godavari marathwada irrigation development … · ( 3 ) contractor no. of corrections executive...
TRANSCRIPT
-
( 1 )
Contractor No. of Corrections Executive Engineer
FOR AUTHORISED USE ONLY
SUPERINTENDING ENGINEER, JAYAKWADI PROJECT
CIRCLE, AURANGABAD
EXECUTIVE ENGINEER
JALNA IRRIGATION DIVISION,
JALNA DIST. JALNA
GODAVARI MARATHWADA IRRIGATION
DEVELOPMENT CORPORATION
AURANGABAD
VOLUM-I
(A GOVERNMENT OF MAHARASHTRA UNDERTAKING)
CHIEF ENGINEER & CHIEF ADMINISTRATOR COMMAND
AREA DEVELOPMENT (W.R.) AURANGABAD
B-1 TENDER TENDER DOCUMENT, SPECIFICATION & DRAWINGS
Construction of Bridge on filed approach road and cattles water tank Gram Panchayat Building, at village Shidhar Jawala
Tq.Partur Dist. Jalna.
ESTIMATED COST RS. 92,58,824/-
-
( 2 )
Contractor No. of Corrections Executive Engineer
TENDER DOCUMENT FOR
Name of Work: Construction of Bridge on filed approach road and cattles water tank Gram Panchayat Building, at village Shidhar Jawala Tq.Partur Dist. Jalna.
Date First available …………………………………………………………..........
Issued to: ……………………………………………………………….. Registred in Class ……………………………………………………………….. On ………………………………………………………………..
Divisional Accountant JALNA IRRIGATION DIVISION, JALNA
DIST. JALNA
-
( 3 )
Contractor No. of Corrections Executive Engineer
Name of Work: Construction of Bridge on filed approach road and cattles water tank Gram Panchayat Building, at village Shidhar Jawala Tq.Partur Dist. Jalna.
INDEX
Sr. NO.
Particulars Pg. No.
1 Press Notice
10 to11
2 Corrigendum to Press Notice
3 Corrigendum to Tender Notice
4 Tender Notice 12
SECTION I DETAILED TENDER NOTICE, INFORMATION AND INSTRUCTIONS FOR TENDERERS
1. Invitation 19
2. Eligibility 21
3. Details of work 21
4. Issue of Blank Tender Forms 21
5. Pre Tender Conference 22
6. Revision or Amendments of tender documents 22
7. Manner of submission of tender and its accompaniments
22
8. Post Qulification Certriea 24
9. Opening of Tenders 26
10. Envelope No. 1 26
11. Envelope No. 1 26
12. Instructions for submission of Envelope No. 1 26
13 EMD (Bid Security) 26
14 Pereformance Security Deposit 27
15 Security Deposit 28
16 Additional Security Deposit 28
17 Income Tax 29
18 GST 29
19 Professional Tax 29
20 Instructions Regarding Work Insurance Police 29
21 Labour Welfare Cess 29
22 Royalty Charges 30
21 रोकड विरवित ववववववववववव ववववव 30
22 Instructions for submission of Envelope No. 2 32
-
( 4 )
Contractor No. of Corrections Executive Engineer
23 Tender Units 34
24 Corrections 34
25 Signing of tender documents
34
26 Acceptance of tender
34
27 Limitation of the award of contracts 35
28 Validity for 120 days 35
29 Completion of tender documents 36
30 Language 36
31 Licence under Contract Labour 36
32 Certificate A 37
Annex “A” 38
1. Scope of Work 38
2. Details of work 38
3. Information for obtaining tender papers and its submission
39
4. Work and site conditions 39
5. Period of completion and programme of works 40
6. Estimated cost of work 40
7. Earnest Money/ Security Deposit 40
8. B-1 Tender Form 41
SECTION II
1. B-1 Tender form and Tender for works 45
2. Memorandum 46
3. Schedule “A” 48
4. Schedule “B”
51 to 64
5. Schedule B Part – II 51
6 The Evaluation Committee 65
7 Annexure-A Method of applying for joint Venture Consortia
66
8 Legal Jurisdiction
-
( 5 )
Contractor No. of Corrections Executive Engineer
71
9 Statement No.1
73
10 Statement No.2
74
11 Statement No.3
75
SECTION III
1. Forms
Appendix “A” – Details of technical personnel with the contractor
78
Appendix “B” – Details of plants and machinery immediately available with the tenderer for use on this work
79
Appendix “C” – Details of works of similar type and magnitude carried out by the contractor.
80
Appendix “D” – Details of other works tendered for and in hand on the date of submission of tender
81
Appendix “E” – Details of plants and machinery proposed to be used for the work but not immediately available.
82
Appendix “F” – Declaration of the contractor 83
Appendix “G” – Model form of Bank Guarantee 84
Performance Bank Guarantee 86
Appendix “I” – Professional tax clearance certificate
87
Appendix “J” – Agreement 88
SECTION IV
1. Conditions of Contract (B-1 Form) 90
-
( 6 )
Contractor No. of Corrections Executive Engineer
SPECIAL CONDITIONS OF CONTRACT
SECTION V Special Conditions of Contract
119
1. Contract to inform himself fully 119
2. Contract drawings and specifications 119
3. Data and drawings to be furnished by the contractor
120
4. Errors, Omissions, Discrepancies 120
5. Use of site 120
6. Contractor not to be dispose off soil etc. 121
7. Gold/Silver, Minerals, Oils. Relics etc. found on the site
121
8. Access to site and work and cooperation with other contractor
121
9. Cleaning up 122
10. Layout of construction roads 122
11. Period and hours of work 123
12. Signing field books, longitudinal section cross sections and measurement books
123
13. Programme of construction 123
14. Material
124
15. Laboratory for testing work 128
16. Construction equipments & Locations 129
17. Bills and payments 130
18. Security Deposits 131
19. No interest on money due to the contractor 131
-
( 7 )
Contractor No. of Corrections Executive Engineer
20. Other contractor for the work
132
21. Contract documents and matters to be treated as confidential
132
22. Access to the contractor’s book 132
23. Breach on part of Govt. not to annual contract 132
24. Local Laws 133
25. Personnel of the contractor 133
26. Death, Bankruptacy etc. 133
27. Notices, How to be given 134
28. Passing of foundation etc. 134
29. Reference to standard specifications 134
30. Communications and notices by contractors 135
31. Non compliance of contract conditions 135
32. Co-ordination with other contractors 135
33. Undertaking under contract Labour Act 136
34. Photographs of the works 136
35. Data, drawings to be furnished by the contractor 136
36. Fencing, lighting and ventilation 137
37. Liability for accidents to persons 137
38. The contractors to supply and be responsible for the sufficiency of the means employed
138
39. Covering of work 138
40. Quantities of works 138
-
( 8 )
Contractor No. of Corrections Executive Engineer
41 Accuracy of lines, levels, and grades 138
42 Excavated materials 139
43 Safety measures 139
44 Maintenance 140
45 Sundays and holidays 140
46 Bank Guarantee 141
47 Handing over of works 141
48 Inspection of Works
141
49 Instrumentation 142
50 Opening out works 142
51. Removal of imperfect works 142
52. Jurisdiction of court for disputes 142
53. Mode of payment of quantities of excavation, masonry and concrete items executed in excess of 125%
143
54. Mode of payment of excavation quantities in running bill and final bill
144
55. Change in Grade 145
56. Change in Locations 145
57. Supply of spares 145
58. Standard make of equipment 145
59 Co-ordination in aspect of designation work component
145
60 General performance guarantee 145
61 Test, Inspection and Rejection of defective materials of work
146
62 Registration and Statutory Inspection
146
63 Design, Drawing and Investigation
146
64 Contractor to supply. 146
-
( 9 )
Contractor No. of Corrections Executive Engineer
65 Quality Assurance and maintenance manual
149
66 Quality control on works and materials 149
67 Samples and testing of material
150
68 Collection of material 151
69 Special Conditions 153
70 Item wise Applicable specifications 154
71 Technical Specifications 161
72 Scope 161
73 Methodology of Construction 173
74 Section No.3 Road Work 176
75 Section No.4 Excavation 189
76 Section No.5 Cement Concrete 201
77 Section No. 6 Steel Reinforcement 229
78 Section No.7 Specifications for B.B.M./W.B.M 235
79 Surface finish and quality control 238
80 Mode of measurement 240
81 Specifications Brick Masonry 254
82 Dry Rubble Soling 267
83 Annexure "A" Quality control tests 272
84 List of Drawings 281
85 VOLUME II
86 DRAWING 281 to 285
-
( 10 )
Contractor No. of Corrections Executive Engineer
PRESS NOTICE Godavari Marathawada Irrigation Development Corportion, Aurangabad
SUPERINTENDING ENGINEER, JAYAKWADI PROJECT CIRCLE, AURANGABAD EXECUTIVE ENGINEER, JALNA IRRIGATION DIVISION, JALNA
E-TENDER NOTICE NO. 03 FOR 2017-18 E-Tender for the following works are invited by the Executive Engineer, Jalna Irrigation
Division, Jalna Dist. Jalna, Phone No. (02482-223082) from the contractors PWD in appropriate class mentioned in column No.7 below. The blank tender forms shall be available on the Government of Maharashtra web site http://gmidcmaharashtra.etenders.in The blank forms shall be available on the Government of Maharashtra web site http://gmidc.maharashtra.etenders.in from Dt. 20/11/2017 @ 12.01 Hours on wards to Dt.21/12/2017 up to 23.00 p.m.
