), and RFID based electronic toll collection (ETC).

    Total number of interchanges on the ORR are nineteen (19) interchanges. The total numbers of

    lanes are 181, out of which Manual and Touch & Go lanes are 112, Hybrid (Manual, Touch & Go

    and RFID ) lanes are 51 and Hybrid (Touch & Go, RFID ) ETC lanes are 18.

    5. The work for implementation of Toll Management System (TMS) on Outer Ring Road with loan assistance of JICA under Loan Agreement No. ID-P: 198, was awarded to M/s Efkon AG - Efkon

    India Pvt. Ltd. One of the items of the work to be carried by the contractor under this agreement was

    supply, install, test and commission the ETC with DSRC Technology for 23 lanes out of 180 lanes.

    Now the HGCL cancelled the implementation of active DSRC technology and proposed to

    implement RFID based ETC system for 69 lanes of the Outer Ring Road.

    6. The Hyderabad Growth Corridor Limited now invites tenders from eligible experienced OEMs/System Integrators for "Supply of RFID ETC system related equipments for Toll

    Management System of Hyderabad Outer Ring Road in the State of Telangana, India being taken up

    with loan assistance of Japan International Cooperation Agency under Phase-2 Program".

    7. Installation, testing and commission of RFID ETC system will carry out by the TMS contractor M/s Efkon AG - Efkon India Pvt. Ltd.

    8. Supply of RFID ETC system related equipments as described in the Employers Requirements of the Tender Document consist of 74 RFID Readers, 68 Hand-held Terminal (HHT) readers, 25 Point

    of Sale (POS) Desktop RFID Readers and 10,000 RFID tags. More details on the scope of work is

    provided in the Employer's requirements.

    1 Proposed lane configuration is as follows:

    Number of

    Manual and T&G lanes

    Number of Hybrid

    (Manual,T&G and RFID ) lanes

    Number of Hybrid

    (T&G, RFID lanes) Total

    Entry Exit Total Entry Exit Total Entry Exit Total

    49 63 112 25 26 51 8 10 18 181

  • Hyderabad Outer Ring Road Project RFID ETC System

    2

    9. Tendering will be conducted through Local Competitive Bidding (LCB) procedures specified in the Guidelines for Procurement under JICA ODA Loans, and are open to eligible tenderers from

    eligible source countries as defined in the loan agreement. It may be noted that under the Loan

    Agreement that all countries and all areas are eligible to participate in the tender.

    10. The tender document may be purchased by interested tenderers on the submission of a written application to the address below at the end of this invitation and upon payment of a non-refundable

    fee of Rs. 10,000/- (Rupees Ten thousand only) in the form of Demand Draft from any Scheduled

    Bank in favour of Managing Director, Hyderabad Growth Corridor Limited, Hyderabad, payable at

    any Scheduled Bank in Hyderabad, India, from 10:30 am to 5:00 pm on any working day between

    22.09.2017 to 12.10.2017.

    11. The tender documents are also available on the websites http://www.hmda.gov.in. Tenderers who download the tender documents from the website will be required to pay the non- refundable

    fee of Rs. 10,000/- (Rupees Ten thousand only) in the form of Demand Draft from any Scheduled

    Bank in favour of Managing Director, Hyderabad Growth Corridor Limited, Hyderabad,

    payable at any Scheduled Bank in Hyderabad at the time of submission of the tenders.

    12. Any amendments, clarifications, updates regarding this tender notice will be published in the website only.

    13. Schedule of tendering process: The following is the schedule

    1 Address for delivery of Equipments At 19 Toll Plazas along Hyderabad Outer

    Ring Road as instructed by representative of

    HGCL

    2 Contract Period 2 months for Supply and 2 years warranty

    3 Form of contract / class of contractor

    Eligible

    Experienced OEMs/System Integrators. Also

    they should satisfy the eligibility criteria as

    per the tender conditions.

    4 Cost of Tender Document Rs. 10,000/-

    5 Tender Security Rs.5,00,000/-

    6 Period of sale of Tender Document 22.09.2017 to 12.10.2017

    7 Last date and time of submission of Tender 13.10.2017 up to 03:00 PM

    8 Date & Time of Opening of Tenders 13.10.2017 at 03:30 PM

    9 Date & Time of opening Financial Bid will be informed

    14. Tenders shall be valid 90 days from the latest date of submission of tender and must be accompanied with tender security of Rs. 5,00,000/- (Rupees Five Lakhs) only in the form DD/BG in

    favour of Managing Director, Hyderabad Growth Corridor Limited, Hyderabad. The tender must be

    delivered either in person/ through courier/registered post to the address below at the end of this

    invitation at or before 03:00 pm, 13.10.2017. In the event of the specified date of tender

    submission/opening being declared a holiday for the Employer, the tenders shall be received/opened

    on the next working day at the same place and time.

    15. Tenders will be opened at 3:30 pm on the same day of submission of tenders thereafter in the presence of tenderers representatives who choose to attend. Late or delayed tenders will not be

    accepted. The Financial proposals of such tenderers, who are determined to have complied with the

    eligibility criteria, will only be opened.

    16. Address for Communication

    Chief General Manager(Tech),

    Hyderabad Growth Corridor Limited,

    HMDA Complex, Above SBI, 2nd Floor,

    Tarnaka, Hyderabad, 500 007,

    Telangana, India.

    Tel: +91-40-27002913

    E-mail:[email protected]

    http://www.hmda.gov.in/

  • Hyderabad Outer Ring Road Project RFID ETC System

    3

    Section 2

    Instruction To Tenderers (ITT)

    GENERAL

    1. Scope of Tender

    1.1. The Chief General Manager (Technical), Hyderabad Growth Corridor Limited (hereinafter referred to as HGCL or the Client or "the Employer") invites Tenders for "Supply of RFID ETC system

    related equipments for Toll Management System of Hyderabad Outer Ring Road in the State of

    Telangana in India being taken up with loan assistance of Japan International Cooperation Agency

    under Phase-2 Program".

    1.2. The Hyderabad Outer Ring Road (ORR) is an 8 lanes fully access controlled expressway having a total length of 158 km with 19 interchanges. The ORR will be operated as a toll expressway and a

    Toll Management System (TMS) will be installed to collect toll from ORR users. A closed toll

    system, which charges toll proportional to the distance travelled, will be adopted and tollgate will be

    established at entry and exit points of the ORR. Payment will be made through one of the three

    payment modes, manual (cash), Touch &Go (T&G) using smart card (IC card), and RFID electronic

    toll collection (ETC).

    1.3. The total numbers of lanes are 181, out of which Manual and Touch & Go lanes are 112, Hybrid (Manual and Touch & Go lanes and RFID) lanes are 51 and Hybrid (touch & Go and RFID) lanes

    are 18. The following table shows the details of each interchange including interchange number and

    name, type of toll lane. The scope of work is described further in the Employer's Requirements of

    the Tender Documents.

    Interchange

    Lane Configuration

    Number of

    Manual and T&G lanes

    Number of Hybrid

    (Manual &

    T&G,RFID) lanes

    Number Hybrid

    (T&G,RFID)

    lanes Total

    No. Name Entry Exit Total Entry Exit Total Entry Exit Total

    1 Kokapet 2 2 4 2 2 4 8

    2 Idulnagalapalli 2 2 4 2 2 4 8

    3 Patancheru 3 5 8 1 1 1 2 3 12

    4 Sultanpur 2 2 4 2 2 4 8

    5 Saragudem 2 3 5 1 1 2 7

    6 Medchal 4 5 9 1 1 1 1 2 12

    7 Shamirpet 4 5 9 1 1 1 1 2 12

    8 Keesara 2 2 4 2 2 4 8

    9 Ghatkesar 4 6 10 1 1 2 12

    10 Taramatipet 2 2 4 2 2 4 8

    11 PeddaAmberpet 3 5 8 1 1 2 1 1 2 12

    12 Bongulur 2 3 5 1 1 2 7

    13 Ravirayal 2 2 4 2 2 4 8

    14 Tukkuguda 2 2 4 2 2 4 8

    15 Pedda Golconda 2 2 4 2 2 4 8

    16 Shamshabad 4 6 10 2 3 5 15

    17 Rajandranagar-1 1 1 2 1 1 2 4

    Rajandranagar-2 1 1 2 1 1 2 4

    18 TSPA 2 2 4 8

    19 Nanakramguda 3 5 8 1 2 3 1 2 3 12

    49 63 112

    25 26 51

    8 10 18 181

    TOTAL 112 51 18

  • Hyderabad Outer Ring Road Project RFID ETC System

    4

    1.4. The period of contract under this Tender is two (2) months from the commencement of the contract for supply and 2 years warranty.

