Nagar Parishad Sampatchak LED Street Light Tender (IFB/RDB) – Comprehensive Study Notes (ITB, GCC, SCC, Schedules, and Price Adjustment Rules)
Project Overview and Bid ContextGovernment issuing body: Urban Development & Housing Department, Government of Bihar.
Recipient authority: Nagar Parishad Sampatchak, Patna.
Tender type: National Competitive Bidding (Civil/Electrical Works) for works costing more than ₹2 crores.
Name of work: Estimate for Installation of LED street light on existing cemented pole in Ward No. 01 to 15 of Nagar Parishad, Sampatchak.
Scope: Installation of LED street lighting as described; submitted as part of a wider bid package.
Period of construction: 3 months.
Contracting framework: ITB (Invitation for Bids), GCC (General Conditions of Contract), and SCC (Special Conditions of Contract) with standard PWD Bihar forms.
Target procurement portal: https://www.eproc2.bihar.gov.in (e-procure portal).
Key documents: IFB, ITB, Bidding Documents (Volumes I–V), BOQ, Specifications, Drawings, Forms, Annexures, and Appendices.
Important Dates and Timelines
Notice inviting bid issue date: 29.07.2025.
Bid document download window: 15.08.2025 (10:00 AM) to 22.08.2025 (3:00 PM).
Pre-bid meeting: 19.08.2025, 11:00 AM to 01:00 PM, at Office of the Executive Officer, Nagar Parishad Sampatchak, Patna.
Last date for bid upload: 22.08.2025, 3:00 PM.
Time and date of opening technical bids: 23.08.2025, 3:30 PM.
Time and date of opening financial bids: to be announced later.
Place of bid opening: Through website www.eproc2.bihar.gov.in only.
Bid validity period: 120 days.
Officer inviting bids: Executive Officer, Nagar Parishad Sampatchak.
Tender reference: 03/2025-26, Gr. No. 01.
Bidder Eligibility and Financial Requirements (Appendix to ITB)
Last five years reference window for turnover and works: 2020–2025 (illustrated in Appendix CI 1.1).
Required annual financial turnover (electrical engineering construction works only): ₹1,16,82,100.00.
Value of works: ₹2,33,64,200.00.
Quantities: as prescribed in the Bill of Quantities.
Liquid assets / credit facilities: ₹58,41,050.00 (25% of contract value).
Price level for the financial year: 2024-2025.
Pre-bid meeting venue: Office of the Executive Officer, Nagar Parishad Sampatchak, Patna.
Key contact: Ashish, JE; Kundan, AE; Kumlan, AE (as per Appendix to ITB).
Bids will be submitted in Percentage Rate Method only; Schedule of Rate applicable from 01.09.2023 (BCD SOR).
Appendix and Annexures (Key Data)
Annexure I: List of Key Plant & Equipment to be deployed on ROAD Work (as per Clause 4.5(B)(a)); equipment categories with age and scale ranges.
Annexure II: List of Key Personnel to be deployed (e.g., Project Manager, Site Engineer, Plant Engineer, Surveyors, etc.) with qualification and experience requirements.
Annexure I vs II: Defines minimum equipment and personnel requirements by project package size.
Annexure – II (Qualification requirements): details on manpower and eligibility, including positions and experience thresholds.
Section 2: Qualification Information (Post-Prequalification Form)
Purpose: Post-qualification information for bidders to establish financial and technical capacity.
For individuals: legal status, place of registration, power of attorney; details of past electrical works; financial reports; credit facilities; evidence of cash flow or liquidity; etc.
Data to attach: Audited financial statements, client references, list of similar works, etc.
Required to demonstrate bid capacity and access to resources sufficient to cover the project value.
Section 3: General Conditions of Contract (GCC) – Key Provisions
Clause 1: Definitions and interpretation (Works, Site, Engineer-in-Charge, Government, Excepted Risks, etc.).
Clause 1A: Performance security and security deposit mechanics; mobilization and unbalanced bid considerations.
Clause 2: Delay, compensation for late completion; liquidated damages at 2% per month, maximum 10% of the tendered value; extension of time processes.
Clause 2A: Incentive for early completion (not applicable unless Schedule F states otherwise).
Clause 3: Grounds for determination/recission of contract by Engineer-in-Charge (e.g., defective work, insolvency, suspension, non-start, etc.); consequences including forfeiture of deposits.
Clause 3A: Termination on force majeure or schedule-based issues; refund of deposits.