Sr. No.
Name of work Estimated cost
(Rupees)
Time limit for
completion (months)
Earnest money
(Rupees) 1% Bid Security
Cost of
Blank tender form
Class of Registration
of Contractor
1 2 3 4 5 6 7
1 Construction of Bridge on filed approach road and cattles water tank Gram Panchayat Building, at village Shidhar Jawala Tq.Partur Dist. Jalna.
92,58,824/-
12 Months
93,000/-
5000/-
Class 4th
& Above
1) In order to participate in the tenders floated using the Electronic Tender Management System (ETMS) all contractors/ bidders are required to get enrolled on the ETMS portal http:maharashtra.etenders.in
2) The bids submitted online should be signed electronically with a Digital Certificate to
establish the identity of the bidder bidding online. The contractors has to obtain the Digital certificate.
3) The contractor may contract ETMS Help Desk. Contact No. 020-25315555 to get the information
required to process the tender online. Detail tender notice can be seen on the notice board in the Executive Engineers office. (Copy can be obtained free of cost from Executive Engineer on request). The competent authority reserves all rights of rejecting tender without assigning any reason.
Executive Engineer
Jalna Irrigation Division, Jalna Dist. Jalna
पपपपप पपपपप
http://gmidc.maharashtra.etenders.in/
-
( 11 )
Contractor No. of Corrections Executive Engineer
(महाराष्ट्र शासन)
पपपपपपप पपपपपपपप पपपपपपपपप पपपपप पपपपपपप, पपपपपपपप
पपपपपपप पपपपपपप, पपपपपपपप पपपपपपप पपपप, पपपपपपपप
कार्यकारी अभिरं्ता, पपपपपपपपप पपपपप, पपपपप
ई-भनभिदा सुचना क्रमांक.03 सन 2017-18 Main Portal: http://maharashtra.etender.in
Government of Maharashtra Web Site http://gmidc.maharashtra.etenders.in
कार्यकारी अविरं्ता, ववववव ववववववववव वििाग, जालना दुरध्वनी क्रमांक (02482) 223082
ि फॅक्स क्र. (02482) 223081 िे खालील नमूद केलेल्या कामासाठी साियजनीक बांधकाम वििाग र्ांचेकडील
विवित िगायत पंजीबध्द असलेल्या कंत्राटदारांकडून ऑनलाईन वनविदा ब-1 वनविदा मागवित आिेत.
अ.
क्र.
कामाचे नांि कामाची
अंदावजत वकंमत
(रुपरे्)
इसारा रक्कम 1%
(रुपरे्) ववव
वववववववव
वव
काम पूर्य
करण्या
चा
कालािधी
कोऱ्र्ा
वनविदा
ची
वकंमत रु
कंत्राटदाराचा
नोदंर्ीचा िगय
1 2 3 4 5 6 7
1.
मौजे वववववव
वववव ववववव
वववव वववव
वववववववववव
व वववववव
ववववववव व
वववववववववव
व ववववव
ववववववव व
ववववववव
वववववववववव
वववववववववव
ववव
वव.ववववव
वव. ववववव
92,58,824/
- 93,000/- 12 मविने 5000/-
िगय 4 व
ववववववव
व
वनविदा संच िरील संकेत स्थळािर वदनांक 20/11/2017 िेळ 12.01 ते 21/12/2017 िेळ 23.00 िा.
परं्त उपलब्ध िोऊ शकतील.
जे ठेकेदार ई-वनविदा प्रकीरे्त िाग घेत आिेत िरील संकेत स्थळािर वदलेल्या मागयदशयक तत्वानुसार प्रथम वडजीटल
वसगे्नचर सवटयवफकेट, रु्जर आर्.डी. ि पासिडय प्राप्त करुन घेरे् आिश्यक आिे.
ई वनविदा प्रक्रीर्ा कामासंदिायत सिय माविती िरील संकेत स्थळािर उपलब्ध आिे.
ई-वनविदा संबंधी कािी सिार्ता आिश्यक असल्यास (डाऊनलोड/अपलोड) फोन क्र.020-25315555 ई-
वनविदा कार्यप्रर्ाली मदत कक्ष [email protected] र्ांच्याशी संपकय साधण्यात र्ािा.
प्रस्ताि सादर करण्यासाठी ठेकेदारांनी केलेल्या अवथयक खचायस जबाबदार न रािता कोर्तेिी एक वकंिा सिय ई-
वनविदा फेटाळण्याचे वकंिा संपुर्य वनविदा प्रक्रीर्ा रद्द करण्याचे अवधकार राखुन ठेिण्यात आलेले आिेत.
कार्यकारी अविरं्ता,
ववववव ववववववववव वििाग, जालना
http://maharashtra.etender.in/http://gmidc.maharashtra.etenders.in/mailto:[email protected]
-
( 12 )
Contractor No. of Corrections Executive Engineer
TENDER NOTICE Godavari Marathwada Irrigation Development Corporation, Aurangabad
(GMIDC) E-TENDER NOTICE No.03 for 2017-18
Online Tenders (e-tender) in B-1 for the following work are invited by the Executive Engineer, Jalna Irrigation Division, Jalna Dist. Jalna Phone No. (02482-223082) on Government of Maharashtra Electronic Tender Management System (http:/maharashtra, etenders.in) through sub portal of http://gmidc.maharashtra.etenders.in from the contractors in appropriate class.
The blank tenders forms shall be available on the Government of Maharashtra website
(http://.maharashtra.etenders.in) from dt.20/11/2017 @ 12.01 to 21/12/2017 @ 23.00 during this
period only contractors should submit duly filed downloaded tender documents on or before Dt. As Per Keys Dates upto 23.00 Hrs. and will be opened on the As Per Keys Dates if possible at 17.00 Hrs.
Sr. No.
Name of work Estimated cost
(Rupees)
Time limit for
completion (months)
Earnest money
(Rupees) 1% Bid Security
Cost of
Blank tender form
Class of Registration
of Contractor
1 2 3 4 5 6 7
1 Construction of Bridge on filed approach road and cattles water tank Gram Panchayat Building, at village Shidhar Jawala Tq.Partur Dist. Jalna.
92,58,824/-
12 Months
93,000/-
5000/-
Class 4th &
Above
1. Detail tender notice can be seen on the notice board in the Executive Engineers’ Office (Copy
can be obtained free of cost from Executive Engineer on request). Blank tender booklets are available on the Government of Maharashtra website (http://Maharashtra, etenders.in) through sub portal of http:/gmidc.maharashtra.etenders.in. The competent authority reserves all rights to reject all or any tender without assigning any reason.
2. Tender document will be available on Government of Maharashtra website
(http://maharashtra.etenders.in) through sub portal of http://gmidc.maharashtra.etenders.in from date Dt 20/11/2017 @12.01 to 21/12/2017 Upto 23.00 The bidder has to submit the tender documents online as per key dates mentioned below.
3. The cost of main tender is Rs. 5000/- And should be paid by online payment gatway only.
4. The EMD (Bid Security) for tender should be paid by online payment gatway only. to ‘The
Executive Engineer, Jalna Irrigation Division, Jalna Dist. Jalna. on or before final submission dt. 30/03/2015 .
Executive Engineer Jalna Irrigation Division, Jalna
Dist. Jalna
http://.maharashtra.etenders.in/
-
( 13 )
Contractor No. of Corrections Executive Engineer
KEY DATES
Executive Enginee, Jalna Irrigation Division, Jalna Dist. Jalna. Detailed Time Table for e-Tender
The detailed tender Notice No. 03 2017-18 of this division remains same except the detailed time table for Tender
Seq /No.
GMIDC Stage
Contractor Stage
Start Date & Time
Expiry Date & Time
View Forms
Envelops
1. Release Tender
18/11/2017
10.01 20/11/2017
12.00 -
2. -
Main Tender Schedule
purchase & Downloading
Online
20/11/2017 12.01
21/12/2017 23.00
D
Commercial Envelope C1
Technical Envelope T1
3. - Bid
Preparation 20/11/2017
12.01 21/12/2017
23.00
Commercial Envelope C1
Technical Envelope T1
4. Close
Technical Bid
- 21/12/2017
23.01 22/12/2017
17.00 D
Commercial Envelope C1
Technical Envelope T1
5. Close for price bid
- 21/12/2017
23.01 22/12/2017
17.00 D
Technical Envelope T1
6. - Bid
Submission 22/12/2017
17.01 29/12/2017
23.00 D
Commercial Envelope C1
Technical Envelope T1
7. Technical
Bid Opening
- 29/12/2017
23.01 11/01/2018
17.00 D
Technical Envelope C1
8. Price Bid Opening
- 29/12/2017
23.01
11/01/2018 17.00
(if Possibal) D
Commercial Envelope C1
Executive Engineer Jalna Irrigation Division, Jalna
Dist. Jalna Division
-
( 14 )
Contractor No. of Corrections Executive Engineer
Tips as under:-
1. It is necessary to give the undertaking as follows : Contractors are not allowed to make any changes in tender documents downloaded from website. If it is so the tender of such contractors will be rejected and the contractors who made such changes are liable for action as per Rules. Tender documents published on Government website are considered as authentic and legal documents. In case of any complaints about the tender.
