tender documents for - e tenders documents for outsourcing of ajintha, allora and visawa circuit...

58
GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORK CIRCLE AKOLA TENDER DOCUMENTS FOR Outsourcing Of Ajintha, Allora And Visawa Circuit House With Circuit House Premises At Buldana. Rs.1476450/- OFFICE OF THE EXECUTIVE ENGINEER PUBLIC WORKS DIVISION, buldana

Upload: vanxuyen

Post on 12-May-2018

234 views

Category:

Documents


2 download

TRANSCRIPT

GOVERNMENT OF MAHARASHTRA

PUBLIC WORKS DEPARTMENT

PUBLIC WORK CIRCLE AKOLA

TENDER DOCUMENTS FOR

Outsourcing Of Ajintha, Allora And Visawa Circuit House

With Circuit House Premises At Buldana.

Rs.1476450/-

OFFICE OF THE EXECUTIVE ENGINEER PUBLIC WORKS DIVISION, buldana

2

Contractor No. of Correction Executive Engineer

GOVERNMENT OF MAHARASHTRA

PUBLIC WORKS DEPARTMENT

OFFICE OF THE EXECUTIVE ENGINEER PUBLIC WORKS DIVISION, BULDANA Website: http://maharashtra.etenders.in , Email :[email protected] Tel.No

07262242398 ,

TENDER DOCUMENTS FOR

Hiring of Agency/Agencies for

OutsOurcing Of AjinthA, AllOrA And VisAwA CirCuit House WitH CirCuit House Premises At

Buldana rs.1476450/- .

Table of Contents

Section 1:- Brief Tender Notice

Section 2:- Detail Tender Notice

Section 3:- General Condition of Concrete (GCC)

Section 4:- Special Condition of Concrete (SCC)

Section 5:- Offer Page & Memorandum

Section 6:- Scope of Work

Section 7:- Additional Scope And Particular Conditions For Guest House

Section 8:- Declaration

3

Contractor No. of Correction Executive Engineer

SECTION-1

E- TENDER NOTICE NO. ........... / 2016-2017 / INTERNAL NIT NO. ....

PUBLIC WORKS DEPARTMENT TENDER NOTICE

Online Tenders (e-tender) in B-1 form for the following work are invited form the interested parties / Registered Firms / Registered Companies /Agencies/Proprietary Firm/Partnership Firms are by the Executive Engineer, Public Works Division,buldana invited on behalf of Governor of Maharashtra Phone No………………….. E-mail ………………..on GoM Electronic Tender Management System http://maharashtra. etenders.in having experience in this field of Housekeeping of P.W.D. Guest Houses.

SYSTEM TENDER NO. NIT NO. dated (1st call)

The details can be viewed and downloaded online directly from the GoM e-Tendering Portal http://maharashtra.etenders.in or sub portal of Public Works Departmenthttp://pwd.maharashtra.etenders.in from at hours (IST) onwards.

Sr. No.

Name of the Work

Estimated cost of Work (Rs.)

System Generate d Tender

Time Limit

for Completio

n (Months)

Earnest Money Deposit

(Rs.)

Securit y

Deposi t

(Rs.)

Cost of

Blank Tende

r Form (Rs.)

Class of

Contr actor

1 2 3 4 5 6 7 8 7 1. Outsourcing

of Ajintha, Ellora, & Visawa Circuit House with Circuit House premises at Buldana

1476450/-

03 (Three) Calendar Months)

14800/- be paid online

only, as pres-

cribed)

500/-

Exper ience

d Contr actor

For more details on the tender and bidding process you may please visit the above Mentioned portal. NOTE :- 1. All eligible / interested contractors are mandated to get enrolled on e- Tendering Portal

(http://maharashtra.etenders.in) 2. To process the tenders online, to encrypt their bid and to sign the bid hashes, bidders are required

to obtain DSC. For details bidders can contact Help Desk. 3. Contractors can contact Help Desk for any clarification of their doubts regarding the process of

Electronic Tender System. Help Desk at through E-mail ID support.gom@ nextenders.com or Phone No.

Online viewing of Detailed Notice Inviting Tenders :- 4. The Contractors can view the Detailed Tender Notice along with the Time Schedule (Key Dates)

for all Live Tenders released by PWD on the home page of PWD e-Tendering Portal on http://pwd. maharashtra.etenders.in under the section Recent Online Tender.

5. Right for any amendment in the Terms & Condition of Tender and the right to reject any or all offers without assigning any reason thereof is reserved with Competent Authority

Executive Engineer , Public Works Division, Buldana

Contractor No. of Correction Executive Engineer

4

DETAILS OF WORK

Name of Work :- OutsOurcing Of AjinthA, AllOrA And VisAwA CirCuit House WitH CirCuit House Premises At Buldana

Estimated Cost Put to Tender :- Rs . 1476450/-

Earnest Money Deposit (EMD) Rs. 14800 /- (to be paid online) Security Deposit Rs. 59200/- Cost of Tender Form Rs. 500 /- (to be paid online) Period for Downloading Tender Forms

Refer Online Schedule on Portal http://maharashtra.etenders.in or sub portal of Public Works Department http://maharashtra.etenders.in

Date & Time for on line bid preparation

Refer Online Schedule on Portal http://maharashtra.etenders.in or sub portal of Public Works Department http://maharashtra.etenders.in

Place, time & date of opening of Technical Bid

From / /2016 time to / /2016 time 15.00. In the Office of the Executive Engineer Public Works Division, Buldana (If possible)

Place, time & date of opening of Financial Bid

On dated / /2016 @ 15.01 to / /2016@ 15.00hrs. In the Office of the Executive Engineer Public Works Division, Buldana (If possible)

Note – Above Schedule is subjective & to be verified by the Tenderer himself on web site.. Tender Schedule Flashed on Web-Site (System Generated Schedule ) is final & binding to all Tenderers.

Contractor No. of Correction Executive Engineer

5

Government of Maharashtra PUBLIC WORKS DEPARTMENT INVITATION FOR TENDERS. DETAILED TENDER NOTICE

1. TENDER SCHEDULE

Online percentage rate tenders in ‘B-1’ Form are invited by the Executive Engineer, Public

Works Division Buldana for the following work from Contractors registered in appropriate

class of the Public Works Department of Maharashtra state. The Name of Work, Estimated

Cost, Earnest Money, Security Deposit, Time limit for completion etc. are as under

Name of Work :- OutsOurcing Of AjinthA, AllOrA And visawa circuit house with circuit house premises at buldana. For the period Three Months.

Estimated Cost Put to Tender :- Rs. 1476450/- Earnest Money Deposit (EMD) Rs. 14800/- (to be paid online as prescribed) Security Deposit Rs. 59200/- Cost of Tender Form Rs. 500 /- (to be paid online)

Period for Downloading Tender Forms Refer Online Schedule on Portal http://maharashtra.etenders.in or sub portal of Public Works Department http://maharashtra.etenders.in

Date & Time for on line bid preparation Refer Online Schedule on Portal http://maharashtra.etenders.in or sub portal of Public Works Department http://maharashtra.etenders.in

Place, time & date of opening of Technical Bid

From / /2017 time 15.01 to / /2017 time 15.00. In the Office of the Executive Engineer Public Works Division, Buldana (If possible)

Place, time & date of opening of Financial Bid On dated / /2017 @ 15.01 to / /2017 @ 15.00hrs. In the Office of the Executive Engineer Public Works Division,Buldana (If possible)

Note – Above Schedule is subjective & to be verified by the Tenderer himself on web site.. Tender Schedule Flashed on Web-Site (System Generated Schedule ) is final & binding to all Tenderers.

2. Guidelines to Bidders on the operations of Electronic Tendering Management System

[ETMS] of Public Works Department, http://maharashtra.etenders.in

2(A) Pre-requisites to participate in the Tenders processed by PWD.

(i) Enrolment and Empanelment on [ETMS]:- (a) Enrolment on [ETMS]:-

I. The Contractors interested in participating in the Tenders of Public

Works Department – processed using the ETMS will have to be

Enrolled on the ETMS and have obtained User ID.

II. After submission of application for Enrolment on the S ystem, the

Authorized Representative of the Service Provider will verify the

information provided and will approve the Enrolment If the

Contractor No. of Correction Executive Engineer

6

information is found to be complete and in order.

(b) Empanelment on [ETMS]:-

I. For participating in Limited and Restricted tenders the registered

vendors have to apply for Empanelment on the sub-portal of PWD in an

appropriate class of registration.

II. After submission of application for Empanelment on the System, the

respective officer from the PWD will verify the information provided

and will approve the Empanelment If the information is found to be

complete and in order.

III. Only Empanelled Contractors with PWD will be allowed to participate

in this tender.

(c) For any assistance on the use of ETMS

I. The Contractors may obtain the necessary information on the process of

enrolment and empanelment either from Helpdesk Support Team or

may visit the information published under the link Enroll under the

section E- Tendering Toolkit for Bidders on the Home Page of the

ETMS.

II. The Users may call the below numbers:

Landline No. -

Landline No. -

Mobile No. -

(ii). Obtaining a Digital Signature Certificate (DSC):-

a. Intending Tenderers should have valid class II/ III Digital Signature Certificate

(DSC) obtained from an approved Certifying Authority authorized by the

Controller of Certifying Authorities of Government of India through their

Authorized Representatives upon receipt of documents required to obtain a DSC.

b. In case of requirement of DSC, Intending Tenderers should go to Email_address

and follow the procedure mentioned in the document Procedure for application of

DSC.

c. The DSC (Class – II or Class – III) is used to encrypt the data/ information and

electronically sign the hash value during the Bid preparation and Hash

Submission stage.

d. The DSC is required to maintain the security of the Bid Data and also to establish

the identity of the Contractor transacting on the System.

e. In case during the process of preparing and submitting a bid for a particular

Tender, the contractor loses his/her DSC (i.e. due to virus attack, hardware

problem, operating system problem, etc.), he/she may not be able to submit the

Contractor No. of Correction Executive Engineer

7

Bid online and the Department will not be responsible for that.

f. Hence, the Users are advised to store his/ her DSC securely and if possible, keep

a backup at safe place under adequate security to be used in case of need.

g. In case of online tendering, if the DSC issued to an Authorized user of a

Partnership Firm is used for signing and submitting a bid, it will be considered

equivalent to a no objection certificate / power of attorney to that User to submit

the bid on behalf of the Partnership Firm. The Partnership Firm has to authorize a

specific individual via an authorization certificate signed by a partner / partners

of the firm (and in case the applicant is a partner, all other partners if the same

form shall authorize him self for DSC) to use the DSC as per Indian Information

Technology Act, 2000. Unless the DSC 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 on the Electronic Tender Management System of

Government of Maharashtra as per Indian Information Technology Act. 2000.

h. Unless the DSC of this Authorized User will be binding on the Firm. It Shall be

the 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

DSC. The procedure for application of a DSC will remain the same for the new

Authorized User.

i. The Same procedure holds true for the Authorized Users in Private/ Public

Limited Company. In this case, the Authorization Certificate will have to be

signed by the Director of the Company or the Reporting Authority of the

Applicant.

j. For Information on the process of application for obtaining DSC, the Contractors

may visit the section DSC on the Home Page of the ETMS .

(iii) Recommended Hardware and Internet Connectivity :-

a. Intending Tenderers should install the Mandatory Components available on the

Home Page of http://maharashtra.etenders.in under the section Mandatory

Components and make the necessary Browser Settings provided under section

‘Internet Explorer Settings’

b. To operate on the ETMS, the Contractors are recommended to use Computer

System with at least 1 GB of RAM and broadband connectivity with minimum

512 kbps bandwidth.

(iv) Set up of Computer System for executing the operations on the ETMS .

a. To operate on the ETMS of GoM, the Computer System of the Contractors is

required is required be set up. The contractors are required to install Utilities

available under the section Mandatory Installation Components on the Home

Contractor No. of Correction Executive Engineer

8

Page of the System.

b. The Utilities are available for download freely from the above mentioned

section. The contractors are requested to refer to the E-Tendering Toolkit for

Bidders available online on the Home Page to understand the process of

setting up the System, or alternatively, contact the Helpdesk Support Team on

information/ guidance on the process of setting up the System.

c. The Utilities are available for download freely from the above mentioned

section. The Contractors are requested to refer to the E-Tendering Toolkit for

Bidders available online on the Home Page to Understand the process of

setting up the System, or alternatively, contact the Helpdesk Support Team on

information / guidance on the process of setting up the System.

2(B) Steps to be followed by Contractors to Participate in the E-Tenders Processed

by PWD.

(i) Preparation of Online Briefcase :-

a. In Case, the Contractors have multiple documents under the same type (e.g.

multiple work Completion Certificates) as mentioned above, the Contractors

advised to either create a single [*.pdf ]file of all the documents of same type or

compress the documents in a single compressed file in [*.zip] or [*.rar] formats

and upload the same.