    2. Source of Funds

    2.1. The Employer has received an ODA loan amounting to 42,027 Million Japanese Yen (Loan Agreement No. ID-P198 signed on 21 November, 2008) from Japan International Cooperation

    Agency (hereinafter referred to as JICA) toward the cost of the Hyderabad Outer Ring Road

    Project, and intends to apply a portion of the proceeds of this loan to the payments under this

    contract. Disbursement of an ODA Loan by JICA will be subject, in all respects, to the terms and

    conditions of the Loan Agreement, including the disbursement procedures and the Guidelines for

    Procurement under JICA ODA Loans. No party other than the Employer shall derive any rights

    from the Loan Agreement or have any claim to loan proceeds. The above Loan Agreement will

    cover only a part of the project cost. As for the remaining portion, the Employer will take

    appropriate measures for finance.

    3. Eligible Tenderers

    3.1 The "Tenderer" as used in the tender document shall mean one who has signed the Form of Technical Proposal and Pricing Document. The Tenderer may be either the experienced

    OEMs/System Integrators for which prices are quoted on the Price Schedule or his duly authorized

    representative/dealer, in which case, he shall submit a certificate of authority. All necessary

    certificates and documents shall be furnished by the manufacturer/ representative of the firm.

    Manufactures/companies should authorize only one distributor for the State/for this particular tender

    and such specific authorization to this effect should be accompanied with tender document. Only

    one tender from a manufacturer firm shall be accepted and in case the manufacturer firm itself apply

    in the tender process, the tender of the authorized representative shall not be considered.

    3.2 The Tenderer shall be a registered firm in India under the companys act and should have been in the business for a period more than three years. Photocopy of Memorandum / Articles of

    Associations/Certificate of incorporation should be submitted.

    3.3 Tenderer, that has been determined to be ineligible by JICA in accordance with ITT 32, shall not be eligible to be awarded a contract.

    3.4 Tenderers shall provide such evidence of their continued eligibility satisfactory to the Employer, as the Employer shall reasonably request.

    4. Qualification Criteria for Eligible Tenderers

    4.1 The Tenderers should have supplied and installed at least 74 RFID readers under multiple contract agreements during the last three (3) financial years.

    4.2 The Net Worth of the Tenderer must be positive ) during the last three (3) Financial years as per the last audited Balance Sheets. The tenderer should have an annual turnover of not less than Rs 2.0

    crores the concerned business each in the last three financial years (Tenderer shall have to submit

    photocopy of Audited Annual Account. Chartered Accountant Certificate for Net Worth/annual

    turnover should be submitted.

    4.3 The tenderer should have valid GST Registration Certificate, PAN card, Latest Income Tax returns certificate. Tenderer shall have to submit photocopy of the documents.

    4.4 The tenderer shall not have been blacklisted by any State/Central Government or PSU Organization or bilateral/multilateral funding agencies for breach of ethical conduct or fraudulent practices as on

    date of submission of the proposal. Declaration on tenderers letter head to be submitted.

  • Hyderabad Outer Ring Road Project RFID ETC System

    5

    4.5 Tender security to be paid with a validity of not less than 125 days by way of Crossed Demand Draft/ Bank Guarantee issued by any Nationalized/Scheduled Bank for Rs.5,00,000/- drawn in

    favour of Managing Director, HGCL(in the form of formats of security of this document).

    4.6 Tenderers shall submit a written power of attorney (POA) authorizing the signatory of the Tender to commit the Tenderer.

    5. Cost of Tendering

    The Tenderer shall bear all costs associated with the preparation and submission of its Tender and

    the Client will in no case be responsible or liable for those costs, regardless of the conduct or

    outcome of the tendering process.

    6. Site Visit

    6.1 It is the Tenderer's responsibility to visit and examine the Site and its surroundings and obtain all information that may be necessary for preparing the Tender for entering into a contract, for supply

    of the RFID related equipments. The costs of visiting the site shall be at the Tenderers own

    expense.

    TENDER DOCUMENTS

    7. Content of Tender Documents

    7.1 The Tender Documents have been prepared for the purpose of inviting Tender for the Works as defined in IFT Clause 8. The Tender Documents are those stated below, and shall be read in

    conjunction with any Addenda issued in accordance with ITT Clause 9:

    Section Particulars

    Section 1 Tender Invitation Notice

    Section 2 Instruction to Tenderers (ITT)

    Annexure to ITT

    Section 3 Form of Technical Proposal

    Section 4 Pricing Document

    Section 5 Terms and Conditions of Contract (ToCC)

    Section 6 Form of Letter of Acceptance (LOA)

    Section 7 Employer's Requirement

    7.2 The Tenderers is expected to examine carefully the contents of all the Tender Documents. Failure to comply with the requirements of Tender submission will be at the Tenderers own risk. Tenders

    which are not substantially responsive to the requirements of the Tender Documents will be

    rejected.

    7.3 The Tenderer shall not make or cause any alteration, erasure or obliteration to the text of the Tender Documents.

    8. Clarification of Tender Documents

    8.1 A prospective Tenderer requiring any clarification of the Tender Documents may contact the Employer in writing or by e-mail at the Employer's address indicated in the Invitation for Tenders

    on or before 29.09.2017.

  • Hyderabad Outer Ring Road Project RFID ETC System

    6

    8.2 Except for any such written clarification by the Employer which is expressly stated to be by way of an addendum to the documents referred to in ITT Sub-Clause 9.1 above and/or for any other

    document issued by the Employer which is similarly described, no written or verbal communication,

    representation or explanation by any employee of the Employer shall be taken to bind or fetter the

    Employer under the Contract.

    9. Amendment of Tender Documents

    9.1. Before the last date for submission of Tenders, the Employer may modify any of the Contents of the Tender Notice, Tender documents by issuing amendment / Addendum.

    9.2. Any addendum/amendments issued by the Employer shall be part of the Tender Document and it shall be kept in online.

    9.3. To give prospective Tenderers reasonable time to take an addendum into account in preparing their tenders, the Tender Inviting Officer may extend if necessary, the last date for submission of tenders.

    PREPARATION OF TENDERS

    10. Language of Tender

    10.1 All documents relating to the tender shall be in the English Language only.

    11. Preparation of Proposals

    11.1. The Tenderer shall, on or before the date and time specified in ITT Clause 17, submit his Tender in 3 separate sealed envelopes and put together in one single sealed outer envelope. Three separate

    sealed envelopes clearly marked with the name of the Tenderer and with:

    a. RFID ETC Related Equipments: Tender Security

    b. RFID ETC Related Equipments: Technical Proposal

    c. RFID ETC Related Equipments: Financial Proposals

    These shall be addressed to the Chief General Manager (Technical), Hyderabad Growth Corridor

    Limited and submitted at the address given IFT.

    11.2. The Tenderer shall submit the following document duly completed with the Tender Security package of his Tender submission:

    a. Original Tender Security furnished in accordance with ITT Clause 17

    11.3. The Tenderer shall submit the following documents duly completed and signed by a duly authorised and empowered representative of the tenderer with the Technical Proposal of his Tender

    submission:

    a. Form of Tender together with appendix b. Schedule FT-1: Power of Attorney: Duly notarised, irrevocable Power of Attorney indicating

    that the person signing the Tender has the authority to sign the Tender and thus that the Tender

    is binding upon the Tenderer during the full period of its validity.

    c. Schedule FT-2: Acknowledgement of Compliance with Guidelines for Procurement under Japanese ODA Loan in the form given in Annexure ITT-2 to the Instruction to Tenderers. The

    form shall be completed by the Tenderer and dully signed by the authorized representative of

    the Tenderer;

  • Hyderabad Outer Ring Road Project RFID ETC System

    7

    d. Schedule FT-3: Details of Tenderer e. Schedule FT-4: Details of Tenderer's Experience f. Schedule FT-5: Financial Situation g. Schedule FT-6: Average Annual Turnover h. Schedule FT-7: Litigation History i. Schedule FT-8: Technical Information of Equipment j. Schedule FT-9: Certificate confirming receipt of all Tender Addenda k. Schedule FT-10: Declaration for Non-Engagement of any Agent, Middleman or Intermediary l. Schedule FT-11:Undertaking to confirm that the Tender Documents prepared by the Client shall

    be used solely for the preparation of the Tender.

    11.4. The Tenderer shall submit the following document duly completed and signed by a duly authorised and empowered representative of the tenderer with the Pricing Document of his Tender

    submission:

    a. Completed Pricing Documents including Tender Total, Price Schedule (Breakdown of Tender Total) (see ITT Clause 17).

    The Pricing Document is to contain only price proposal, duly completed as per the prescribed

    format, and any discount, if offered. There shall be no other conditions, whatsoever.

    11.5. Form of Technical Proposal:

    The Form of Technical Proposal shall be completed and signed by a duly authorized representative

    of the Tenderer. Signatures on the Form of Technical Proposal shall be witnessed and dated.

    Schedule FT-1 to Schedule FT-10 thereto shall be completed by the tenderer dully signed by the

    representative of Tenderer and submitted as part of the form of Technical proposal.

