tender documents in „c‟ form of work: - construction of teak wood rath for shri vitthal rukmini...

56
1 Signature of Contractor No. of Corrections Executive Officer SHRI VITTHAL RUKMINI TEMPLES SAMITI PANDHARPUR (LAW & JUDICIARY DEPARTMENT) TENDER DOCUMENTS IN „C‟ FORM (E-Tender) FOR THE WORK OF CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR SAMITI, PANDHARPUR, DIST. SOLAPUR ( WITH CONTRACTORS OWN DESIGN & DRAWINGS). . Earnest Money :- Rs.15,000/- Tender Notice No. Bandhakam Vibhag -1/2016-17 (E-Tender) 2016-2017

Upload: phamnguyet

Post on 26-Mar-2018

217 views

Category:

Documents


2 download

TRANSCRIPT

Page 1: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

1

Signature of Contractor No. of Corrections Executive Officer

SHRI VITTHAL RUKMINI TEMPLES SAMITI PANDHARPUR

(LAW & JUDICIARY DEPARTMENT)

TENDER DOCUMENTS IN „C‟ FORM

(E-Tender)

FOR THE WORK OF –

CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR SAMITI, PANDHARPUR, DIST. SOLAPUR

( WITH CONTRACTORS OWN DESIGN & DRAWINGS). .

Earnest Money :- Rs.15,000/-

Tender Notice No. Bandhakam Vibhag -1/2016-17

(E-Tender) 2016-2017

Page 2: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

2

Signature of Contractor No. of Corrections Executive Officer

I N D E X

NAME OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL

RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR

Sr.

No.

Particulars Page No.

From To

1 DETAILS OF WORK AND PICTURES OF SIMILAR

TYPES OF RATH

3 9

2 TENDER SHEDULE 10 10

3 INVITATION FOR TENDER- DETAILED TENDER

NOTICE TO CONTRACTOR

11 11

4 GENERAL AND IMPORTANT CONDITIONS OF THE

TENDER

12 15

5 FORM - C 16 22

6 CONDITIONS OF CONTRACT

23 35

7

ADDITIONAL GENERAL CONDITIONS AND

SPECIFICATIONS

36 40

8 INSTRUCTIONS TO BIDDERS ABOUT E-TENDERING

PROCESS

41 49

9 DECLARATION OF THE CONTRACTOR (APPENDIX 1)

50 50

10 LIST OF WORKS TENDERED FOR AND IN HAND AS ON

THE DATE OF SUBMISSION OF THE TENDER

(APPENDIX 2)

51 51

11 DETAILS OF WORKS OF SIMILAR TYPE AND

MAGNITUDE CARRIED OUT BY THE CONTRACTOR

(APPENDIX 3)

52 52

12 DETAILS OF PLANT AND MACHINERY IMMEDIATELY

AVAILABLE WITH THE TENDERER FOR THE WORK..

(APPENDIX 4)

53 53

13 DETAILS OF TECHNICAL PERSONNEL AVAILABLE

WITH CONTRACTOR (APPENDIX 5)

54 54

14 DETAILS OF MATERIALS WHICH SHALL BE USED IN

MANUFACTURING OF PROPOSED RATH (APPENDIX 6)

55 55

Page 3: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

3

Signature of Contractor No. of Corrections Executive Officer

(1) DETAILS OF WORK AND PICTURES OF SIMILAR TYPES OF

RATH

NAME OF WORK : Construction of Teak Wood Rath For Shri Vitthal Rukmini Mandir, Pandharpur, Dist. Solapur ( WITH CONTRACTORS OWN DESIGN & DRAWINGS). Estimated cost of work : Rs. 15,00,000=00

Earnest Money : Rs. 15,000/- (Rs. Fifteen thousand only.)

Total Security Deposit

(i) Initial Security Deposit : Rs. 50,000/-

(ii) and Further Security Deposit to be deducted from bills.

: Rs. 50,000/-

Total Security Deposit : Rs. 1,00,000/-

Registration Class of Contractor : Reputed Manufacturer or experienced Technician (Karagir)

Validity Period : 60 days from the date of opening.

Time limit for completion of work : 04 months (including monsoon)

Cost of Blank Tender Form : Rs. 2,000/- (Non-refundable)

GENERAL DESCRIPTION & SCOPE OF WORK

1. Trolly size: length- 12 feet, Width- 7 feet , Height- 13.5 feet

2. Trolly frame : 100 x 50 mm Channel

3. Turn Table : 30 inch round plate

4. Center Bolt 2 x 6 inch brass bushing

5. casting spring +helper 4 set clamp.

6. Axle 75 mm x 70 inch round

7. U Bolt ( Spring socket ) 15 mm

8. MRF Tyre 7x50x16

9. Approximate weight of Trolly : 1600 kg

10. Approximate Quantity of dandeli Teak wood for Rath: 135 Cu. Ft

Page 4: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

4

Signature of Contractor No. of Corrections Executive Officer

11. Design of Rath Should be similar to Saint Gyaneshwar Maharaj Rath at Alandi

Dist, Pune.

12. Fitting of the wheels should be such that, Rath Should able to turn around on the

spot.

13. Rath should have three Domes. Middle Dome should have height of 4 Feet and

other two domes should have height of 2.5 feet

14. Rath Should have 8 pillars, 10 Mahirap(महिरप), 2 Donation Boxes, 2 Sitting

Boxes and 11 Kalas (कळस)

15. There should be provision for fitting generator on the Rath.

16. Rath should have appropriate Electric Wiring.

Page 5: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

5

Signature of Contractor No. of Corrections Executive Officer

Page 6: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

6

Signature of Contractor No. of Corrections Executive Officer

Page 7: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

7

Signature of Contractor No. of Corrections Executive Officer

Page 8: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

8

Signature of Contractor No. of Corrections Executive Officer

Page 9: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

9

Signature of Contractor No. of Corrections Executive Officer

Page 10: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

10

Signature of Contractor No. of Corrections Executive Officer

(2)TENDER SCHEDULE Time Table for e - Tender

Sr. No.

Description Start Date

& Time Expiry Date

& Time Remarks

1 Download Period of online Tender. 24/04/2016 at

10.00 AM 16/05/2016

upto 17.30 PM

2

Submit Hash to Create online Tender by Contractor (Technical and financial Bid Last date and time)

24/04/2016 at 10.00 AM

18/05/2016 upto 17.30 PM

3

Last date and time for receipt of queries for pre-bid conference online

09/05/2015 upto 17.30 PM

Email:- [email protected]

4 Pre Bid meeting Place & Date 10/05/2016 at

15.00 pm 10/05/2016

upto 17.00 pm

Office of Executive Officer, Shri Vitthal Rukmini Temples Trust,Pandharpur

5 (Online) Super Hash 18/05/2016 at

23.01 20/05/2016

upto17.30 pm

6

Period of online Decryption and Re-encryption (Technical and Financial) for tender details by Contractor.

20/05/2016 at 17.31

22/05/2016 upto23.00 pm

7 Place, Date and timing of opening Technical-bid and Financial bid.

Dt. 23/05/2016 at 11.00 am. to Dt. 25/05/2016 at 18.00 p.m.

(if Possible)

Office of Executive Officer, Shri Vitthal Rukmini Temples Trust,Pandharpur

Note:-

1. All eligible/interested contractors who want to participate in tendering process should

compulsary get enrolled on e-tendering portal "http://maharashtra.etenders.in" and

further need to empaneled online on sub portal "http://lajd.maharashtra.etenders.in"

in the appropriate category applicable to them.

2. Contact details for difficulties in submission of online tenders if any.

Sify Technotigies Ltd. Nextenders (India) Pvt. Ltd. On 020-25315555(Pune) or 022-

26611117

3. It is compulsory for all participates to submit all document online. Bidders will have to

pay Earnest Money Deposit through online modes of payment such as Net Banking,

Debit Card, Credit Card and NEFT/RTGS during Bid Preparation stage. This payment

will not be accepted by the department through any offline modes such as Cash,

Cheque or Demand Draft.

4. Other term and condition displayed in online e-tender forms. Right to reject any or all

online bid of work without assigning any reasons there of is reserved.

5. Above Tender Notice is displayed on. Website www.vitthalrukminimandir.org

Executive Officer,

SHRI VITTHAL RUKMINI TEMPLES TRUST,

PANDHARPUR

Page 11: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

11

Signature of Contractor No. of Corrections Executive Officer

(3) INVITATION FOR TENDER

DETAILED TENDER NOTICE TO CONTRACTOR

NAME OF WORK: Construction of Teak Wood Rath For Shri Vitthal Rukmini

Mandir, Pandharpur, Dist. Solapur (WITH CONTRACTORS OWN DESIGN &

DRAWINGS).

Lumpsum offer on Contractors Own Design & Drawings in ‘C' Form

Tender are invited by the Executive Officer, Shri Vitthal Rukmini Mandir Samiti

Tukamram Bhavan, Pandharpur (Tel.No. 02186- 224466) for the following work

from the Reputed manufacturer or experienced Technician (Karagir). The name

of work, estimated cost, earnest money, security deposit, time limit for

completion etc. are as under.

Sr. No.

Name of work Estimated

Cost (Rupees)

Earnest Money

(Rupees)

Security Deposit

(Rupees)

Class of Contractor

Time limit in Tender (Calendar months)

1.

Construction of Teak Wood Rath For Shri

Vitthal Rukmini Mandir Samiti, Pandharpur,

Dist. Solapur ( WITH CONTRACTORS OWN DESIGN &

DRAWINGS).