Clause 4: Non-exercise of powers not a waiver; Engineer-in-Charge’s possession rights if required.
Clause 5: Time is the essence; milestones; baseline start date; extension of time; mechanics for extension (5A progress review).
Clause 6: Measurements; monthly measurement book entries; joint measurement; objections to measurements; contractor’s duties to facilitate measurements.
Clause 7: Interim payments; threshold for running bills (payments on account after achieving progress); payment timing; verification by Engineer-in-Charge.
Clause 8–8A: Completion certificate, taking over; defect liability period; responsibilities for removal of scaffolding and surplus materials; cleaning and handover.
Clause 9–9A: Payments via banks; payment to banks option; bank documentation requirements.
Clause 10–10C: Materials supplied by Government; issues and deductions; price adjustment clauses (Cement, Steel, Bitumen, POL, Plant & Machinery Spares, Other materials); detailed price adjustment formulas; terms of applicability and limitations; Mo/M0 indexes; R (value of work).
Clause 10CA and 10CC: Cement/Steel/Bitumen/POL price adjustment intricacies; index references (All-India Wholesale Price Indices) and base/current values; labor adjustments; applicability conditions; detailed formula structure.
Clause 11: Works performed in strict accordance with specifications; use of BIS/IRC/Contract guidelines; authority on drawing/specification hierarchy (Schedule A, Specifications, Drawings, MORT&H specs, BIS).
Clause 12: Variations, extra items, substitution; rates to be determined; treatment of costs; effect on schedule and tender limits.
Clause 12.1–12.5: Time extensions for deviations; rates for extras; treatment of substitutions; schedule-based definitions for foundation works.
Clause 13–14: Foreclosure/abandonment; contractor default; suspension; events of default; rights to recover/cancel; consequences of termination; payments for works already executed.
Clause 15: Suspension of works; extension of time for suspensions; notice requirements; extension calculation; reference to milestones.
Clause 16: Inspection rights; site visits by Engineer-in-Charge and Quality Control; consequences for unsatisfactory workmanship.
Clause 17–18: Contractors’ responsibilities for site safety, nuisance; accessibility; supervision; labour regulations; penalties for safety violations.
Clause 19–19C: Labour laws compliance; wages; welfare and safety; duties of contractor to ensure compliance; penalties and recoveries for non-compliance; near-relatives restrictions in tenders.
Clause 20: Minimum wages compliance.
Clause 21: Subletting and assignment restrictions; anti-corruption provisions.
Clause 22–23: Liens for sums paid or due; audit of final bills; dispute resolution process between Superintending Engineer, Chief Engineer, and Arbitration if unresolved.
Clause 24–25: Contract interpretation and dispute resolution process; arbitration under Arbitration and Conciliation Act, 1996; venue: Patna; cost sharing for arbitrator fees.
Clause 26: Patent rights indemnity by contractor; handling of patent disputes.
Clause 27–28: Lump-sum/extra-item payments; conformity to contract rates for substituted/extra works; standards for non-scheduled items.
Clause 29–30: Withholding and lien rights; water supply arrangements; plant/material accountability; insurance requirements.
Clause 31–32: Government-provided materials; contractor’s ownership/retention of government-owned materials; plant and T&P; mobilization and equipment advances with conditions and repayment.
Clause 33–34: Contractor’s superintendence, technical staff, and labour management; regulatory compliance with taxes and royalties; labelling and possession of materials.
Clause 35: Taxes; adjustments for new taxes; keeping books and notices to the Engineer-in-Charge.
Clause 36–39: Insolvency/continuity provisions; contractor death; near-relatives in tenders; retirement-related restrictions.
Clause 40: Theoretical quantities and reconciliation of material issued vs. consumed; recovery for shortages/over-issues; measurement-based determinations.
Clause 41–42: Security deposits refund schedule after defect liability completion; post-completion responsibilities; circulation of contractor personnel for debarment.
Clause 43–44: General risk allocation shifting to contractor; insurance requirements; risk cover during construction and defects liability.
Clause 45–46: Cash flow reporting; site safety obligations and environmental protections; contractor obligations.
Clause 47–49: Sampling and testing costs; testing responsibilities; tests outside-scope costs borne by contractor unless otherwise specified.
Clause 50–52: Commencement and force majeure; timing of project start; force majeure conditions.
Clause 53: Recovery and settlement of government claims; Bihar Public Demand Act-based recoveries.