  • Hyderabad Outer Ring Road Project RFID ETC System

    8

    11.6. Technical Information of Equipment

    The Tenderer shall submit with his Tender, the technical information for justifying the performance

    of the equipment proposed by the Tenderer in the format prescribed in Schedule FT-7 along with

    attachement to the Form of Technical Proposal. The technical information given by the Tenderer

    will be analysed during technical evaluation and shall be in sufficient detail to allow full

    appreciation of the Tenderers Proposal in relation to the Works. Lack of information or partial

    presentation of information and data required shall be considered not substantially responsive to the

    requirement of the Tender Document and shall be justifiable grounds for rejection of a Tender.

    11.7. Pricing Documents

    The Tenderer shall complete the Pricing Documents including Tender Total and Price Schedule

    (Breakdown of Tender Total) in Pricing Documents of the Tender Documents as indicated therein

    following the requirements of ITT Clauses 11.1 and 11.4. The completed Pricing Documents shall

    be submitted in the Financial Proposal only.

    12 Tender Prices

    12.1. Unless stated otherwise in the Tender Documents, the Tenderer shall quote his lump sum tender

    total based on his schedule of quantities and rates quoted. He should quote his offer as item rate for

    each item in price schedule. The overall tender total shall be worked out with comparing the

    estimated rates of HGCL.

    12.2. The Pricing Document contains the description of item of work, the quantities of the corresponding

    item, the tenderer shall quote the rates and the amount for each item and the total value of the

    contract amount. The tenderer should workout his own rates keeping in view the work, site

    conditions and quote the rates for each item in The Pricing Document which he intends to execute

    the work.

    12.3. The bid offer shall be for the whole work and not for individual items / part of the work.

    12.4. The tendered contract amount as computed based on the rates quoted is subject to variation during

    the performance of the Contract in accordance with variation in quantities etc.

    12.5. All duties, taxes and other charges imposed outside the Employers country shall be included in the

    rates and prices and the Tender Total offered in the Pricing Documents by the Tenderer.

    12.6. All duties, taxes and other levies payable by the Contractor under the Contract or for any other

    cause, as of the date 28 days prior to the deadline for submission of tenders in the Employers

    country and state shall be included in the rates and prices and the Tender Total offered in the Pricing

    Documents by the Tenderer. The Tenderer shall be familiar with the tax laws of the Employers

    country and state.

    12.7. Prices quoted by the Tenderer shall be subject to adjustment during the performance of the Contract

    in accordance with the provisions of Sub-Clause 5.3 Change in the Applicable Law Related to

    Taxes and Duties in TCOC. The price adjustment provision will not be taken into consideration of

    tender evaluation. A tender submitted with an adjustable price proposal other than those provided in

    the Tender Documents will be treated as nonresponsive and rejected.

    13. Application of Any Discount

    13.1. If Tenderer wants to offer any discount in his Tender, it shall be a percentage discount and shall not be a Lump sum discount. The Tenderers discount offer shall be included only in the Financial

    Proposal envelop. The percentage discount shall be applied for the fixed lump sum price Tender

    Total and Pricing Schedules. All payments due to the Contractor will be calculated on this basis.

  • Hyderabad Outer Ring Road Project RFID ETC System

    9

    14. Validity of Tenders

    14.1 Tenders shall remain valid for a period of not less than 90 days from the last date for receipt of Tender specified in IFT.

    14.2 During the above mentioned period no plea by the tenderer for any sort of modification of the tender based upon or arising out of any alleged misunderstanding of misconceptions or mistake or for any

    reason will be entertained.

    14.3 In exceptional circumstances, prior to expiry of the original time limit, the HGCL may request the tenderers to extend the period of validity for a specified additional period. Such request to the

    Tenderers shall be made in writing. A Tenderer may refuse the request without forfeiting his

    Tender Security. A Tenderer agreeing to the request will not be permitted to modify his Tender, but

    will be required to extend the validity of his Tender Security for a period of the extension.

    15. Tender Security

    15.1. The Tenderer shall furnish, as part of his tender, a Tender Security for the amount of Five Lakhs in Indian Rupees (Rs. 5,00,000 /-).

    15.2. The Tender Security shall be in the form of a certified check or bank draft or bank guarantee issued from an Indian Schedule bank (excluding Cooperative Banks) or from a schedule Foreign Bank as

    defined in Section 2(e) of RBI Act 1934 read with Second Schedule. The format of the bank

    guarantee for Tender Security shall be in accordance with the sample form of Tender Security

    included in Annexure ITT-1 to the Instructions to Tenderers. Other form may be permitted, subject

    to the prior approval of the HGCL. Bank guarantees issued, as surety for the Tender shall be valid

    for Thirty-five (35) days beyond the validity of the Bid.

    15.3. Any Tender not accompanied by an acceptable Tender Security shall be rejected by the HGCL as non-compliant.

    15.4. The Tender Securities of unsuccessful Bidder will be returned as promptly as possible, but not later than Thirty-five(35) days after the expiration of the period of Tender validity, or any extension

    made thereto pursuant to ITT Clause 9.

    15.5. The Tender Security of the successful tenderer will be returned upon the signing of the Contract agreement in accordance with ITT Clause 31 and the receipt by the Employer of Performance

    Security in accordance with ITT Clause 34.

    15.6. The Tender Security may be forfeited i. if the Bidder withdraws his Tender during the period of Tender validity specified in ITT

    Clause 15.6; or

    ii. if the Tenderer does not accept the correction of his Tender Price, pursuant to ITT Clause 27; or

    iii. in the case of a successful Tender, if the Tenderer fails within the specified time limit (i) to sign the Contract agreement in accordance with ITT Clause 31 or (ii) to furnish the required

    Performance Security in accordance with ITT Clause 34.

    16. Signing of Tenders

    16.1. If the tender is made by an individual, it shall be signed with his full name and his address shall be given. If it 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 the name and address of each member of the firm shall

    be given, if the tender is made by a corporation it shall be signed by a duly authorized officer who

    shall produce with his tender satisfactory evidence of his authorization. Such tendering corporation may be required before the contract is executed, to furnish evidence of its corporate existence.

    Tenders signed on behalf of G.P.A. holder will be rejected.

  • Hyderabad Outer Ring Road Project RFID ETC System

    10

    16.2. The Tender shall contain no alterations or additions, except those to comply with instructions issued by the Tender Inviting Officer, or as necessary to correct errors made by the Tenderer, in which case

    all such corrections shall be initialed by the person signing the Tender.

    16.3. No alteration which is made by the tenderer in the contract form, the conditions of the contract, the drawings, specifications or statements / formats or quantities accompanying the same will be

    recognized; and, if any such alterations are made the tender will be void.

    SUBMISSION OF TENDERS.

    17. Submission of Tenders

    17.1. The Tenderer shall submit the original Tender Security in a separate envelope. The Tenderer shall seal the Technical Proposal and the Financial Proposal in separate envelopes. Thus there will be one

    outermost envelope containing Tender Security envelope, Technical Proposal envelope and

    Financial Proposal envelope inside, totally in all shall be three envelops.

    17.2. All the inner and outer envelopes shall

    a. be addressed to the Employer at the following address:

    Chief General Manager(Tech),

    Hyderabad Growth Corridor Limited,

    HMDA Complex, Above SBI, 2nd Floor,

    Tarnaka, Hyderabad, 500 007,

    Telangana, India.

    and

    b. bear the following identification:

    (i) for Tender Security:

    TENDER SECURITY

    TENDER FOR RFID ETC SYSTEM OF HYDERABAD OUTER RING ROAD

    (Tender Notice No. CGM(T)/HGCL/JICA2/TMS/RFID/2017-18)

    DO NOT OPEN BEFORE 3:30 PM ON 13.10 2017 Name and address of the Tenderer to enable the Tender to be returned unopened in case

    it is declared late pursuant to ITT Clause 19

    and

    (ii) for Technical Proposal: TECHNICAL PROPOSAL

    TENDER FOR RFID ETC SYSTEM OF HYDERABAD OUTER RING ROAD

    (Tender Notice No. CGM(T)/HGCL/JICA2/TMS/RFID/2017-18)

    DO NOT OPEN BEFORE 3:30 PM ON 13.10 2017 Name and address of the Tenderer to enable the Tender to be returned unopened in case

    it is declared late pursuant to ITT Clause 19

    and

    (iii) for Financial Proposal:

    FINANCIAL PROPOSAL TENDER FOR RFID ETC SYSTEM OF HYDERABAD OUTER RING ROAD

    (Tender Notice No. CGM(T)/HGCL/JICA2/TMS/RFID/2017-18)

    DO NOT OPEN Name and address of the Tenderer to enable the Tender to be returned unopened in case

    it is declared late pursuant to ITT Clause 19 or deemed unresponsive in accordance with

    ITT Clause 23 or other reason(s).