15,00,000/-

15,000/-

Initial Rs. 50,000/- through Bills Rs. 50,000/-

Total

Rs. 1,00,000/-

Reputed manufacturer

or experienced Technician (Karagir)

04

(Three) Calender Months

including monsoon.

Above tender notice is displayed on. Website www.vitthalrukminimandir.org. Cost

of Tender Form Fee is Rs. 2,000/-. Further information, if any, regarding the

work can be obtained from the above office. The fees of tender document will be

non refundable. Further information regarding the work can be obtained from the

above office. The E-tender will be opened on the given day and time (if

possible). by the Executive Officer, Shri Vitthal Rukmini Mandir Samiti ,

Tukaram Bhavan, Pandhapur in presence of such intender or his/ their authorised

representatives who may be present at that time.

Page 12: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

12

Signature of Contractor No. of Corrections Executive Officer

(4)General and Important Conditions of the Tender

1.1 Bidders will have to pay Earnest Money Deposit through online modes of

payment such as Net Banking, Debit Card, Credit Card and NEFT/RTGS

during Bid Preparation stage. This payment will not be accepted by the

department through any offline modes such as Cash, Cheque or Demand

Draft.

1.2 The tender notice shall form a part of the contract agreement.

1.3 Right is reserved to revise or amend the contract documents fully or part

thereof prior to the date notified for the receipt of tender. Such deviations/

amendments if any, shall be communicated in the form of corrigendum or

by a letter as may be considered suitable.

1.4 The tenderer shall enter his Lumpsum Offer in words and figures in ‘C’

form. In case there is difference between Lumpsum Offer written in figures

and words, the lower offer will be taken as final.

1.5 No pages should be removed from, added in or replaced in the Tender.

1.6 Right is reserved to reject any or all tenders without assigning any reason

thereof.

1.7 Tenders which do not fulfill all or any conditions or are incomplete in any

respect are liable to summary rejection.

1.8 The Tenderer may, in the forwarding letter, mention any points he may

wish to make clear but right is reserved to reject the same of the whole of

the tenders if the same become conditional tender thereby.

1.9 Time limit: The work is to be completed within time limit as specified in

The Notice inviting tender which shall be reckoned from the date of

written order of commencing the work and shall be inclusive of monsoon

period.

1.10 Tender Rate: No alteration in the form of tender and the schedule of tender

and no additions in the scope or special stipulation will be permitted.

Rates quoted for the tender shall be taken as applicable to all leads and

lifts.

1.11 Tender Units: The tenderers should particularly note the unit mentioned in

the Schedule "C" on which the rates are based . No change in the units

shall be allowed. In the case of difference between rates written in figures

and words, the correct rate will be the one, which is lower of the two.

1.12 Correction: No corrections shall be made in the tender documents. Any

Corrections that are to be made by crossing the incorrect portion and

writing the correct portions above with the initials of the tenderer.

1.13 Pre-Tender Conference (if applicable)

1.13.1 Online or in the office of the Executive Officer, Shri Vitthal Rukmini

Page 13: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

13

Signature of Contractor No. of Corrections Executive Officer

Mandir Samiti. raised any technical points on or before-10/05/2016 upto

15.00 Hrs. Pre-tender conference is open to all prospective tenderers

who have downloaded tender form before the date of Pre-tender

Conference. wherein prospective Tenderers will have an opportunity to

obtain clarifications regarding the work and the Tender Conditions. The

prospective tenderers may also post their queries only using post query

option for the tender.

1.13.2 The prospective tenderers are free to ask for any additional

information or clarification either in writing or orally concerning the

work, and the reply to the same shall be uploaded on the portal

http://lajd.maharashtra.etenders.in and this clarification referred to as

Common Set of Conditions/Deviations (C.S.D.), shall form part of

tender documents and which will also be common and applicable to

all tenderers. The point/points if any raised in writing and/or verbally/

online by the contractor in pretender conference and not finding place in

C.S.D. issued after the pre- bid conference, is/are deemed rejected. In

such case the provision in NIT shall prevail. No individual

correspondence will be made thereafter with the contractor in this regard.

1.13.3 The tender submitted by the tenderer shall be based on the

clarification, additional facility offered (if any) by the Department, and

this tender shall be unconditional. Conditional tenders shall be

summarily REJECTED.

1.13.4 All tenderers are cautioned that tenders containing any deviation

from the contractual terms and conditions, specifications or other

requirements and conditional tenders will be treated as non responsive.

The tenderer should clearly mention in forwarding letter that his offer (in

envelope No.1&2) does not contain any conditions, deviations from

terms and conditions stipulated in the tender.

1.14 SECURITY DEPOSIT:

1.14.1. The successful tenderer shall have to pay Rs. 50,000/- as initial

security deposit in shape of Demand Draft of Nationalised Bank in

favour of Executive Officer, Shri Vitthal Rukmini Mandir Samiti,

Pandharpur and complete the contract documents. Failing which his

earnest money will be forfeited to samiti. The balance Rs. 50,000/-

security deposit will be recovered from the R.A. bill in equal

installments.

Page 14: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

14

Signature of Contractor No. of Corrections Executive Officer

1.14.2 All compensation or other sums payable by the Contractor under the

terms of this contract or any other contract or on any account may be

deducted from his Security Deposit or from any sums which may be due

to him or may become due to him by Samiti on any account and in

the event of the security being reduced by reason of any such above noted

deductions, the Contractor shall within 10 days of receipt of notice of

demand from the Executive Officer make good the deficit.

1.14.3 There shall be no liability on the Samiti to pay any interest on the

Security Deposited by or recovered from the Contractor.

1.14.4 The Security Deposit shall be refunded after completion of defect

liability period of 1 year from the date of delivery of the Rath.

1.15 The tenders who do not fulfill the condition of the notification and the

general rules and directions for the guidance of contractor in the agreement

form or are incomplete in any respect are likely to be rejected without

assigning any reason therefore.

1.16 If the tenderers are a firm or company, they should mention the names of

all the partners together with the name of the person who holds the power

of Attorney, authorizing him to conduct all transactions on behalf of the

body, along with the tender in Envelope No.1 (E1).

1.17 The contractor or the firms tendering for the work shall inform the Samiti

if they appoint their authorized Agent on the work.

1.18 No foreign exchange will be released by the Samiti for the purchase of

plants and machinery for the work by the Contractor.

1.19 Any dues arising out of contract will be recovered from the contractor as

arrears of Land Revenue, if not paid amicably. Moreover, recovery of dues

from the Contractors will be affected from the payment due to the

Contractor from any other Government works under execution with them.

1.20 All pages of tender documents, conditions, specifications, correction slips

etc. shall be initialed by the tenderer. The tender should bear full signature

of the tenderer, or his authorized power of Attorney holder in case of a

firm.

1.21 The Income Tax at 2.00 % including surcharge or percentage in force from

time to time or at the rate as intimated by the competent Income Tax

Page 15: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

15

Signature of Contractor No. of Corrections Executive Officer

authority shall be deducted from bill amount whether measured bill,

advance payment or secured advance.

1.22 The successful tenderer will be required to produce, to the satisfaction of

the specified concerned authority a valid concurrent license issued in his

favour under the provisions of the Contract Labour (Regulation and

Abolition) Act 1970 for starting the work. On failure to do so, the

acceptance of the tender shall be liable to be withdrawn and also liable for

forfeiture of the earnest money.

1.23 The tenderer shall submit the list of apprentices engaged by the Contractor

under Apprentice Act.

1.24 VALIDITY PERIOD

The offer shall remain open for acceptance for minimum period of 60 days

from the Date of opening of Envelope No.2 (Financial Bid) and thereafter

until it is withdrawn by the contractor by notice in writing duly addressed

to the authority opening the tender and sent by Registered Post

Acknowledgment due.

1.25 The successful tenders will take out necessary Insurance Policies as

directed by the Director Insurance, Maharashtra State, Mumbai-56 (Refer Section Clause 38).

1.26 The contractor will have to sign original copy of the tender papers and the

drawings 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, availability of labours and materials and

that he has quoted his offer with due consideration to all these factors.

1.27 Even though the Bidders meet the above requirements they are subject to

be disqualified if they have made misleading or false representation in the

forms, 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 of work, litigation history or financial failure etc.

1.28 EARNEST MONEY:

The amount of Earnest Money will be forfeited to Samiti in case the

successful contractor does not pay the amount of initial security deposit

within specified time limit.

Page 16: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

16

Signature of Contractor No. of Corrections Executive Officer

(5) FORM - C

Shri Vitthal Rukmini Mandire Samiti, Pandharpur

Tender for LumpSum Contract

Tender Condition

(1) Bidders will have to pay Earnest Money Deposit

through online modes of payment such as Net

Banking, Debit Card, Credit Card and NEFT/RTGS

during Bid Preparation stage. This payment will not

be accepted by the department through any offline

modes such as Cash, Cheque or Demand Draft.

In case the tender is accepted the earnest money

will be returned to the contractor on his furnishing

the cash portion of the security deposit required from

him.

(2) If the tender is accepted, separate agreement shall

be necessary.

(3)

For signature on the tender see rule within.

Page 17: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

17

Signature of Contractor No. of Corrections Executive Officer

GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE OF CONTRACTORS

1) In the event of the tender being submitted by a firm, it must be signed by each partner

hereof or in the event of the absence of any partner, it must be signed on his behalf by

a person or persons holding a Power of Attorney authorising him or them to do so.