2. It is necessary to give undertaking as follows “I have seen detailed drawings of works on website. It is part of tender documents. I have filled tender by considering all these things. I am ready to sign on the drawings before depositing security deposit and taking work order if my tender will be accepted.
3. In order to participate in the tender floated using the Electronic Tender Management System (ETMS), all contractors/bidders are required to get enrolled on the ETMS portal http://maharashtra, etenders.in
4. The bids submitted online should be signed electronically with a Digital Certificate to establish the identity of the bidder bidding online. The registered contractors has to obtain the ‘Digital Certificate, the information required to issuance of Digital Certificate he may contact ETMS Help Desk.
5. For submitting the bids online, the contractors/bidders are required to make online payment using the electronic payments gateway service Bid Submission Fee Rs.1093/- the different modes of electronic payments accepted on the ETMS is available and can be viewed online on the ETMS website http://maharashtra.etenders.in
6. The activities of Tender purchase Download, Preparation of Bid (Submit Bid Hash online). Submission of Bids, Submission of EMD and other Documents will be governed by the time schedules given under ‘Key Dates’.
7. Please Note:- Contractor can prepare, change or modify his Bid/offer only during preparation state. During submission stage contractors are allowed to submit their prepared bid, system will not allow any contractor to modify his bid during submission stage.
8. The date of Bid download Preparation and submission will be as per schedule. 9. The Bidder has to submit (Upload Scan Copies/Fill) his offer/confidential online as
required in the tender bid capacity in the online templates in relevant envelopes. 10. The Bidder may refer E-Tendering Tool Kit available online to perform their online
activities. 11. The contractor shall study the guidelines regarding e-tendering to get clearly e-
tendering procedure.
http://maharashtra.etenders.in/
-
( 15 )
Contractor No. of Corrections Executive Engineer
Guidelines to contractors Regarding Government of Maharashtra e-tendering system 1. These conditions will overrule the conditions state in the Tender.
Documents, whatever relevant and applicable.
2. Registration of the Contractors : The contractors registered with Maharashtra in relevant categories and classes are
eligible to participate in Open Tenders processed by Maharashtra. Contractors are
required to get Enrolled on the Portal http://maharashtra, etenders.in and get and
empanelled in relevant sub portal. After submitting their enrolment request online, the
enrolment shall be required to be approved by the Representative of the Service
Provider. After the approval of enrolment, the Contractors shall have to apply for
empanelment online which shall be required to be approved by the Nominated Authority
of Maharashtra/Department. Only after the approval in the relevant Category Class, the
Contractor shall be able to participate in the Open Tenders online.
Maharashtra may process OPEN Tenders in which eligible Contractors may enrol on the
Portal in OPEN category to participate in such Tenders. The online Enrolment of such
Contractors shall be required to approved by the Representative of the Service Provider.
The approval of enrolment of Contractors of Contractors is done by the Representative
of the Service Provider upon submission of mandatory documents by the Contractors.
The Contractors may obtain the list and formats of required documents from the Nodal
Officer of e-Tendering System for Government of Maharashtra/Service Provider.
3. Obtaining a Class II – Digital Signature Certificate :
The Bids required to be submitted online should be signed electronically with a Class
II –Digital Signature Certificate to establish the identity of the Bidder bidding online.
These Digital Certificates are issued by an approved Certifying Authority,, authorized by
the Contractor of Certifying Authorities, Government of India.
A Digital Signature Certificate may be used in the name of Authorised Representative
of the Organisation. A Digital Certificate is issued upon receipt of mandatory identify
proofs. Only upon the receipt of the required documents, a Digital Certificate can be
issued.
Bid for a particular Tender may be submitted only using the Digital Signature
Certificate, which is used to encrypt the data and sign the has during the stage of
Bid Preparation and Hash Submission. In case, during the process of a particular
Tender, the Authorised User losses his/her Digital Signature Certificate (i.e. due to virus
-
( 16 )
Contractor No. of Corrections Executive Engineer
attack, hardware problem operating system problem). He/she may not be able to submit
the Bid online. Hence, the Authorised User is advised to back up his/her Digital
Signature Certificate and keep the copies at safe place under proper security to be used
in case of emergencies.
In case of online tendering, if the Digital Signature Certificate issued to be Authorised
User of a Firm is used for signing and submitting a Bid. It will be considered equivalent to
a no objection icate /power of attorney to that User. The Digital Signature Certificate
should be obtained by the Authorised. User enrolling on the behalf of the Firm on the e-
Tendering System for Government of Maharashtra. Unless the Digital Signature
Certificate is revoked, it will be assumed to represent adequate authority of the Authority
User to bid on behalf of the Firm for the Tenders processed by the Maharashtra as per
Information Technology Act 2000. The Digital Signature of the Authorized User will be
binding on the firm. It shall be responsibility of Partners of the Firm to inform the
Certifying Authority or Sub Certifying Authority. If the Authorized User changes and apply
for a fresh Digital Signature Certificate. The procedure for application of a Digital
Signature Certificate will remain the same for the new Authorised User.
The same procedure hold true for the Authorized Users in a Private/Public Limited
Company. In this case, the Authorisation Certificate will have to be signed by the
Directors of the Company. (Process of procuring Digital Certificate will take minimum 4/5
days).
4. Set up of Computer System : In order to operate on the e-Tendering System for Government of Maharashtra the
User’s Computer System is required to be set up. A Help File on setting up of the
Computer System can be obtained from the Service Provider or downloaded from the
Home Page of the Portal http://maharashtra.etenders.in. The Bidders may refer E-
Tendering Took Kit available online to perform their online activities a mentioned below.
In case of any query he may contact help Desk for the same.
5. Online Viewing of Detailed Notice Inviting Tenders : The Contractors can view the detailed notice inviting Tenders and the created Time
Schedule (Key Dates) for all the Tenders processed by Maharashtra using the e-
Tendering System for Government of Maharashtra on http://maharashtra.etenders.in
http://maharashtra.etenders.in/
-
( 17 )
Contractor No. of Corrections Executive Engineer
6. Online Purchase / Download of Tender Documents :
The Tender documents can be purchased/downloaded by registered and eligible
Contractors from the e-Tendering System for Government of Maharashtra available on
http://maharashtra.etenders.in. Those contractor who have already four works in have
under the GMIDC or who have already competed the fours tenders altogether work in
hand under tender process under GMIDC & those works are on the stage of work order
stage, they not eligible to purchase tender /Bid Dacuments.
7. Submission of Bid Seal (Has) on Online Bids :
Submission of Bids will be proceeded by submission of the digitally signed Bid Seals
(Hashes) as stated in the Tender Time Schedule (Key Dates)
8. Generation of Super Has :
After the expiry of the time of submission of digitally signed Bids Seals (Hashes) by
the Contractors has lapsed, the Bid round will be closed and a digitally signed Super
Hash will be generated by the Authorised Officers of Maharashtra. This is equivalent to
sealing of the Tender Box.
9. Decryption and Re-encryption Online Bids :
Contractors have to decrypt their Bids and immediately re-encrypt their Bids-online
and upload the relevant Documents for which they generated the respective
Hashes during the Bid Preparation and Has Submission stage after the generation of
Super Hash within the date and time as stated in the Notice Inviting Tenders (Key
Dates). The Bids of only the Contractors who have submitted their Bid Seals (Hashes)
within the stipulated time, as per the Tender Time Schedule (Key Dates), will be
accepted by the e-Tendering System for Government of Maharashtra. A Contractor who
has not submit his Bid Seals (Hashes) within the stipulated time will not be allowed to
submit his Bid.
For submitting the Bids online, the contractors/bidders are required to make online
payment using the electronic payments gateway service Bid Submission Fee Rs.1038.
The different modes of electronic payment accepted on the e-tendering portal.
http://maharashtra.etenders.in/
-
( 18 )
Contractor No. of Corrections Executive Engineer
10. Submission of Earnest Money Deposit :
Earnest Money Deposit sbould be online payment getway only. Certificate of
exemption for payments of earnest money shall not be accepted.
11. Opening of Electronic bids :
As per Tender Documents for details.
12. Key Dates :
The Contractors are strictly advised to follow the Dates and Times as indicated in the
Time Schedule in the Notice Inviting Tender for each Tender. All the online activities are
time tracked and the a-Government Procurement System enforces time-locks that
ensure that no activity or transaction can take place outside the Start End Dates and
Time of the state as defined in the Notice Inviting Tenders.
