Tendernotice Ok9k

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 19

GOVERNMENT OF MAHARASHTRA

NATIONAL HEALTH MISSION


INVITATION FOR e-TENDERS

DETAILED e-TENDER NOTICE-03/2021-22

NAME OF WORK :- PROVIDING AND INSTALATION ELECTRIFICATION WORK


DRUGWARE BUILDING AT DISTRICT HEALTH OFFICE PRIMISES WARDHA
DISTT. WARDHA.

Online percentage rate tenders in 'B-1' Form are invited by the ExecutiveEngineer, IDW,
Executive Engineer, National Health Mission, State Health Society, Mumbai, for the following
workfrom Contractors / Firm in appropriate capacity. The name of work, estimated cost, earnest
money, security deposit, time limit for completion etc. are as under.

Sr. Name of work Estimated Earnest Security Tender Time limit


No. Cost Money Deposit fee in Tender
(rupees) 1.00% 2% Months)
(rupees) (rupees)

1 PROVIDING AND Rs.4367/- Rs 8734./- Rs. 560/- 02 Months (Two


INSTALATION Rs.436758/- Calendar Months)
ELECTRIFICATION (including monsoon)
WORK DRUGWARE
BUILDING AT DISTRICT
HEALTH OFFICE
PRIMISES WARDHA
DISTT. WARDHA.

1Bidding document can be seen and downloaded from the website http://mahatenders.gov.in
from12 .00 AM on 30/11/2021 to 07/11/2021 up to 03.00 PM

The bid can be submitted in electronic format on the website http://mahatenders.gov.in from 12
.00 AM on 30/11/2021 to 07/11/2021 up to 03.00 PM

1. Bids must be accompanied with online payment in form of RTGS/NEFT certificate. It should
be drawn in favour of "INFRA DEV WING NATNL HEALTH MISSION MAHA"@ Mumbai.
2. The Tender Fee & EMD will be paid via online mode and attach scan copy of receipt. Earnest
Money Deposit exemption certificate shall not be accepted as per Govt. resolution K CAT-
06/2014/PK242/BDG-2 of PWD department dated 24/02/2016.
3. Condition for payment of Additional Performance Security Deposit, if offer quoted by the tenderer
is lesser than below the cost put to tender as per Maharashtra Govt. PWD GR No.CAT/2017/pk08/BDG
To,DT.27-09-2018

4. If the contractor does not deposit this Additional Performance Security Deposit (if applicable) within
stipulated time then his earnest money deposit will be forfeited and his tender will not be considered for
acceptance.
5. This Additional Performance Security Deposit shall be extendable up to expiry of valid extensions if
any and it shall be refunded along with the final bill, after satisfactory completion of work.

In addition to above if contractor put tender cost more less than 10% below then Contractor have to submit
additional Security deposit for extra below % as per above For (For Ex. Below 14%: Contractor has to submit
Additional Performance SD as mentioned below.

Up to 10% Below = 1%
and for (14%-10%=4%) Below = 4%
Total Additional Performance SD = 5%

Also If Offer quoted is more than 15% below the cost put to tender, the tenderer shall
submit Demand Draft of the amount which is equal to the amount by which offer is more
than 15% below plus double rate of the amount as per (b) above of
tender. ( For example , for below 19% rate :
I)Up to 10% below = 1%
II) 10 to 15% below = 5%
III) 15 to 19% below ( 19-15 =4X2) =8%
TOTAL Addl. Performance SD = 1%+5%+8%=14%

Bid shall be treated as ‘invalid’ if Additional Security Deposit in the form of DD of Nationalized Bank
is not submitted with in 8 days from the date of financial opening of the bid at the office of
Executive Engineer, IDW, NHM. Technical Bids will be opened online if possible on 08/12/2021 at .
15 hrson website http://mahatenders.gov.inat the Office of theExecutive Engineer, IDW, NHM,
ArogyaBhavanST.George Hospital, P.D.Mell Road, Fort Mumbai- 400 001.The guidelines to
download the tender document and online submission of bids and Procedure of tender opening can be
downloaded from website http://mahatenders.gov.in

6. No pages should be removed from, added in, or replaced in the tender.

7. Tenders, who do not fulfill all or any of the conditions or are incomplete in any respect are
liable to summary rejection.

8. Right to reject or cancel any or all tenders without assigning any reasons thereof whatever
may be reserved. The acceptance of the tender lies with the Superintending Engineer,
NHM,Mumbai, IDW Cell, 3rd Floor, Aarogya Bhavan, ST.George Hospital, P.D.Mell Road, Fort
Mumbai- 400 001.
This notice inviting tender shall form part of the tender agreement.