2) Receipts for payments on account of any work, when executed by a firm, should also

be signed by all the partners except where the contractors are described in their tender

as firm, in which case the receipts shall be signed in the name of the firm by one of the

partners or by some other person having authority to give effectual receipts for the

firm.

(I) The contractor shall pay along with the tender the sum of Rs. 15,000/-

(Rupees Fifteen thousand only) by way of Earnest Money online modes of

payment such as Net Banking, Debit Card, Credit Card and NEFT/RTGS during

Bid Preparation stage. The said amount of earnest money shall not carry any

interest whatsoever

(II) If after submitting the tender, the contractor withdraws his offer, or

modifies the same, or if after the acceptance of his tender the

contractor fails or neglects to furnish the balance of Security Deposit

without prejudice to any other rights and powers of the Samiti hereunder, or in law,

Samiti shall be entitled to forfeit the full amount of the earnest money deposited by

him.

(III) In the event of his tender not being accepted, the amount of earnest money

deposited by the Contractor shall, unless it is prior thereto, forfeited under the

provisions of sub clause (iii) above, be refunded to him on his passing receipt

therefore.

3) The Executive Officer, Shri Vitthal Rukmini Mandir Samiti, Pandharpur will open tenders

in the presence of contractors who have submitted tenders or their representatives

who may be present at the time and he will enter the amounts of the several tenders in

a comparative statement in a suitable form. In the event of a tender being accepted the

contractor shall thereupon for the purpose of identification sign copies of the

specifications and such other documents as may be necessary. In the event of a

tender being rejected the Executive Officer will refund the amount of the earnest

money deposited to the contractor placing the tender, on his giving a receipt for the

return of the money.

Page 18: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

18

Signature of Contractor No. of Corrections Executive Officer

5) Executive Officer competent to dispose off the tenders shall have the right of rejecting

all or any of the tenders without assigning the reasons..

6) The Tendering contractor shall furnish a declaration along with the tender showing all

works for which he has already entered into contract and the value of the work that

remains to be executed in each on the date of submitting the tender.

7) In view of the difficult position regarding the availability of foreign exchange, no foreign

exchange would be released by Samiti for the purchase of plant and machinery

required for the execution of the work contracted for.

8) The contractor will have to construct shed for storing controlled and valuable materials

at work site having double locking arrangement. The materials will then be taken for

use in the presence of the Samiti person. No materials will be allowed to be removed

from the site of the work without permission of the Samiti person.

9) The contractors shall also give a list of machinery in their possession and which they

propose to use on the works.

10) The contractor should produce evidence of their registration in appropriate category

valid on the date of submission of tender otherwise the tender will not be considered.

11) Contractor(s) should produce original license / attested copy of license duly attested by

Gazetted Office, having registered with the Assistant Commissioner of Labour as

required as per Contract Labour (Regulation and Abolition) Act, 1970 and Maharashtra

Contract Labour (regulation and Abolition) Rules 1971 after the work is awarded.

12) If the bid of the successful bidder is seriously unbalanced in relation to the estimate of

the cost of work to be performed under the contract the Samiti may request the bidder

to produce detailed price analysis for any or all items of the bill of quantities to

demonstrate the internal consistency of those prices with the construction methods

and schedule after the evaluation of price analysis the Samiti may require that the

amount of performance security set forth in clause 21 be increased at the expense of

the successful bidder to a level sufficient to protect the Samiti against financial loss in

the event of default of the successful bidder under the Contract.

13) If the bidder of the successful bid is found exorbitantly lower as compared with the

estimated cost put to tender, the bidder will have to produce detailed analysis for the

quoted price with full justification thereof. The bidder will have to pay an additional

amount of security deposit at 5% of the unbalanced amount will also be accepted in

the prescribed form D.D. of the Nationalised Bank.

Page 19: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

19

Signature of Contractor No. of Corrections Executive Officer

14) The offer of the Contractor shall remain valid for acceptance for a minimum period of

60 days from the date fixed for opening of Envelope No.2 (Main Tender) and thereafter

until it is withdrawn by the Contractor by notice in writing duly addressed to the

authority opening the tender and sent by Registered Post Acknowledgement Due.

(RPAD).

Page 20: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

20

Signature of Contractor No. of Corrections Executive Officer

TENDER FOR A LUMP SUM CONTRACT

CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI

MANDIR SAMITI, PANDHARPUR, DIST. SOLAPUR

I / We _______________________________________________do hereby tender to

execute the whole of the work described in the tender documents and drawings and according

to the Annexed Specification signed by

__________________________________________________________________

and dated ____________________________________________ for the sum of

Rs.________________________________________________________________________

__________________________________________________________________________

__________________________________________________________________________

__________________________________________________________________________

_________________________________

(to be expressed in words and figures).

(Seal & Sign)

Page 21: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

21

Signature of Contractor No. of Corrections Executive Officer

MEMORANDUM

(A) General Description:- NAME OF WORK: “Construction of Teak Wood

Rath For Shri Vitthal Rukmini Mandir, Pandharpur, Dist. Solapur

( WITH CONTRACTORS OWN DESIGN & DRAWINGS).

Estimated Cost Rs. 15,00,000/-

(B) Amount of earnest money Rs. 15,000/-

(C) Security Deposit :-

I) In D.D. of Nationalised Bank Rs. 50,000=00

ii) To be deducted from Rs. 50,000=00

current bills --------------------------

Rs. 1,00,000=00

---------------------- (D) Time allowed for the work from 04 (Four)

the date of written order to Calendar Months

commence. including Monsoon.

Should this tender be accepted I /We do hereby agree and bind myself / ourselves to abide by

and fulfill all the conditions annexed to the said specifications or in default there of to forfeit

and pay to Shri Vitthal Rukmini Mandir Samiti, Pandharpur (hereinafter referred as “the

Samiti”) the penalties or sums of money mentioned in the said conditions.

I / We agree that this offer shall remain open for acceptance for a minimum period of

60 days from the date fixed for opening the same and thereafter until it is withdrawn by me /

us by notice in writing duly addressed to the authority opening the tender and sent by

registered post A.D. sum of Rs. ___________________________________representing the

earnest money is deposited Online. The amount of earnest money shall not bear interest and

shall be liable to be forfeited to the Samiti should I / We fail to (1) abide by the stipulations to

keep the offer open for the period mentioned above or (2) sign and complete the contract

documents as required by the Executive Officer and furnish the security deposit as specified

Page 22: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

22

Signature of Contractor No. of Corrections Executive Officer

in item (d) of the Memorandum contained in paragraph 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.

Dated :

(Signature of Party Tendering)

(Address)

(Signature of Witness)

(Address)

The above tender is hereby accepted by me for and on behalf of the Shri Vitthal Rukmini

Mandir Samiti, Pandharpur.

Dated the day of 2016.

Executive Officer, Shri Vitthal Rukmini Mandir Samiti,

Pandharpur

Page 23: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

23

Signature of Contractor No. of Corrections Executive Officer

(6)CONDITIONS OF CONTRACT

Clause 1 : The contractor (s) is / are to provide every article or thing

which may be necessary and requisite for the due and proper execution

of the several works included in the contract according to the true intent

and meaning of the drawings and specifications taken together which

are to be signed by the Executive Officer, Shri Vitthal Rukmini Mandir

Samiti, Pandharpur (hereinafter called the Samiti) and by the

contractor(s) whether the same may or may not have been particularly

described in the specification or shown on the drawings, provided

however that the same are reasonably and obviously to be inferred

therefore. In case of any discrepancy between the drawings and the

specifications the Samiti shall decide which of the two is to be followed.

Clause 1(a): The contractor should clearly note that Photos of

proposed Rath supplied by the Samiti are for guideline purpose.

Contractor has to apply his mind and detailed drawings and

specifications are to be prepared by the contractor at his own cost and

submitted to Samiti along with the Tender.

Clause 2 : the contractor(s) shall set out the whole of the works as

per approved drawings and details supplied to him and during the

progress of the works shall set right as ordered by the Executive Officer

or his agent any errors which may be found therein and shall provide

all necessary labour and materials for the purpose. The contractor(s)

shall also provide all plants, labour and materials which may be

necessary and requisite for the works and which if accepted shall be

paid for at the rate given in schedule hereto annexed. All materials and

workmanship are to be the best of their respective kinds. The

contractor(s) shall leave the works in all respect clean and perfect at the

completion thereof.

Clause 2 (a): I/We agree that this offer shall remain open for

acceptance of minimum period of 60 days from the date fixed for

opening of Envelope No.2 and thereafter until it is withdrawn by me/us

by notice in writing duly addressed to the authority opening the tender

and sent by registered A.D. or otherwise delivered at the office of such

authority.

Supply of

Materials, etc. By

the Contractor(s)

Execution of

Work

Page 24: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

24

Signature of Contractor No. of Corrections Executive Officer

Clause 3: The Contractor(s) shall not sublet the works or any part

thereof without the consent in writing of the Samiti.

Clause 4: The Executive Officer or his authorized representative

shall have at all times access to the works which are to be entirely

under his control. He may require the contractor(s) to dismiss any

person in the Contractor(s) employment upon the works if such person

is in his opinion incompetent or misconduct himself and the

contractor(s) shall forthwith complete with every such, requirement.