-
( 19 )
Contractor No. of Corrections Executive Engineer
SECTION I GODAVARI MARATHWADA IRRIGATION DEVELOPMENT
CORPORATION, AURANGABAD JAYAKWADI PROJECT CIRCLE, AURANGBAD
Executive Engineer, Jalna Irrigation Division, Jalna Dist. Jalna
DETAILED TENDER NOTICE
1.0 INVITATION :
1.1. Online E-tenders in B-1 form are invited by the Corporation, from the contractors
registered in appropriate class PWD for the work, details of which are given in Annex-
A of this section.
1.2. Definitions and Interpretations :
In this tender document the following terms shall have the meanings hereby assigned
to them except where the context otherwise require.
(a) "Corporation" shall mean the Godavari Marathwada Irrigation Development
Corporation, Aurangabad acting through its Executive Director, as defined in
Maharashtra Act -23 of 1998.
Godavari Marathwada Irrigation Development Corporation, Aurangabad is a body
coroporate constituted under the Maharashtra Act -23 of 1998 and has been
established by the notification published in the Gazette Irrigation Department, Govt.
of Maharashtra dated 17/8/1998. The head quarter of the Godavari Marathwada
Irrigation Development Corporation, Aurangabad (GMIDC, Aurangabad or short
GMIDC , and hereinafter referred to only as Corporation) is at Aurangabad. The
official postal address for correspondence is
The office of the Executive Director,
Godavari Marathwada Irrigation Development Corporation
Sinchan Bhavan, Jalna Road, Aurangabad.
Ph No. 0240/ 2347415
Fax No. 0240/2332426
E-Mail : [email protected]
-
( 20 )
Contractor No. of Corrections Executive Engineer
General Information of GMIDC :
The function and powers of the corporation have been listed in the Maharashtra Act
23 of 1998. In general, it has been entrusted with the work of investigation planning,
designing of projects, maintenance of completed projects, construction of projects
and irrigation management of the Major, Medium and Minor Projects (Command
more than 250 ha.) in the Godavari river basin.
The projects comprise irrigation and hydroelectric projects (except Bhandardara
(Phase I & II) & Ghatgar Hydro Electric Power Projects) alongwith the command area
development, and multipurpose schemes. The projects are to be completed so as to
utilise water in Godavari basin allowed to Maharashtra State.
The jurisdiction of the Corporation is covering, Aurangabad, Jalna, Parbhani,
Latur, Hingoli, Nanded, Nashik districts fully and partial area of Osmanabad , Beed,
Ahmednagar, under Godavari river Basin.
1.0 "Chief Engineer" shall mean Chief Engineer & Chief Administrator, CAD (Water
Resources Department), Aurangabad.
2.0 "Engineer/Engineer-in-charge" shall mean the Executive Engineer in charge of the
works and shall also include the superior Officers of the Engineering Departments of
the Corporation, i.e. the Superintending Engineer of respective Circle or the Chief
Engineer of respective region.
3.0 "Engineer's representatives" shall mean the Sub-Divisional Engineer/ Assistant
Executive Engineer/ Sub-Divisional Office/ Assistant Engineer (Grade I), who is in
direct charge of the works and shall include any Civil Engineer of the Corporation.
4.0 Contractor shall mean the person, firm or company who enters into contract, with the
Corporation and shall include their executors, administrators, successors and
submitted assignees.
5.0 "Contract" shall mean and include agreement having one volume as below :
Volume Tender Documents
6.0 "Work" shall mean the work to be executed in accordance with the contract.
7.0 “Specifications" shall mean the specifications for material and works as Specified in
Volume-II of the contract.
8.0 "Drawings" shall mean prints of the maps. drawings, plans in Volume-III
of the contract and shall include and modifications of such drawings and any further
drawings as may be issued by the Engineer-in-charge from time to time.
9.0 "Site" shall mean the land and the other places on, under in or through
which the works are carried out and any other lands or places provided by the
Corporation.
10.0 "Defect(s) liability period" shall mean period of 60 months from the date of
issue of completion certificate by the Engineer-in-charge.
-
( 21 )
Contractor No. of Corrections Executive Engineer
11.0 “CDO” shall mean Central Designs Organizations of Water Resources Department, Maharashtra State, situated in Nashik.
Singular and Plural :
Works imparting the singular number shall also include the plural and vice versa
where
the context requires.
Heading and Marginal Headings :
The headings and the marginal headings in the contract are solely for the
purpose of facilitating reference and shall not be deemed to be part thereof or taken
into consideration in the interpretation or construction thereof or of the contract.
2. ELIGIBILITY :
Blank tender papers will be issued to those contractors who satisfy the
following criteria depending upon the cost of the work..
For works costing less than Rs. 100 lakhs.
Contractors on approved list of PWD
For Works costing between Rs. 100 lakhs and Rs. 300 lakhs.
Contractors on approved list in appropriate class PWD who have adequate bid
capacity for the work as certified by the competent Corporation authority.
For works costing more than Rs. 300 lakhs.
Contractors on approved list in appropriate class The application forms for the
assessment of bid capacity document can be hand from the Executive Engineer in
charge of work. The cost of forms, period of issue and date of its submission etc. are
given in Annexe A of this section. The contractors who have fulfilled required bid
capacity/ post qualification shall be informed telegraphically on the address given in
application form.
3. DETAILS OF WORK :
The estimated cost, earnest money deposit, class of contractor, period of
completion of work and other information is given in Annexe A of this Section.
4. ISSUE OF BLANK TENDER FORMS :
Information regarding the work for which the tenders are invited as well as
blank tender forms will be available on Government of Maharashtra website
http://maharashtra.etenders.in through subportal of
http://gmidc.maharashtra.etenders.in on payment of Rs. 1000/- paid by online
payment getway only. Blank Tender forms shall be issued to only those
contractors as explained in para 2 above. The name of office, period of issue
of Tender forms and their tender costs etc. are given in Annexure ”A” . of this
section.
http://maharashtra.etenders.in/http://gmidc.maharashtra.etenders.in/
-
( 22 )
Contractor No. of Corrections Executive Engineer
5. PRE-TENDER CONFERENCE (Not Applicable):
(Applicable for the work costing above Rs. 50 lakhs)
5.1 Pre-tender conference open to tenderers will be held in the office as stated in Annex
A of this Section, wherein the prospective tenderers will have an opportunity to
obtain clarification regarding the work and the tender conditions.
5.2 The prospective tenderers are free to ask for any additional clarification either in
writing or orally and the reply to the same will be given by the Superintending
Engineer, in writing and these clarifications referred to as common set of conditions,
shall form part of tender documents and which will also be common and applicable
to all tenderers.
5.3 The tender submitted by the tenderer shall be based on the clarifications, additional
facility issued (if any) by the Corporation and this tender shall be unconditional.
Conditional tenders will summarily be rejected as non-responsive.
5.4 All tenderers are cautioned that the tenders containing any deviation from the
contractural terms and conditions, specifications or other requirements and
conditional tenders will be rejected as non-responsive.
6. REVISION OR AMENDMENT OF TENDER DOCUMENTS :
Right is reserved to revise or amend the tender documents prior to last date
notified for the issue of tenders and such revisions or amendments or extensions
shall be communicated to all concerned by Government of Maharashtra website
http://maharashtra.etenders.in through subportal of
http://gmidc.maharashtra.etenders.in notice in the press as may be considered
suitable.
Tenderer shall be presumed to have carefully examined all documents, forms,
statements, special conditions, schedule, drawings and specifications of contract and
to have fully acquainted himself with all details of the site, his own quarries for rubble,
sand, earthwork etc. locations of materials, river and weather characteristics and
labour conditions in general and with all the necessary information and data etc.
pertaining to and needed for the work prior to tendering of the work.
7. MANNER OF SUBMISSION OF e-TENDER AND ITS ACCOMPANIMENTS
Tender is to be submitted in two separate envelopes. The tenderer shall submit the
tender and documents in two sealed envelopes as below.
(a) ENVELOPE NO. 1: (OF E-TENDER)
The first Envelope clearly marked as `Envelope No. 1' shall contain the following
documents.
i) EMD (Bid Security) should be paid by Online Vide NEFT/RTGS Payment Gateway
Mode. The scanned coy of the same must be attached and uploaded online.
ii) Certificate in original or certified copy there of as a registered contractor PWD even
though submitted earlier while issuing tender form.
http://maharashtra.etenders.in/http://gmidc.maharashtra.etenders.in/
-
( 23 )
Contractor No. of Corrections Executive Engineer
iii) Deed of Partnership or Article of Association and Memorandum of Association for
limited Company.
iv) Details of Technical Personnel with tenderer (Proforma in Appendix `A' of the tender
form).
v) List of machinery and plants immediately available with the tenderer for use on this
work and list of machinery proposed to be utilised on this work but not immediately
available and the manner in which it is proposed to be procured. (Proforma in
Appendix `B' & `E' of the tender form).