(ii) Download and Purchase of Tender Documents :-

Tender Document available for free downloading from the e-tendering

portal of PWD, GoM i.e. http://maharashtra.etenders.in. However to

participate in online tender, the bidder must purchase the Tender

Documents via online mode paying the cost of Tender Fees as mentioned in

the Tender Notice. Additional information regarding the work not mentioned in

the Tender Document can be obtained from the office of the Executive Engineer

P. W. D. Amravati during office hours.

(iii) Intending Tenderers are strictly advised to follow the Dates and Times allocated

to each stage under the column “Vendor Stage [Contractor stage]” as indicated in

the Time Schedule in the Detailed Tender Notice for the Tender. All the online

activities or Transaction can be take place outside the Start and End Dates and

Time of the stage as defined in the Tender Schedule. At the sole discretion of the

Tender Authority, the time schedule of the Tender stages may be extended.

Contractor No. of Correction Executive Engineer

9

(vi) Online Bid Preparation and Submission of Bid Hash (Seal) of Bids: Bid preparation will start with the stage of EMD Payment which bidder has to

pay online using any one online pay mode as RTGS , NEFT or payment gaetway

.

For EMD payment, If bidder use NEFT or RTGS then system will generate a

challan (in two copies). with unique challan No specific to the tender. Bidder will

use this challan in his bank to make NEFT/RTGS Payment via net banking

facility provided by bidder’s bank.

Bidder will have to validate the EMD payment as a last stage of bid prepration. If

the payment is not realised with bank, in that case system will not be able to

validate the payment and will not allow the bidder to complete his Bid

Preperation stage resulting in nonparticipation in the aforesaid eTender.

Note:

* Realisation of NEFT/RTGS payment normally takes 2 to 24 hours, so it is

advised to make sure that NEFT/RTGS payment activity should be completed

well before time.

* NEFT/RTGS option will be depend on the amount of EMD.

* Help File regarding use of ePayment Gateway can be downloaded from

eTendering portal.

3 EXAMINATION OF DRAWING AND SITE CONDITIONS : (3.1) The tenderer shall in his own interest carefully examine the drawings, conditions of

contract specifications etc.

(3.2) He shall also inspect the site and acquaint himself about the climate, physical and all

other conditions prevailing at site, the nature, magnitude, special features,

practicability of the works, all existing and required means of communications and

accesses to site, availability of housing and other facilities, the availability of labour,

materials, Power & Water, space for labour’s camp, plant, stores and Godown etc.

(3.3) He shall obtain all necessary information as to the risk, contingencies and other

circumstances, which may affect and influence the tender.

(3.4) Should there be any discrepancy or doubt or obscurity as to meaning of any of the

tender document or as to the instructions to be observed by him, he shall set forth in

writing such discrepancies, doubts obscurity and submit the same to the Executive

Engineer, Public Works Division, Buldana for elucidation as soon as possible.

(3.5) No claims on any of the above or any other factors will be entertained by the

Government.

Contractor No. of Correction Executive Engineer

1010

4. EARNEST MONEY DEPOSIT (EMD):-.

(4.1) Earnest Money Deposit (EMD.) which should be paid online using NEFT/RTGS

or payment gateway mode as prescribed elsewhere in the Tender Document.

(4.2) The Tenderer who have exempt ed from EMD shall select EMD Exempted option

under registration category. In that case Scanned copy of valid EMD

Exemption Certificate should be uploaded online in Envelope No1.

(4.3) Earnest Money in any other form or cash or cheques will not be accepted.

(4.4) Any tender not accompanied by the EMD or valid EMD Exemption Certificate

shall be rejected as non-responsive.

(4.5) The amount of EMD will be forfeited, in case a successful contractor does not

pay the amount of initial security deposit within the time specified as stipulated

by the Executive Engineer, and complete the contract documents. In all other

cases, EMD will be refunded to account provided by the bidder during t he bid

preparation as given in challan under Beneficiary Account Number by

Concerned Divisional Office.

(4.6) In case of Joint Venture, Earnest money Exemption certificate in individual capacity

will not be accepted. Earnest money shall be be paid via online using NEFT/RTGS

or payment gateway mode.

5. Performance Security Deposit. (Condition for financial offer) i) If the tenderer quotes his offer from 1 to 10 % below (the cost put to tender, he shall submit the Demand Draft of the amount equal to 1 % of cost put to tender as Performance Security, in Envelope No. 2 of tender. (Scanned copy shall be submitted.) ii) If the offer quoted is more than 10 % below the cost put to tender, the tenderer shall submit the Demand Draft of the cumulative amount which is equal to the amount by which offer is more than 10 % below plus the amount as per (i) above in Envelop No. 2 of tender. (Scanned copy shall be submitted) (For example, for 14% below rate : 1 % + (14 % - 10 %) i.e. 4 % thus total 5 %) iii) The offer quoted upto 10 % below OR more than 10 % below, scanned copy of D.D. must be in Envelope No. 2 of appropriate amount of performance security. Otherwise the offer shall be treated as invalid. The above performance security deposit shall be deposited in demand draft only, should bear MICR & IFSC code of schedule / Nationalize bank duly in the name of Executive Engineer, P.W. Dn. Amravati during downloading period. This Demand draft should be valid upto 03 months from the start date of downloading. Original Demand draft should be submitted within 05 working days from the end date of control transfer of tender. This performance security deposit shall be refunded within 30 days from the date of satisfactorily completion of work. If tenderer quote below percentage, he has to upload separate appropriate amount of demand draft for each work, thus for every work there must be separate D.D. If it is noticed that, the above procedure is not followed, then the offer quoted will be treated as invalid and initially the agency will be debar for one year for tendering of this division and

Contractor No. of Correction Executive Engineer

1111

his EMD 1% will be forfeited. In such cases, further the action will be initiated to suspend the registration for one year

6) Terms and Conditions & Procedure For Online-Payments

(6.1) The Terms and Conditions contained herein shall apply to any person (“User”) using

the services of PWD Maharashtra, hereinafter referred to as “Merchant”, for making

Tender fee and Earnest Money Deposit(EMD) payments through an online Payment

Gateway Service (“Service”) offered by ICICI Bank Ltd. in association with E

Tendering Service provider and Payment Gateway Service provider through PWD

Maharashtra website i.e. http://pwd.maharashtra.etenders.in. Each User is therefore

deemed to have read and accepted these Terms and Conditions.

(6.2) Privacy Policy

The Merchant respects and protects the privacy of the individuals that access the

information and use the services provided through them. Individually

identifiable information about the User is not willfully disclosed to any third

party without first receiving the User's permission, as covered in this Privacy

Policy.

(6.3) This Privacy Policy describes Merchant’s treatment of personally identifiable

information that Merchant collects when the User is on the Merchant’s website.

The Merchant does not collect any unique information about the User (such as

User's name, email address, age, gender etc.) except when you specifically and

knowingly provide such information on the Website. Like any business

interested in offering the highest quality of service to clients, Merchant may,

from time to time, send email to the User and other communication to tell the

User about the various services, features, functionality and content offered by

Merchant's website or seek voluntary information from The User.

Please be aware, however, that Merchant will release specific personal

information about the User if required to do so in the following cirumstances:

(a) in order to comply with any valid legal process such as a search warrant,

statute, or court order, or available at time of opening the tender

(b) if any of User’s actions on our website violate the Terms of Service or any

of our guidelines for specific services, or

(c) to protect or defend Merchant’s legal rights or property, the Merchant’s

site, or the Users of the site or;

(d) to investigate, prevent, or take action regarding illegal activities,

suspected fraud, situations involving potential threats to the security,

integrity of Merchant’s website/offerings.

Contractor No. of Correction Executive Engineer

1212

(6.4) General Terms and Conditions For E-Payment

(i) Once a User has accepted these Terms and Conditions, he/ she may register

on Merchant’s website and avail the Services.

(ii) Merchant's rights, obligations, undertakings shall be subject to the laws in

force in India, as well as any directives/ procedures of Government of India,

and nothing contained in these Terms and Conditions shall be in derogation

of Merchant's right to comply with any law enforcement agencies request or

requirements relating to any User’s use of the website or information

provided to or gathered by Merchant with respect to such use. Each User

accepts and agrees that the provision of details of his/ her use of the Website

to regulators or police or to any other third party in order to resolve disputes

or complaints which relate to the Website shall be at the absolute discretion

of Merchant.

(iii) If any part of these Terms and Conditions are determined to be invalid or

unenforceable pursuant to applicable law including, but not limited to, the

warranty disclaimers and liability limitations set forth herein, then the invalid

or unenforceable provision will be deemed superseded by a valid,

enforceable provision that most closely matches the intent of the original

provision and the remainder of these Terms and Conditions shall continue in

effect.

(iv) These Terms and Conditions constitute the entire agreement between the

User and Merchant. These Terms and Conditions supersede all prior or

contemporaneous communications and proposals, whether electronic, oral, or

written, between the User and Merchant. A printed version of these Terms

and Conditions and of any notice given in electronic form shall be admissible

in judicial or administrative proceedings based upon or relating to these

Terms and Conditions to the same extent and subject to the same conditions

as other business documents and records originally generated and maintained

in printed form.

(v) The entries in the books of Merchant and/or the Payment Gateway Service

Providers kept in the ordinary course of business of Merchant and/or the

Payment Gateway Service Providers with regard to transactions covered

under these Terms and Conditions and matters therein appearing shall be

binding on the User and shall be conclusive proof of the genuineness and

accuracy of the transaction.

(vi) Refund For Charge Back Transaction: In the event there is any claim for/ of

charge back by the User for any reason whatsoever, such User shall

Contractor No. of Correction Executive Engineer

1313

immediately approach Merchant with his/ her claim details and claim refund

from Merchant alone. Such refund (if any) shall be effected only by

Merchant via payment gateway or by means of a demand draft or such other

means as Merchant deems appropriate. No claims for refund/ charge back

shall be made by any User to the Payment Gateway Service Provider(s) and

in the event such claim is made it shall not be entertained.

(vii) In these Terms and Conditions, the term “Charge Back” shall mean,

approved and settled credit card or net banking purchase transaction(s) which

are at any time refused, debited or charged back to merchant account (and

shall also include similar debits to Payment Gateway Service Provider's

accounts, if any) by the acquiring bank or credit card company for any

reason whatsoever, together with the bank fees, penalties and other charges

incidental thereto.

(viii) Refund for fraudulent/duplicate transaction(s): The User shall directly

contact Merchant for any fraudulent transaction(s) on account of misuse of

Card/ Bank details by a fraudulent individual/party and such issues shall be

suitably addressed by Merchant alone in line with their policies and rules.

(ix) Server Slow Down/Session Timeout: In case the Website or Payment

Gateway Service Provider’s webpage, that is linked to the Website, is

experiencing any server related issues like ‘slow down’ or ‘failure’ or

‘session timeout’, the User shall, before initiating the second payment,,

check whether his/her Bank Account has been debited or not and accordingly

resort to one of the following options:

(x) In case the Bank Account appears to be debited, ensure that he/ she does not

make the payment twice and immediately thereafter contact Merchant via e-

mail or any other mode of contact as provided by Merchant to confirm

payment.

(xi) ii. In case the Bank Account is not debited, the User may initiate a fresh

transaction to make payment.

(xii) However, the User agrees that under no circumstances the Payment

Gateway Service Provider shall be held responsible for such

fraudulent/duplicate transactions and hence no claims should be raised to

Payment Gateway Service Provider No communication received by the

Payment Gateway Service Provider(s) in this regard shall be entertained by

the Payment Gateway Service Provider.

Contractor No. of Correction Executive Engineer

1414

(5.5) Limitation of Liability

(i) Merchant has made this Service available to the User as a matter of convenience.

Merchant expressly disclaims any claim or liability arising out of the provision

of this Service. The User agrees and acknowledges that he/ she shall be solely

responsible for his/ her conduct and that Merchant reserves the right to

terminate the rights to use of the Service immediately without giving any prior

notice thereof.

(ii) Merchant and/or the Payment Gateway Service Providers shall not be liable for

any inaccuracy, error or delay in, or omission of (a) any data, information or

message, or (b) the transmission or delivery of any such data, information or

message; or (c) any loss or damage arising from or occasioned by any such

inaccuracy, error, delay or omission, non-performance or interruption in any such

data, information or message. Under no circumstances shall the Merchant and/or

the Payment Gateway Service Providers, its employees, directors, and its third

party agents involved in processing, delivering or managing the Services, be liable

for any direct, indirect, incidental, special or consequential damages, or any

damages whatsoever, including punitive or exemplary arising out of or in any way

connected with the provision of or any inadequacy or deficiency in the provision

of the Services or resulting from unauthorized access or alteration of transmissions

of data or arising from suspension or termination of the Services.

(iii) The Merchant and the Payment Gateway Service Provider(s) assume no liability

whatsoever for any monetary or other damage suffered by the User on account

of:

(a) the delay, failure, interruption, or corruption of any data or other

information transmitted in connection with use of the Payment Gateway or

Services in connection thereto; and/ or

(b) any interruption or errors in the operation of the Payment Gateway.