Clause 5: The Contractor(s) shall not vary or deviate from the

approved drawings or specification or execute any extra work of any

kind whatsoever unless upon the express authority of the Samiti which

shall be obtained by an order in writing of the Samiti or by plan or

drawing expressly given or signed by him as an extra work or variation

or by any subsequent written approval signed by him.

In case of daily labour all vouchers for the same shall be delivered to

him by the Executive Officer or the officer in charge at the latest during

the work following that in which the work may have been done and only

such day work is to be allowed for as may have been authorized by

Executive Officer to be so done unless the work cannot from its

character to be properly measured and valued.

Clause 6: The Samiti shall have power to make any alteration in, or

addition to the original specifications, drawings designs and instructions

that may appear to him to be necessary or advisable during the

progress of the work and with consultation of Samiti Members shall be

bound to carry out the work in accordance with any instructions which

may be given to him / them in writing signed by the Executive Officer

and such alteration shall not invalidate the Contracts and any additional

work, which the contractor(s) may be directed to do in the manner

above specified as part of work any curtailment of work as design which

may be found necessary during the period of construction shall be

carried out or/omitted by the contractor on the same conditions in all

respects on which he/they agree to do the main work.

Addl. Work Clause 7: The time limit for the completion of the work shall be

Control over work

Alterations in

drawings or

specifications

etc. .

The power to

make additions

and alterations

in drawings or

specifications

etc.

Such

Alterations do

not invalidate

the contract.

Page 25: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

25

Signature of Contractor No. of Corrections Executive Officer

extended or curtailed in the proportion that the increase or decrease in

its costs, occasioned by alterations or additions or curtailment, bears to

the cost of the original contract work and the certificate of the Samiti as

to such proportion shall be conclusive.

Clause 8 : If at any time before security deposit or any part thereof is

refunded to the contractor, it shall appear to the Samiti or his sub-

ordinate-in-charge of the work, that any work has been executed with

unsound imperfect or unskillful workmanship or with materials of

inferior quality, or that any materials or articles provided by him for the

execution of the work are unsound, or of a quality, inferior to that

contracted for, or are otherwise not in accordance with the contract, it

shall be lawful for the Samiti to intimate this fact in writing to the

contractor and then not with standing the fact that the work, materials or

articles complained of may have been inadvertently passed, certified

and paid for, the contractor shall be bound forthwith to rectify or remove

and reconstruct the work so specified in whole or in part, as the case

may required, or if so required, shall remove the materials or articles so

specified and provide other proper and suitable materials or articles at

his own charge and cost; and in the event of his failing to do so within a

period to be specified by the Samiti in the written intimation aforesaid,

the contractor shall be liable to pay compensation at the rate of one

percent on the amount of the estimate for every day not exceeding ten

days, during which the failure so continuous and in the event of any

such failure as aforesaid the Samiti may rectify or remove, and re-

execute the work or remove and replace the materials or articles

complained of, as the case may be, at the risk and expense in all

respects of the contractor. Should the Work-in-charge consider that any

such inferior work materials as described above may be accepted or

made use of, it shall be within his discretion to accept same at such

reduced rates as he may fix therefore.

Clause 8 (A) : If during the period of One year from the date of

completion as certified by the Samiti pursuant to clause 14 of the

contract in the opinion of the Samiti, the said work is defective in any

manner whatsoever, the contractor shall forthwith on receipt of notice in

Action and

compensation

payable in

case of bad

work.

Maintenance

and repairs of

the Rath during

guarantee

period.

Contractor liable

for

imperfections

Page 26: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

26

Signature of Contractor No. of Corrections Executive Officer

that behalf from the Samiti, duly commence execution and completely

carry out at his cost in every respect all the work that may be necessary

for rectifying or setting right the defects specified there including

dismantling and reconstruction of unsafe portion strictly in accordance

with and in the manner prescribed and under the supervision of the

Samiti Member. In the event of the contractor failing or neglecting to

commence execution of the said rectification work within the period

prescribed therefore in the said notice and/or to complete the same as

aforesaid as required by the said notice the Samiti may get the same

executed and carried out departmentally or by any other agency at the

risk on account and at the cost of the contractor. The contractor shall

forthwith on demand pay to the amount of such costs, charges. and

expenses sustained or incurred by the Government of which the

certificate of the Samiti shall be final and binding on the Contractor.

Such costs, charges, expenses shall be deemed to be arrears of land

Revenue and in the event of the contractor failing or neglecting to pay

the same on demand as aforesaid without prejudice to any other rights

and remedies of the Samiti, the same may be recovered from the

contractor as arrears of land revenue. The Government shall also be

entitled to deduct the same from any amount which may then be

payable or which may thereafter become payable by Government to the

Contractor(s) either in respect of the said work or any other work

whatsoever or from the amount of security Deposit retained by the

Samiti.

Clause 9: From the commencement of the works to the completion of

the same that work shall be under the Contractor(s) charge. The

Contractor(s) shall be held responsible for any damage done to the

same by fire or any other cause and he/they shall be liable to make

good all such damage and to carry out any repairs which may be

rendered necessary to the same by fire or other causes and they are to

hold the Government harmless from any claims for injuries to persons

for structural damage to property happening from any neglect or default,

want of proper care or misconduct on the part of the Contractor(s) or of

any one in his/their employee during the execution of the work.

Responsibility

of Contractor

due to damage

by Fire etc.

Page 27: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

27

Signature of Contractor No. of Corrections Executive Officer

Clause 10 : The Samiti shall have full power to send workmen upon the

premises to execute fittings and other works not included in the contract

and for which the Contractor(s) shall afford every reasonable facility

during ordinary working hours, provided that such operations shall be

carried on in such a manner as not to impede the progress of the work

included in the contract. The Contractor(s) shall not however be

responsible for any damage which may happen to or be occasioned in

the execution of any such fitting or other works.

Clause 11 : The work comprised in this tender shall be commenced

immediately upon its acceptance and as soon as possession of the site

can be had. The whole work including all additions and variations as

aforesaid shall be completed in every respect by the Contractor(s)

within stipulated time and if from any cause whatever and accept as

hereinafter provided the whole of such work shall not be finished to the

satisfaction of the Samiti within the stipulated or appointed contractor

period, the Contractor(s) shall forfeit and pay to Samiti by way of

ascertained and liquidated damages for each default the sum equal to

1% or such smaller amount as the Samiti (Whose decision in writing

shall be final) may decide of the amount of the said estimated cost of

the whole work as shown in the tender for every day that such default

continuous provided always that the total amount of compensation to

be paid under the provision of this clause and clause 22 shall not

exceed 10% of the estimated cost of the work as shown in the tender,

the amount of such damages, if any may be deducted by way of set-off

from any unpaid portion of the contract price or may be otherwise

recovered from the Contractor(s) and shall be brought into account by

the Samiti when setting the Contractor’s (s) account’s for his final

certificate as hereinafter provided.

Provided never the less that if the Contractor(s) shall be of the

opinion that he/they are entitled to any extension of time on account of

the works being altered, varied or added to or on account of any delay

by reason of any inclement whether or other beyond the control of the

Contractor(s) or in consequence of orders to that effect from the

Action when

the work is not

completed

Extension of

time on account

of alterations.

Execution of

works not

included in

the contract

Page 28: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

28

Signature of Contractor No. of Corrections Executive Officer

Executive Officer himself (which orders the Samiti is hereby empowered

to make), then any such case or cases it shall be competent for the

Executive Officer by an order in writing to the extent the aforesaid

period for final completion by such period or periods as he may deem

responsible and the Contractor(s), shall thereupon complete the work or

works within such extended period or periods as aforesaid further that

the Contractor(s) shall not be entitled to any extension of time unless

he/they shall within thirty days(30 days) after the happening of the event

in respect of which he / they shall consider himself/themselves entitled

to any such extension of time, give to the Executive Officerwritten notice

of such claim for the extension of time and or the ground or grounds

therefore and of the period thereof unless in any case the Samiti shall in

his discretion dispense with such notice and certify the extension of

time. Provided further that in cases in which any extension of time has

been granted, the aforesaid provisions relating to payment of damages

for default in completion of the work within the time so extended shall

apply. The above provisions regarding extension of time shall not apply

to any extra work involved in the extra depth of foundation mentioned in

clause - 5.

Clause 12 : On completion of the work the Contractor(s) shall be

furnished with a certificate by the Samiti of such completion.

Clause 13 : If the Contractor(s) shall become bankrupt or shall

compound with or make any assignment for the benefit of his/their

creditor, or shall suspend or delay the performance of his/their part of

the contract(except on account of causes mentioned in clause 13 or in

consequence of his/their not having proper instructions for which the

Contractor(s) shall have duly applied) the Samiti may give to the

Contractor(s) his/their assign or trustee, as the case may be, written

notice requiring the works to be proceeded with and in case he does not

received any satisfactory reply from the Contractor(s) or his/their assign

or trustee within a period of seven days from such notice, it shall be

lawful for the Samiti to enter upon and take possession of the works

and to employ any other person or persons to carry on and complete

the same and to authorized him or them to use the plant materials and

Final certificate

Action when

Contractor

becomes

bankrupt etc.

Page 29: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

29

Signature of Contractor No. of Corrections Executive Officer

any other property of the Contractor(s) upon the works and in any such

even the costs and charges which may be incurred in carrying on the

completing the said works shall be payable to Samiti against any

moneys due or to become due to the contractor(s).

Clause 14 : The Schedule of Payment to be made for interim bills will as

follows:-

Sr.No. Stage of Work Percentage Cost of work

Intermediate Cumulative

1. On Purchase of material and

depositing it at the work site 25% 25%

2.