9. The successful tenderer will be required to produce to the satisfaction of the specified
concerned authority a valid and concurrent license issued in his favour under the provision of the
Contract Labour (Regular and Abolition) Act, 1970 before starting the work. Failure to do so,
acceptance of the tender shall be liable to be withdrawn and security deposit forfeited.

10. All bidders shall provide in forms of Bid and Qualifications Information. A statement that the
Bidder is neither associated, nor has been associated, directly or indirectly, with the Consultant or
any other entity that has prepared the design, specification, and other documents for the project or
being proposed as project Manager for the Contract A firm that has been engaged by the Employer
to provide consulting services for the preparation of supervision of the works, and any of its
affiliates, shall not be eligible to bid.

14. Amendment of Bidding Documents


14.1 Before the deadline for submission of bids, the Employer may modify the bidding
documents by issuing addenda.
14.2 Any addendum thus issued shall be part of the bidding documents and shall be
communicated in writing or by fax or e-mail to all the purchasers of the bidding
documents. Prospective bidders shall acknowledge receipt of each addendum in
writing or by fax or email to the Employer. The Employer will assume no
responsibility for postal delays.
14.3 To give prospective bidders reasonable time in which to take an addendum into
account in preparing their bids, the Employer may at his discretion, extend as
necessary the deadline for submission of bids, in accordance with Sub- Clause 20.2
below
15. There will be 3 days gap between technical opening & financial opening of this bid. Contractor's
if have any difficulties, quires or Objections regarding the process, documents of opponent
contractor or any other for work is tendered, he should has submit written application to
competent authorities ie. Executive Engineer, IDW NHM,Latur.
16. Right to reject or cancel any or all the tender without assigning any reason thereof
whatever may be is reserved by the undersigned.

Executive Engineer

IDW,NHM,MUMBAI
TENDERING PROCEDURE.

1.1 A. Blank Tender Forms.

Tender Forms can be purchased from the e-Tendering portal of S.E. National Health Mission, State
Health Society Maharashtra i.e. https://mahatenders.gov.in after paying Tender fees via online mode
as per the Tender Schedule.

1.2 B PRE-TENDER QUALIFICATION CONFERENCE:

1.2.1 Pre Tender Conference is Not Applicable.

Where in prospective Tenderers will have an opportunity to obtain clarification

Regarding the work and the Tender Conditions.

1.2.2 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 will be given by the Supritending Engineer,
IDW, NHM MUMBAI, and the same will be made available on eTendering portal of Public Health
Department, Government of Maharashtra i.e. https://mahatenders.gov.in and this clarification referred to
as common set ofconditions/ 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 by the
contractor in pre-tender 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 regards.

1.2.3 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 will be summarily
REJECTED.
1.2.4 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.
1.2.5 Tenderers should have valid class Digital Signature Certificate (DSC) obtained from any Certifying
Authorities. In case of requirement of DSC, interested Bidders should go to https://mahatenders.gov.in and
follow the procedure mentioned in the document Procedure for application of Digital Certificate’.

1.2.6 For any technical related queries please call at 24 x 7 Help Desk Number

0120-4200462, 0120-4001002, 0120-4001005, 0120-6277787.


1.2.7 (a) The tender notice form shall a part of the contract agreement.

1.2.7 (b) The tenders are invited on the Departmental design only.

1.2.7 (c) The renderer if firm or company shall in their forwarding letter mention the
names of all the partner 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, authorizing him to
conduct transaction on behalf of the firm or company.

(d) Right is reserved to revise or amend the contract documents fully or part
thereof prior to the date notified or amended for the receipt of tender.
Such deviations/amendments if any shall be communicated in the form of
Corrigendum or addenda by a letter as may be considered suitable.

1.2.7 (e) B-1 Tender, the tenders shall enter in the blank space on page No.22 of the
agreement B-1 Form under Para "Tender for the work" the percentage in
figures and words and score out one of the words "below / above" as
necessary, under his attestation, In case there is difference between
percentage written in figures and words the lower offer will be taken
as final.
1.2.7 (f) No pages should be removed from, added in or replaced in the Tender.
(g) Right is reserved to reject or cancel any or all tenders without assigning any
1.2.7 reason thereof.

1.2.7 (h) Tender of those who do not fulfill all or any conditions or are incomplete in
any respect are liable to summarily rejection.
1.2.7 (i) All pages of tender documents, conditions, specifications, correction slips etc. .
shall be initials by the tenderer. The tender should bear full signature of thetenderer, . or
his authorized power of attorney holder in case of firm.

1.3 Guidelines to Bidders on the operations of Electronic Tendering System of Public . Works
Department.

http://mahatenders.gov.in

Special Instructions to the Contractors/Bidders for the e-submission of the bids online through this
eProcurement Portal

Bidder should do Online Enrolment in this Portal using the option Click Here to Enroll available in the Home
Page. Then the Digital Signature enrollment has to be done with the e-token, after logging into the portal.
The e-token may be obtained from one of the authorized Certifying Authorities such as
eMudhraCA/GNFC/IDRBT/MtnlTrustline/ SafeScrpt / TCS.