  • Hyderabad Outer Ring Road Project RFID ETC System

    11

    (iv) for outermost envelop; TENDER FOR RFID ETC SYSTEM OF HYDERABAD OUTER RING ROAD

    (Tender Notice No. CGM(T)/HGCL/JICA2/TMS/RFID/2017-18)

    DO NOT OPEN BEFORE 3:30 PM ON 13.10 2017

    17.3. In addition to the identification required in ITT Sub-Clause 17.2, the outermost envelope and inner envelops shall indicate the name and address of the Tenderer to enable the Tender to be returned

    unopened in case it is declared "late" pursuant to ITT Clause 19.

    17.4. If the outermost envelope referred to ITT Sub-Clause 17.1 is not sealed and marked as above, the Employer will assume no responsibility for the misplacement or premature opening of the Tender.

    18. Last date / time for Submission of the Tenders.

    18.1. Tenders must be received by the Employer at the address specified above not later than dates specified in the Invitation for Tender.

    18.2. The Employer may, at his discretion, extend the deadline for submission of Tenders by issuing an addendum in accordance with ITT Clause 9, in which case all rights and obligations of the

    Employer and the Tenderers previously subject to the original deadline will thereafter be subject to

    the deadline as extended.

    19. Late Tenders.

    18.3. Any Tender received by the Employer after the deadline for submission of Tenders prescribed in ITT Clause 18 will be rejected and returned unopened to the Tenderer.

    20. Modification to the Tender.

    20.1. No Tender shall be modified after the last date /time of submission of Tenders.

    TENDER OPENING AND EVALUATION

    21. Tender opening

    21.1. The Employer will open the outer envelope of Tenders in the presence of Tenderers designated representatives who choose to attend, at 3:30 pm on the same last day of tender submission at the

    following location:

    Hyderabad Growth Corridor Limited,

    HMDA Complex, Above SBI, 2nd Floor,

    Tarnaka, Hyderabad, 500 007,

    Telangana, India.

    21.2. The Tenderers representatives who are present shall sign a register evidencing their attendance.

    21.3. In the event of specified date of Tender opening being declared as a holiday for the Employer, the Tenders will be opened at the appointed time and location on the next working day.

  • Hyderabad Outer Ring Road Project RFID ETC System

    12

    21.4. The envelopes of the Tender Security, Eligibility and Technical Capability will be opened and the Tenderers name, the presence or absence of Tender Security, and such other details as the

    Employer may consider appropriate, will be announced and recorded by the Employer at the

    opening. The Tenderers representatives will be required to sign the record. No Tenders shall be

    rejected at opening except for late Tenders pursuant to ITT Clause 23. The Financial Proposal of

    Tender will not be opened at this time. The Tenderer is advised that the Employer's policy in respect

    of comparison of Tenders is that the Eligibility and Technical Capability will be opened and

    reviewed to determine their acceptability and responsiveness to the requirements of the Contract.

    Unacceptable and unresponsive Tenders will be rejected and the corresponding Financial Proposal

    will be returned unopened.

    21.5. The Tenderer is to note that Financial Proposal of Tender submissions of which Eligibility and Technical Capability has satisfied the review in ITT Sub-Clauses 28.1, 28.2, 28.3 and 28.5 will be

    opened with the Tender sums posted. The date, time, and place of opening of the Financial

    Proposal will be advised to Tenderers, whos Eligibility and Technical Capability have been found

    acceptable so that they can be present at the stipulated time of opening of Financial Proposal.

    21.6. Tenders which are not accompanied by a valid Tender Security, or are accompanied by an unacceptable or fraudulent Tender Security shall be considered as non-compliant and rejected.

    21.7. Tenders not opened and read out at Tender opening shall not be considered further for evaluation, irrespective of the circumstances.

    21.8. All decisions whether a Tender is non-responsive, unacceptable or whether a Tender Security is fraudulent or unacceptable or non-compliant, will be that of the Employer.

    22. Clarification on the Technical Proposal and Financial Proposal

    22.1. To assist in the examination, evaluation and comparison of Tenders, the Employer may, at his discretion, ask any Tenderer for clarification of his Tender or authentication of information/details

    furnished therein, including breakdowns of Tender Total, rates and/or prices. The request for

    clarification or authentication and the response shall be in writing or by fax, but no change in the

    Tender Total or substance of the Tender shall be sought, offered or permitted except as required to

    confirm the correction of arithmetic errors discovered by the Employer in the evaluation of the

    Tenders in accordance with ITT Clause 27.

    23. Examination of technical Tenders and Determination of Responsiveness

    23.1. The Chief General Manager (T) will evaluate whether each Tenderer is satisfying the eligibility criteria prescribed in the tender document and declares them as a qualified Tenderer.

    23.2. If the eligibility and technical capability of a Tenderer is not satisfying any of the eligibility criteria it will be rejected by the Chief General Manager (T).

    23.3. If any alteration is made by the tenderer in the tender documents, specifications, formats or quantities the tender will be rejected.

    24. Financial Proposal Opening:

    24.1. Only the price tenders of qualified Tenderers whose technical tenders are found satisfying the eligibility criteria shall be opened on the date and time fixed.

    24.2. The Price Bid of the Unqualified Tenderers will not be opened and kept in safe custody till the tenders are finalized and thereafter Tender Security will be returned to the Tenderers.

  • Hyderabad Outer Ring Road Project RFID ETC System

    13

    24.3. Tenders shall be scrutinized in accordance with the conditions stipulated in the Tender document. In case of any discrepancy of non-adherence conditions the Tender accepting authority shall

    communicate the same which will be binding both on the tender opening authority and the

    Tenderer. In case of any ambiguity, the decision taken by the Employer on tenders shall be final.

    25. Evaluation and Comparison of Price Tenders

    25.1. The Chief General Manager (T), HGCL will evaluate and compare the price tenders of all the qualified Tenderers.

    25.2. Negotiations at any level are strictly prohibited. However, good gesture rebate, if offered by the lowest tenderer prior to finalization of tenders may be accepted by the tender accepting authority.

    25.3. Selection of Tenderer among the lowest & equally quoted tenderers will be in the following orders:

    i)Maximum turn over on similar works in one financial year in the last 3 financial years.

    ii)Performance / track record of the tenderer.

    26. Discrepancy in Tender rates quoted.

    26.1. In case of any discrepancy between the tender rate quoted in words and figures, the tender rate quoted in words shall prevail.

    27. Correction of Errors

    27.1. The Financial Proposal of those that are determined to be substantially responsive will be checked by the Employer for any arithmetic errors. Arithmetic errors will be rectified by the Employer on

    the following basis. If there is a discrepancy between the unit price and the total price, which is

    obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price

    shall be corrected. If the Tenderer does not accept the corrected Tender, his Tender will be rejected

    and the Tender Security will be forfeited.

    28. Process to be Confidential.

    28.1. Information relating to the examination, clarification, evaluation and comparison of Tenders and recommendations for the award of a contract shall not be disclosed to Tenderers or any other

    persons not officially concerned with such process until the award to the successful Tenderer has

    been announced by the tender accepting authority. Any effort by a Tenderer to influence the

    processing of Tenders or award decisions may result in the rejection of his Tender.

    28.2. No Tenderer shall contact the Chief General Manager (T), HGCL or any authority concerned with finalisation of tenders on any matter relating to its Tender from the time of the Tender opening to

    the time the Contract is awarded. If the Tenderer wishes to bring additional information to the notice

    of the Chief General Manager (T), HGCL, it should do so in writing.

    28.3. Before recommending / accepting the tender, the tender recommending / accepting authority shall verify the correctness of certificates and D.Ds/BGs submitted by the tenderers.

    AWARD OF CONTRACT

    29. Award Criteria

    29.1. The Chief General Manager (T), HGCL will award or recommend to the competent tender accepting authority for award of the contract to the Tenderer who is found qualified as per the

    Tender conditions and whose price bid is lowest.

  • Hyderabad Outer Ring Road Project RFID ETC System

    14

    29.2. The tender accepting authority reserves the right to accept or reject any Tender or all tenders and to cancel the Tendering process, at any time prior to the award of Contract, without thereby incurring

    any liability to the affected Tenderer or Tenderers or any obligation to inform the affected Tenderer

    or Tenderers of the reasons for such action.

    30. Notification of Award

    30.1. The Tenderer whose Tender has been accepted will be notified of the award of the work by the Chief General Manager (T), HGCL, prior to expiration of the Tender validity period by registered

    letter. This letter (hereinafter and in the Conditions of Contract called Letter of Acceptance) will

    indicate the sum that the Government will pay the Contractor in consideration of the execution,

    completion, and maintenance of the Works by the Contractor as prescribed by the Contract

    (hereinafter and in the Contract called the Contract Amount).

    30.2. The notification of award will constitute the formation of the Contract.

    30.3. Upon the furnishing by the successful Tenderer of Performance Securities, the execution of the Contract Agreement and the submission of the Guarantee, if applicable, the Employer will promptly

    notify the other Tenderers that their Tenders have been unsuccessful.