Fabrication of M.S. frame of

Rath and Teak Wood Columns

& Domes

30% 55%

3

After Completion of Rath in all

respect and Delivery at

Pandharpur

45% 100%

100% 100%

Note : Intermediate payments may be made as agreed on pro-rata basis depending upon

stage of construction.

Clause 15 : The Certificate of the Samiti hereinafter referred to showing

the final balance due or payable to the Contractor(s) shall be conclusive

evidence of the works having been duly completed and that the

Contractor(s) shall be entitled to receive payment of the final balance in

accordance with such certificate, but without prejudice to the liability of

the Contractor(s) under the provisions of Clause - 10.

Clause 16 : If at any time after execution of the contract documents the

Samiti shall for any reason whatsoever, not require the whole or any

part of the work as specified in the tender to be carried out the Samiti

shall give notice in writing of the fact to the Contractor(s) who shall

thereupon have no claim to any payment or compensation whatsoever

on account of any profit or advantage which he/they might have derived

Payment to

Contractor for

work done

No compensation

for alteration in or

restriction of work

to be carried out

Certificate

Page 30: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

30

Signature of Contractor No. of Corrections Executive Officer

from the execution of the work in full but which he/they did not drive in

consequence of the full amount of the work not having been carried out

neither shall he/they have any claim for compensation by reason of any

alteration having been made in the original specifications, drawings,

designs and instructions which may involve any curtailment or increase

of the work as originally contemplated.

Clause 17 : The Contractors(s) shall be responsible for and shall pay any

compensation to his workmen which may be payable under the workmen’s

compensation Act, 1923 (VII of 1923) (hereinafter called the said Act) for

injuries suffered by them. If such compensation is paid by the Government as

principal under sub-section (1) of section 12 of the said Act on behalf of the

Contractor(s) it shall be recoverable by the Government from the Contractor(s)

under sub-section (2) of the said section, and such compensation shall be

recovered in accordance with the conditions notified at the time of inviting

tenders.

Clause 17 (A): The Contractor shall be liable to pay the expenses of providing

medical aid to any workman who may suffer any injury as a result of an

accident at or near the work side whether on duty or off duty and whether such

accident takes place on a holiday or on a working day. It shall be open to

Government to incur the requisite expenses for providing such medical aid and

to recover the same from the contractor. The Certificate of the Executive

Officeras to amount of expenses actually incurred on providing such medical

aid shall be final and conclusive against the contractor.

Clause 18 : All royalties, octroi dues and ground rate for stacking materials, if

any shall be paid by the Contractor.

Clause 19 : The time allowed for carrying out the works as entered in the

tender shall be strictly observed by the Contractor(s) and shall be reckoned

from the date on which the order to commence work is given to the

Contractor(s). The work shall through the stipulated period of the contract to

proceed with, with all due diligence (time being deemed to be of the essence of

the contract on the part of the Contractor(s) and if the Contractor(s)

makes/make default therein) he / they shall pay as compensation the sum

which may be determined under Clause - 13.

Compensation

under the

workmen’s

Compensation

Act.

Payment of

fees , royalties

etc.

Compensation

for delay

Page 31: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

31

Signature of Contractor No. of Corrections Executive Officer

And further to ensure good progress during the execution of the work, the

Contractor(s) shall be bound, in all cases in which the time allowed for any

work exceeds one month to complete.

In the event of the Contractor(s) failing to comply with any of these conditions

he/they shall be liable to pay as compensation amount equal to 1%, or such

smaller amount as the Superintending Engineer (whose decision in writing shall

be final) may decide, of the said estimated cost of the whole work for every

day that the due quantity of work remain incomplete, PROVIDED ALWAYS that

the total amount of compensation to be paid under the provisions of this clause

shall not exceed 10 percent of the estimated cost of the whole work as shown

in the tender.

Clause 20 : If the progress of any particular portion of the work is

unsatisfactory, the Samiti shall not withstanding that the general progress of

the work is in accordance with the conditions mentioned in Clause 21, be

entitled to take action under clause 10 after giving the Contractor(s) 10 days

notice in writing. The Contractor(s) will have no claim for compensation for any

loss sustained by him/them owing to such action.

Clause 21 : Compensation for all damages done intentionally or

unintentionally by Contractor(s) labour whether in or beyond the limits of

Samiti property including any damage causes by the spreading of fire

mentioned in Clause - 11 shall be estimated by the Samiti or such other

officer as he may appoint and the estimate of the Executive Officersubject

to the decision of the Samiti or appeal, shall be final, and the contractor(s)

shall be bound to pay the amount of the assessed compensation on

demand; on his/their failure to do so the same will be recovered from the

Contractor(s) damages in the manner prescribed in clause 13 of or

deducted by the Samiti from any sums that may be due or may become

due from the Government to the Contractor(s) under this contract or

otherwise.

Clause 22 :

(i) No Contractor shall employ any person who is under the age

of 18 years.

Minimum age

of persons

employed the

employment

of donkeys

and other

animals and

the payment

of fair wages.

Action when

the progress of

any particular

portion of the

work is

unsatisfactory.

Liability of

Contractor for

any damage

done in outside

work area

Page 32: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

32

Signature of Contractor No. of Corrections Executive Officer

(Ii) No contractor shall employ Donkeys or other animals with

breeching of string or thin rope. The breeching must be at

least three inches (7.5cms) wide and should be of tape (Nawar)

iii) No animal suffering from sores, lameness or emaciation or

which is immature shall be employed on the work.

iv) The Executive Officer or his agent is authorised to remove from

the work any person found working which does not satisfy these

conditions and no responsibility shall be accepted by the Samiti

for any delay caused in the completion of the work by such

removal.

v) a) The contractor shall duly comply with all 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 status

and statutory provisions concerning payment of wages

particularly to workmen employed by the contractor and working

on the site of the work at the rate prescribed under the

Maharashtra Contract Labour (Regulation and abolition) Rules

1971. If the contractor fails or neglects to pay wages at the said

rate 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 to be paid by the

Govt. to such worker shall be deemed to be arrears of land

revenue and the Govt. shall be entitled to recover the same as

such from the contractor or deduct the same from amount

payable by the Government to the contractor hereunder or from

any other amounts payable to him by the Government.

b) The dispute shall be referred without any delay to the

Executive Officer who shall decide the same, the decision of the

Executive Officer shall be conclusive and binding on the

contractor, but the existence of the dispute or the decision, if any

of the Executive Officer shall not in any way affect the condition

in the contract regarding in the period during which the work is

Page 33: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

33

Signature of Contractor No. of Corrections Executive Officer

to be completed or the payment to be made by the Samiti at the

sanctioned tender rates.

vi) Contractor shall provide drinking water facilities to the workers

and same similar amenities shall be provided to the workers

engaged on large work in urban areas.

vii) Contractor to take precaution against accident which takes place

on account of labour using loose garments who are working

near machinery.

Method of Payment Clause 23 : Payment to Contractors will be made by cheque drawn

from Samiti Bank Account.

Clause 24 : Any Contractor who does not accept these conditions

shall not be allowed to tender for works and his name shall be removed

from the list of Contractors.

Clause 25 : If Government declares a state of scarcity or famine to

exit in any village situated within 10 miles of the work the piece

worker/Contractor shall employ upon such parts of the work, as are

suitable for unskilled labour, any person certified to him by the

Executive Officer, or by any persons to whom the Executive Officer

may have delegated this duty in writing, to do in need or relief and shall

be bound to pay to such person wages not below the minimum which

Government may have fixed in this behalf. Any dispute which may arise

in connection with the implementation of this clause shall be decided by

the Executive Officer whose decision shall be final and binding on the

Contractor.

Clause 26 : The contractor shall employ the 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 Employment and self employment Departments Scheme.

Provided however that if the required unskilled labours are not available

locally, the contractor shall in the first instance employ such number of

persons as is available and there after with previous permission in

writing of the Executive Officer in charge of the said work obtained the

Acceptance

of Conditions

compulsory

before

tendering for

work.

Employment

of local

labour.

Page 34: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

34

Signature of Contractor No. of Corrections Executive Officer

rest of requirement of the unskilled labour from outside the above

scheme.

Clause 27 : “Contractor(s) shall comply with the provision of the

Apprentices Act, 1961(III of 1961) the rules made there under and

orders they may issued there under 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 liabilities penalties provided by the said act and said rules.

Clause 28 : The tender rates are inclusive of all taxes, rates, cesses

and are also inclusive of the tax in respect of sale by transfer of

property in goods involved in the execution of a work contract under

provision of Rule 58 of Maharashtra Value Added Tax Act 2005, for the

purpose of levy of Tax.

Clause 29 : Condition For Maleria Eradication

a) The anti-maleria and other health measures shall be as directed by the

Joint Director (Malaria and Filaria) of Health Services, Pune.

b) Contractor shall see that mosquitozenic conditions are not created so

as to keep vector population to minimum level.

c) Contractor shall carry out anti malaria measures on the area as per

guidelines prescribed under National Malaria Eradication Program and as

directed by the Joint Director (M.F.) of Health Services, Pune.

d) In case of default in carrying out prescribed anti-maleria measure

resulting in increase in Malaria incidence contractor shall be liable to pay to

Government the amount spent by Government on anti-maleria measures to

control the situation in addition to fine.

e) RELATION WITH PUBLIC AUTHORITIES :-

The contractor shall make sufficient arrangement for draining away the

sullage water as well as water coming from the bathing and washing places

and shall dispose off this water in such a way as not to cause any nuisance.