(iv) The User shall indemnify and hold harmless the Payment Gateway Service

Provider(s) and Merchant and their respective officers, directors, agents, and

employees, from any claim or demand, or actions arising out of or in connection

with the utilization of the Services.

(iv) The User agrees that Merchant or any of its employees will not be held liable by

the User for any loss or damages arising from your use of, or reliance upon the

information contained on the Website, or any failure to comply with these

Terms and Conditions where such failure is due to circumstance beyond

Merchant’s reasonable control.

Contractor No. of Correction Executive Engineer

1515

(5.6) Miscellaneous Conditions :

(i) Any waiver of any rights available to Merchant under these Terms and Conditions

shall not mean that those rights are automatically waived.

(ii) The User agrees, understands and confirms that his/ her personal data including

without limitation details relating to debit card/ credit card transmitted over the

Internet may be susceptible to misuse, hacking, theft and/ or fraud and that

Merchant or the Payment Gateway Service Provider(s) have no control over

such matters.

(iii) Although all reasonable care has been taken towards guarding against

unauthorized use of any information transmitted by the User, Merchant does

not represent or guarantee that the use of the Services provided by/ through it

will not result in theft and/or unauthorized use of data over the Internet.

(v) The Merchant, the Payment Gateway Service Provider(s) and its affiliates and

associates shall not be liable, at any time, for any failure of performance, error,

omission, interruption, deletion, defect, delay in operation or transmission,

computer virus, communications line failure, theft or destruction or

unauthorized access to, alteration of, or use of information contained on the

Website.

(vi) The User may be required to create his/ her own User ID and Password in order

to register and/ or use the Services provided by Merchant on the Website. By

accepting these Terms and Conditions the User agrees that his/ her User ID and

Password are very important pieces of information and it shall be the User’s

own responsibility to keep them secure and confidential. In furtherance hereof,

the User agrees to;

(a) Choose a new password, whenever required for security reasons.

(b) Keep his/ her User ID & Password strictly confidential.

(c) Be responsible for any transactions made by User under such User ID and

Password.

(vii) The User is hereby informed that Merchant will never ask the User for the

User’s password in an unsolicited phone call or in an unsolicited email. The

User is hereby required to sign out of his/ her Merchant account on the Website

and close the web browser window when the transaction(s) have been

completed. This is to ensure that others cannot access the User’s personal

information and correspondence when the User happens to share a computer

with someone else or is using a computer in a public place like a library or

Internet café.

Contractor No. of Correction Executive Engineer

1616

(5.7) Debit/Credit Card, Bank Account Details

(i) The User agrees that the debit/credit card details provided by him/ her for use

of the aforesaid Service(s) must be correct and accurate and that the User shall

not use a debit/ credit card, that is not lawfully owned by him/ her or the use

of which is not authorized by the lawful owner thereof. The User further

agrees and undertakes to provide correct and valid debit/credit card details.

(ii) The User may make his/ her payment(Tender Fee/Earnest Money deposit) to

Merchant by using a debit/credit card or through online banking account. The

User warrants, agrees and confirms that when he/ she initiates a payment

transaction and/or issues an online payment instruction and provides his/ her

card / bank details:

(a) The User is fully and lawfully entitled to use such credit / debit card,

bank account for such transactions;

(b) The User is responsible to ensure that the card/ bank account details

provided by him/ her are accurate;

(c) The User is authorizing debit of the nominated card/ bank account

for the payment of Tender Fee and Earnest Money Deposit.

(d) The User is responsible to ensure sufficient credit is available on the

nominated card/ bank account at the time of making the payment to

permit the payment of the dues payable or the bill(s) selected by the

User inclusive of the applicable Fee.

(5.8) Personal Information

(i) The User agrees that, to the extent required or permitted by law, Merchant

and/ or the Payment Gateway Service Provider(s) may also collect, use and

disclose personal information in connection with security related or law

enforcement investigations or in the course of cooperating with authorities

or complying with legal requirements.

(ii) The User agrees that any communication sent by the User vide e-mail, shall

imply release of information therein/ therewith to Merchant. The User

agrees to be contacted via e-mail on such mails initiated by him/ her.

(iii) In addition to the information already in the possession of Merchant and/ or

the Payment Gateway Service Provider(s), Merchant may have collected

similar information from the User in the past. By entering the Website the

User consents to the terms of Merchant’s information privacy policy and to

our continued use of previously collected information. By submitting the

User’s personal information to us, the User will be treated as having given

Contractor No. of Correction Executive Engineer

1717

his/her permission for the processing of the User’s personal data as set out

herein.

(iv) The User acknowledges and agrees that his/ her information will be managed

in accordance with the laws for the time in force.

(5.9) Payment Gateway Disclaimer

The Service is provided in order to facilitate payment of Tender Fees/Earnest

Money Deposit online. The Merchant or the Payment Gateway Service

Provider(s) do not make any representation of any kind, express or implied, as

to the operation of the Payment Gateway other than what is specified in the

Website for this purpose. By accepting/ agreeing to these Terms and

Conditions, the User expressly agrees that his/ her use of the aforesaid online

payment service is entirely at own risk and responsibility of the User.

6 Manner of Submission :

6.1 Uploading of Formats, Templates and Tender Documents:-

(e) The Intending Tenderer shall prepare the Bids in the Templates provided

online as part of tender. The Templates shall be either Documents based (in

which the Intending Tenderer is required to attach the relevant documents

separately) or Forms Based (in which the Intending Tenderer is required to

fill in the information in given Formats).

(f) The required Documents (single document or a compressed file containing

multiple document having size of each document not more than 5 MB)

available in Brief Case shall be attached against each up loadable option in

the Document Based Templates.

(g) The Information being filled in the Form Based Templates shall be

encrypted using a valid class II / III DSC.

(h) The Formats/ Templates shall be uploaded in Envelope No.1 (Technical

Bid) on the sub-Portal http;//pwd.maharashtra.etender.in

1. Scanned Copy of Government Treasury Challan or Terms Deposit

Receipt valid for a period of one year from any Scheduled Bank for the

amount of Earnest Money, or valid certificate of exemption from payment

of Earnest Money, if applicable [original copy is to be submitted as

specified as above]

2. Scanned Copy from the original copy of PAN Card, Shop Act Certificate(

for both House Keeping and Catering), Service Tax Registration

Certificate supporting the legal validity of Bidder.

Contractor No. of Correction Executive Engineer

1818

3. Scanned copy from original copy of Registration documents of firm, proprietorship firm/Partnership Firm/Pvt. Limited Company or any other company as the case may be.

4. Scanned copy from original copy of Food and Drugs Administration (FDA) Certificate of Maharashtra, Maharashtra Value Added Tax Certificate ( VAT).

5. Scanned copy from original copy of Professional Tax Certificate ,

Employee State insurance corporation ( ESIC ) , Employee Provident Fund

( EPF ) , Maharashtra Labour Welfare Board ( MLWB).

6. Scanned copy from original Experience Certificate signed by Executive Engineer of minimum 12 months experience of providing House Keeping and catering Services ( both inclusive ) to least two P.W.D Rest houses one at a District place and one at a Regional place in Maharashtra having at least 20 suits and one of the suit must be Presidential suit.

7. Scanned copy from original of income Tax Return of A.Y 2015-16, A.Y 2014-15 and A.Y.2013-14

8. Scanned copy from Original of solvency certificate @ 20 % of Estimated cost from a Nationalised Bank or Scheduled bank.

9. Any (Future) Charges in Goverement Laws related to service Tax or VAT due to introduction of GST will be applicable to this work

Note – 1 - All the uploaded Scanned Copies of the necessary Certificates shall be

legible. Non readable uploaded scanned copies shall not be considered.

Note – 2 All statement / forms shall be filled in and signed properly and

correctly. If these forms / statements found incomplete or wrongly

filled the Envelope No. 2 (Financial bid) will not be opened

Even though the bidder meet the above qualifying criteria, they are subject to

be disqualified if they have made :-

~ Misleading or False representation in the form, statements and

attachments submitted in proof of the qualification requirements

and/or

~ Record of poor performance such as abandoning the works, not

properly completing the contract, inordinate delays in completion,

litigation history of financial failure etc.

Note:- The downloaded Tender Document along with detailed set of conditions

issued / additional stipulations (C.S.D.) shall be signed by the Intending

Tenderer (In the event of Tender being submitted by Firm, it must be signed by

the Nominated partner or person holding power of attorney to sign the bid)

submit the same to Division Office before award of work.

Note:- Since the working of Rest house can not be stopped for the want of staff, the

Contractor No. of Correction Executive Engineer

1919

successful bidder must recruit & deploy necessary trained staff as mentioned in the tender i.e. date of starting of work .Failing this, the work order will

Contractor No. of Correction Executive Engineer

2020

automatically be cancelled & EMD & Security Deposit will be forfeited .

(e) Envelope No. 2 Tender (Financial Bid)

The Intending Tenderer must quote his offer in form of percentage of Estimated

Rates only at the appropriate place provided online.

(6.2) ONLINE Submission:-

(i) Submission of online Tender Documents {uploading of Formats &

Templates} (in Env no1) and Tender Documents (in Enve. no 2)} shall be

followed by Digitally signed Bid Hashes (Seals) within the Tender Time

Schedule (Key Dates)

(ii) Then the Intending Tenderer is required to enter the date and encrypt the data

using the DSC.

(iii)The Hashes are the Thumbprint of electronic Data and are based on one – wa y

algorithm. The Hashes establish the unique identity of Bid Data.

(iv) The Bid hash values are digitally signed using valid Class – II or Class – III

DSC issued any Certifying Authority.

(v) After the hash value of bid data is generated, the intending Tenderer cannot

make any change / additions in his bid data.

Note -

(a) The Contractor upload a single document or a compressed file containing

documents against each upload able option.

(b) The Hashes are the thumbprint data of electronic data and are based on one

– way algorithm. The Hashes establish the unique identity of Bid Data.

(c) The Bid Hash values are digitally signed using valid – Class II or Class III

DSC issued any Certifying Authority. The Contractors are required to

obtain DSC in advance

(d) After the hash value of bid data is generated, the intending Tenderer cannot

make any change / additions in his bid data

(f) The Step by step procedure as per system requirement must be followed.

7. Dead line for Submission of Tender

The Engineer-in-Charge may at his discretion extend the deadline for

submission of tender by issuing an addendum in which case, all rights and

obligations of the Government and Tenderers previously subjected to the

original dead line shall therefore be subjected to new deadline as extended.

8. Close for bidding (Generation of Super Hash Values) :

After the expiry of the cut off time of Bid Preparation and Hash

Contractor No. of Correction Executive Engineer

2020

Submission stage to be completed by the Intending Tenderer has lapsed, the

Tender will be closed by the Tender Authority. The Step by step procedure as

per system requirement must be followed.

The Tender Authority from PWD shall generate and digitally signed the

Super Hash values (Seals).

9. Decryption and Re-encryption of Bids (Submitting the Bids online) :-

The Intending Tenderers are expected to get themselves fully conversant with the

GoM E-Tender System and latest changes therein. However brief details about E-

Tender System, it’s requirements, necessary procedure regarding purchase of

Tender Forms, downloading of Tender Forms, Submission of Tender Documents,

quoting offer etc, has been mentioned below;

(9.1) After the time for generation of Super Hash values by the Tender Authority

from PWD has lapsed, And After making online payment towards Fees of Service

Provider, the Contractors are required to decrypt their bid data using their DSC and

immediately re-encrypt their bid data using the Public Key of the Tendering

Authority. The Public Key of the Tendering Authority is attached to the Tender

during the Close for Bidding stage.

(9.2) At this time, the Intending Tenderer are also required to upload the files for

which they generated the Hash Vales during the Bid Preparation and Hash

Submission stage.

(9.3) The Bid Data and Documents of only those Intending Tenderer who have

submitted their Bid Hashes (Seals) within the stipulated time (as per the

Tender Schedule), will be available for decryption and re-encryption and to

upload the relevant documents from Briefcase.

(9.4) A Intending Tenderer who has not submitted his Bid Preparation and Hash

Submission stage within the stipulated time will not be allowed to decrypt/ re-

encrypt the Bid Data / submit documents during the stage of Decryption and

Re-encryption of Bids (submitting the Bids Online)

(9.5) The Step by step procedure as per system requirement must be followed.

10. Receipt of Tender After Deadline

The Tenderer will have to carry out their respective tasks within the deadline

defined in the Tender Schedule.

Contractor No. of Correction Executive Engineer

21

11. Department will not be responsible, For non Enrolment and non Empanelment of

ETMS, non submitting / uploading tender online due to failure of internet

services, or power supply or any other unforeseen or foreseen reasons/causes

what-so-ever. No claims on any of the above or any other factors in the regards

will not be entertained.

12. Opening of Technical Bid (Envelope No. 1)

(12.1) Tenders will be opened as per the Tender Schedule, in the presence of such

intending Tenderers or his/ their authorized representatives who may be

present at that time.