    31. Signing of Agreement.

    31.1. Within 28 (twenty eight) days or within the period agreed by the Employer from the date of issuing the Letter of Acceptance by the Employer, the successful Tenderer will be required to execute the

    Contract Agreement in the form provided in the Annex COC-1 to the Conditions of Contract with

    such modifications as may be considered necessary to incorporate all agreements between the

    Parties. The Employer will advise the successful Tenderer the date upon which the Parties shall

    convene to sign the Contract Agreement. In case of the successful Tenderer being consortium or

    joint venture, all members of the consortium or joint venture shall sign the Contract Agreement.

    32. Corrupt or Fraudulent Practices

    32.1. The Government requires that the tenderers / suppliers / contractors under Government financed contracts, observe the highest standard of ethics during the procurement and execution of such

    contracts. In pursuance of this policy, the Government

    a) define for the purposes of the provision, the terms set forth below as follows:

    i. corrupt practices means the offering, giving, receiving or soliciting of any thing of value to influence the action of a Government official in procurement process or in contract

    execution: and

    ii. fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Government and

    includes collusive practice among Tenderers (prior to or after Tender submission) designed

    to establish in Tender prices at artificial non-competitive levels and to deprive the

    Government of the benefits of free and open competition.

    b) Will reject a proposal for award if it determines that the Tenderer recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question.

    c) Will blacklist / or debar a firm, either indefinitely or for a stated period of time, if at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in

    executing a Government Contract.

    d) Further more, Tenderers shall be aware of the provisions stated in the General Conditions of Contract.

    33. Employer's Right to Accept any Tender and to Reject any or all Tenders

  • Hyderabad Outer Ring Road Project RFID ETC System

    15

    33.1. Notwithstanding ITT Clause 30, the Employer reserves the right to accept or reject any Tender, and to annul the tendering process and reject all Tenders, at any time prior to award of Contract, without

    thereby incurring any liability to the affected Tenderer or Tenderers or any obligation to inform the

    affected Tenderer or Tenderers of the grounds for the Employer's action, by notice in writing to the

    Tenderers, terminate the tendering process.

    33.2. The Tenderer should note in particular that without prejudice to the Employers other rights under the Contract and the Tender Security, the Employer may terminate the Contract under Clauses 2.9

    of the Conditions of Contract in the event that the Tender is accepted but the Tenderer fails to

    supply the Performance Security or fails to execute the Contract Agreement or fails to submit the

    Guarantee, if applicable

    34. Performance Security

    32.1. Within 7 (Seven) days of receipt of the Letter of Acceptance from the Client, the successful

    Tenderer shall furnish to the Client Performance Securities in the form of a bank guarantee given in

    Annex TCoC-1 to the Terms and Conditions of Contract for the amount of 10% of the contract price

    from an Indian Schedule bank (excluding Cooperative Banks) or from a schedule Foreign Bank as

    defined in Section 2(e) of RBI Act 1934 read with Second Schedule and approved by the Client.

    The Performance Security of a joint venture shall be in the name of the joint venture. If the joint

    venture has not been legally constituted, the Performance Security shall be in the name of lead

    partner of the joint venture.

    32.2. Failure of the successful Tenderer to comply with the requirements of ITT Clauses 27 or 31 shall

    constitute sufficient grounds for the annulment of the award and forfeiture of the Tender Security, in

    which event the Client may make the award to the next lowest evaluated Tenderer or call for new

    tenders.

  • Hyderabad Outer Ring Road Project RFID ETC System

    16

    CHECK LIST

    DOCUMENTS TO ACOMPANY THE TENDER

    (The Tenderers are requested to read the Tender conditions carefully before

    submission of these Documents)

    Note:

    1. All the copies of the certificates, documents etc., enclosed to the Technical bid shall be given page numbers on the right corner of each certificate, which will be indicated in column (4) against each

    item.

    2. The information shall be filled-in by the Tenderer in the applicable schedule forms, and shall be enclosed to the Technical bid for the purposes of verification as well as evaluation of the tenderers .

    DECLARATION

    I / We . have gone through carefully all the

    Tender conditions and solemnly declare that I / we will abide by any penal action such as disqualification

    or black listing or determination of contract or any other action deemed fit, taken by, the Department

    against us, if it is found that the statements, documents, certificates produced by us are false / fabricated.

    I / We hereby declare that, I / We have not been blacklisted / debarred / Suspended / demoted in any

    department in Telangana state or in any State due to any reasons.

    Signature of the Tenderer

    S.No Description Whether Up

    loaded

    Page Nos.

    (see Note

    below)

    1 2 3 4

    1 Tender Security;

    2 Form of Technical Proposal together with appendix; Yes / No

    3 Schedule FT-1: Power of Attorney Yes / No

    4 Schedule FT-2: Acknowledgement of Compliance with

    Guidelines for Procurement under Japanese ODA Loan

    Yes / No

    5 Schedule FT-3: Details of Tenderer Yes / No

    6 Schedule FT-4: Details of Tenderer's Experience Yes / No

    7 Schedule FT-5: Financial Situation Yes / No

    8 Schedule FT-6: Average Annual Turnover Yes / No

    9 Schedule FT-7: Litigation History Yes / No

    10 Schedule FT-8: Technical Information of Equipment Yes / No

    11 Schedule FT-9: Certificate confirming receipt of all Tender

    Addenda

    Yes / No

    12 Schedule FT-10: Declaration for Non-Engagement of any Agent,

    Middleman or Intermediary

    Yes / No

    13 Schedule FT-11:Undertaking to confirm that the Tender

    Documents prepared by the Client shall be used solely for the

    preparation of the Tender.

    Yes / No

    14 Pricing Documents Yes / No

  • Hyderabad Outer Ring Road Project RFID ETC System

    17

    Annexure to Instruction to Tenderers

    Annexure ITT-1 Form of Bank Guarantee of Tender Security

    Annexure ITT-2 Form Of Acknowledgement Of Compliance With Guidelines for

    Procurement Under Japanese ODA Loans

  • Hyderabad Outer Ring Road Project RFID ETC System

    18

    ANNEXURE ITT-1

    FORM OF BANK GUARANTEE FOR TENDER SECURITY To: Hyderabad Growth Corridor Limited

    2nd Floor, HMDA Complex, Tarnaka,

    Secundarabad, Hyderabad, 500 007,

    Andhra Pradesh, India

    WHEREAS, _____________________________ (hereinafter called the Tenderer) has submitted his

    tender dated ________________________ for Supply of RFID ETC system related equipments for

    Toll Management System of Hyderabad Outer Ring Road (Tender Notice No. CGM(T)/HGCL/JICA

    2/TMS/RFID/..../2017-18 dated ....09.2017)(hereinafter called the Tender).

    KNOW ALL MEN by these presents that We _____________________________________ [Name of

    Bank] having our registered office at_____________________________________ [Address of the Bank]

    (hereinafter called the Bank) are bound unto Hyderabad Growth Corridor Limited(hereinafter called

    the Client) in the sum of Rs. _____________ (Indian Rupees _____________ only)for which payment

    well and truly to be made to the said Client the Bank binds himself, his successors and assigns by these

    presents.

    SEALED with the Common Seal of the said Bank this ______ day of_________ 2017.

    THE CONDITIONS of this obligation are:

    If the Tenderer withdraws his Tender during the period of tender validity specified in the Form of Tender:

    or

    If the Tenderer does not accept the correction of arithmetical errors of his tender price in accordance with

    the Instructions to Tenderers: or

    If the Tenderer having been notified of the acceptance of his Tender by the Client during the period of

    tender validity:

    a) fails or refuses to execute the Form of Contract agreement, in accordance with Clause 31 of

    Instructions to Tenderers; or

    b) fails or refuses to furnish the Performance Security, in accordance with Clause 34 of the Instruction to

    Tenderers,

    We undertake to pay to the Client up to the above amount upon receipt of his first written demand, without

    the Client having to substantiate his demand, provided that in his demand the Client will note that the

    amount claimed by him is due to him owing to the occurrence of any one or more of the conditions

    mentioned above, specifying the occurred condition or conditions.

    We further agree that the Client may without affecting this guarantee negotiate further with the Tenderer

    in regard to the conditions contained in the said Tender and thereby modify these conditions or add thereto

    any further conditions as may be mutually agreed upon between the Client and the Tenderer, that the

    guarantee herein before contained shall not be affected by any change in constitution of our Bank or in the

    constitution of the Tenderer, and that the expression the Tenderer and the Bank herein used shall,

    unless such an interpretation is repugnant to the subject or context, include their respective successors and

    assigns.

    This Guarantee commences from the date hereof and shall remain in force up to and including the date 125

    (one hundred and twenty five) days after the deadline for submission of tenders as such deadline is stated

    in the Instructions to Tenderers or as it may be extended by the Client pursuant to the Instructions to

    Tenderers, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank not later than the above date.

  • Hyderabad Outer Ring Road Project RFID ETC System

    19

    Notwithstanding anything contained herein before, our liability under this guarantee is restricted to Rs.