He shall also keep the premise clean by employing sufficient number of

sweepers. The contractor shall comply with all rules, regulations, byelaws

and directions given from time to time by any local or public authority in

connection with this work and shall pay fees or charges which are leviable on

Page 35: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

35

Signature of Contractor No. of Corrections Executive Officer

him without any extra cost to Government. Contractor shall have to provide

sanitary arrangements like bath, W.C. etc. for labours.

Note :- In case the provision of this form “C” conflict with those in detailed

type provision and conditions attached to this tender, the detailed type

provisions and conditions would be prevail over the form “C”.

Clause 30 : Proof Consultant for this work will have to be appointed by the

Contractor for scrutiny of design etc. in consultation with the Samiti whose

fees will be paid by the contractor.

Clause 31 : Condition Relating to Insurance of Contract Works:-

Contractor shall take out necessary Insurance policy / policies so as to

provide adequate insurance cover for execution of the awarded contract work

for total contract value and complete contract period COMPULSORILY from

the :Directorate Of Insurance, Maharashtra State, Mumbai” only. Its postal

address for correspondence is : "264, MHADA, First Floor,Opp. Kalanagar,

Bandra (East), MUMBAI- 400051” (telephone NoS. 26438690, 26438746 and

Fax No. 26438461) Similarly all workmen appointed to complete the contract

work are required to insure under Workmen’s Compensation Insurance

Policy. Insurance policy/ policies taken out from any other company will not

be accepted. If any contractor have effected insurance with any Insurance

Company, the same will not be accepted and 1% of the tender amount or

such amount of premium calculated by the Directorate of Insurance will be

recovered directly from the amount payable to the contractor for the executed

contract work and paid to the Director of Insurance Fund, Maharashtra State

Mumbai. The Director of Insurance reserves the right to distribute the risks of

insurance among the other insures.

Page 36: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

36

Signature of Contractor No. of Corrections Executive Officer

(7) ADDITIONAL GENERAL CONDITIONS AND SPECIFICATIONS

Note: -These are to apply as additional specifications and conditions unless

already provided for contradictorily elsewhere in this contract.

1.0 CONTRACTOR TO INFORM HIMSELF FULLY:

The contractor shall be deemed to have carefully examined the

general and the special conditions, specifications, schedules and drawings

and shall be deemed to have visited the site of the work and to have fully

informed himself regarding the local conditions and carried out his own

investigation to arrive at rates quoted in the tender. In this regard, he will

be given necessary information to the best of knowledge of Samiti but

without any guarantee about it. If he shall have any doubt as to the

meaning of any portions of these general conditions or the special

conditions, or the scope of work or the specifications and drawings or any

other matter concerning the contract, he shall in good time., before

submitting his tender, set forth the particulars thereof and submit them to

the "Executive Officer, Shri Vitthal Rukmini Mandir Samiti, Pandharpur"

in writing in order that such doubts may be clarified authoritatively before

tendering. Once a tender is submitted, the matter will be decided according

to tender conditions in the absence of such authentic pre-clarification.

Contractor shall make all necessary arrangements to carry out all

necessary detail surveys required as per the Specifications/Tender

Conditions, during currency of work/project, and deliver desired outputs in

printed/soft as instructed by engineer in charge at different stages of

works as instructed by the engineer in-charge during the currency of the

project, that is from start to finish of the work/project.

Page 37: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

37

Signature of Contractor No. of Corrections Executive Officer

4. ERRORS, OMISSION AND DISCREPANCIES:

(a) In case of errors, omissions and or disagreement between written

and scaled dimensions on the drawing or between drawings and

specifications etc. The following order of preference shall apply.

I) Between actual scaled and written dimensions or descriptions on a

drawing the latter shall be adopted.

ii) Between the written or shown description of dimensions in the

drawing and corresponding one in the specifications, the latter shall apply.

iii) Between the quantities shown in schedule of quantities and those

arrived at from the drawings, the latter shall be preferred.

iv) Between the written description of the item in the schedule of

quantities and the detailed description in the specifications of the same

items, the latter shall be adopted.

b) In case of difference between the rates written in figures and words,

the rate adopted by the contractor for working out the total amount of the

item will be taken as correct. In other cases correct rate would be that,

which is lower.

c) In all cases of omissions and / or doubts or discrepancies in the

dimensions or description of any item or specification, reference shall be

made to the "Executive Officer, Shri Vitthal Rukmini Mandir Samiti,

Pandharpur" whose elucidation, elaboration or decision shall be

considered as authentic. The contractor shall be held responsible for any

errors that may occur in the work through lack of such reference and

precaution.

d) The special provisions in detailed specifications and wording of any

item shall gain precedence over corresponding contractor provisions (if

Page 38: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

38

Signature of Contractor No. of Corrections Executive Officer

any) in the standard specifications of public works department Hand Book

where reference to such specifications is given without reproducing the

details of contract.

2. WORKING METHODS :

Contractor shall submit, within times stipulated by the Samiti, in writing

the details of actual methods that would be adopted by the contractor for

the execution supported by necessary detailed drawings and sketches

including those of the Plant and Machinery that would be used, their

locations, arrangement for conveying and handling materials etc. And

obtain prior approval of the Samiti well in advance of starting of such item

of work The Executive Officer reserves the right to suggest modifications

or make complete changes in the method proposed by the contractor,

whether accepted previously or not, at any stage of the work. to obtain the

desired accuracy, quantity and progress of the work which shall be binding

on the contractor, and no claim on account of such change in method of

execution will be entertained by Samiti so long as specifications of the

item remain unaltered.

3. TESTING OF MATERIAL

A) The testing of all materials shall be carried out by the Contractor, or his

representative for which the contractor shall make all the necessary

arrangements and bear the entire cost. Testing of material shall be

carried out in Government Laboratory and Test Results shall be

submitted to Samiti.

B) If the contractor fails to submit required Test Results of the wood work

materials as mentioned , he will be liable to deposit the amount at

penal rate of five times of the amount of particular test which he has not

carried out. Contractor will be informed by the Samiti by letter. On

Page 39: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

39

Signature of Contractor No. of Corrections Executive Officer

receipt of letter, contractor will have to either deposit the said amount

or to carry out the required test within 10 days. If he again failed to

carry out the required tests in stipulated time limit, the said tests will be

carried out by the department and total expenditure incurred on the

testing charges plus five times amount of testing charges will be

recovered from the Contractor’s bill.

C) As this recovery is only due to the negligence on the part of contractor

to carry out work as per Tender Conditions and Samiti decision will be

final and binding on the Contractor and it cannot be challenged by the

Contractor by way of Appeal, Arbitration or in the Court of Law.

4 INSPECTION :-

The Contractor shall inform the Samiti in writing -when any portion of

the work is ready for inspection giving him sufficient notice to enable him

to inspect the same without affecting the further progress of the work. The

work shall not be considered to have been completed in accordance with

the terms of the contract until the Samiti shall have certified in writing to

that effect. Approval of materials or workmanship or approval of part of

the work during the progress of execution shall not bind the Samiti or in

any way affect him even to reject the work which is alleged to be

completed and to suspend the issue of his certificate of completion until

such alteration and modifications or reconstruction have been effected at

the cost of the Contractor as shall enable him to certify that the work has

been completed to his satisfaction.

5. SAFETY MEASURES AND AMENITIES :

While executing the work, necessary precautions regarding safety of

labour, supervisory staff, public and traffic users shall be taken by the

agency according to rules and regulations specified by the Government of

India / Government of Maharashtra.

1) The contractor shall take all necessary precautions for the safety of

the workers and preserving their health while working in such job as

require special protection and precautions. The following are some of the

requirements listed, though no exhaustive. The contractor shall also

Page 40: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

40

Signature of Contractor No. of Corrections Executive Officer

comply with the directions issued by the Executive Officer in this behalf

from time to time and at all times.

6. RELATION WITH PUBLIC AUTHORITIES :-

The contractor shall comply with all rules, regulation, bye-laws and

direction given from time also by any local public authority in connection

with this work and shall himself pay fees or charges which are leviable on

him without any extra to the Samiti.

7. MAINTENANCE

7.1 The contractor shall maintain the finished product (Rath) for a period of

1 year .

7.2 It will be the responsibility of the contracting agency to maintain the Rath

for a period of one Year. In case the contractor fails to maintain it

properly including rectification of the defects pointed out by the Samiti

within a period of 7 days from the date of a written notice by the Samiti,

the rectification / repairs to such defects will be carried out by the Samiti

at contractor’s risk and cost. The expenditure incurred on such

rectification work shall be recovered from the amount withheld as per

Clause 8(A) of condition of contract.

7.3 On completion of the work in all respects, necessary certificate will be

issued by the Executive Officer and the defect liability period clause 8-A

will be counted from the date of issue of such certificate.

NOTES FOR SCHEDULE OF ITEMS FOR ADDITIONAL WORK

If ANY Extra work likely to crop up beyond the scope of work as

mentioned in "DETAILS OF WORK (RATH)" will be decided by the Executive

Officer, Shri Vitthal Rukmini Mandir Samiti Tukamram Bhavan, Pandharpur

and Contractor on mutually agreed terms and conditions.