(a) All tenders are to be received on-line so Tender Opening Authority not able

to know who have submitted tender. Therefore it is not possible to

communicate the date and time of Tender opening to Tenderer. Hence it is

responsibility of Tenderer remain keep in touch with concerned office to

know the date and time of Tender Opening to present for Tender Opening.

Therefore all Tender Opening Procedure will be done in the presence of such

tenderer who may wish to be present or their representatives. No claim or

any grievances will be entertain what-so-ever by the Tender Opening

Authority in this regards.

(b) The Tendering Authority will first open the Envelope – I documents of all

Intending Tenderer and after scrutinizing these documents will shortlist

the Intending Tenderer who are eligible for Financial Bidding Process.

The Shortlisted Tenderers will be intimated by e-mail.

(c) The Contents in Envelope No. 1 will be verified by the Tender opening

authority to check their validity as per requirements. If any particular

document of any tender is either missing or does not meet the

requirements as specified above then a above to that effect will be

recorded by the tender opening authority at the time of short listing of

Envelope – 1.

13. Opening of Financial Bid (Envelope No. 2)

(13.1) The Envelope No. 2 of the tenderer whose Envelope No. 1 dose not contain the

specified documents or any of the specified document is missing or do not

satisfy the requirements, such tenders will be rejected. The Envelope No. 2 of

such tender shall not be opened and a note to that effect will be made online at

the time of short listing of Envelope -1

Contractor No. of Correction Executive Engineer

22

(13.2) After the analysis and scrutiny of documents and evaluation with respect to

Departmental Requirement is over, the tender opening authority shall intimate

the date and time of opening of Envelope No. 2 to the Eligible Tenderers. The

Envelope No. 1 shall be opened as per tender schedule.

(13.3) The Envelope No. 2 of Eligible Tenderers shall be opened serially. The

percentage above or below over the estimated cost put to tender by the

Department quoted by each Eligible Tenderers shall then be read out by tender

opening authority and shall be reflected online for information of those present

/ participated.

14. Tender Liable for Rejection.

Tender is liable for outright rejection if on opening it is found that –

(a) The Tenderer has not strictly followed the procedure laid down for

submission of tender.

(b) If the tender is CONDITIONAL

(c) If the Tenderer has quoted his offer anywhere else other than specified

place provided.

(d) The Tenderer has not uploaded the documents or Failed to fill the

templates as stated

(e) Any Corrections, modifications, additions, omission or any type of

changes in main tender document or CSD is not permissible and if it is

found at any stage the tender shall be rejected by forfeiting the Security

Deposit.

15. The Contractor will have to sign the tender papers and the drawings C.S.D.

according to which the work is to be carried out. He shall also have to give a

declaration to the effect that he has fully studied the plans, specifications, local

conditions and availability of labour and materials and that he has quoted his

rates with due consideration to all these factors and same shall submit to

Concerned Division office before award of work

16. The acceptance of the tender may be intimated to the Contractor

telegraphically or otherwise (even may be by e-mail) and either by the Officer

competent to accept the tender or any authority in the department including

Government and such intimation shall be deemed to be an intimation of

acceptance of the tender given by the authority competent to accept the tender

Contractor No. of Correction Executive Engineer

2323

17. SECURITY DEPOSIT :-

(17.1) The Total Security Deposit to be paid shall be 4% (Four Percent) of amount

put to tender.

(17.2) The Successful tenderer shall have to pay, half of the Security Deposit

preferably in the form of National Saving Certificate or in the form of Bank

Guarantee (in the form as prescribed by Govt.) from any Scheduled Bank in

favour of Executive Engineer, Public Works Division, Buldana within 10

days of acceptance of tender, and the balance security deposit will be

recovered from running account bills at the percentage as shown in item (d) of

the memorandum in printed B-1 form or as may be decided by the Executive

Engineer during course of execution of the work looking to the position and

circumstances that may prevail, whose orders will be final and binding on the

contractor.

(17.3) The Security Deposit for the due performance of the contract shall be as

detailed in the tender documents elsewhere. Fifty percent of the Securit y

deposit will have to deposited within ten days of the acceptance of the tender

and the Balance Security Deposit will be recovered from the Running Bills at

the rates as specified in the tender form on the cost of work as per CSR

prevailing at the time of acceptance of tender. Amount of total security

deposit to be paid shall be 4% (Four Percent) of the cost of work worked out

as per D.S.R. 2015-16 of respective District.

(17.5) In the event of the tenderer to pay cash security deposit within 10 days (unless

extended in writing by the Executive Engineer,) from the date of receipt of

notice (sent by Registered Post) of acceptance of his tender, the amount of

EMD shall be forfeited to Government and the acceptance of his tender, shall

be considered withdrawn. Except that in the event of the notice of acceptance

of the tender not being issued within 120 days of the date of opening of

Envelope No. 2 (financial bid). The tenderer shall have the option (to be

intimated in writing in good time before the expiry of 120 days period) of

withdrawing his tender, in which case the earnest money should be refunded

in full. All the tenders shall remain open for acceptance for 120 days from the

date fixed for opening of envelope No.2 (financial bid) and thereafter until it

is withdrawn by the tenderer by notice in writing as per condition No2 of the

Memorandum on

Contractor No. of Correction Executive Engineer

2424

18. Income Tax :-

Income tax @ 2.00 % and surcharge thereon or at the rates amended from

time to time as intimated by competent Income tax authority shall be deducted

from bill amount, whether measured bills, advance payment or secured

advance.

19. BUILDING & OTHER CONSTRUCTION WORKERS WELFARE CESS:-

Building & other Construction workers welfare cess @ 1% or at the rates

amended from time to time as intimated by the competent authority of Building

and other construction workers welfare Act, 1996 shall be deducted from bill

amount, whether measured bill, advance payment or secured advance.

20. The contractor whose tender is accepted is required to note that no foreign

exchange will be released by the Department.

21. The e-notice-inviting tender and shall form part of the tender agreement.

22. The Tender Authority is interested to make payment of contractor’s bill through

ECS / NEFT system. For this purpose contractor should open his Bank Account,

having core banking facility only.

Contractor No. of Correction Executive Engineer

2525

AFFIDAVIT (be submitted duely notirezed along-with the Tender Fees’s DD / Pay order & EMD)

I .................................. age ........ years ......... is resident of ......................... do hereby

Solemnly stated on oath that, I am the sole Proprietor / Owner/Power of Attorney Holder of

the firm / Company ..................................................,

That I have submitted on line Tender for the work ............. (Name of work) ..... on

portal http://maharashtra.etenders.in of P.W.D,

That have carefully gone through, read, thoroughl y studied and understood all terms

& condition, specification included in the tender document (Tender Form, Detail Tender

Notice, conditions and specifications common set of Deviations drawings etc.) I hereby

accept all theses conditions, I agree to abide by the terms & condition in the tender document

and agree to execute the work a per terms and conditions, specifications laid down in the

tender document.

I do here by state on oath that the documents uploaded by in Envelope No. 1 of this

tender are true, correct and bonafied, There are no errors and omissions in the uploaded

documents.

In case in future, if it is found that, any of the uploaded document /information is

false / wrong I will be personally responsible for the same and I will be liable for legal action

against me.

(Name address and signature of Tenderer)

[ The Scanned copy should be uploaded in Envelope No. 1 And The Original Copy of the Bond of the above

affidavit should be submitted when demanded by this office or before award of work to Concerned Division

Office )

Contractor No. of Correction Executive Engineer

2626

SECTION-3 GENERAL CONDITIONS OF CONTRACT (GCC)

1. DEFINITIONS

1.1 General

Dated

In this Contract including the Schedules the following words and expressions shall (unless the context requires otherwise) have the meaning assigned to them in this Schedule.

"Agreement" The word "Agreement" and "Contract" has been used interchangeably.

EMD Earnest Money Deposit

“GoM” Government of Maharashtra

Party The word "party" means the Successful Bidder/Contractor to whom the work of OutsOurcing Of AjinthA, AllOrA And VisAwA CirCuit House WitH CirCuit House Premises At BuldAnA. For the period Three Months.

Client "Executive Engineer Public Works Department, Buldana.

Letter of Shall mean the intent of the Client to engage the successful bidder for Acceptance (LoA) catering of food and non-alcoholic beverage services in its premises.

'Confidential Shall mean all information that is not generally known and which is Information' obtained/received during the tenure of the contract and relates directly

to the business /assets of Client including the information having the commercial value.

1.2 CONFIDENTIALITY

1.2.1 The Contractor shall take all precautions not to disclose, divulge and / or disseminate to any third party any confidential information, proprietary information on the Client's business or security arrangements (including but not limited to the Assignment Instructions, Schedules and other subsequent Agreements) and/or business of the Client. The obligation is not limited to any scope and the Contractor shall be held responsible in case of breach of the confidentiality of Client's information.

1.2.2 If the Contractor receives enquiries from Press / News / Media/ Radio / Television or other bodies / persons, the same shall be referred by the Contractor to Client immediately on receipt of such queries.

Contractor No. of Correction Executive Engineer

2727

2. SIGNING OF CONTRACT AGREEMENT

2.1 The successful Bidder shall enter into contract and shall execute and sign the

Contract Agreement in accordance with the Articles of Agreement before commencement of the services.

2.2 The competent authority of the Client shall sign the Contract agreement and return

a copy of the same to the successful bidder.

2.3 The Contractor shall be providing catering of food and non-alcoholic beverage services in Client's premises as per the details given herein, or any other location as required by the Client to be read with the Special Conditions of Contract, Assignment Instructions and Schedule of Requirements.

2.4 The Client shall pay the charges as agreed between the Client and the Contractor

at the time of bidding process. A schedule of charges shall be annexed to the Articles of Agreement after finalizing the amount at the conclusion of Bidding process.

2.5 The Contractor shall provide catering of food and non-alcoholic beverage services

in the Client's premises to its entire satisfaction and it is the sole responsibility of the Contractor that the work is executed in all respects in accordance with the Contractor's obligations.

3. COMMENCEMENT OF SERVICES

The Contract shall become legally binding and in force only upon:

3.1 Submission of Security Deposit

3.2 The Contractor shall commence of Outsourcing of OutsOurcing Of AjinthA, AllorA And visAwA circuit house with circuit house premises at buldana. For period ……… in Client's premises within 10 days from the date of receipt of Notice to Proceed

4. CONTRACTOR'S OBLIGATIONS

4.1 The Contractor shall provide services for OutsOurcing Of AjinthA, allora and visawa circuit house with circuit house premises at buldana. at Client's premises as per Schedule of Work / Requirements (Section 3) which may be amended from time to time by the Client during the Contractual period and it shall always form part and parcel of the Contract. The Contractor shall abide by such assignments as provided by the Client from time to time.

4.2 The Contractor shall provide Housekeeping, Catering of food and non-alcoholic beverage services through its uniformed and trained personnel for the performance of its services hereunder and these personnel deployed shall be employees of the Contractor only and the Client shall not in any manner be liable and all statutory liabilities shall be paid for by the Contractor.

4.3 The Client shall have the right, within reason, to have any personnel removed who is considered to be undesirable or otherwise and similarly the Contractor reserves the

Contractor No. of Correction Executive Engineer

2828

right to remove any personnel with prior intimation to the Client, emergencies, exempted.

4.4 The Contractor shall cover its personnel for personal accident and death whilst performing the duty and the Client shall own no liability and obligation in this regard.

4.5 The Contractor shall exercise adequate supervision to ensure performance of catering of food and non-alcoholic beverage services in accordance with Schedule of Requirements.

4.6 The Contractor shall issue identity cards / identification documents to all its personnel who will be instructed by the Contractor to display the same.

4.7 The personnel of the Contractor shall not be the employees of the Client and the y shall not claim any salary or allowances, compensation, damages or anything arising out of their deployment/duty under this Contract. The Contractor shall make them known about this position in writing before deployment under this agreement.

4.8 The Contractor shall also provide at its own cost all benefits statutory or otherwise to its personnel and the Client shall not have any liabilit y whatsoever on this account. The Contractor shall also abide by and comply with the Labour laws, and Minimum Wages Laws, Contract Labour (Regulations Abolition Act) .

4.9 The Contractor shall provide minimum of two sets each of uniform to its personnel at its own cost.

4.10 Adequate supervision shall be provided to ensure correct performance of the services in accordance with the prevailing requirements agreed upon between the two parties.

4.11 All necessary reports and other information shall be supplied immediately as required and regular meetings will be held with the Client.

4.12 The Contractor shall not deploy any person below the age of 18 years old. Manpower engaged for the purpose shall be pre-trained in requisite fields.

4.13 Contractor's Personnel

4.13.1 The Contractor shall at all times ensure that it has sufficient, suitable and qualified personnel to supervise the Client’s premises at the Client’s Site and in sufficient number to undertake the responsibilities imposed upon the Contractor under the Contract and to provide full attention for executing the work thereof.

4.13.2 The Contractor shall submit its Organisation Chart, showing therein the details of key personnel with their full contact details. The Contractor shall also keep informing the Client of any change in its organization or its personnel.

4.13.3 The personnel engaged by the Contractor shall be dressed in neat and clean uniform (including proper name badges).