Bidder then logs into the portal giving user id / password chosen during enrollment.

The e-token that is registered should be used by the bidder and should not be misused by others.
DSC once mapped to an account cannot be remapped to any other account. It can only be inactivated.

The Bidders can update well in advance, the documents such as certificates, purchase order details etc.,
under My Documents option and these can be selected as per tender requirements and then attached along
with bid documents during bid submission. This will ensure lesser upload of bid documents.
After downloading / getting the tender schedules, the Bidder should go through them carefully and then
submit the documents as per the tender document; otherwise, the bid will be rejected.

The BOQ template must not be modified /replaced by the bidder and the same should be uploaded after
filling the relevant coulmns, else the bidder is liable to be rejected for that tender. Bidders are allowed to
enter the Bidder Name and Values only.

If there are any clarifications, this may be obtained online through the eProcurement Portal, or through the
contact details given in the tender document. Bidder should take into account of the corrigendum published
before submitting the bids online.

Bidder, in advance, should prepare the bid documents to be submitted as indicated in the tender schedule
and they should be in PDF/XLS/RAR/DWF formats. If there is more than one document, they can be clubbed
together.

Bidder should arrange for the EMD as specified in the tender. The original should be posted/couriered/given
in person to the Tender Inviting Authority, within the bid submission date and time for the tender.

The bidder reads the terms and conditions and accepts the same to proceed further to submit the bids.

The bidder has to submit the tender document(s) online well in advance before the prescribed time to avoid
any delay or problem during the bid submission process.
There is no limit on the size of the file uploaded at the server end. However, the upload is decided on the
Memory available at the Client System as well as the Network bandwidth available at the client side at that
point of time. In order to reduce the file size, bidders are suggested to scan the documents in 75-100 DPI so
that the clarity is maintained and also the size of file also gets reduced. This will help in quick uploading even
at very low bandwidth speeds.
It is important to note that, the bidder has to click on the Freeze Bid Button, to ensurethat he/she
completes the Bid Submission Process. Bids Which are not Frozen are considered as Incomplete/Invalid
bids and are not considered for evaluation purposes.

In case of Offline payments, the details of the Earnest Money Deposit (EMD) document submitted physically
to the Department and the scanned copies furnished at the time of bid submission online should be the same
otherwise the Tender will be summarily rejected.

The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the difficulties
faced during the submission of bids online by the bidders due to local issues.
The bidder may submit the bid documents online mode only, through this portal. Offline documents will not
be handled through this system.

At the time of freezing the bid, the e-Procurement system will give a successful bid updation message after
uploading all the bid documents submitted and then a bid summary will be shown with the bid no, date &
time of submission of the bid with all other relevant details. The documents submitted by the bidders will be
digitally signed using the e-token of the bidder and then submitted.
After the bid submission, the bid summary has to be printed and kept as an acknowledgement as a token of
the submission of the bid. The bid summary will act as a proof of bid submission for a tender floated and will
also act as an entry point to participate in the bid opening event.

Successful bid submission from the system means, the bids as uploaded by the bidder is received and stored
in the system. System does not certify for its correctness.
The bidder should see that the bid documents submitted should be free from virus and if the documents
could not be opened, due to virus, during tender opening, the bid is liable to be rejected.
The time that is displayed from the server clock at the top of the tender Portal, will be valid for all actions of
requesting bid submission, bid opening etc., in the e-Procurement portal. The Time followed in this portal is
as per Indian Standard Time (IST) which is GMT+5:30. The bidders should adhere to this time during bid
submission.

All the data being entered by the bidders would be encrypted at the client end, and the software uses PKI
encryption techniques to ensure the secrecy of the data. The data entered will not be viewable by
unauthorized persons during bid submission and not viewable by any one until the time of bid opening.
Overall, the submitted bid documents become readable only after the tender opening by the authorized
individual.

During transamission of bid document, the confidentiality of the bids is maintained since the data is
transferred over secured Socket Layer (SSL) with 256 bit encryption technology. Data encryption of sensitive
fields is also done.
The bidders are requested to submit the bids through online eProcurement system to the TIA well before the
bid submission end date and time (as per Server System Clock).