Page 41: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

41

Signature of Contractor No. of Corrections Executive Officer

(8) INSTRUCTIONS TO BIDDERS ABOUT E-TENDERING PROCESS

A) GENERAL INSTRUCTIONS: The bidders are requested to familiarize themselves with the use of the e-Tendering portal of Government of Maharashtra well in advance To view- Tender Notice, Detailed Time Schedule, Tender Document for this Tender and subsequently purchase the Tender Document and its supporting documents, kindly visit following e-Tendering website of Government of Maharashtra: https://maharashtra.etenders.in The Contractors participating first time for e-Tenders on GoM e-tendering portal will have to complete the Online Registration Process for the e-Tendering portal. A link for enrollment of new bidders has been provided on https://maharashtra.etenders.in All bidders interested in participating in the online e-Tendering process are required to procure Class II or Class III Digital e-Token having 2 certificates inside it, one for Signing/Verification purpose and another for Encryption/Decryption purpose. The tender should be prepared & submitted online using individual’s Digital e-Token. e-Tendering Tool Kit for Bidders (detailed Help documents, designed for bidders) has been provided on e-Tendering website in order to guide them through different stages involved during e-Tendering such as online procedure for Tender Document Purchase, Bid Preparation, Bid Submission.

NEFT/RTGS during Bid Preparation stage. This payment will not be accepted by the department through any offline modes such as Cash, Cheque or Demand Draft. The interested contractors / bidders will have to make online payment (using credit card/debit card/net banking) of Rs. 1058/- (inclusive of all taxes) per bid per tender to online service provider of e-Tendering system (Sify NexTenders) at the time of entering Online Bid Submission stage of the tender schedule. If any assistance is required regarding e-Tendering (registration / upload / download) please contact GoM e-Tendering Help Desk on number: 020 – 3018 7500 (Pune Helpline), Email: [email protected] Bidders will have to pay cost of Tender Document through online modes of payment such as Net Banking, Debit Card and Credit Card during Tender Document Download stage. This payment will not be accepted by the department

Page 42: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

42

Signature of Contractor No. of Corrections Executive Officer

through any offline modes such as Cash, Cheque or Demand Draft. Similarly, Bidders will have to pay Earnest Money Deposit through online modes of payment such as Net Banking, Debit Card, Credit Card and For a bidder, online bidding process consists of following 3 stages: Online Tender Document Purchase and Download Online Bid Preparation Online Bid Submission All of 3 stages are mandatory in order for bidders to successfully complete Online Bidding Process.

B) PURCHASE AND DOWNLOADING OF TENDER FORM:

The tender document is uploaded / released on Government of Maharashtra, (GOM) e-tendering website https://maharashtra.etenders.in. Tender document and supporting documents may be purchased and downloaded from following link of Shri Vitthal Rukmini Mandire Samiti, under Law & Judiciary department on e-Tendering website of Government of Maharashtra, https://lajd.maharashtra.etenders.in by making payment through Online Payment Modes i.e. Net Banking, Debit Card and Credit Card. If for any reason a bidder fails to make this payment through online modes, system won't allow the bidder proceed further for next stage resulting in his/her elimination from Online Bidding Process. This payment will not be accepted by the department through any offline modes such as Cash, Cheque or Demand Draft. The Tender form will be available online only. Tender forms will not be sold / issued manually from Shri Vitthal Rukmini Mandire Samiti, Pandharpur office. The bidders are required to download the tender document within the pre-scribed date & time mentioned in online tender schedule. After expiry of the date and time for tender document download, Samiti will not be responsible for any such failure on account of bidders for not downloading the document within the schedule even though they have paid the cost of the tender to the Samiti. In such case the cost of the tender paid by the bidders will not be refunded.

Page 43: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

43

Signature of Contractor No. of Corrections Executive Officer

C) PREPARATION & SUBMISSION OF BIDS

Both the Bids (Technical as well as Financial) shall have to be prepared and subsequently submitted online only. Bids not submitted online will not be entertained.

D) Online Bid Preparation (D.1) EARNEST MONEY DEPOSIT (EMD) Bidders are required to pay Earnest Money Deposit (if applicable) through Online Payment modes i.e. Net Banking, Debit Card, Credit Card and NEFT/RTGS during Bid Preparation Stage. This payment will not be accepted by the Samiti through any offline modes such as Cash, Cheque or Demand Draft. If for any reason a bidder fails to make this payment through online modes, system won't allow the bidder to complete Bid Preparation stage resulting in his/her elimination from Online Bidding Process. In case EMD is mandatory to all the bidders for a tender, offers made without EMD shall be rejected. The amount of earnest money will be refunded to the unsuccessful tenderer on deciding about the acceptance or otherwise of the tender or on expiry of the validity period whichever is earlier. In case of the successful tenderer, it will be refunded on his paying the initial security deposit and completing the tender documents or will be transferred towards a part of security deposit to be paid after awarding of the work. If successful tenderer does not pay the security deposit in the prescribed time limit and complete the agreement bond, his earnest money deposit will be forfeited to the Government.

Earnest money of the un-successful tenderers will be refunded on their application only after an intimation of rejection of their tender is sent to them or on the expiry of the validity period whichever is earlier. In Bid Preparation stage, bidders get access to Online Technical and Financial Envelopes where they require uploading documents related to technical eligibility criteria and quote Financial offer for the work / item in respective online envelopes.

Page 44: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

44

Signature of Contractor No. of Corrections Executive Officer

(D.2) TECHNICAL BID

Online tenders are invited in ‘Two Envelope System’. (Technical Bid &

Financial Bid).

Envelop No. 1- (Technical bid) : At the time of opening of technical bid the

bidder should bring all original documents that have been listed below and have

been uploaded in the Online Technical Envelop so that the same will be verified

at the time of opening of the technical bid.

Following documents should be uploaded in Online Technical Envelope (E1) in

PDF format, if required can be zipped as well and then uploaded during Online

Bid Preparation stage.

The list of documents for Technical Envelope is as follows:

Sr. No.

List of Documents Compulsory

/ Optional 1 Complete postal address with pin code and Telephone &

Mobile no of the contractor

Compulsory

2 Scanned copy of Registration Certificate (Memorandum of

Association) (if applicable) Compulsory

3 The tenderer if firm or company the names of all the partners

of the firm or the company ( as the case may be) and the

name of the partner who holds the power of attorney if any,

authorising him to conduct transaction on behalf of the Firm

or Company. (if applicable)

Compulsory

4 Scanned Copy of Recent Income Tax Clearance Certificate

and Income Tax clearance Certificate for the last two years.

Compulsory

5 Scanned Copy of Value Added Tax Clearance Certificate

from the Competent Authority showing the VAT paid for

the last two years. If Bidder is exempted from paying VAT

the Bidder should provide exemption certificate from

Compulsory

Page 45: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

45

Signature of Contractor No. of Corrections Executive Officer

Competent Authority.

6 Scanned copy of original Professional Tax Registration

Certificate in form PTR & PTE (if applicable)

Compulsory

7 Scanned copy of Business Registration Certificate / Business

Permit License from Competent Authority. (if applicable)

Compulsory

8 Scanned copy of Registration certificate under Bombay

Shops and Establishments Act, 1948. (if applicable)

Compulsory

9 Affidavit about genuineness of the documents submitted,

detail knowledge of tender documents etc. on Rs.100 Stamp

paper in given format. (Appendix 1)

Compulsory

10 List of work Tenders for and in hand as on date of

submission of tender (Appendix 2)

Compulsory

11 Details of works of similar type and magnitude carried out

by the Contractor with colour photographs (Appendix 3)

Compulsory

12 Details of plant and machinery immediately available with

the tenderer for the work (Appendix4 )

Compulsory

13 Details of technical personnel available with Contractor

(Appendix 5)

Compulsory

14 Details of materials which shall be used in manufacturing of

proposed Rath (Appendix 6)

Compulsory

15 Contractors own design, drawings & Colour Photographs of

Proposed Rath with relevant documents

Compulsory

Documents mention at Sr. No.10 to 15 must have Signature of the Contractor.

Numbring should be done for all papers contained in Envelope no. 1 (E1) and Indexed

Page 46: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

46

Signature of Contractor No. of Corrections Executive Officer

(D3) Envelop No. 2 (Financial bid)(E2)

Bidders should submit Financial bid in ‘C’ form along with envelop

No.2.

The second online envelope "Envelope No.2" shall contain only the main

tender in ‘C’ form (an online form which will be provided for this

purpose as given in the tender document) including the Common Set of

Conditions / Deviation issued by the Samiti after the pre-tender

Conference. A tender submitted without this would be considered as

invalid.

1. The Tenderer should quote his offer duly signed in terms of lumsum offer

in form ‘C’. The price quoted must be in figures and in words.

2. The price quoted must be inclusive of supplying of the Rath to Shri

Vitthal Rukmini Mandire Samiti, Pandharpur with the same price

mentioned in the Bidder’s application (Envelop No.2). The Bidder has to

make transportation arrangement for supplying it to pandharpur. No

transportation charges, no labour charges will be paid for loading and

unloading of the Rath and no octarai charges and any other such charges

will be paid by Samiti.

3. The Tenderer should quote his offer duly signed in terms of lumpsum

offer at the appropriate place of tender documents to be submitted only in

Envelope No.2. He should not quote his offer any where directly or

indirectly in Envelope No. 1. The contractor shall quote for the work as

per details given in the main tender and also based on the detailed set of

conditions issued/Additional stipulations made by the Samiti. His tender

shall be unconditional. He shall also have to give a declaration to the

effect that he has fully studied the plans, specifications, availability of

labours and materials.