The contractor shall have to attach the documentary proof in respect of machinery
owned by him as below :
i) R.T.O. Registration.
ii) Certificate of Taxation.
iii) Goods Carriage permit in Form P-Gd C (See Rule 72(i) v).
iv) Certificate of fitness in Form 38 (See Rule 62(i) 7)
In the case of Non-RTO machinery, if the machinery is new the manufacturer's sale
certificate shall be produced. In case of second hand machinery, the purchase
document with proof of payment and Balance Sheet certified by the Chartered
Accountant shall be produced. In lieu of the certificate of the Chartered Accountant, a
certificate from a Scheduled Bank of having financed the machinery will be
acceptable.
Required Machinery for the work
Sr.No Name of Machinery Nomber’s of Machineary Remarkas
1 Concrete mixture 2 No. Owned/hired
2 Needle vibrator 4 Nos. Owned/hired
3 Truck/Tipper 2Nos. Owned/hired
4 JCB 1 NO Owned/hired
5 Road Roller 1 NO Owned/hired
-
( 24 )
Contractor No. of Corrections Executive Engineer
vi) Details of work of similar type and Carried out magnitude work i.e 30% of tender amount in year 2014-15, 2015-2016, 2016-2017 carried out by the contractor.
vii) Details of other works tendered for and in hand with the tenderer, the value of work
unfinished on the last date of submission of the tender. The certificates from the head
of offices under whom the works are in progress should be enclosed (proforma in
Appendix `D' of the tender form). The performance of contractor should be
satisfactory.
viii) Power of Attorney.
ix) Professional tax clearance (as shown and given on page no. --- & --- of the tender
form).
x) The Appendix “J” Agreement should be submitted in envelope No. 1 on Stamp
paper of Rs. 100/- only signed along with witness. under Maharas
xi) It is obligatory to submit registration certificate of GST in envelope No. 1
xii) Undertaking (To be submitted On Rs. 100/- Stamp Paper)
All document required to be submitted in envelope no. 1 shall be attested by Gazetted Officer
and if required original copies should be kept ready at the time of opening of tender.
Xiii) POST QUALIFITION CERTRIEA : ( Not Applicable)
Assessed Available Bid Capacity = (A*N*2)-B
A = Maximum valueof Civil Engineering works executed in any one year during the
last three (updated to 2017-18 level)
N = Number of years prescribed for completion of works for which bid are invited.
B = Value at 2017-18 price level, of existing commitments and on going work to be
completed during the next 12 months.
Note : The statement showing the value of existing commitments and on going works
as well as the stipulated period of completion remaining for each of the works listed
should be countersigned by the Engineer – in – charge, not below the rank of an
Executive Engineer.
To qualify for award of the contract, each Tenderer in his name should have in
the last three years
a) Achieved a minimum annual financial turn over during last three years (in all
Classes of civil engineer construction work only) of Rs. in any one year. In support
of this, scanned copy of Annual Audit Report certified by the Chartered Accountant
should be produced.
b) Satisfactor completed (from start to finish) during last three years as a prime
contractor of at least one similar work value not less than Rs. in not more than
one contract of 2017-18 price level. Financial turn over and cost of completed works of
-
( 25 )
Contractor No. of Corrections Executive Engineer
previous years shall be given weightage of 10% per year based on Rupee value to
bring them to 2017-18 price level. (In Statement No.1)
c) Executed in any one year (during last three years) the following minimum quantities
of work (In Statement No. 2) (Approxomately 50% of tendered quantity.
i) Earth Work 611.00 cum
ii) Cement Concrete Work 513.00 cum
iii) Steel Work 18.00 M.T.
(Note : Quantity certificate should be signed by not below the rank of Executive
Engineer. Scanned copy of Certificate should be attached.)
(b) ENVELOPE NO. 2 -
The second envelope clearly marked as "Envelope No. 2" shall contain the main
tender (Vol.) including the common set of condition/ stipulations issued by the
authority after the pre-tender conference
The tenderer shall quote his offer in the form of percentage below or above of
estimated cost given in Schedule `B' Part-I, at appropriate place in B-1 form. He
should not quote his offer anywhere directly or indirectly in Envelope No. 1, failing
which the Envelope No. 2 shall not be opened and his tender shall stand rejected.
The contractor shall quote for the work as per details given in the main tender and
also based on the common set of conditions issued/ additional stipulations made by
the Corporation as informed to him by a letter from the Superintending Engineer, of
the office as given in Annex -A of this Section, after pre-tender conference. This
tender shall be unconditional. Documents as required in Clause 10 (iv) of this
Detailed Tender Notice, if applicable, shall also be included.
(c) SUBMISSION OF TENDER :
The two sealed Envelopes No. 1 and 2 shall be sealed and again put together in one common cover and sealed. This sealed cover shall be marked on the left top corner, with the name of the work as stated in Annex `A' of this Section.
The full name and address of tenderer and the name of the authorised agent delivering the sealed cover containing tender shall be written in the bottom left hand corner. If submitted by post, the sealed envelope marked as above shall be enclosed in another cover properly addressed and shall be sent by Registered Post Acknowledgement Due. The date and time for receipt of envelope containing tender shall strictly apply in all cases. The tenderers should ensure that their tender is received by the Officer, as stated in Annex `A' of this Section, before the expiry of the
date and time. No delay on account of any cause will be entertained for the late receipt of the tender. Tender offered or received after the stipulated date and time is
-
( 26 )
Contractor No. of Corrections Executive Engineer
over, will either not be accepted or if inadvertently accepted, will not be opened and shall be returned to the tenderer unopened.
8. OPENING OF TENDERS :
On the date specified in the tender notice, following procedure will be adopted for opening of the tender.
8.1. ENVELOPE NO. 1:-
First of all Envelope No. 1 of the tenderer will be opened to verify its contests as per
requirements. For the purpose of this particular contract, the tenderer shall meet the
requirement as stated at Sr. No. 7(a) above of this section. If the various documents
verification of the same mentioned in para 7 (a) are not enclosed or do not meet
the requirements, a note will be recorded accordingly by the tender opening authority
and the said tenderer's Envelope No. 2 will not be considered for further action but
the same will be recorded. Decision of the tender opening authority shall be final in
this regard.
8.2. ENVELOPE NO. 2 :
This envelope shall be opened immediately after opening of Envelope No. 1 only if the contents of Envelope No. 1 are found to be acceptable to the Corporation. The tendered percentage above or below shall then be read out. The quantities and rates of the additional anticipated items as quoted by tenderer in Part-II of Schedule `B' shall also be read out.
9. INSTRUCTIONS FOR SUBMISSION OF ENVELOPE NO. 1 :
Documents to be submitted in Envelope No. 1 shall confirm to the instructions given
below :
(i)(a) EARNEST MONEY :
All tenderers shall pay the entire EMD as below :
(1) EMD (Bid security) should be paid by Online Payment Gateway Only
Certificates of exemption for payment of earnest money shall not be accepted.
-
( 27 )
Contractor No. of Corrections Executive Engineer
(i)(b) 9.2 PEREFORMANCE SECURITY DEPOSIT:
In case of contractor`s bid is below more than 1% of estimated cost put to tender, following procedure shall be adopted. Contractor shall have to submit the scanned copy of Bank Guarantee in envelop No. 2 amounting to rupees as given below, drawn from Nationalized / scheduled bank in favour of Executive Engineer, Jalna Irrigation Division, Jalna payable at Jalna.
The validity of Bank Guarantee shall be for 76 months from the submission of tender.
Non submission of the scanned copy of Bank Guarantee as stated above (in case of contractor`s offer is below more than 1% of estimate cost put to tender) contractor`s offer shall not be considered and shall outrightly be rejected.
Details of amount of performance security shall be as below For bids, if the tender, offer quoted as 1 to 10% below than the estimate cost put to tender, performance security shall be 1% of estimated cost put to tender.
1) For bids, if the tender offer quoted more than 10% below to the estimate cost put to tender, then performance security shall be 1% plus the percentage by which tender offer is more than 10% below of estimated cost put to tender. (e.g. : if the quoted percent is 14% below then the performance security shall be 1% plus 4% (=14%-10%), total 5% of estimated cost put to tender).
(Refer GR No BDG 2016/ case No 2/ Bldg 2 Dated 12/02/2016, Corrigendum Dated 1703/2016 and GR No BDG 2016/ case No 2/Bldg 2 Dated 01/04/2017).
The original Bank Guarantee in sealed envelope with the name of work and
tender number written on it, shall be submitted to the Executive Engineer, Jalna Irrigation Division, Jalna within 5 working days from last date of submission of tender.
After opening the envelope no. 1, if it is found that the tenderer is not qualified for opening his envelope no.2, then his Bank Guarantee shall be returned within 7 days. Also after opening envelope no. 2, except the D.Ds of 1st and 2nd lowest bidders, the Bank Guarantee of other bidders shall be returned within 7 days.
Bank Guarantee of the 2nd lowest bidder shall be returned 3 days after the issue of work order to the 1st lowest bidder.