Note: In case of conflict between English and Hindi, English prevails.
Section 4: Contract Data (Schedules) – Overview of Schedules A–F
Schedule A: Schedule of Quantities (BOQ) – itemized work quantities; units; rates; amounts; attached BOQ as referenced in the contract.
Schedule B: Schedule of Materials to be issued to the contractor – description, quantities, and unit rates for government-supplied items; place of issue and issuance terms.
Schedule C: Tools and Plants to be hired to the contractor – description, hire charges per day, place of issue.
Schedule D: Extra schedule for specific requirements/documents (if any).
Schedule E: Schedule of component of Cement, Steel, other materials, labor, etc.; no escalation provision; components defined as percentages of the total value of work.
Schedule F: Contract Data – detailed parameters including:
Earnest money: 2% up to ₹10 Crores; 1% above ₹10 Crores.
Performance guarantee: 2% of tendered value (including earnest money).
Security deposit: 8% of tendered value.
Defect liability period: 5 years.
Rate of interest: prevailing lending rate (PLR) of SBI.
Milestones and with-hold amounts (as per milestone schedule, see Clause 5 and Schedule F for amounts).
Appendix (to ITB): Employer details, pre-bid meeting information, price level, etc., including data like turn over, work value, liquid assets, and other parameters.
Section 5: Special Conditions of Contract (SCC)
Section dedicated to conditions of particular application; aligns with the GCC but tailored for this contract.
ISO & BIS certification requirements for supplied products; OEM authorization if bidder is not OEM; Third-Party Inspection (TPI) or Pre-Dispatch Inspection (PDI) by NABL labs; electrical license requirements; five-year on-site warranty with affidavit on stamp paper.
Section 6: Technical Specifications and Section 7: Bill of Quantities (BOQ)
Technical specifications and drawings: To be attached; Bidder to comply with national standards (BIS), Indian Standards, and departmental specifications.
BOQ: Attached separately; basis of payment is actual quantities measured and priced at Tendered rates; rates include all associated costs (plant, labour, taxes, overheads, etc.).
Measurement rules: In accordance with department specifications and measurement methods; errors corrected by the Employer per Clause 29 ITB.
Section 8: Securities and Other Forms (Bid Security & Performance Security)
Bid Security (Bank Guarantee, Unconditional): Various forms accepted (e.g., bank guarantee, fixed deposit receipt, National Development Bond, etc.).
Amount: as per ITB clause 16 (often a percentage of the tender value).
Performance Security (Bank Guarantee or equivalent) to be provided within 21 days of Letter of Acceptance; amount typically 2% of Contract Price including earnest money; validity up to defect liability period plus extension.
Conditions for forfeiture and release of security deposits.
Key Formulas and Calculation Rules (LaTeX-formatted)
Assessed Available Bid Capacity (AABC):
ext{AABC} = A imes N imes 3 - B
where:A = Maximum value of electrical engineering works executed in any one year during the last five years (updated to price level).
N = Number of years prescribed for completion of the works.
B = Value of existing commitments and on-going works to be completed in the next N years (updated to price level).
Cement price adjustment component (example formula):
Vc = 0.85 imes rac{Pc}{100} imes R imes rac{C1 - C0}{C_0}Steel price adjustment component:
Vs = 0.85 imes rac{Ps}{100} imes R imes rac{S1 - S0}{S_0}Bitumen price adjustment component:
Vb = 0.85 imes rac{Pb}{100} imes R imes rac{B1 - B0}{B_0}POL (fuel and lubricants) adjustment:
V{POL} = 0.85 imes rac{Pf}{100} imes R imes rac{F1 - F0}{F_0}Plant & Machinery spares adjustment:
Vp = 0.85 imes rac{Pp}{100} imes R imes rac{P1 - P0}{P_0}Other materials adjustment (local materials other than cement/steel/bitumen/POL):
Vm = 0.85 imes rac{Pm}{100} imes R imes rac{M1 - M0}{M_0}Labour price adjustment:
VL = 0.85 imes rac{PL}{100} imes R imes rac{L1 - L0}{L_0}There are index terms used for adjustments, e.g., C1, C0 (cement indices), S1, S0 (steel indices), B1, B0 (bitumen indices), F1, F0 (POL indices), P1, P0 (plant & machinery indices), M1, M0 (other materials indices), L1, L0 (labour consumer price indices).