    ____________ (Indian Rupees ______________ only)and the guarantee shall remain valid

    until_____________. Unless a claim or a demand in writing is made upon us on or before

    _______________, all our liability under this guarantee shall cease.

    This Guarantee is enforceable and construed under the applicable laws of India.

    Courts at Hyderabad, Telangana State, India will have exclusive jurisdiction for contesting legal cases

    arising out of encashment of the Guarantee.

    DATE: ______________

    SIGNATURE OFAUTHORIZED OFFICIAL OF THE

    BANK:

    _____________________________________

    Name of Official: _______________________

    DESIGNATION: ________________________

    STAMP/SEAL OF BANK

    SIGNATURE OF WITNESS: _________________________

    NAME OF WITNESS: _________________________

    ADDRESS OF WITNESS: _________________________

  • Hyderabad Outer Ring Road Project RFID ETC System

    20

    ANNEXURE ITT-2

    FORM OF ACKNOWLEDGEMENT OF COMPLIANCE WITH

    GUIDELINES FOR PROCUREMENT UNDER JAPANESE ODA LOANS

    Hyderabad Growth Corridor Limited

    Block A, HMDA Complex, Tarnaka,

    Hyderabad 500 007,

    Andhra Pradesh, India

    Subject: ACKNOWLEDGEMENT OF COMPLIANCE WITH GUIDELINES FOR

    PROCUREMENT UNDER JAPANESE ODA LOANS

    A) I, ________________ (name and position of authorized signatory) duly authorized by ___________ (name of Tenderer/member of joint venture or association (JVA)) (Tenderer) hereby certify on

    behalf of the Tenderer and myself that information provided in the Tender submitted by the

    Tenderer for (Loan No and name of the Project) is true, correct and accurate to the best of my

    knowledge and belief. I further certify that on behalf of the Tenderer that;

    (i) the Tender has been prepared and submitted in compliance with the terms and conditions set forth in Guidelines for Procurement under Japanese ODA Loans (Guidelines); and

    (ii) the Tenderer has not taken any action which is or constitutes a corrupt, fraudulent, collusive or coercive practice and is not subject to any conflict of interest as stipulated in the relevant section

    of the Guidelines.

    B) I certify that neither the Tenderer nor any subcontractor, or expert nominated by the Tenderer in the

    Tender has been sanctioned by any development assistance organizations.

    C) I further certify on behalf of the Tenderer that, if selected to undertake services in connection with the Project, we shall carry out such services in continuing compliance with the terms and conditions

    of the Guidelines.

    _____________________

    Authorized SIGNATORY

    For and on behalf of the Tenderer Date: ____________________

    If the Tenderer or any subcontractor or expert nominated by the Tenderer has once been or once constituted a corrupt,

    fraudulent, or coercive practice and has been sanctioned by any development assistance organizations in the past five years,

    it shall modify the Clause B) accordingly and shall provide the following information;

    (a) The name of the organization which sanctioned the Tenderer or subcontractor or JVA partner, or expert nominated by the Tenderer.

    (b) The period of the sanction. However, the Borrower shall not disqualify such a Tenderer only because of this matter.

  • Hyderabad Outer Ring Road Project RFID ETC System

    21

    SECTION 3

    FORM OF TENDER

    (Tender Notice No.CGM(T)/HGCL/JICA2/TMS/RFID/26/2017-18 dated 21.09.2017)

    To Chief General Manager (Tech),

    Hyderabad Growth Corridor Limited

    2nd Floor, HMDA Complex, Tarnaka,

    Hyderabad - 500 007,

    Tarnaka, India

    1. Having examined the Specifications, Terms of Conditions of Contract, Form of Tender together with Pricing Documents, Instructions to Tenderers provided by the HGCL and Addenda Nos.

    as furnished with the Tender Documents for the execution of the above-named work we, the

    undersigned, hereby offer to execute and complete such work in full conformity with the

    Specifications, Terms and Conditions of Contract, Pricing Documents (priced) and Addenda for the

    sum stated in the Pricing Documents as completed by us and appended hereto or such other sums as

    may be agreed in accordance with the said Contract.

    2. We undertake, if our Tender is accepted, to commence the Service as soon as reasonably possible after the receipt of the Clients notice to this effect and there from to continue to execute and perform the

    Service.

    3. If our Tender is accepted we will, within seven (7) days after receipt of the Letter of Acceptance, obtain and furnish Performance Security meeting the requirements set forth in the Contract and

    acceptable to the Client, executed by us and by banks acceptable to the Client, and conforming in

    substance, where applicable, to the sample bank guarantee included in the Tender Documents. In

    addition we will sign the Form of Contract agreement when called upon to do so.

    4. We undertake to keep this Tender open for acceptance without unilaterally varying or amending its terms for the period of 90 (Ninety) days from the date fixed for receiving the same, and it shall remain

    binding upon us and may be accepted at any time before the expiration of that period or any extension

    thereof to which we may agree.

    5. Unless and until a Form of Contract 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. We enclose with the Tender, as attachments to this Form of Tender, the following completed

    documentation:

    a. Form of Tender together with appendix b. Schedule FT-1: Power of Attorney: Duly notarised, irrevocable Power of Attorney indicating that

    the person signing the Tender has the authority to sign the Tender and thus that the Tender is

    binding upon the Tenderer during the full period of its validity.

    c. Schedule FT-2: Acknowledgement of Compliance with Guidelines for Procurement under Japanese ODA Loan in the form given in Annexure ITT-2 to the Instruction to Tenderers. The

    form shall be completed by the Tenderer and dully signed by the authorized representative of the

    Tenderer;

    d. Schedule FT-3: Details of Tenderer e. Schedule FT-4: Details of Tenderer's Experience f. Schedule FT-5: Financial Situation g. Schedule FT-6: Average Annual Turnover h. Schedule FT-7: Litigation History i. Schedule FT-8: Technical Information of Equipment j. Schedule FT-9: Certificate confirming receipt of all Tender Addenda k. Schedule FT-10: Declaration for Non-Engagement of any Agent, Middleman or Intermediary l. Schedule FT-11:Undertaking to confirm that the Tender Documents prepared by the Client shall

    be used solely for the preparation of the Tender.

  • Hyderabad Outer Ring Road Project RFID ETC System

    22

    8. We submit with the Tender a duly executed Tender Security in respect of our obligations under this Tender.

    9. This Tender shall be governed by and construed in all respects according to the law for the time being in force in India. The competent court at Hyderabad, Telangana State, India will have exclusive

    jurisdiction in the matter.

    Dated this day of2017

    Signature_________________________

    (Name:___________________________)

    in the capacity of _____________________

    duly authorized to sign Tender for and on behalf of

    ______________________________________________________

    Address:______________________________________________

    Witness:______________________________________________

    Address:______________________________________________

    Position and Company: ___________________________________

    Note: Signature on the Form of Tender shall be witnessed and dated.

  • Hyderabad Outer Ring Road Project RFID ETC System

    23

    APPENDIX TO TENDER SALIENT CONTRACT CONDITIONS

    No. Reference Contract Clauses Description

    1. Sub-Clause 1.1.2.1:

    Employer

    The Employer is:

    Hyderabad Growth Corridor Limited (HGCL),

    HMDA Complex, Tarnaka,

    Hyderabad 500 007, Telangana, India.

    2. Sub-Clause 1.1.2.3:

    Employers Representative

    The Employers Representative is any person working as an

    Employee of Hyderabad Growth Corridor Limited (HGCL)

    or Hyderabad Metropolitan Development Authority (HMDA)

    or any consultant or consultancy firm, appointed by the

    Employer and notified as such to the Contractor.

    3. Sub-Clause 1.1.3.4:

    Time for Completion

    The whole of the Works shall be completed and delivered in

    stages within 2 (two) calendar months.

    4. Sub-Clause 1.4:

    Law and Language

    Governing Law : India

    Ruling Language : English

    Language for Communication : English

    5. Sub-Clause 1.8:

    Electronic Transmission

    Any Electronic Transmission shall be followed by the written

    letter.

    E-mail address of the Employer and the Employers

    Representative will be notified by the Employer after award

    of the Contract. The Contractor shall notify the Employer of

    his E-mail address within 7 days after receipt of the Letter of

    Acceptance.

    6. Sub-Clause 1.8:

    Address

    The Employer:

    The Chief General Manager (Tech),

    Hyderabad Growth Corridor limited

    HMDA Complex, Above SBI, 2nd Floor

    Tarnaka, Hyderabad 500 007, Telangana, India

    Tel: +91-40-2700 2913

    The Employers Representative:

    The Employer will notify the Contractor of the Employers

    Representatives address within 7 days after issuing the

    Letter of Acceptance.

    The Contractor :

    The Contractor shall notify the Employer of his address

    within 7 days after receipt of the Letter of Acceptance.

    7. Sub-Clause 4.2:

    Amount and Currency of

    Performance Security

    Ten percent (10%) of the Contract Price.