In case it is found that the Bank Guarantee submitted by the tenderer are false, his earnest money shall be forfeited to Govt. as well as the registration of the tenderer shall be suspended for the period of 1 year. In addition to the other legal action necessary to be taken as per the law.
Non submission of additional security deposit/performance security or submission of less amount of the additional security deposit shall be liable to summarily rejection of his tender.
The amount of performance security shall be refunded after the completion of defect liability period as per the tender conditions. Non submission of additional security deposit/ performance security of submission of less amount of the additional security deposit shall be liable to summarily rejection of his tender.
In case of submission of false documents/ Bank Guarantee, action shall be taken against the contractor as stipulated in the above mentioned GR.
-
( 28 )
Contractor No. of Corrections Executive Engineer
(ii)(a) SECURITY DEPOSIT :
A sum as mentioned in printed B-1 Tender form at para (e) (i) of Memorandum
will have to be deposited in cash or D.D. of Nationalised or Scheduled Bank or by the
Contractor at the time of completing the contract documents, if his tender is accepted
by the Corporation.
OR
In initial Security deposit may be paid by D.D. of Rs. 2.00 Lakhs and Rs. 2.10
Lakhs in shape of irrevocable Bank Guarantee from any Nationalised or Scheduled
Bank's branch situated in State of Maharashtra for a period equal to the time
limit plus the period of defects liability (Clause 20 of B-1 Tender form, Vol. 1)
OR
In lieu of security deposit mentioned above, Corporation securities,
Corporation Bonds in the prescribed form as may be approved by Corporation from
time to time, standing in the name of tenderer shall be accepted if pledged as
Security Deposit in the name of the Executive Engineer, as stated at Sr. No. 2.1 of
Annex A of this section.
OR
The earnest money deposit by the contractor with his tender will be retained by
the Corporation as part of security deposit if tenderer requests in writing to that effect.
The balance to make up this security deposit may unless otherwise specified in the
special conditions, be deposited by the contractor in the form of irrevocable bank
guarantee or cash or in the form of bonds/ cash certificate of Corporation.
The security deposit will be retained by the Corporation for the due and faithful
fulfilment of contract by the contractor. In addition to the sum as above, sums as
security deposit will be deducted from running accounts bills at the rate shown at
Memorandum Para (g) in 1-Tender form to total upto a sum mentioned at
Memorandum Para (e) in B1-Tender form. The sum of security deposit deducted
from the running account bill will remain in the form of cash of Corporation securities
standing in the name of the Executive Engineer for a period as stated in clause
20 of B-1 Tender.
(ii)(b) ADDITIONAL SECURITY DEPOSIT :
In case contractor's offer is less than 90% of the updated estimated cost as
stated at Sr.No. 5 of Annex A, Additional Security Deposit should be paid by online
payment gatway only. to ‘The Executive Engineer, Jalna Irrigation Division, Jalna
Dist. Jalna for a period equal to period of contract, and for an amount equal to the
difference of the Contractor's offer and 90% of the updated cost as stated above shall
be submitted to the Engineer-in/charge at the time of completion of tender
documents. Non-submission of the above Additional Security Deposit will result into
forfeiture of the E.M.D. and Additional E.M.D. Additional Security Deposit will be
-
( 29 )
Contractor No. of Corrections Executive Engineer
refunded after expiry of the defect(s) liability (maintenance) period as stipulated in the
contract.
(iii) INCOME TAX :
Income Tax is to be deducted from the sum to be paid to the contractor for the works
carried out at 2.244% of the gross amount, and surcharge on Income Tax as per
prevailing Government orders from time to time or at the rate revised time to time.
(iv) G. S. T. :
The contractor should quote his offer considering the GST on various items.
The offer should be inclusive of GST No claims will be entertained on this issue. No
reimbursement will be done in this respect.
G.S.T. Registration Certificate as provided by competent authority under
G.S.T under clause G.S.T is to be deducted from the sums to be paid to the
contractor for the work carried out at 2% of gross amount on producing
certificate of registration under G.S.T or as rate revised from time to time as per
prevailing Govt. order issued from time to time.
GST Tax :
(a) The rates quoted by the contractor shall be rates excluding Sales Tax and all other taxes but shall include GST that the contractor will to pay for the performance of this Contract.
(b) Conditions for G.S.T. :- As per Govt. of Maharashtra Finance Department, Marathi Cirular No. GST-
2017प्र.क्र.81/कराधन-1 Mantralaya, Mumbai-32 Dated 19/8/2017
(c) Provisional amount of GST @2% i.e.1% C.G.S.T. +1% S.G.S.T. will be deducted at source (TDS) after the enforcement of Sections 51 of Maharashtra Goods and Services Act. 201
(v) PROFESSIONAL TAX :
Certificate of registration with the Professional Tax Officer of the District in form I A
Certificate of registration under section 5 (1) and 5(2) of the Maharashtra Sales Tax
on professions, Trades, calling and employment act 1975. Form is as per Appendix I
in this volume.
(VI) INSTRUCTIONS REGARDING WORK INSURANCE POLICY :
Contractors shall take out necessary insurance policy/ policies so as to provide
adequate insurance cover for execution of the awarded contract work from
the Director of Insurance, Maharashtra state, Mumbai – 400051 only. It’s postal
address for correspondences “26, MHADA” Opp. Kalanagar, Badra (E) Mumbai –
40051 (Tel. No. 6438403) (Mix) 6438461/ 6438690. Insurance policy/ policies
taken out from any other company will not be accepted.
However if the contractor desire to offer insurance with the local office of any
insurance company, the same should be under the co-insurance-cum servicing
arrangements approved by the director of insurance if the policy taken out by
the contractor is not on co-insurance fund the same will not be accepted and
the amount of premium calculated by the Director of Insurance will be
-
( 30 )
Contractor No. of Corrections Executive Engineer
recovered directly from the amount payable to the contractor for t he executed
contract work which may be noted.
VII) LABOUR WELFARE CESS :
As per Government Marathi circular No. BCA-2007/Case No. 788 / Worker 7-A
dated 26-10-2009 workders selfare cess @ 1% of the contract amount will be
recovered from contractor’s bill under the provision made in the Building and
other construction workers welfare act 1996.
VIII) ROYALTY CHARGES :
Royalty Charges for supply of materials : As per instructions issued vide P.W.D.
Govt. of Maharashtra Resolution of Revenue and forest Department No. Gaukhani-
10/1062/¹Çà.%oàŠ/603 dated 11/05/2015 while framing the estimates, royalty chages
for the items of supply of materials like rubble, metal, crushed metal, soft murum/
hard murum, sand and soil shall be consixered in the rate analysis of respective item
@ Rs. 155.47 per Cubic Metre or actual and shall be recovered.
The contractor has to pay these charges directly to Revenue Dept. and original
challans, permission documents shall be produced to concerned Executive Engineer.
If contractor fails to produce these original documents the royalty charges shall be
recovered from contractr's bill
IX) पपपप पपपपपप पपपपपपपपपपप पपपपप पपपपपप पपपपपपपप
पपप प पपपपप पपपप:
“Contractor shall make payments of salaries and wages to all the employees and
Laboures thourgh bank account linked to Unique Identification Number
(AADHAR CARD) and shall submit a certificate accordingly to the Engineer in
charge. The certificate shall be submitted by the contractor withing 60 days from the
commencement of contract. If the time period contract is less than 60 days, the such
certificates shall be submitted within 15 days from the date of commencement of
contract”
X) As per WRD, GR punrv/2016/(631/2016)/mp2/ Dated- 1/12/2016 work Done
satisfactorily/ No objection Certiuficate of concerned Grampanchayat / Rehabilitation
committee will be required for payment of biel of each civil Aminity.
-
( 31 )
Contractor No. of Corrections Executive Engineer
APPENDIX I
PROFESSIONAL TAX CLEARANCE CERTIFICATE
This is to certify that M/s. ------------------------------------------------------------------------
of (address),-----------------------------------------------------------------------------------------is a
registered dealer under the Maharashtra State Tax on Professions, Traders, Calling
and Employment Act No. XVI of 1975, holding Registration Certificate No. -----------------and w.e.f. ----------------------------- and under section 5(1) and 5(2) respectively.
The said dealer has paid all tax dues upto 31 st March, ----------------------------(previous
year) under the act. The dealer has paid the professional tax dues for the employees
mentioned below.
A)
Sr. No. Name of the Employee Designation
B)
Sr. No. Name of owner carrying on profession status
Designation
There is no Professional Tax dues outstanding against the dealer under the act. This Certificate is valid for ONE year from the date of issue Place : Signature ----------------------------
Date : Professional Tax Officer District
-
( 32 )
Contractor No. of Corrections Executive Engineer
PROVIDENT FUND :
Certificate for making payments towards workers provident fund from
competent authority should produced
Note : All documents required to be submitted in Envelope No. 1 shall be
attested by Gazetted Officer and if required original copy shall be kept ready
at the time of opening the tender.