Contractor No. of Correction Executive Engineer

2929

5. CONTRACTOR'S LIABILITY

5.1 The Contractor shall completely indemnify and hold harmless the Client and its employees against any liability, claims, losses or damages sustained by it or them b y reason of any breach of contract, wrongful act or negligence by the Contractor or any of its personnel engaged for providing Housekeeping and catering of food and non- alcoholic beverage services to the Client.

5.2 The Contractor shall not be liable in any way whatsoever and the Client hereby expressly waives any right to, any loss, injury, damage, cost or expense of whatsoever nature directly or indirectly:

5.2.1 Caused by, resulting from or in connection with any Act of Terrorism or any Biological or Chemical Contamination or any Nuclear Risks;

5.2.2 consisting of, caused by, resulting from or in connection with any loss, damage, destruction, distortion, erasure, corruption or alteration of Electronic Data from any cause whatsoever (including but not limited to Computer Virus) unless such loss, damage, destruction, distortion, erasure, corruption or alteration of Electronic Data was due to the negligence or default of the Contractor or any of its personnel engaged for providing Housekeeping and catering of food and non-alcoholic beverage services to the Client.

5.3 The Contractor shall not Sub-Contract or Sub-let, transfer or assign the contract or any other part thereof. In the event of the contractor contravening this condition, Client shall be entitled to place the contract elsewhere on the contractors risk and cost and the contractor shall be liable for any loss or damage, which the Client may sustain in consequence or arising out of such replacing of the contract.

6. CLIENT'S OBLIGATIONS

6.1 The Client shall comply with and fulfill the recommendations (if any), if deemed necessary b y the Client, made in writing by the Contractor in connection with the performance of the Services. The Client shall notify the Contractor of any dishonest, wrongful or negligent acts or omissions of the Contractor's personnel or agents in connection with the Services as soon as possible after the Client becomes aware of them.

6.2 To enable the Contractor to provide Housekeeping and catering of food and non- alcoholic beverage services, the Client shall ensure that their staff is available to provide such assistance.

6.3 The Client shall not be under any obligation for providing empanelment to any of the personnel of the Contractor after the expiry of the contract. The Client does not recognize any employee-employers relationship with any of the workers of the Contractor. (7) Conflicting relationships

(i) the Contractor have an obligation to disclose any situation of actual or potential conflict that impacts their capacity to serve the best interest of the department or that may reasonably be perceived as having this effect. failure to disclose said situations may lead to the disqualification of or the termination of its Contract.

Contractor No. of Correction Executive Engineer

3030

(8) Fraud and Corruption. (a) defines, for the purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice” means the offering, giving, receiving, or soliciting,

directly or indirectly, of anything of value to influence improperly the action of another party i.e. public official ;

(ii) “fraudulent practice” is any act or omission, including misrepresentation,

that knowingly or recklessly misleads or attempts to mislead, a party to obtain financial or other benefit or to avoid an obligation

(iii) “collusive practice” is an arrangement between two or more parties

designed to achieve an improper purpose, including to influence improperly the actions of another party

(iv) “coercive practice” is impairing or harming or threatening to impair or

harm directly or indirectly any party or the property of the party to influence improperly the actions for a party.

(v) “Obstructive practice “ is

(aa) deliberately destroying falsifying, altering or conceasling of evidence material to he invesrigation or making false statements to investigation in order to materially impede a Bank inverstgation into allegations of a corrupt, frauduent, coercive, of collusive practice and / or threatening, harassing, or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investingation or from pursuing the investigation, or

(bb) acts intended to materially impede the exercise of the Bank’ inspection and audit rights provided for under paragraph 1.7.1 below

(b) will reject a proposal for award if it determines that the contractor recommended

for award has directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practies in competing for the contract in question

(c) will cancel the contract if it determines at any time that the contractor were

engaged in corrupt, fraudulent, collusive, or coercive practices during the execution of that contract.

(9) Liability of contractor for any damage done in or outside work area

Compensation for all damages done intentionally or unintentionally by contractor's

labour whether in or beyond the limits of Government shall be estimated by the Engineer-in-charge or such other officer as he may appoint and the estimates of the Engineer-in-charge subject to the decision of the Superintending Engineer on appeal shall be final and the contractor shall be bound to pay the amount of the assessed compensation on demand, failing which, the same will be recovered from the contractor as damages & will be deducted by the Engineer-in-charge from any sums that may be due or become due from Government to the contractor under this contract or otherwise.

The contractor shall bear the expenses of defending any action or other legal proceedings that may be brought by any persons for injury sustained by him owing to

Contractor No. of Correction Executive Engineer

3131

neglect of precautions to prevent the spread of fire and he shall pay any damages and cost that may be awarded by the court in consequence. (10) Direction and control of the Executive Engineer

All works to be executed under the contract shall be executed under the

direction and subject to the approval in all respects of the Executive Engineer, of the Division, for the time being, who shall be entitled to direct at what point or points and in what manner they are to be commenced , and from time to time carried on

(11) Direction and control of the Executive Engineer

Except where otherwise specified in the contract and subject to the powers

delegated to him by Govt. under the code, rules then in force. The decision of the Executive Engineer of the Division for the time being shall be final, conclusive, and binding on all parties to the contract upon all questions relating to the meaning clauses, and instructions here in before mentioned and as to the quality of workmanship or materials used on the work, or as to any other question, claim, right, matter, or things whatsoever, if any way arising out of, or relating to the contract, instructions, orders, or other conditions or otherwise concerning the works, or the execution or failure to execute the same, whether arising during the progress of the work or after the completion or abandonment thereof.

(12) Compensation under the workmen's compensation act.

The contractor shall be responsible for and shall pay compensation to his workmen

payable under the Workman’s Compensation Act 1923 (VIII th of 1923) (hereinafter called the said act) for injuries caused to the workmen. If such compensation is payable/paid by the Government as principal under subsection (1) of section 12 of the said Act on behalf of the contractor it shall be recoverable by Government from the contractor under subsection (2) of the said section. Such compensation shall be recovered in the manner laid down in clause 1 above. (12) A :- The contractor shall be responsible for and shall pay the expenses of

providing medical aid to any workmen who may suffer a bodily injury as a result of an accident. If such expenses are incurred by Government the same shall be recoverable from the contractor forthwith and be deducted without prejudice to any other remedy of Government from any amount due or that may become due to the contractor.

(12) B- :- The contractor shall provide all necessary personnel safety equipment and first aid apparatus available for the use of the persons employed on the site, and shall maintain the same in condition suitable for immediate use at any time and shall comply with the following regulations in connection therewith:- (a) The workers shall be required to use the equipment so provided by

the contractor and the contractor shall take adequate steps to ensure proper use of the equipment by those concerned.

(b) When work is carried on in proximity to any place where there is a

risk of drowning all necessary equipment shall be provided and kept

Contractor No. of Correction Executive Engineer

3232

ready for use and all necessary steps shall be taken for the prompt

rescue of any person in danger.

Adequate provision shall be made for prompt first-aid treatment of all injuries likely to be sustained during the course of the work.

12(C) - The contractor shall duly comply with the provisions of "The Apprentices Act 1961 (III of 1961), the rules made there under and the orders that may be issued from time to time under the said Act and the said rules and on his failure or neglect to do so, he shall be subject to all the liabilities and penalties provided by the said act and said rules.

13 Minimum age of persons employed, the employment of donkeys and/or other animals and the payment of fair wages

(i) No contractor shall employ any person who is and the payment person who

is under the age of 18 years.

(ii) The Engineer-in-charge or his agent is authorised to remove from the work

any person or animal found working which does not satisfy these conditions

and no responsibility shall be accepted by Government for any delay caused

in the completion of the work by such removal.

(iii) The contractor shall pay fair and reasonable wages to the workmen employed

by him in the contract undertaken by him. In the event of any dispute

arising between the contractor and his workmen on the grounds that the

wages paid are not fair and reasonable, the dispute shall be referred without

delay to the Executive Engineer who shall decide the same. The decision of

the Executive Engineer, shall be conclusive and binding on the contractor

but such decision shall not in any way affect the conditions in the contract

regarding the payment to be made by Government at the sanctioned tender

rates.

(vi) Contractor shall provide drinking water facilities to the workers. Similar

amenities shall be provided to the workers engaged on large work in urban

areas.

(v) Contractor to take precaution against accidents which take place on account of labour using loose garments while working near machinery.

(14) Method of payment

Payment to Contractor shall be made by cheque drawn on any treasury within the division convenient to them, provided the amount exceeds Rs.10. Amount not exceeding Rs.10 will be paid in cash

(15) Any contractor who does not accept these conditions shall not be allowed to

tender for works

Contractor No. of Correction Executive Engineer

3333

(16) " The tender rates are inclusive of all taxes, rates cesses and are also be inclusive of

the tax livable in respect of transfer of property in goods involved in the execution of a work contract under the provisions of rule 58 of the Maharashtra Value Added Tax Act 2005 for the purpose of levy of Tax.

(17) The rates to be quoted by the contractor must be inclusive of Service Tax. No

extra payment on this account will be made to the contractor.

(18) The contractor shall employ unskilled labour to be employed by him on the said work only from locally available labours and shall give preference to those persons enrolled under Maharashtra Government and Self Employment Department’s Scheme

Provided, however, that if the required unskilled labour are not available locally, the contractor shall in the first instance employ such number of persons as is available and thereafter may with previous permission in writing of the Executive Engineer-in- charge of the said work, obtain the rest of his requirement of unskilled labour from out side the above scheme.

(19) The contractor shall pay the labourers (skilled and unskilled) according to the

wages prescribed by the Minimum Wages Act of 1948 applicable to the area in which the work of contract is located. The contractor shall comply with the provision of the Apprentices Act 1961 and the rules and orders issued there under from time to time, if he fails to do so his failure will be a breach of the contract and Superintending Engineer, may in his discretion may cancel the contract, The Contractor shall be liable, for any precautionary liability, arising on account of any violation bt him of the provision of Act. The contractor shall pay labourers skilled and unskilled according to the wages prescribed by the Minimum Wages Act of 1948 applicable to the area in which work lies.

(20) Work to be executed in accordance with, orders, etc.

The contractor shall duly comply with all the provisions of the Contract Labour (Regulation and Abolition) Act 1970, (37 of 1970) and the Maharashtra Contract Labour (Regulation and Abolition ) Rules, 1971 as amended from time to time and all other relevant statutes and statutory provision concerning payment of wages particularly to workmen employed by the contractor and working on the site of the work. In particular the contractor shall pay wages to each worker employed by him on the site of the work at the rates prescribed under the Maharashtra Contract Labour (Regulation And Abolition) Rules 1971. If the contractor fails or neglects to pay wages at the said rates or makes short payment and the Government makes such payment of wages in full or part thereof less paid by the contractor, as the case may be, the amount so paid by the Government to such works shall be deemed to be an arrears of land revenue and Government shall be entitled or deduct the same from the amount payable by the Govt. to the contractor here under or from any other amounts payable to him by the Government.

21 - Work to be executed in accordance with specifications, Drawings, orders, etc.

The contractor shall execute the whole and every part of the work in the most substantial and workmanlike manner, and both as regards materials and every other respect in strict accordance with specifications. The contractor shall also conform

Contractor No. of Correction Executive Engineer

3434

exactly, fully and faithfully to the designs, drawings and instructions in writing relating to the work assigned be by the Junior Engineer- in-charge of the rest house or deputy Engineer in charge of the rest house.

Alterations in specifications and designs not to invalidate contracts

The Junior Engineer- in-charge of the rest house or deputy Engineer in charge shall

have power to make any alterations in or additions instructions that may appear to him to be necessary or advisable during execution, and the contractor shall be bound to carry out the work in accordance with any instructions in this connection which may be given to him And if the additional and altered work includes any class of work for which no rate is specified in this contract ,then such class of work shall be carried out at the rates mutually agreed upon between the Engineer-in-charge and contractor which ever are lower.

22. VALIDITY OF CONTRACT

The contract, if awarded, shall be initially for a period of Three Months renewable up to Two years from the date of award subject to continuous satisfactory performance monitored by Executive Engineer Public Works Division,Buldana. In case of breach of Contract or in the event of not fulfilling the minimum requirements / statutory requirements, the Client shall have the right to terminate the contract forthwith in addition to forfeiting the Security Deposit amount deposited by the contractor and initiating administrative actions for black listing etc. solely at the discretion of the competent authority of the office of the Client. The period of three years can be further extended, subject to satisfactory services at the sole discretion of the office of the Client. (22.1) RATE FOR RENEWABLE PERIOD Rates for renewable period at the rates (i) derived from the rates entered in the current schedule of rates and in the absence of such rates (ii) at the rate prevailing in the market the said rates being increased or decreased as the case may be, by the percentage which the total tendered amount bears to the estimated cost of the work as put to tender, based upon the schedule of rates applicable to the year in which the tenders were invited. (For the purposes of operation of this clause, this cost shall be taken, as arrived at CSR 2016-17 for Amravati Region)

23. PAYMENTS

23.1 After selection of the Successful bidder as Contractor, a price schedule shall be

annexed to the Articles of Agreement according to which all payments shall be made to the Contractor by the Client for the House Keeping, Front Office Management, Reception and catering and Laundry Services & Allied Services.