    8. Sub-Clause 4.14:

    Programme to be Submitted

    Within Seven (7) days from the Commencement Date.

    9. Sub-Clause 6.5:

    Normal Working Hours

    08:00 to 12:00 and 13:00 to 17:00 from Monday to Friday

    inclusive and 08:00 to 13:00 on Saturdays, and no working

    on the normal public and locally recognized holidays in

    Hyderabad, Telangana, India and the gazette holidays which is observed by the Employer as a gazette holiday.

    Tel:00-91-40-27002913

  • Hyderabad Outer Ring Road Project RFID ETC System

    24

    10. Sub-Clause 8.1:

    Time for Issue of the Notice to

    Commence

    Within Seven (7) days after the Effective Date on which the

    Contractor receives the Letter of Acceptance.

    11. Sub-Clause 8.6:

    Amount of Liquidated Damages

    Amount per week : 0.5% of the Contract Price

    12. Sub-Clause 8.6:

    Limit of Liquidated Damages

    Maximum limit for cumulative Liquidated Damages for the

    Contract shall not exceed Ten percent (10 %) of the Contract

    Price payable to the Contractor under the Contract.

    13. Sub-Clause 11.4:

    Liquidated Damages for Failure

    to Pass Tests after Completion

    Not applicable.

    14. Sub-Clause 13.3:

    Retention Money

    Ten percent (10%) of Interim Payment Certificate.

    15. Sub-Clause 13.3:

    Limit of Retention Money

    Five percent (5%) of the original Contract Price. In the event

    of variations during the execution of the Contract which

    result in payments to the Contractor over and above more

    than Twenty-five percent (25%) of the portion of the

    Contract Price, the Limit of Retention Money shall be

    suitably adjusted by the Employers Representative.

    16. Sub-Clause 13.6:

    Minimum Amount of Interim

    Payment Certificate

    Rs. 10,00,000- (Indian Rupees Ten Lakhs)

    17. Sub-Clause 13.8 (Part II

    Conditions of Particular

    Application): Delayed Payment -

    Rate of Interest

    No alteration.

    30. Sub-Clause 18.1:

    Professional Indemnity

    Insurance

    Not less than Ten percent (10 %) of the original Contract

    Price.

    31. Sub-Clause 18.3:

    Amount of Third Party Insurance

    Not less than Indian Rupees One Million (Rs.1,000,000-) for

    any one occurrence, with the number of occurrences being

    unlimited.

    32. Sub-Clause 18.5:

    Period in which copy of

    insurance policy, to be

    submitted.

    Within two (2) weeks from the Commencement Date.

    33. Sub-Clause 20.3:

    Number of Members of Dispute

    Adjudication Board

    Three (3).

    34. Sub-Clause 20.3:

    Appointing Authority of

    Members of Dispute

    Adjudication Board (when the

    parties fail to nominate)

    President of Indian Road Congress.

    35. Sub-Clause 20.6:

    Arbitration

    Refer Sub-Clause 20.6 of Part II Conditions of Particular

    Application.

  • Hyderabad Outer Ring Road Project RFID ETC System

    25

    SCHEDULE FT-1

    POWER OF ATTORNEY FOR SIGNING OF TENDER

    Know all men by these presents, we..(name of the

    firm/company/society and address of the registered office) do hereby irrevocably constitute, nominate,

    appoint and authorize Mr./ Ms(name), son/daughter/wife

    ofand presently residing at., who is presently employed

    with us as our true and lawful attorney (hereinafter referred to as the Attorney) to do in our name and

    on our behalf, all such acts, deeds and things as are necessary or required in connection with or

    incidental to submission of our Tender for the ***** Work proposed by the ***** (the HGCL)

    including but not limited to signing and submission of all Tenders, and other documents and writings,

    participate in conferences/ meetings and providing information/ responses to the HGCL, representing

    us in all matters before the HGCL, signing and execution of all contracts including

    the(name of work) contract and undertakings consequent to acceptance of our tender,

    and generally dealing with the HGCL in all matters in connection with or relating to or arising out of

    our bid for the said Work and/ or upon award thereof to us and/or till the entering into of the contract

    with the HGCL.

    AND we hereby agree to ratify and confirm all acts, deeds and things lawfully done or caused to be done by

    our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all

    acts, deeds and things done by our said Attorney in exercise of the powers hereby conferred shall and shall

    always be deemed to have been done by us.

    In witness whereof we, the above named principal have executed this power of attorney

    on this day of.,2017.

    For (Signature)

    (Name title and Address)

    Witnesses:

    1. Accepted

    2. Accepted

    (Signature)

    (Name, Title and Address of the Attorney)

    Notes:

    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.

    Also, wherever required, the BIDDER should submit for verification the extract of the charter

    documents and documents such as a resolution/ power of attorney in favour of the person executing this

    Power of Attorney for the delegation of power hereunder on behalf of the bidder.

    Date: _____________

    Signature of Tenderer

  • Hyderabad Outer Ring Road Project RFID ETC System

    26

    SCHEDULE FT-2

    DETAILS OF TENDERER

    1 Name of the Firm

    2 Registered Office Address

    Contact Number

    Fax Number

    E-mail

    3 Correspondence/Contact address

    Name & Designation of Contact person

    Address

    Contact Number

    Fax Number

    E-mail

    4 Is the firm

    A registered company

    A Government/ Public Sector Undertaking

    A propriety firm

    A partnership firm (if yes, give partnership deed)

    A limited company or limited corporation; If yes,

    submit documentary proof

    5 Is the firm registered with GST Department? If yes,

    submit valid GST Registration certificate.

    6 How many years has your organization been in business

    under your present name?

    7 List the major clients with whom your organization has

    been/ is currently associated.

    8 Have you in any capacity failed any project awarded to

    you? (If so, give the name of project and reason for not

    completing the work)

    Date: _____________

    Signature of Tenderer

  • Hyderabad Outer Ring Road Project RFID ETC System

    27

    SCHEDULE FT-3

    EXPERIENCE DETAILS OF TENDERER

    [The following table shall be filled in for the Tenderer]

    [Identify contracts that demonstrate continuous business over the past three (3) years and undertaking of

    at least supply and installation of 74 RFID Readers in one contract over the past three (3) years ending the date of Invitation of Tender. List contracts chronologically, according to their commencement (starting)

    dates.]

    Starting Month /

    Year

    Ending

    Month /

    Year

    Contract Identification Work performed by

    Tenderer

    Value of

    Contract

    [indicate

    month/ year]

    [indicate

    month /year]

    Contract name: [insert full

    name]

    Name of Employer: [indicate

    full name]

    Address: [indicate street/number/town or

    city/country]

    [insert "Sole Contractor or

    "Sub-Contractor]

    Brief description of the

    Works performed by the

    Tenderer: [describe Works performed briefly]

    [indicate

    approximate value of

    contract.]

    Date: _____________

    Signature of Tenderer

  • Hyderabad Outer Ring Road Project RFID ETC System

    28

    SCHEDULE FT-4

    FINANCIAL SITUATION

    [The following table shall be filled in for the Tenderer]

    Financial Data

    Historic Information for Previous [insert number] years,[insert in words] (Indian Rupees)

    2013-14 2014-15 2015-16

    Information from Balance Sheet

    Total Assets (TA)

    Total Liabilities (TL)

    Net Worth (NW)

    Current Assets (CA)

    Current Liabilities (CL)

    Information from Income Statement

    Total Revenue (TR)

    Profits Before Taxes (PBT)

    Profits After Taxes (PAT)

    Date: _____________

    Signature of Tenderer

  • Hyderabad Outer Ring Road Project RFID ETC System

    29

    Financial documents

    The Tenderer shall provide copies of the audited financial statement or audited balance sheet for the last

    three (3)years. The financial statements shall:

    (a) Reflect the financial situation of the Tenderer and not sister or parent companies.

    (b) Be audited by a certified accountant.

    (c) Be complete, including all notes to the financial statements.

    (d) Correspond to accounting periods already completed and audited (no statements for partial periods

    shall be requested or accepted).

    Attached are copies of financial statements (balance sheets including all related notes, and income

    statements) for the last three (3) years, as indicated above, and complying with the requirements.

    Date: _____________

    Signature of Tenderer

  • Hyderabad Outer Ring Road Project RFID ETC System

    30

    SCHEDULE FT-5

    AVERAGE ANNUAL TURNOVER

    [The following table shall be filled in for the Tenderer]

    Year Annual Turnover

    [indicate financial year and the period

    of each financial year]

    [insert amount]

    2013-2014

    2014-2015

    2015-2016

    Average Annual Turnover

    * Average Annual Turnover calculated as total certified payments received for work in progress or

    completed, divided by the number of years specified.