It should also be made clear that the employees shall be all those who receive
the wages/ salaries from the tenderer and shall include the office and held staff
and those operating the machinery/equipment. It should also be ensured that
the machinery said to be deployable for the subject work is really in the
ownership of the tenderer.
10. INSTRUCTIONS FOR SUBMISSIONS OF ENVELOPE NO. 2. :
Documents to be submitted in Envelope No. 2 shall conform to the instruction given
below :
(i) CONTRACTOR TO INFORM HIMSELF FULLY :
The tenderer shall be deemed to have fully acquainted himself with the work and site
conditions and carefully examined the special conditions, the specifications,
schedules and drawings and shall be deemed to have fully informed himself
regarding the local conditions. The tenderer shall also be deemed to have fully
acquainted with the various leads and lifts involved in the works and materials of
construction as well as shall be deemed to have fully acquainted with his own various
quarries for constructon materials, their availability and adequacy etc.
(ii) CONDITIONAL TENDER :
Conditional tenders will be summarily rejected. The tenders which do not fulfill any of
the conditions of the notified requirements laid down in this detailed tender notice, the
general rules and directions for the guidance of the tenderers as mentioned in the B-1
form or are incomplete in any respect are likely to be rejected without assigning
reasons therefore.
(iii) TENDERED RATE :
The tenderer should quote his offer in the form of percentage above or below
the estimated cost, entered in Schedule `B' Part-I, at appropriate place in B-1 form,
both in figures as well as in words in English. The percentage will not apply to
Schedule `B' Part-II. In case there is difference between the percentage quoted as
expressed in words and in figures, the percentage as expressed in words will be
taken as correct irrespective of whether it is lower or higher than that expressed in
figure. No. alteration in the form of tender and in schedule of quantities will be
permitted except Schedule `B' part- II. The percentage mentioned in the tender shall
be taken as applying to all conditions of weather and will be inclusive of all taxes if
any. The percentage should be written in words in one line only as far as possible.
All the additional item(s) as many as foreseen by the tenderer with quantity
(es), rate(s), amonut(s) and the detailed description shall be entered into by the
-
( 33 )
Contractor No. of Corrections Executive Engineer
tenderer in the space provided below Schedule `B' Part-II - Anticipated additional
items as foreseen by the tenderer. The tenderer is free to attach additional sheets, if
required by him and sign the sheets, which will form part of the tender.
The specifications for the additional item(s) as foreseen by the tenderer shall
be in conformity with the nearest comparable item stipulated in the Hand Book of
Standard Specifications (PWD) and the applicability shall be decided before the
acceptance of the tender.
The amount of all the items of Part-I of Schedule `B' with percentage (+ or -)
and the amount of Part - II of Schedule `B' will be totalled and this will be considered
as the offer of the tenderer.
The work in additional items in Schedule `B' Part-II shall be paid for only when
executed. The quantities of these items shall be fixed quantities.
The provisions of price variation in para 33 of special conditions of contract shall be
applicable for the works executed under Additional item of Schedule `B' of Part-II.
The provisions of Clause 38 of Conditions of Contract - Quantity Variation Clause will
not be applicable to the Additional anticipated items in Schedule `B' of part-II.
(iv) If the percentage quoted by the tenderer is less than 90% or more than 110% of the
updated estimated cost as stated at Sr. No. 5 Annex `A', then the tenderer shall
furnish his detailed item wise justification for all items costing Rs. 50,000/- (Rs. Fifty
Thousand only.) and above put to tender in Envelope No. 2 in order to establish the
workability reasonableness of the rates. Tenderer shall also submit additional
information in justification of his offer wherever called for by the Corporation, without
which the offer will not be considered.
(v) QUANTITIES PUT TO TENDER :
The Schedule `B' , (Schedule of Quantities and Bid rates) of the tender is made up of
two parts as below -
1. Part-I- Items as put to tender by the Corporation.
2. Part-II- Anticipated Additional Items as foreseen by the tenderer.
(Refer Note No. 5 and 9 under Schedule `B')
The quantities given in Schedule `B' part-I as put to tender by the Corporation for
various items therein are approximate as some of the items of works put to tender are
likely to be executed departmentally till the contract agency is fixed. Such quantities
which would be executed till the fixation of contract agency will stand deducted from
the quantities entered in the Schedule B at the time of completing the tender
documents by the contractor. The contractor should take cognizance of this fact and
no claims will be tenable on account of such reduction in quantity.
The quantities of items on which the Department has carried out the work, as
measured on the date of work order shall stand deducted from the quantities
stipulated in Schedule B Part-I as put to tender by the Corporation for the purpose of
application of the stipulation of Clause 38 of Conditions of Contract of the tender.
-
( 34 )
Contractor No. of Corrections Executive Engineer
11. TENDER UNITS :
The tender has been invited under the Metric System of measurements. The tenderer
should particularly note the units mentioned in Schedule B on which rates are to be
based.
12. CORRECTIONS :
No corrections should ordinarily be made in the tender documents. Any corrections in
the entries made by the tenderer should be by crossing the incorrect portion and
writing the corrected portion above and each such correction shall bear the
attestation of the tenderer.
13. SIGNING OF TENDER DOCUMENTS :
The tender shall contain the name, residence and place of business of person or
persons making the tender and each page of tender document including drawings,
shall be signed by the tenderer with his full dated signature.
The tender by partnership firm shall furnish the full names of all the partners in the
forwarding letter. The letter shall be signed by the partner or by an authorised
representative followed by the name and designation of the person signing.
An attested copy of the partnesrship deed shall be furnished. Tender by Company
shall be signed with the legal name of the company and signed by the persons
authorised to sign in the matter.
Whenever whether in the submission of the tender or later, in other matters the
signatures are made by one person on behalf of the company the tenderer shall
supply an attested copy of the power of attorney.
Witnesses shall be persons of status and probity and their names, occupations and
addresses shall be stated below their signatures. All signatures shall be dated.
The tender is also liable to be rejected outright if while submitting.
i) The tenderer proposes any alteration in the work specified in the tender or in
the time allowed for carrying out the work, in any other conditions.
ii) Any of the pages of tender are removed and/ or replaced.
iii) The percentages are not entered in ink, in figures and in words by the tenderer in B-1
form.
iv) Any erasures are made by the tenderer in the tender.
v) All corrections and additions or pasted slips are not signed by the tenderer and
vi) Tender in the case of firm, each partner or the person holding the power of attorney
authorising him to do so thereof does not sign or the signature is not attested by a
witness in B-1 form at the space provided for the purpose.
14. ACCEPTANCE OF TENDER :
Acceptance of tender will rest with the authority, as indicated in Annex. `A' of this
Section, who reserves the right to reject any or all tenders without assigning any
reasons. The acceptance of tender may be intimated to the contractor by letter. Such
intimation shall be deemed to be an intimation of acceptance of tender. The tenderer
-
( 35 )
Contractor No. of Corrections Executive Engineer
whose tender is accepted will have to complete the contract from within 15 days of
being notified to do so and shall abide by all the rules and regulations and special
conditions enumerated thereon or attached herewith. In the event of failure of the
tenderer to sign the agreement within the stipulated time, the earnest money
including additional earnest money if any, paid by him shall be liable to be forfeited to
Corporation and the acceptance of the tender shall be liable to be considered as
withdrawn. In that event the work will be awarded to next or any other contractor as
Corporation may decide.
15. LIMITATION OF THE AWARD OF CONTRACT (S) :
i) The GMIDC has taken up a number of Irrigation Projects for construction, In order to complete the work in time bound programme, it has been considered necessary to restrict the number of works, which may be awarded to a contractor, at time, so that the contractor can concentrate fully on the progress of the contracts awarded to him.
ii) In view of the above position, it is hereby stipulated that no individual contractor or Joint Venture firm as separate entity or any other Joint Venture with the same individual contractor as partner to any other Joint Venture, shall be considered eligible for tendering for this work, in case three works (in the group of (1) one dam and either three canal or any other works OR (2) three canal or may other works (including dam work/ Turnkey project) have already been awarded on contract/ letter of acceptance of tender issued in the area of operation of Godavari Marathwada Irrigation Development Corporation, Aurangabad, unless the contract works awarded to him/ them is found to be complete in all respects as certified by the Executive Engineer in the completion certificate. In any case individual contractor or the Joint Venture Firm or any of the Joint Venture partner(s) of the same Joint Venture as separate entity shall not have more than three works in hand at a time. Even if, anyone of the partners of Joint Venture Firm as a separate entity OR as a partner OR in another Joint Venture and/ or of the same Joint Venture Firm has been awarded three works as specified above group wise in Godavari Marathwada Irrigation Development Corporation, Aurangabad Prior to the date of opening of this tender document that Joint Venture firm with that individual entity as a partner shall not be considered eligible for getting any other contract for the works and his/
their tender documents shall be liable for rejection.
iii) For the purpose of verification of the above stipulations, the contractor shall
submit the information in the enclosed format of certificate- “A”. This certificate
will be applicable to Joint Venture also. The names of the partners in the Joint
Venture shall also be given, when information in the certificate is submitted for
the Joint Venture.