23.2 The prices in the Price Schedule shall be inclusive of any service tax, education

cess, secondary and higher education cess or any other applicable taxes as ma y be levied by the Government from time-to-time on service contracts.

23.3 The Contractor shall raise invoice @ accepted rate, per month and submit the

same to Client by 5th of every following month. The Client shall make all endeavour to make payments within 15-20 days from the date of the receipt of the invoice to the Contractor.

Contractor No. of Correction Executive Engineer

3535

23.4 The cost of the Contract shall remain valid for a period of Three years.

23.05 After expiry of the initial period of Three Months, if the contractor shall if

ordered in writing by the Executive Engineer, to carry out the continue on the same conditions as and in accordance with specifications in the tender and at the rates (i) derived from the rates entered in the current schedule of rates and in the absence of such rates (ii) at the rate prevailing in the market the said rates being increased or decreased as the case may be, by the percentage by which the tender is accepted.

23.6 In addition to the Contract payments, the Client shall pay for any additional services required by the Client, which are not specified in the Contract. .

23.7 All payments shall be made in Indian Currency by means of Bank ECS/Account

Payee Cheque.

23.8 Client shall be entitled to deduct in accordance with Applicable Law, Income Tax or withholding tax or other deductions (as the case may be), from any payments made to the Contractor, and the amount so deducted shall be deemed to be a payment made to the Contractor. Client shall provide a certificate certifying the deduction so made.

23.9 No payment shall be made in advance nor any loan from any bank or financial

institution recommended on the basis of the order of award of work.

24. FORCE MAJEURE - OBLIGATIONS OF THE PARTIES

24.1. "Force Majeure" shall mean any event beyond the control of Client or of the Contractor, as the case may be, and which is unavoidable notwithstanding the reasonable care of the party affected, and which could not have been prevented by exercise of reasonable skill and care and good industry practices and shall include, without limitation, the following:

(i) War, hostilities, invasion, act of foreign enemy and civil war;

(ii) Rebellion, revolution, insurrection, mutiny, conspiracy, riot, civil

commotion and terrorist acts;

(iii) Strike, sabotage, unlawful lockout, epidemics, quarantine and plague;

(iv) Earthquake, fire, flood or cyclone, or other natural disaster.

As soon as reasonably practicable but not more than 48 (forty-eight) hours following the date of commencement of any event of Force Majeure, an Affected Party shall notify the other Party of the event of Force Majeure setting out, inter alia, the following in reasonable detail:

24.2 the date of commencement of the event of Force Majeure;

24.3 the nature and extent of the event of Force Majeure;

24.4 the estimated Force Majeure Period,

Contractor No. of Correction Executive Engineer

3636

24.5 reasonable proof of the nature of such delay or failure and its anticipated effect

upon the time for performance and the nature of and the extent to which, performance of any of its obligations under the Contract is affected by the Force Majeure.

24.6 the measures which the Affected Party has taken or proposes to take to

alleviate/mitigate the impact of the Force Measure and to resume performance of such of its obligations affected thereby.

24.7 any other relevant information concerning the Force Measure and / or the rights and obligations of the Parties under the Contract.

25. TERMINATION

This Contract may be terminated forthwith by either party by giving written notice to the other if:

25.1 The other party is in material breach of its obligations under this Agreement and

/ or, in the case of such breaches capable of being remedied, fails to remedy that breach within thirty days of receiving notice of such breach.

25.1.1 The Executive Engineer will assess the performance and make necessary

recommendations either to continue the mentioned contract with rectification of defects if any or to cancel the contract. He will also be responsible for making recommendations for continuation of contract after every Eight Months.

25.2 The Contract may be terminated forthwith by the Client by giving written notice

to the Contractor, if:

25.2.1 In case of breach of any of terms and conditions of the Contract by the Contractor, the Competent Authority of the Client shall have the right to cancel the Contract without assigning any reason thereof, and nothing will be payable by the Client and in that event the security deposit shall be forfeited and encashed.

25.2.2 the Contractor does not provide House Keeping, Front Office Management,

Reception and Catering and allied services satisfactorily as per the requirements of the Client or / and as per the Schedule of Requirements

25.2.3 the Contractor goes bankrupt and becomes insolvent.

26. DISCLAIMER

The relatives / near relatives of employees of the Client are prohibited from participation in this bid. The near relatives for this purpose are defined as:

(a) Members of a Hindu Undivided Family.

(b) Their husband or wife.

(c) The one is related to the other in the manner as father, mother, son/s), son's wife (daughter-in-law), daughter(s) & daughter's husband (son-in-law), brother(s) & brother's wife, sister(s) and sister's husband (brother-in-law)

Contractor No. of Correction Executive Engineer

3737

27. INSOLVENCY

27.1 The competent authority of the office of the Executive Engineer Public Works Division, may at any time by notice in writing summarily terminate the contract without compensation to the contractor in any of the following events, that is to say:-

If the contractor being an individual or if firm, any partner in the contractor's firm, shall at any time be adjudged insolvent or shall have a receiving order or orders for administration of his estate made against him or shall take any proceedings for liquidation or composition under any insolvency not for the time being in force or shall make any convenience or assignment of his efforts or enter into any arrangements or composition with his creditors or suspend payment of if the firm be dissolved under partnership act, or

i) If the contractor being a company shall pass a resolution or the court shall

make an order for the liquidation of the affairs or a receiver of Manager on behalf of the debenture holder shall be appointed or circumstances shall have arisen which entitled the court or debenture holders to appoint a receiver or Manager.

ii) If the contractor commits any breach of this contract not herein specifically

provided for: Provided always that such determination shall not prejudice any right of action or remedy which shall have accrued or shall accrue thereafter to the Client and provided also that the contractor shall be liable to pay the Client for any extra expenditure, he is thereby put to but shall not be entitled to any gain.

28. CURRENCIES OF BID AND PAYMENTS

13.1 The Bidder shall submit his price bid / offer in the form of percentage below/above the estimated cost. and payments under this contract will be made in Indian Rupees.

29. GOVERNING LAWS AND SETTLEMENT OF DISPUTE

14.1 Any claims, disputes and or differences (including a dispute regarding the existence, validity or termination of this Contract) arising out of, or relating to this contract including interpretation of its terms shall be resolved through Superintending Engineer of Circle. However, if the disputes are not resolved by the discussions as aforesaid within a period 30 days, then the matter will be referred Chief Engineer.

14.2 Jurisdiction of Court: This Contract is governed by the laws of Republic of India and shall be subject to the exclusive jurisdiction of the courts in Maharashtra in Amravati only. .

Contractor No. of Correction Executive Engineer

3838

SECTION-4

SPECIAL CONDITIONS OF CONTRACT (SCC)

1. The special conditions of Contract shall supplement the "Instructions to the Bidders" as General Conditions of the Contract (GCC) as contained in Section 3.

2. INDEMNIFICATION:

The successful bidder is solely liable to fully indemnify and keep Client indemnified against all loses/penalties/awards/decrees arising out of litigation/claims/application initiated against the Client on account of acts of omission/commission attributable to the Contractor and which are punishable under the provisions of various Central Labour and Employment Acts as amended from time to time. Client shall be vested with sole discretion to determine damages/ loss suffered on account of above from the dues payable from security deposit as performance Guarantee or from either the personal property of bidder or property owned by his firm/company by way of initiating suitable legal litigation against the Contractor at any point of time.

3. LABOUR LAW COMPLIANCES

3.1 The engagement and employment of labourers and payment of wages to them as per existing provisions of various labour laws and regulations is the sole responsibility of the Contractor and Client shall not incur any liability or additional expenditure whatsoever for personnel deployed.

3.2 The contractor shall be liable for any legal dispute / case / claims that arises or may arise during currency of the contract due to non-compliances of labour or other related laws.

3.3 The contractor shall be responsible for compliance of all the laws rules/regulations and Govt. instructions that are/will be applicable to and aimed to protect the interest of the employees/worker engaged by it and shall ensure payment of all the statutory dues/liabilities as may have arisen during the past 'or' may arise during the course of performance of contract.

4. OFFICIAL RECORDS:

4.1 The Contractor shall maintain complete official records of disbursement of wages / salary, in respect of all the staff deployed in Client's office.

4.2 The Contractor shall maintain a personal file in respect of all the staff who is deployed in Client's office. The personal file shall invariably consist of personal details such as name, address, date of birth, sex, residential address (Temporary / Permanent) and all grievances recorded by the staff vis-a-vis action taken etc.

Contractor No. of Correction Executive Engineer

3939

4.3 The Contractor shall also prepare a register indicating all payments / dues in respect of all the personnel.

5. CODE OF CONDUCT:

The Contractor shall strictly observe that its personnel:

Are trained in and exhibit international manners and etiquettes Are always smartly turned out and vigilant. Are punctual and arrive at least 15 minutes before start of their duty time . Take charges of their duties properly and thoroughly.

Perform their duties with honesty and sincerity. Read and understand their post and site instructions and follow the same.

Extend respect to all Officers and staff of the office of the Client. Shall not drink alcohol while on duty, or come drunk and report for duty.

Will not gossip or chit chat while on duty. Will never sleep while on duty post.

Will not read newspaper or magazine while on duty. Will immediately report if any untoward incident misconduct or misbehavior occurs, to Vendor Control and the Client.

When in doubt, approach concerned person immediately. Get themselves checked by security personnel whenever they go out. Do not entertain visitors. Shall not smoke in the office premises. Report any suspicious activity having security implication to the Client’s

representative at site. 5.1 CONFIDENTIALITY

The phone number and movement plans of the client shall not be given to

anyone. The following information about the client shall not be given to anyone.

o Car make, color and number of any officer(s)/official(s). o Telephone no/ any other information. o Location and movement plans. o Meetings and conference schedules. o Site plan of the premises. o Travel details of the clients. o Assets of the office.

5.2 FRISKING/ CHECKING PROCEDURES

All contractor’s staff will be thoroughly frisked at the time of entry and their leaving the office premises.

6.A. PERIOD OF THE CONTRACT:

The contract shall remain valid for a total period of 3 months from the date of issue of work order

The contract can be terminated by the Executive Engineer for unsatisfactory performance as against the performance standards prescribed after giving an opportunity to the contractor. The decision of the Executive Engineer shall be final in this regard.

Contractor No. of Correction Executive Engineer

4040

In case of deficiency of service the Executive Engineer may at any time terminate the agreement. In the event of such cancellation, security deposit amount of the contractor will be forfeited to the Government apart from any other liquidated damages that may be due. The decision of Executive Engineer shall be final in the matter. .

The Contract is terminable after giving at least three months notice in writing with reasons from either side in the normal course.

7. The persons deployed by the Contractor should be properly trained, have requisite Experience and skills for carrying out a wide variety of housekeeping work using appropriate materials and tools/equipments.

8. The Contractor should ensure the Health and safety measures of the employees. Government may also conduct health check up of the staff deployed at regular intervals.

9. The Contractor will be responsible for supply/ installation/refilling/maintenance of All such items/equipments used in wash rooms and other areas for housekeeping purposes provided by the Clint.

10. The Contractor must employ adult and skilled labour only. Employment of child labour will lead to the termination of the contract. The Contractor shall engage only such workers, whose antecedents have been thoroughly verified, including character and police verification and other formalities. The Contractor shall be fully responsible for the conduct of his staff.

11. In case of breach of any terms and conditions attached to the contract, the Security Deposit of the Contractor will be liable to be forfeited by Government besides annulment of the contract.

12. The Contractor must provide standard liveries to its housekeeping staff/supervisors/managers. The staff shall be in proper uniform as approved by GoM and with their identity properly displayed. Samples of liveries will have to be submitted by the Contractor for approval of Executive Engineer.

13. Government will provide space at free of cost for a store room to the Contractor in the premises. The storekeeper/supervisor deployed by the contractor will store all their liveries, materials, equipments in the store room

14. Government will ensure that the office rooms, committee rooms, etc. are open at designated hours for cleaning/housekeeping work.

15. The Contactor shall:

a. Provide tissues boxes and hand towels in Officers rooms. b. Provide toiletries, liquid soap dispensers, toilet roll dispensers, etc. in wash rooms, toiletries, C-Fold Towel dispensers, Jumbo Roll dispensers, Soap dispensers etc. in all designed wash rooms and garbage bins/bags, etc. in all work station wash rooms and pantries. c. Arrange for garbage disposal bins and other material required for segregation and disposal of waste in a professional manner.

Contractor No. of Correction Executive Engineer

4141

e. Provide Waste Management Services when applicable including all equipment, disposables containers, trolleys etc. complete in all respects.

Variations

The Government official incharge may order variations in the scope or quantum of work through a written variation order. The payment for the variation shall be worked out on the basis of contract rates for personnel and prorate for additional areas for equipments, toiletries etc.