    Date: _____________

    Signature of Tenderer

  • Hyderabad Outer Ring Road Project RFID ETC System

    31

    SCHEDULE FT-6

    LITIGATION HISTORY

    [The following table shall be filled in for the Tenderer]

    No pending litigation including arbitration

    Pending litigation including arbitration

    Year

    Outcome as Percentage of Net Worth

    Contract Identification

    Total Contract Amount (Indian

    Rupee)

    [insert

    year]

    [insert

    percentage]

    Contract Identification: [indicate complete contract

    name, number, and any other identification]

    Name of Employer: [insert full name]

    Address of Employer: [insert street/city/country]

    Matter in dispute: [indicate main issues in dispute]

    [insert amount]

    Date: _____________

    Signature of Tenderer

  • Hyderabad Outer Ring Road Project RFID ETC System

    32

    SCHEDULE FT-7 TECHNICAL INFORMATION OF EQUIPMENT

    The Tenderer shall submit with his Tender, the Technical Information for justifying the performance of the

    equipment proposed by the Tenderer in the format attached hereto. The Technical Information given by

    the Tenderer will be analysed during technical evaluation and shall be in sufficient detail to allow a full

    appreciation of the Tenderers proposals in relation to all aspects of the Works.

    Unless required otherwise in the Employers Requirements, the Technical Information of Equipment shall

    be provided for only one product for each item in the list and no alternative product shall be included. The

    terms like or equivalent shall not be accepted.

    The Tenderer is also requested to attach catalogue, drawings or any presentation paper for the proposed

    Equipment, if available.

    Date: ________________ _________________________

    SIGNATURE OF TENDERER

  • Hyderabad Outer Ring Road Project RFID ETC System

    33

    ATTACHMENT TO SCHEDULE FT-7

    SCHEDULE OF EQUIPMENT

    Description Country

    of origin Manufacturer

    Brand,

    type or

    make

    Remarks

    1. RFID Reader with mounting

    arrangements

    2. HHT Reader

    3. POS reader/writer

    4. RFID Tags

    Date: ________________ _________________________

    SIGNATURE OF TENDERER

  • Hyderabad Outer Ring Road Project RFID ETC System

    34

    SCHEDULE FT-8

    CERTIFICATECONFIRMING RECEIPT OF ALL TENDER ADDENDA

    This is to certify that we, M/S _______________________ [* Name of the Tenderer] have received all

    Tender Addenda to Tender for the supply of RFID ETC System related equipments for the Hyderabad

    Outer Ring Road Project (Tender Notice. No.____________),as listed below:

    Addendum No._________________________

    ______________________________________

    ______________________________________

    ______________________________________

    Date: ________________ _________________________

    SIGNATURE OF TENDERER

    Note: The form shall be completed by the Tenderer and dully signed by the authorized representative of

    the Tenderer.

  • Hyderabad Outer Ring Road Project RFID ETC System

    35

    SCHEDULE FT-9

    FORM OF DECLARATION FOR NON-ENGAGEMENT OF ANY AGENT,

    MIDDLEMAN OR INTERMEDIARY

    We hereby jointly and severally declare that the submission of this Tender confirms that no agent,

    middleman or any intermediary has been, or will be engaged to provide any services, or any other item or

    work related to the award and performance of this Contract. We further confirm and declare that no

    Contractor commission or any payment which may be construed as an Contractor commission has been, or

    will be paid and that the rate ant price and the Tender Price quoted by us in the Pricing Documents do not

    include any such amount. We acknowledge the right of the Client, if he finds to the contrary, to declare our

    Tender to be non-compliant and if the Contract has been awarded to declare the Contract null and void.

    Date: ________________ _________________________

    SIGNATURE OF TENDERER

  • Hyderabad Outer Ring Road Project RFID ETC System

    36

    SCHEDULE FT-10

    FORM OF UNDERTAKING TO CONFIRM THAT THE TENDER

    DOCUMENTS PREPARED BY THE CLIENT SHALL BE USED SOLELY FOR

    THE PREPARATION FOR TENDER We, (name of tenderer), hereby undertake that the tender documents purchased as a necessary part of our

    preparation of this tender shall be used solely for the preparation of the tender and that if the tender is

    successful, shall be used solely for the RFID ETC System for the Hyderabad Outer Ring Road Project.

    We further undertake that the aforesaid tender documents shall not be used in whole, in part or in any

    altered form for any other project.

    Date: ________________ _________________________

    SIGNATURE OF TENDERER

  • Hyderabad Outer Ring Road Project RFID ETC System

    37

    SECTION 4

    PRICING DOCUMENT

    1. Preamble

    1.1 General Requirements

    This Contract is a fixed Lump Sum price for Supply of RFID ETC system related equipments for

    Toll Management System of Hyderabad Outer Ring Road in the State of Telangana in India being

    taken up with loan assistance of Japan International Cooperation Agency under Phase-2 Program".

    The Tenderer shall quote the rates and prices considering that this Contract is on a single

    responsibility basis. Items not explicitly specified in the Price Schedule but necessary for the

    execution of the Toll Collection Service shall be included in the other items specified in the Price

    Schedule and shall be considered included in the Contract Price payable to the Contractor under the

    Contract. The items in the Price Schedule are the only items against which amount will be become

    due to the Contractor.

    The Pricing Document shall be read and interpreted in conjunction with Terms and Conditions of

    Contract, Clients Requirements, Drawing and other Tender Documents. The preamble shall serve as

    a definitive guide to the Tenderer in the interpretation of the Price Schedule and later at the stage of

    contract for the measurement of quantities of cost items and payment there for.

    1.2. Tender Prices

    The Tenderer shall note the following facts in the preparation of rates and prices:

    The rates and prices quoted for each item in the Price Schedule shall be inclusive of all taxes, levies,

    duties and any other charges payable by the Contractor in connection with the execution and

    completion of the Service under the Contract or for any other cause, as of the date 28 days prior to

    the deadline for submission of Tenders in India and the State of Telangana. The Tenderer shall be

    familiar with the tax law of India and the State of Telangana.

    The rates and prices quoted by the Tenderer and accepted by the Client shall be fixed throughout the

    Contract period and not subject to variation on any account except adjustment only in accordance

    with the provisions of Clause 5.3 Change in Applicable Law of the Terms and Conditions of

    Contract.

    Items for which no rate or price is entered by the Tenderer, whether quantities are stated or not, shall

    be regarded as covered by other rates or prices in the Price Schedule.

    1.3. Preparation of Bill of Quantities

    S.

    No. Item Unit Quantity Spares

    Total

    Quantity

    1 ETC Transceiver Antenna / RFID Reader

    with mounting arrangements

    Nos. 69 5 74

    2 HHT Reader Nos. 63 5 68

    3 POS reader/writer Nos. 20 5 25

    4 RFID Tags Nos. 10,000 - 10,000

    The rates and prices and Tender Price shall be quoted in Indian Rupees.

  • Hyderabad Outer Ring Road Project RFID ETC System

    38

    The Tenderer shall be deemed to have taken full account of all requirements, liabilities, obligations

    and risks, whether expressed or implied, and to have priced the items accordingly. The cost of any

    item of work not specifically described or measured in the Price Schedule but required for the

    execution of the Contract shall be included in the rates and prices for the other measured items in the

    Price Schedule.

    No cost items shall be added to the Price Schedule. The Tender with the additional item not

    indicated in the Price Schedule issued by the Client may result in the disqualification of the Tender.

    Notwithstanding any limits that may be implied by the wording of the individual items and/or the

    explanations in the Preamble, the rates and prices, which the Tenderer enters in the Price Schedule,

    shall be for the service provided complete in every respect.

    1.4. Quantities

    All quantities indicated in the Price Schedule are the estimated quantities of the Service to be

    executed by the Contractor. They are intended to provide a common basis for tendering and tender

    evaluation. The Tenderer shall not alter the quantities in preparing the Tender.

    The Tenderer shall make himself completely acquainted with all conditions, obligations,

    specifications, drawings and other requirements under the Contract before quoting his prices. He

    shall have no right to claim any price revision on the basis of ignorance of the Tender Documents,

    scope and nature of Service, or location conditions, or to make any claim with regard to the unit

    price.

    All quantities entered in the pricing schedule are in metric units or in calendar month of the

    Gregorian calendar.

    1.5. Unit

    The items for which unit of Nos. is specified, it shall mean a discrete number. The payment for

    these items shall be made after re-measurement of quantity in the units so specified.

    1.6. Allowance in Rates and Prices

    Except otherwise specifically described in the Tender Documents, the rates and prices shall cover

    and include all allowances including but not limited to security guard, safety measures, prevention

    of fire and other hazards, travelling and accommodation expenses of the Contractors personnel

    between their base and the site, telephone, internet, various bank guarantees and securities,

    overhead, and profit.

    1.7. Measurement and Payment

    The measurement and valuation described herein is for the purpose of making a valuation of the

    Works acceptable to the Employers Representative for issuing the Interim Payment Certificates and

    interim payments thereof to the Contractor, as the Works proceed. The Works executed shall be

    measured for the assessment of progress for interim payments in accordance with the method

    specified in the Employers Requirements, the Price Schedule and other Contract Documents as set

    forth notwithstandi