16. VALIDITY FOR 75 DAYS :
The offer shall remain valid for a period of 75 ( Seventy Five) days from the date of the opening of tender, and thereafter until it is withdrawn by notice in writing by the tenderer, duly addressed to the authority as stated at Sr. No. 2.10 of Annex. `A' of this section, and sent by RPAD. If the acceptance of tender is not communicated within 75 days and if the offer is withdrawn by the contractor as aforesaid, earnest money paid in cash shall be refund in full.
-
( 36 )
Contractor No. of Corrections Executive Engineer
17. COMPLETION OF TENDER DOCUMENT :
While completing tender documents, the contractor must invariably complete
appendices included in the tender documents giving correct information. However
this information shall have to be submitted by the contractor in the prescribed formats
separately in Envelope No. 1 as per provisions of paragraph 7 of the detailed Tender
Notice.
18. LANGUAGE :
The language of all correspondence regarding this work shall be Marathi & English
only.
19. LICENSE UNDER CONTRACT LABOUR (REGULATION AND ABOLITION) ACT
1970.
19.1 The successful tenderer should produce to the satisfaction of the competent
authority accepting the tender a valid and current license issued in his favour under
the provisions of contract Labour (Regulation and Abolition) Act, 1970 and the
Maharashtra Contract Labour (R & A) Rules 1971, before signing the contract. On
failure to do so acceptance of the tenderer will be withdrawn and also the earnest
money and additional earnest money deposit, if any, will be forfeited to Corporation.
19.2 The contractor shall submit the certified copy of registration certificate under
ESIS Act before payment of first RA bill is made.
-
( 37 )
Contractor No. of Corrections Executive Engineer
CERTIFICATE - A (Note All the details must be filled in Strike out the item which is not applicable to the tender)
Certified that
1) I/(We) have not been awarded any contract for the construction of Building Work
/Earth Work/ Embankment/ WBM Road items under the Superintending Engineer, ----
--------------------------------------------------------------------------- as on -----------------------------
---( date of opening of the subject tender)
2) I/(We) have been awarded the following contract(s) for the work of construction of
Building Work/ Earth Work/ Embankment/ WBM Road items under the
Superintending Engineer, ------------------------------------------------------------------------------
as on ----------------------------------- (date of opening of the subject tender).
Name of work : ---------------------------------------------
Estimated cost put to tender ---------------------------------------------
Contract No. and Date of work order ---------------------------------------------
Contract Amount ---------------------------------------------
Amount of work executed to date : Detailed enclosed --------------------
Name of Division ---------------------------------------------
Name of Circle. ---------------------------------------------
3) I/(We) have tendered for the following work of Construction Building Work/ Earth
Work/ Embankment/ WBM Road items under the Superintending Engineer,--------------
----------------------------------------------------------------------- as on ------------------------------
(date of opening of the subject tender) and my offer is the lowest responsive offer.
Name of work ---------------------------------------------
Estimated cost put to tender ---------------------------------------------
Tendered Amount ---------------------------------------------
Name of Division ---------------------------------------------
Name of Circle ---------------------------------------------
Place :
Date : Signature of the Contractor
-
( 38 )
Contractor No. of Corrections Executive Engineer
ANNEX - A (SECTION - I) A) DESCRIPTION OF PROJECT : Construction of Bridge on filed approach road
and cattles water tank Gram Panchayat Building, at village Shidhar Jawala Tq.Partur Dist. Jalna.
B) STATUS OF PROJECT :
Lower Dudhna Project earthen dam and masonry dam and ICPO outlet are 95%
complete. Rehabilation work also complete 90%.
C) CLIMATIC CONDITIONS :
The climate in the project area is tropical typical of Deccan Plateau. Three district season climatic viz (i) Mansoon Mid June to Mid October (ii) Milder dry winter Mid October-February and (iii) Hot summer March to Mid June. The temperature ranges between 10o C to 45 o C . The average rainfall is about 800 mm to 1000 mm.
D) SCOPE OF THE WORK
1. DETAILS OF WORK
1.1. Name of Work Construction of Bridge on filed approach road and cattles water tank Gram Panchayat Building, at village Shidhar Jawala Tq.Partur Dist. Jalna.
1.2. Estimated Cost Rs.92,58,824/-
1.3. Earnest Money (EMD) (1%) (Bid Security)
Rs. 93,000/- EMD should be paid by Online Payment Gateway Only
Certificates of exemption for payment of
earnest money shall not be accepted
1.4 1) Security Deposit Initial (2.5%) 2) Through R.A. Bills (2.5%)
Rs. 2,31,471/- i) Rs. 2,31,471/- by D.D. of Nationalised or Scheduled Bank in state of Maharashtra. ii) Rs. ------ Lakhs by BG of Nationalised or Scheduled Bank in state of Maharashtra Rs. 2,31,471/-
1.5. Date, Time and Place of Pre-bid conference
___________ @ 14.00 hrs. In the Office of The Superintending Engineer, Jayakwadi Project Circle, Aurangabad
1.6. Class of Contractor Class 4th and above– 1.7. Period of completion of work 12 Calender months including
Monsoon period.
-
( 39 )
Contractor No. of Corrections Executive Engineer
2. INFORMATION FOR OBTAINING TENDER PAPERS AND ITS SUBMISSION
2.1 Name and address of the Executive Engineer in charge of work issuing tender papers.
Executive Engineer, Jalna Irrigation Division, Jalna Dist. Jalna
2.2 Cost of Blank Tender forms Rs. 5000/- 2.3 Extra cost if tender papers/
documents required by post (for each)
Rs. -------
2.4 Time and date of submission of tender
As per Key Dates.
2.5 Name and address of the Officer receiving and opening the tender document.
Superintending Engineer,
Jayakwadi Project Circle, Aurangabad
2.6 Time and date of Financial bid
opening of tenders As per Key Dates At 17.00 hrs. if possible
2.7 The name of the authority for accepting the tender.
Superintending Engineer,
Jayakwadi Project Circle, Aurangabad.
3. WORK AND SITE CONDITIONS :
3.1 Location 40 km. from Dist. Jalna and 10 km. from Taluka place Partur 10 km. from nearest village Partur
3.2. Nearest Railway Station Partur 3.3. Nearest Airport Aurangabad 3.4. Roads Approachable by Partur road to
Mantha 3.5 Nearest Telephone and
telegraph facility Partur/Mobile connectivity
3.6 Nearest Petrol and Diesel Pump Partur 3.7 Position of Land acquisition Land acquisition is not required
4. PERIOD OF COMPLETION AND CONSTRUCTION PROGRAMME
4.1. Period of Completion 12 Calender months including Monsoon period.
-
( 40 )
Contractor No. of Corrections Executive Engineer
Progress on above items in the intermediate period shall be linear proportionate per month.
THE CONSTRUCTION PROGRAMME IS ENCLOSED AT THE END OF SCHEDULE “B” OF TENDER DOCUMENT BASED ON WHICH THE PHYSICAL PROGRAMME IS PREPARED IF THE TENDERER DOES NOT AGREE WITH THIS PROGRAMME. HE SHALL SUBMIT HIS OWN PROGRAMME WITHOUT CHANGING TOTAL PERIOD OF TENDER ALONGWITH TENDER DOCUMENTS INCLUSIVE OF THE PHYSICAL PROGRAMME, SUBJECT TO THE PROVISION THAT 50% OF THE WORK SHALL BE COMPLETED IN 50% OF THE CONTRACT PERIOD
5.0. Updated estimated cost of the work based upon schedule of rates for the year when tenders were invited (Clause 38 of Section -IV(1) condition of contract)
Rs. 92,58,824/-
6.0. Earnest Money/ Security Deposit Para 9 (i) and (ii) of Detailed Tender Notice.)
6.1. E.M.D. (1% of contract value)
(Bid Security)
Rs. 93,000/- EMD should be paid by Online Payment Gateway Only Certificates of
exemption for payment of earnest money shall
not be accepted. .
6.2. i) Initial Security Deposit 2.5% of contract value
i) Through R.A. Bills (2.5%)
Rs. 2,31,471/- i) Rs. 2,31,471/- by D.D. of Nationalised or Scheduled Bank in state of Maharashtra. ii) Rs. ----- Lakhs by BG of Nationalised or Scheduled Bank in state of Maharashtra
Rs. 2,31,471/- Through R.A. bills
6.3. If Security Deposit is in the form of D.D. it should be drawn or on
from any Nationalised Scheduled Banks in Maharashtra
6.4 Name of Executive Engineer in charge of the work in whose name Demand Draft is to be drawn
Executive Engineer
Jalna Irrigation Division, Jalna
Dist. Jalna
B-1 TENDER FORM
PERCENTAGE RATE TENDER & CONTRACT FOR WORKS GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION,
AURANGABAD
-
( 41 )
Contractor No. of Corrections Executive Engineer
CIRCLE : Jayakwadi Project Circle, Aurangabad
DIVISION : Executive Engineer, Jalna Irrigation Divisio