Payment Procedure:

Bill will be raised in the first week of the succeeding month in triplicate.

Liquidated damages:

Whenever and wherever it is found that the cleanliness is not up to the mark, it will be brought to the notice of the supervisory staff of the Contractor by Executive Engineer and if no action is taken within ONE hour, liquidated damages @ ` 500/- per complaint shall be imposed. The decision of Superintending Engineer in charge shall be final, in this regard.

Manpower

a. Any misconduct/misbehavior on the part of the manpower deployed by the contractor will not be tolerated and such person will have to be replaced by the contractor at his own costs, risks and responsibilities immediately.

b. The Contractor should ensure to maintain adequate number of personnel and also arrange a pool of stand by housekeeping staff/supervisor. in case any housekeeping staff/supervisor absences from the duty, the reliever of equal status shall be provided by the Contractor from an existing pool of housekeeping staff. In case if suitable substitute is not provided by the contractor, the amount equal to 350/- Per absentee per day will be deducted from the payment due to contractor in his monthly payment.

Materials

Any deviation in the material quality and quantity quoted will invoke penalty as decided by the competent authority. For proper maintenance, suitable cleaning material which are environment friendly, no harmful to humans and property should be used. Risk Clause

The Contractor shall at all times have standby arrangements for carrying out the work under the Contract in case of failure of the existing arrangement.

Executive Engineer, reserve the right for termination of the contract at any time by giving one month Written notice, if the services are found unsatisfactory and also has the right to award the contract to any other selected tenderers at the cost, risk and responsibilities of Contactor and excess expenditure incurred on account of this will be recovered by GoM from the Contractor Security Deposit or pending bill or by raising a separate claim.

Contractor No. of Correction Executive Engineer

4242

• Contractor and its staff shall take proper and reasonable precautions to preserve from loss, destructions, waste or misuse the areas of responsibility given to them by the Government and shall not knowingly lend to any person or company any of the effects or assets of the Government under its control.

• In the event of loss/damage of equipments etc. at the premises of the Government due to negligence/carelessness of Contractor staff, if established after a joint enquiry, then the Contractor shall compensate the loss to Government. within one week or as instructed by Executive Engineer or his subordinate.

• The Contractor or its representative/s shall meet Executive Engineer regularly to take feedback regarding the Housekeeping services. The Contractor will also maintain a suggestion book for comments on the services rendered by it.

• The Contractor shall, in performing its part of this Agreement, ensure the safety of the building and the persons working in or visiting the Government's premises and shall indemnify Government for any loss or damage caused by any act of the Contractor or its employees or staff etc.

• The Contractor shall not assign or sublet this Agreement or any part thereof to any third part without the approval of the Government. However, he may use the services of associates for providing the services in which case the contractor shall be responsible for the performance and all acts of the associates as though they were his own.

• In every case the Contractor shall make alternative arrangements for meeting his contractual responsibilities of the Sub Contractor/Associate.

• Measure of success will be based on the feedback from External Customers will be recorded and be submitted by the Contractor.

• Appointment of Facility Manager will be done in consultation with Executive Engineer and must be approved by them.

• Training on behavior aspects and ethics must be done regularly. Government's ways of working should be communicated to all contract staff. Training report of the same must be submitted once in a month.

Dispute Settlement: It is mutually agreed that all differences and disputes arising out of or in connection with this Agreement shall be settled by mutual discussions and negotiations if such disputes and differences cannot be settled and resolved by discussions and negotiations then the same shall be referred to the Superintending Engineer of Circle whose decision shall be final and binding on both the parties.

Contractor No. of Correction Executive Engineer

4343

SECTION-5

I / we hereby tender for the execution the Governor of

Maharashtra (here in before and hereinafter referred

to as "Government/Client") of the work specified in

the under written memorandum within the time

specified in such memorandum at the rate quoted by ♣ In figure as well as

in words me at specified place provided online in envelope No . (E-2) and in accordance in all respects the annexed

conditions of contract

Contractor No. of Correction Executive Engineer

4444

MEMORANDUM (a) If several sub-works are

included they should be detailed in separate list .

1. (a) General Description OutsOurcing Of AjinthA, AllOrA And visawa circuit house with circuit house premises at buldana. For period of Three Months (b) Estimated cost: Rs. 1476450/-

(C)The amount of earnest - money to be deposited shall be in accordance with the provisions of paras 206 & 207 of the M.P.W. Manual.

(d) This deposit shall be in accordance with paras 213 and 214 of M. P. W. Manual.

(c) Earnest Money: Rs 14800/- (d) Security Deposit

i)cash (not less than the Rs. 29600/- amount of earnest money) ii) To be deducted from

current bills Rs. 29600/- Total Rs. 59200/-

e) This percentage where no

security deposit is taken will vary from 5 to 10% according to the requirements of the Case Where security deposit is taken see note to Clause 1 of conditions of contract.

(f) Give schedule where necessary showing dates by which the various items are to be completed.

(e) Percentage, if any to be deducted from bills so as

to make up the total amount required as security

deposit by the time, half the work, as measured b y

the cost is done.

4 (four) percent

(f) Time allowed for the work from date of written order

to commence 3 (Three) calendar months

(Including Monsoon Season)

Contractor No. of Correction Executive Engineer

4545

2) I / We agree that this offer shall remain open for

acceptance for a minimum period of 120 days from the

date fixed for opening the "same” means envelope No.2 and

thereafter until it is withdrawn by me/us by notice in

writing duly addressed to the authority opening the

tenders and sent by registered post A. D. or otherwise

delivered at the office of such authority.

“Treasury” Challan No.-------------

dated_

_ in / or Term Deposit Receipt for a

period of one year receipt No. …………………….. dated

……… in respect of sum of [Rupees …………………………..

only.) representing the earnest money is herewith

forwarded. The amount of earnest money shall not bear

interest and shall be liable to be forfeited to the

Government should I/We fail to (i) abide by the stipulation

to keep the offer open for the period mentioned above or

(ii) Sign and complete the contract documents as required

by the Engineer and furnish the security deposit as specified

in item (d) of the memorandum contained in paragraph (i)

above within the time limit laid down in Clause (1) of the

annexed General conditions of contract. The amount of

earnest money may be adjusted towards the security deposit

or refunded to me/us if so desired by me/us in writing,

unless the same or any part thereof has been forfeited as

aforesaid.

3) I / We have secured exemption from payment of earnest

money after executing the necessary bond in favour of the

Government a true copy of which (exemption certificate

with bond) is enclosed herewith. Should any occasion for

forfeiture of earnest money for this work arise due to

failure on my/our part to (i) abide by the stipulation to keep

the offer open for the period mentioned above or (ii)sign

and complete the contract documents and furnish the

Contractor No. of Correction Executive Engineer

4646

◎Signature of Contractor before submission of tender. # Signature of witness to contractor's signature.

security deposit as specified in item (d) of the

Memorandum contained in paragraph (i) above within the

time limit laid down in clause (1) of the annexed General

conditions of the contract the amount payable by me/us

may at the option of the Engineer, be recovered out of the

amount deposited in lumpsum for securing exemption in

so far as the same may extend in terms of the said bond and

in the event of the deficiency out of any other moneys

which are due or payable to me/us by the Government

under any other contract or transaction of any nature

whatsoever or otherwise.

4) Should this tender be accepted I / We here by agree to

abide by and fulfil all the terms and provisions of the

conditions of contract annexed hereto so far as applicable,

and in default thereof to forfeit and pay to Govt. the sums

of money mentioned in the said conditions.

◎Contractor..............................................Address ........................

.................................................................................................... .......

.................................................................................... Date the................ the day of .......................2017.

# (Witness)......................................................

Address:.............................................................................................

.....

(Occupation).......................................................

The above tender is hereby accepted by me for and on behalf of the Governor of

Maharashtra.

…………………………………………………………………………………………

…………………………………………………………………………………………

………………………………………………………..

Executive Engineer, Public Works Division, Buldana

Signature of the officer by whom accepted

Dated Day of ........................ 2017 ....................

Contractor No. of Correction Executive Engineer

4747

Resources Requirement The Contractor should have following manpower for operation.

Number of Manpower to be deployed / Daily

SR.NO DESCRIPTION OF ITEM No of Unit 1 Providing Services as Cook in the Kitchen 02

2 Providing Services as Kitchen Assistant in the Kitchen

03

3 Providing Services as Utility men in the Kitchen 03

4 Providing Services as Room boys( Waiters) 05

5 Providing Services as Supervisor 02

6 Providing Services as House Keepers 10

7 Providing Services as Campus Cleaner 03

Note :- If during the operative period of the Contract (including renewal period )

Contractor needs to deployed extra manpower according to situation such

as VIP’s and / or VVPI’s program / stay in the Circuit House before

taking prior permission of Engineer in charge. The payment of extra

manpower deployed by the contractor shall be paid separately as per

sanction of Engineer in charge.

List of Cleaning Materials (Quantity Per Month) Cleaning material will be supplied by P.W.D. to the contractor as per the requirement

Note -

House Keeping Service

The aim and objective is to provide a high level of a clean, hygienic and presentable look to the entire area. Pre designated managers / supervisors of the contractor will supervise the awarded work. The contractor has to ensure that the staff deployed is dressed in neat and clean uniform approved by the officials. Executive Engineer will monitor the entire work and staff deployed by the selected tenderers.

(a) Daily services

Housekeeping / cleaning services should be done daily 7-days a week at

regular intervals, so that the areas covered under the contract remain, spic and span all the time, working hours should be adjusted in such a manner that cleaning work do not cause inconvenience to the guests. Contractor will arrange manpower for special VIP visits.

1. Cleaning, dusting, vacuuming and disinfecting of floors, walls and ceilings, removal of waste and any other garbage from the entire area covered under the

Contractor No. of Correction Executive Engineer

4848

contract ( such as halls, conferences rooms, committee rooms, office rooms, cabins, cubicles, etc. ).

2. Sweeping, cleaning, mopping with disinfectant cleaner of area covered under the contract including all staircases, cabins, lobbies, reception, training rooms, office rooms, meeting rooms, security office and other areas as covered in the contract.

3. Cleaning of baskets, wastepaper baskets, cob-webs, etc. and disposing off all the collecting refuse at designated site on daily basis.

4. Dusting of computer systems and their peripherals, all doors and windows, furniture, fixtures, fans, equipments, accessories etc. and cleaning of all window glasses and grills. Cleaning and dusting of window panes / Venetian blinds/curtains.

5. Spraying Room Fresheners in all rooms on a daily basis at regular intervals.

6. Scrubbing / cleaning of toilets, wash basins, sanitary fittings, glasses, toilets, floors, etc.

7. Cleaning and disinfecting all vitreous fixtures including toilets, bowls, urinals, sinks, toilet seats, containers etc. Brush thoroughly to include below water level and under rims including areas at hinges and cistern handles. Re-stock toiletries, which include liquid hand soap, toilet rolls, air fresheners, sanitary cubes, naphthalene balls in toilets, etc. after daily check-ups in the morning, afternoons and on call basis during daytime.

8. Cleaning and dusting of electrical switchboards, light fixtures, fans, air conditioner vents, overhead light fixtures, projectors, fire-fighting equipments, nameplates, plant boxes, doormats etc.

9. Placing garbage bags in all garbage bins to avoid stains and stinks and clear them on daily basis.

10. check and remove hairs, dust, dirt or any such object from anywhere in area covered under the contract.

11. Cleaning, dusting, scrubbing of pantries, reception, security rooms, training halls, committee rooms, computer labs, etc.

12. Cleaning of all open areas between the building and boundary including sweeping of roads, lawns, paths, cleaning open drains etc. as directed by the Additional Resident Commissioner.

(b) Waste Disposal Management

The contractor will ensure collection, mechanized screening / segregation of dry and wet garbage in the earmarked area. The contractor will also ensure segregation of bio degradable and non bio degradable garbage. Finally, the contractor will arrange to suitably transport and dispose garbage from the earmarked area to the nearest corporation bin outside each premise.

The contractor shall keep suitable size and specification bins at the collection area.

Contractor No. of Correction Executive Engineer

4949

The contractor will employ his staff for the collection / disposal work. The garbage will have to be disposed off at least twice a day. The contractor will also arrange for the garbage bags, prepare a flowchart indicating the method of collection / disposal, etc.

(c) Weekly Services

The deep cleaning of the entire area will be done by the contractor once a week as under:-

1. Dusting of entire area including windows / windowpanes / doors / ledges, etc.

2. Thorough cleaning / sweeping / washing / mopping with disinfectant cleaners of all floors, staircases and toilets. Scrubbing of all floors and ceramic tiles base. Cleaning of ceiling and high walls, removal of wash stains on walls, cleaning of roofs, porches etc. 3. Cleaning of sanitary fittings, toilets drain pipes etc. in the toilets with standard cleaning material. 4. Cleaning of all windows glasses and grills with detergents / cleaning agents. 5. Washing of outside area with High Pressure Jet Machine. 6. Clean all chrome fittings, glass frames, soap holders etc. to a shiny finish. 7. The Tenderer will make a cleaning programme and submit to GoM for weekly cleaning so that GoM’s concerned official / Incharge for the particular area can be deputed on the day of cleaning to make the area available and supervise the cleaning work. 8. The contractor will work in the specified area mentioned in the scope of work. 9. The contractor will provide the duty register to GoM as required.