4. The bidders have liberty to remain present or to authorize their

representatives at the opening of technical or Financial envelop at the

time and date specified. Dates quoted for opening of technical and

Financial envelop are subjected to changes in case there is any holidays

abruptly declared by the Government or under certain unavoidable

circumstances.

5. Any statutory increases or decreases as an Act of State or the Central

Government relating to Sales Tax and other taxes shall be to the account

of the bidder.

All Financial offers must be prepared online (An online form will be provided for

Page 47: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

47

Signature of Contractor No. of Corrections Executive Officer

this purpose (in Appendix 5 format) in Online Financial Envelope (E2), during Bid Preparation stage). Any bidder should not quote his offer anywhere directly or indirectly in Technical Envelope (E1), failing which the Financial Envelope (E2) shall not be opened and his tender shall stand rejected. Note: During Online Bid Preparation stage, bidders are allowed to make any changes or modifications in the bid data uploaded by them in Technical (E1) as well as Financial (E2) envelope. Towards the end of Bid Preparation, once verification of EMD payment is

successful, bidder completes the Bid Preparation stage by generating the Hash

Values for E1 and E2. Post this, system won’t allow him/her to make any further

changes or modifications in the bid data.

(D4) Online Bid Submission In this stage, bidders who have successfully completed their Bid

Preparation stage are required to transfer the data, already uploaded by them

during Bid Preparation stage, from their custody to department’s custody.

Note: During this stage, bidders won’t have any capability to make any

kind of changes or editing into technical as well as Financial data.

Incomplete bids are not accepted.

E) ADITIONAL IMPORTANT INSTRUCTIONS TO BIDDERS FOR ONLINE BID PREPARATION & SUBMISSION

Bidders are required to pay Earnest Money Deposit (if applicable to them)

through Online Payment modes i.e.Net Banking, Debit Card, Credit Card and

NEFT/RTGS during Bid Preparation Stage.

If for any reason a bidder fails to make this payment through online modes,

system won't allow the bidder to complete Bid Preparation stage resulting in

his/her elimination from Online Bidding Process.

Hence, it is strongly recommended to bidders to initiate this payment well in

advance prior to expiry of Bid Preparation stage in order to avoid elimination

from Online Bidding Process on grounds of failure to make this payment.

During the activity of Bid Preparation, bidders are required to upload all the

documents of the technical bid by scanning the documents and uploading those

in the PDF format. This apart, bidders will have to quote Financial offer for the

Page 48: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

48

Signature of Contractor No. of Corrections Executive Officer

work / item, for which bids are invited, in an online form made available to

them in Financial Envelope. This activity of Bid Preparation should be

completed within the pre-scribed schedule given for bid preparation.

After Bid Preparation, the bidders are required to complete Bid Submission

activity within pre-scribed schedule without which the tender will not be

submitted.

Interested contractors / bidders will have to make online payment (using credit

card/debit card/net banking/Cash Card) of Rs. 1058/- (inclusive of all taxes) per

bid per tender to online service provider of e-Tendering system (Sify

NextTenders) at the time of commencing Online Bid Submission stage of the

tender schedule.

Non-payment of processing fees will result in non submission of the tender and

Department will not be responsible if the tenderer is not able to submit their

offer due to non- payment of processing fees to the e-tendering agency.

Detailed list of different modes of online payment to e-tendering service provider

(E-Payment Options) has been provided under E-Tendering Toolkit for Bidders

section of https://maharashtra.etenders.in .

The date and time for online preparation followed by submission of envelopes

shall strictly apply in all cases. The tenderers should ensure that their tender is

prepared online before the expiry of the scheduled date and time and then

submitted online before the expiry of the scheduled date and time. No delay on

account of any cause will be entertained. Offers not submitted online will not be

entertained.

If for any reason, any interested bidder fails to complete any of online stages

during the complete tender cycle, department shall not be responsible for that and

any grievance regarding that shall not be entertained.

Any amendment to the tender will be placed on sub portal of the Department,

who have invited the bids, on e-tendering portal of the Govt. of Maharashtra. The

tenderer will not be communicated separately regarding the amendment.

OPENING OF BIDS: The bids that are submitted online successfully shall be opened online as per date

and time given in detailed tender schedule (if possible), through e-Tendering

Page 49: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

49

Signature of Contractor No. of Corrections Executive Officer

procedure only in the presence of bidders.

Bids shall be opened either in the presence of bidders or it’s duly authorized

representatives. The bidder representatives who are present shall sign a register

evidencing their attendance. Only one representative per applicant shall be

permitted to be present at the time of opening the tender.

TECHNICAL ENVELOPE (E1): First of all, Technical Envelope of the tenderer will be opened online through e-

Tendering procedure to verify its contents as per requirements.

At the time of opening of technical bid the tenderer should bring all the original

documents that have been uploaded in the Online Technical Envelope (E1) so

that same can be verified at the time of opening of technical bid.

If the tenderer fails to produce the original documents at the time of opening of

technical bid then the decision of the committee taken on the basis of document

uploaded will be final and binding on the tenderer.

If the various documents contained in this envelope do not meet the

requirements, a note will be recorded accordingly by the tender opening authority

and the said tenderer’s Financial Envelope will not be considered for further

action but the same will be recorded. Decision of the tender Executive Officer shall be final in this regard.

The Financial bids shall not be opened till the completion of evaluation of

technical bids.

The Financial Bids of only technically qualified Bidders as mentioned above will

be opened.

FINANCIAL ENVELOPE (E2): This envelope shall be opened online as per the date and time given in detailed

tender schedule (if possible), through e-Tendering procedure only

Page 50: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

50

Signature of Contractor No. of Corrections Executive Officer

(Appendix1)

NAME OF WORK : Construction of Teak Wood Rath For Shri Vitthal Rukmini Mandir,

Samiti Pandharpur, Dist. Solapur ( WITH CONTRACTORS OWN DESIGN & DRAWINGS).

“ DECLARATION OF THE CONTRACTOR ”

(affidavit before Executive Magistrate on Rs 100 Bond paper)

I/ We ______________________________________________________________

Age _____ Resident of ____________________________(Full address) hereby declare that

I/ We have made myself / ourselves thoroughly conversant with the nature of work, all

materials and labour required on which I / We have based my / our rates for this tender. The

specifications, conditions as mentioned in "DETAILS OF WORK (RATH)" on page No.03 & 04

of this tender have been carefully studied and understood by me / us before submitting this

tender.

I/we say on oath that all the documents submitted by me in Envelope No. 1 (E1) are

true and correct. There are no any errors and mistakes in that documents. If it is found that

any document in Envelope No.1(E1) are faulty and misleading I/we shall be liable for

appropriate legal action.

I/we say that my/our offer (in Envelope 1 & Envelope 2) does not contain any

conditions, deviations from terms and conditions stipulated in the tender.

I/We undertake to use only the best materials approved by Executive Officer, Shri

Vitthal Rukmini Mandir Samiti Tukamram Bhavan, Pandharpur or his duly authorized

assistant before starting and during execution of the work and to abide by his decisions.

Signature of Contractor

Page 51: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

51

Signature of Contractor No. of Corrections Executive Officer

(Appendix 2)

List of works tendered for and in hand as on the date of submission of the tender

Name of tenderer :

Sr.No. Name of work Place and

Country

Work in hand Anticipated

date of

completion

Work tendered for Remarks

Tendered

Cost

Cost of

Remaing

Work

Estimated

cost

Date when

decision is

expected

Stipulated

date of

period of

completion

1 2 3 4 5 6 7 8 9 10

The statement should be supported by attested copies of certificates issued by Heads of offices concern organization.

Signature of Contractor

SPECIMEN FORM

Page 52: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

52

Signature of Contractor No. of Corrections Executive Officer

(Appendix 3)

Details of works of similar type and magnitude carried out by the Contractor

Name of the tenderer :

Sr.No. Name of work Cost of work Date of Stipulated date of period Actual date of Remarks

starting of completion completion

The statement should be supported by attested copies of certificates issued by Heads of offices concern organization. Colour photos of these works should also be attached with this format.

Signature of Contractor

SPECIMEN FORM

Page 53: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

53

Signature of Contractor No. of Corrections Executive Officer

(Appendix 4)

Details of plant and machinery immediately available with the tenderer

for the work.

Name of tenderer :

Sr.No. Name of

equipment

No. of

Units Kind and Make

Age and

Condition

Present

Location Whether owned/ or on Rent Remarks

Signature of Contractor

SPECIMEN FORM

Page 54: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

54 .

Signature of Contractor No. of Corrections Executive Officer

(Appendix 5)

Details of Technical Personnel available with Contractor

Name of the Tenderer :

Sr.No.

Name and Designation

Qualification

Experience of

execution of

similar works

Period for which the

personis working

with the tenderer

Remarks

Signature of Contractor

SPECIMEN FORM

Page 55: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

55 .

Signature of Contractor No. of Corrections Executive Officer

(Appendix 6)

Details of Materials which shall be used in manufacturing of proposed Rath

Name of Contractor :

Sr No. Name of Material Quality/ Make Approximate Quantity

Remarks

Signature of Contractor

SPECIMEN FORM

Page 56: TENDER DOCUMENTS IN „C‟ FORM OF WORK: - CONSTRUCTION OF TEAK WOOD RATH FOR SHRI VITTHAL RUKMINI MANDIR, PANDHARPUR, DIST. SOLAPUR Sr. No. Particulars Page No. From To 1 DETAILS

Thank You