For all price adjustments, the contract data defines applicability, base indices, and the market reference (All-India Wholesale Price Indices, etc.).
Pre-bid and Bid Documentation Process (Key Rules)
Pre-bid meeting: Purpose to clarify issues; minutes issued to all purchasers; addenda issued through Addendum; attendance not required for eligibility.
Clarifications: Bidder may be asked for clarifications; no direct contact outside the process between bid opening and contract award; additional information may be requested in writing.
Amendments/Addenda: Employer may modify bidding documents via addenda before bid deadline; bidders must acknowledge receipt; extension of bid deadline may be granted as needed.
Language: Bid documents and bids to be in English/Hindi.
Content of Bid: Bidders must submit Technical Bid and Financial Bid (Volume V) with EMD, qualification information, licenses, financial statements, etc.
Bid pricing: Percentage rate method; rates include all costs; no separate claims for unlisted items; unit rates must be in both figures and words; ensure no interpolation or inconsistency.
Bid validity: 120 days; if extension requested, bidder may decline without forfeiting bid security.
Bid submission mode: Through eProc2 portal; hard copies to be submitted as per NIT conditions (EMD, commitments, affidavits, etc.).
Evaluation: Substantial responsiveness checked; bid security verified; financial bids opened only for responsive technical bids; final award based on lowest evaluated responsive bid within bid capacity.
Award: Subject to Clause 29, employer may accept any bid or reject all; Letter of Acceptance issued; performance security to be furnished; signing of agreement follows.
Arbitration: Disputes resolved by arbitration under the Arbitration and Conciliation Act, 1996; venue Patna; costs shared as decided by arbitrator.
Practical Implications and Real-World Relevance
This document structure ensures transparency, pre-qualification discipline, and standardized procurement across Bihar PWD units.
The detailed price adjustment framework protects the employer from inflationary spikes and helps maintain budget control in long-duration projects.
The schedule-based milestones and liquidated damages encourage timely project completion and provide a measurable framework for progress assessment.
The extensive labour and safety provisions reflect compliance with Indian labour laws and construction site safety norms.
The use of government-owned materials, if any, and strict accounting for issued materials fosters accountability and minimizes theft or misallocation.
The mixed use of Malaysian-style or BIS/IRC standards aligns with national engineering practice for electrical urban works.
Ethical, Philosophical, and Practical Implications
Accountability: Clear assignment of responsibilities to Engineer-in-Charge and contractor; strict default consequences emphasize accountability.
Transparency: Open bid process, addenda, and public bid opening; anti-canvas provisions to prevent collusion.
Public Interest: Projects funded by public funds; stringent compliance ensures value for money and public trust.
Employment and Welfare: Extensive labour compliance requirements reflect social responsibility toward workers.
Risk Allocation: Major risk allocation to contractor (price variations, inflation, force majeure management) aligns with typical EPC-style risk transfer in public sector contracts.
Quick Reference: Key Numbers to Remember
Estimated cost of work: ₹2,33,64,200.00
Earnest money: 2% (up to ₹10 Crores); 1% thereafter.
Performance security: 2% of tendered value.
Security deposit: 8% of tendered value.
Defect liability period: 5 years.
Price adjustment basis: All-India indices for cement, steel, bitumen, POL, etc.
Bid validity: 120 days.
Milestone-based with-hold: specified in Schedule F (e.g., 1/8th, 3/8th, 3/4th, etc., progress-based with-holds).
Final arbitration venue: Patna.
Currency: Indian Rupees.
Note on Structure of the Source Documents
The actual Bid Document is organized into multiple volumes: Invitation for Bids, Instructions to Bidders, Qualifications, Conditions of Contract, Contract Data, Special Conditions, Technical Specifications, Bill of Quantities, Securities and other forms, and Drawings.
The ITB Appendix provides employer particulars and financial benchmarks; the GCC/SCC govern contract execution; Schedule A–F define technical, financial, and procedural specifics.
Annexures and appendices provide practical tables for equipment, personnel, and price adjustments, as well as the format for bid security, performance security, and related forms.
Summary Takeaway
This is a comprehensive, standard Bihar government procurement package for LED street-light installation works; it emphasizes transparency, financial prudence through price adjustment and bid capacity checks, and strict compliance with labour, safety, and environmental norms. Bidders should prepare detailed qualification information, demonstrate robust financial capacity, secure necessary licenses and equipment, and be prepared for a long lead-time price adjustment and milestone-based payment framework.