(e) Housekeeping Monitoring and Control

For better management and smooth services the following monitoring mechanism will be adopted by the contractor.

1. Toilets Checklist

This is to be attached on the back of the toilet door. It is to be filled up by the contractor supervising staff on duty daily.

2. Management / Housekeeping Service Requirements / Complaints Report This is to be filled up by the management and administrative staff of the contractor who receive / observe the complaints / requirements for any of the services. All suggestion, complaints related to services or staff deployed by the contractor will be registered at the on the computer provided to the contractor and reported to caretaker. The contractor will take immediate action to resolve the same failing which the penalty clause will be invoked.

3. Housekeeping Services Complaints Register This register is to be completed on the basis of information received by the housekeeping Manager through the inspection of the site, material on site, attendance sheet of the staff, weekly report, client letter / fax / e-mail, verbal complaints from Manager, etc. and necessary action is to be taken.

Contractor No. of Correction Executive Engineer

5050

4. Catering Services

1. Fully equipped kitchen with modern gadgets and 3dining halls in the respected Rest Houses will be placed under the disposal of successful Bidder for providing catering services.

2. Fix kitchen & equipment, furniture will be provided the Contractor which shall be utilized for providing catering services, to the Guests in the Rooms or in the dinning hall of the respected 1 Circuit Houses

4. No. commercial activities in the premises shall be permissible.

5. In Addition to local Maharashtrian Food items the contractor shall also provide Indian, Chinise, Continental food Items as per the Guest’s demand.

6. The Quality of Food Production and Services of Food shall be supervised by subordinate staff of Executive Engineer.

7. Quality and Quantity Food and service must be of acceptable standards.

8. Standards of cleanliness to be maintained in the kitchen and dining area must comply to acceptable standards

9. Prompt and efficient room service to the Guest shall be responsibility of the Contractor.

10. The contractor shall make good the loss caused to the permanent / temporary fixtures let for their use during the contract period. The Resident Commissioner shall not be responsible to compensate to the contractor for any loss, or damage of any kind of its own assets due to theft or loss made in the course of operation of the intended activity. The contractor has to make good the loss by him/her self.

11. The Executive Engineer reserves rights to alter any of the Terms and Conditions and to make additions to the existing one and in either case this will be treated as part of the agreement to be executed.

SECTION – 7

ADDITIONAL SCOPE AND PARTICULAR CONDITIONS FOR GUEST HOUSE

In case of any differences, these particular conditions of contract supersede the General conditions of contract. The services shall be provided round the clock on all days, including holidays:-

The Services include:- (i) Cleaning of the whole premises including toilets and open areas. (ii) Wet moping of covered areas. (iii) Cleaning of window panes and door panels. (iv) Cleaning and dusting of furniture and fittings. (v) Vacuum cleaning of all carpets and upholstered furniture. (vi) Cleaning/sweeping of the entire complex including open space, lawns and land

area (vii) Maintaining Lawns, Gardens, Trees if any by plantation, watering, refurbishing

of lawn and landscaping, Trimming/ lopping of trees, mowing of lawn etc. (viii) Maintaining and cleaning drainage system and undertaking repairs thereto

Contractor No. of Correction Executive Engineer

5151

(ix) Deploying qualified and trained people for front office management, operation of

telephone and PBX and Reception/hospitality along with and under the command of Government staff/contractual appointees as the case may be.

(x) Any other work within the scope of the Manual prescribed for the purpose.

1. ROOM: The contractor shall be responsible for routine cleaning of the guest rooms everyday in the morning and evening. The contractor shall also maintain cleanliness in the rooms throughout the day and shall clean the room thoroughly on guest check out and keep it ready for the next arrival.

(a) THE ROUTINE CLEANING WILL INCLUDE

• Dusting of the furniture in the room including bed, chair, table TV, fridge, etc.

• Sweeping and mopping the entire room with disinfectant solution.

• Cleaning of Toilet and bathroom with a bathroom cleaning solution.

(b) CLEANING OF DISCHARGE OF AN INPATIENT WILL INCLUDE

• Wiping of the furniture and fixtures in the room with a soap solution.

• Sweeping and mopping the entire room with a disinfectant solution.

• Cleaning of Toilet and bathroom with a disinfectant/bathroom cleaning solution.

• Reporting any maintenance required in the room.

2. CLEANING OF OFFICES / COMMON UTILITY SPACE/ ROOMS

• The contractor shall remove trash from office dustbins and change the trash liner every evening before closing hours.

• The offices shall be dry dusted and swept after the closing hours.

• Vacuum cleaning shall be done on carpet and upholstery.

• The worktables shall be cleaned with soap solution in the morning.

• The office shall be mopped with soap solution in the morning.

• Office staff rest rooms / toilets shall be cleaned using soap solution and kept odour free deodorizer.

3. CLEANING OF CRITICAL AREAS

• All the dustbins shall be washed and lined with colour coded bags in the morning. The trash

bags shall be changed when it is full.

• The floor shall be thoroughly mopped with a specialized soap solution.

Contractor No. of Correction Executive Engineer

5252

• Toilets / bathrooms shall be cleaned with soap solution and kept odour free using deodorizer cubes.

• The common area shall be swept and mopped in the morning and at regular intervals to keep them clean.

4. GLASS WINDOWS and DOORS

• The contractor shall have his staff to clean glass with appropriate soap solution on weekly basis.

• Internal Glasses shall be wiped with dry cloth to remove fingerprints at regular intervals.

5. GARBAGE DISPOSAL

The contractor shall collect garbage in specified colour coded bags from all dustbins and garbage bins existing inside the premises and shall dispose the garbage at the designated area within the specified location.

Contractor No. of Correction Executive Engineer

5353

SECTION-8 DECLARATION

1. I, the undersigned certify that I have gone through the terms and conditions mentioned in the tender document and undertake to comply with them.

2. The rates quoted by me are valid and binding on me during the period of validity of the tender.

3. I, the undersigned hereby bind myself to the Executive Engineer Public Works Division,Amravati, Government of Maharashtra, during the period of contract.

4. The Security deposited by me shall remain in the custody of the Executive Engineer Public Works Division,Amravati till the expiry of the contract. The performance Security Deposit will not carry any interest.

5. The conditions herein contained shall form part of and shall be taken as included in the agreement itself.

6. I shall be responsible to provide all legal benefits to eligible personnel employed by me.

7. I shall abide by the provisions of Minimum Wages Act 1948 and Contract Labour Act 1970 and other Labour Laws applicable from time to time.

8. Should any lapses occur from me or on my workers part, while discharging the services, GoM may cancel my contract and award the work to another agency and the cost difference may be recovered from me.

09. There is no vigilance/CBI or court case pending against the firm.

10. The decision of the Executive Engineer Public Works Division, Buldana regarding acceptance/rejection of tender will be final and binding upon me.

Signature of Contractor

**************************

Name of work :

Out sourcing of Ajintha , Ellora and Visawa Circuit House with Circuit House premises at Buldana. C !=eve Th fe e.. \''f'Iol''fllJ )

SCHEDULE - " A "

SR NO. DESCRIPTION QUANTITY UNIT RATE IN FIGURES RATE IN WORDS PLACE OF DELIVERY

,

Nil- _-

r.s. No.2\1 EE1SLR/ NR /2016-17 For Rs. ISQtJLolEhsl?>· 14 765't'C/ ~Job No. MH-07 116-17/ SLR/ NR / 068 For Rs:--:n, LOO /5'0(.) La;u..-,

.,/

Exe~P.wDivision BUld~

Name of work :

Out sourcing of Ajintha , Ellora andVisawaCircuit Housewith Circuit Housepremisesat Buldana. (J:'eJT nr(?e f{'IohH"lj

SCHEDULE "B & C "

Estimated Quantity Rate Unit Perwhich may be more Specification

or less Item Of Work Rate in AmountFigure Rate in Words No.1PageNo.

ITEMNO1270.00 Nos Providing services as Receiptionist. The Job Includes service as 488.00 Rupeesfour One Number 131760.00 As directed

V Receiptionist at Circuit House counter and will responsible to ._/' hundred eighty- ....r ...........- by Engineer-V"'"

issue rooms to Guest as per Chart. v/ eight and.pai~l in-charge

ITEMNO2180.00 Nos Providing services as Cooks in the Kitchen. The Job Includes 488.00 Rupeesfour One Number 87840.00 As directed

/ preparation of all types of food Including breakfast, lunch y"-- hundred eighty- ._........--- ~ by Enginee-(::..--v/

,dinner, etc as per guest demand .The job also includes overall eight and paise nil in-chargeonly /

supervision of Kitchen ,kitchen staff, maintaining hygieniccondition in the kitchen

ITEMNO3180.00 Nos Providing Services as Kitchen assistant in the Kitchen. The job 463.00 Rupeesfour One Number 83340.00 As directed/

includes washing, cleaning ,cutting of vegetables ,poultry,meat -c> hundred sixty- \./" c-: by Engineer-~.../

items, preparation of tea, coffee,items of breakfast etc & there three and paise in-charge

by assisting the main cooksln preparation of food for guest. nil only

180.00../

ITEMNO4Nos Providing Services as Utility men In the Kitchen. The Job

Includes washing of Used plates, utensils, washing of Kitchenfloor, Tiles etc to keep hygienic condition in the Kitchen.

463.00/'

Rupeesfour One Numberhundred sixty- Vthree and paise

nil only

83340.00 As directedV-- by Engineer­

in-chargr..----

•Name of work:

Out sourcing of Ajintha , Ellora and Visawa Circuit House with Circuit House premises at Buldana.

SCHEDULE "B & C "

EstimatedQuantity Rate Unit Perwhichmay be more Item Of Work Rate in Amount Specificationor less Figure Rate in Words No.1PageNo.

1440.00V

NosITEM NO 5Providing services as Room boys ( waiters) The job includes

table setup, servicing of food to the guest, clearance & wiping oftable in the dining halls or in the guest room as per the guestdemand.

NosITEM NO 6Providing services as Supervisor-Supervisor will be the in chargeof overall house keeping Activates. The will be responsible forproviding neat & clean, comfortable & hygienic atmosphere forthe guest in the rest house .He need to train the house Keepingstaff ,to get the cleaning ,house keeping activities in the resthouse on time & to the satisfaction of guest.

270.00 NosITEM NO 7Providing services as House Keepers -The job includes daily

cleaning of all areas of the Ajintha , Ellora and Wisawa circuithouse. They will be responsible for Cleaning of guest rooms, ofbathrooms, replacement of bathroom items with new ones.Similarly they need to clean the common areas like lobby ,publictoilets. etc as and when reauired.

/V

180.00-./

NosITEM NO 8Providing labour for Cleaning Circuit House Premisses & Internal Roads etccomplete.

463.00

V

488.00

/'

463.00~

Rupees four One Numberhundred sixty-c> ~three and paise

nil only

Rupees fourhundred eighty­

eight and paise nilonly ~'

One Number

Rupees fourhundred Sixty­three and paise

nil only v

One Number

Rupees fourhundred sixty­three and paise

nil only

../One Number

666720.00/

131760.00V

125010.00.>

83340.00

Asdirectedby Engineer-~in-charge

Asdirectedby Engineer­in-charg~

-:Asdirectedby Engineer­in-charge

Asdirectedby Engineer­in-charge

Name of work :

Out sourcing of Ajintha , Ellora and Visawa Circuit House with Circuit House premises at Buldana.

SCHEDULE II B & C II

Estimated Quantity Rate Unit Perwhich may be more

Rate in Specificationor less Item Of Work Rate in Words Amount

No.1Page No.Figure

ITEMNO9 / -: / -: ->90.00 / Nos Providingof Gardenerfor CircuitHousePremissesetccomplete. 463.00 Rupeesfour One Number 41670.00 As directed

V hundred sixty- by Engineer-three and paise in-charge

nil only

ITEMNO1090.00 Nos Providingservicesas Laundryman:Thejob includesdayto daywashing, 463.00 Rupeesfour One Number 41670.00 AsdirectedJ

/

ironingof ResthouselinenslikeBedsheets,Pillowcovers, Towels, napkins, ~ hundred sixty- ~ by Engineer-/curtains, etc. three and pai~ in-charge

nil only..... _------------ .:Total Rs. 1476450.00

l.S. No.2-i/ EE/ SLR/ NR / 2016-17 For Rs.lJSf!tk~okl;;(srL,/6S0{)( »>:

Job No. MH-07 /16-17/ SLR/ NR /068 For Rs:- 15.00 Lakhs/ V'

~.Executive Engineer

P.W.Division BUld~SubDiv s ion1'l1l:~9ilJteeJr:..__

~W.Sub Division Buldana......--c-