1.4 ENVELOPE No. 1: (Documents)

First of all Envelope No.1 of the tender will be opened to verify its contents as per requirements. If the
various documents contained in this envelope do not meet the requirements of the Department, a note will
be recorded accordingly by the tender opening authority and the said tenderer’s will not be considered for
further action and the same will be recorded. The contractor shall quote his rateconsidering all taxes
applicable time to time and excluding GST impose by govt. from 1/7/2017 on all govt. contract/ contractor.
Extra Burden of GST if any, shall be compensated by IDW, NHM upon production of authenticated records
of net extra burden on account of GST as per Government of Maharashtra Public Works Department Govt.
Circular NO. Sankirn-2017/C.R. 121/Part II/ Bldg.2 Date 23/10/2017 with clarifications in respect of effect
of GST.2017.

The First Envelope Clearly Marked as Envelope No.1 Shall Contain Forwarding Letter Clearly
Indicating the Following Documents.

1.4.1 Scanned from original copy of forwarding letter in which it is clearly mention that the offer in
envelope No.1 & 2 does not contain any condition, deviation from terms and conditions stipulated in the
tender

1.4.2 The EMD will be paid from bidder’s own bank account via online mode only and scanned copy.of
original details of payment of EMD & cost of blank tender form should be uploaded.

1.4.3 Scanned from original copy of under taking submitted by the contractor regarding payment of
EMD from bidder’s own bank account via online mode as for proforma given in tender.

1.4.4 Scanned from original copy of certificates as a valid registered electrical contractor in appropriate
class with the Public Works Department, Government of Maharashtra.

1.4.5 Scanned from original copy of valid electrical contractor licence issued by Industries, Energy &
Labour Department, Government of Maharashtra.

1.4.6 Scanned from original copy of valid GST registration certificate issued by competent authority.(GST
Act 2017)
1.4.7 Scanned from original copy of List of Tools, plant and Machinery available with Tenderer which will
be exclusively for this work and list of Machinery proposed to be utilized on this work, but not
immediately available and the manner in which it is proposed to procure.( Information to be given as
per proforma of Statement-III)

1.4.8 Scanned from original copy of details of other work of E.I. Works tendered for and in hand as on
the date of submission of the tender. The Certificate from the Heads of the Office/ Deptt. (Not below
the rank of Executive Engineer) under whom the works are in progress should be enclosed as per
proforma in Statement-I with supporting certificates.

1.4.9 Scanned from Original Copy of Experience Certificate. in his own name of (i) a single work of similar
nature and magnitude of 80 % . OR (ii) Two works of similar nature and magnitude costing of each
work50% of Tender cost OR (iii) Three works of similar nature and magnitude costing of each work not
less then 40% of Tender costduring proceeding Five Financial Year (i.e. 2015-16 2016-17, 2017-18 , 2018-
19, 2019-20) The Certificate from the Heads of the Office/ Deptt. (Not below the rank of Executive
Engineer/ Head of Department of the Concerned Engineering Department) under whom the works are
completed should be enclosed as per proforma in Statement-II with supporting certificates with
outward No. & date.

1.4.10 Scanned from original copy of Details of Technical person on the roll of tenderer who will be
exclusively spared for this work by the tenderer. (information to be give as per proforma in statement-
IV) (Note:- If Electrical Contractor License from I.E.&L Deptt., Govt of Maharashtra is issued then,
recently renewed copy of Muster Roll issued by the Licensing Board should be attached in support)

1.4.11 Scanned from original copy of the documents showing Maximum Annual Turnover (in all classes
of Electrical Engineering & Electromechanical works ) during last Five financial years. (i.e. 2015-16, 2016-
17, 2017-18 , 2018- 19 & 2019-20) issued by C.A. with outward No. & date.

1.4.12 Scanned copy of Balance sheet & Profit & Loss Account of last Five financial years. (i.e. 2015-16,
2016-17, 2017-18 , 2018- 19 & 2019-20) in support of Turnover Certificate.

1.4.13 Scanned from original copy of Declaration submitted by the contractor regarding acquaintance
with conditions as per proforma given in tender on tenderer’s letter head.

1.4.14 Scanned from original copy of Self-Declaration submitted by the contractor regarding
Completeness, Correctness and truthfulness of document as per proforma given in Annexure-B on
tenderer’s letter head.

1.4.15 Scanned from original copy of Affidavit before Executive Magistrate (on Rs. 500/- Stamp paper)
shall be included in the Techncal Envelope No.1 by the bidder as per proforma (Annexure-1) given in
tender.

1.4.16 Scanned from original copy of Professional Tax Registration / Professional Tax Enrolment
Certificate.

1.4.17 Scanned from original copy of Registration of firm as Partnership Deed for Partnership firm,
Articles of Association & Memorandum of Association for Company & Power of Attorney in case of a
firm tendering for work.

1.4.18 Scanned from original Copy of PAN allotted by Income Tax Department.

1.4.19 Tenderer should have Bid Capacity not less than estimated cost put to tender for which the bid is
submitted.
Bid Capacity certificate sign by CA.-
QUALIFYING CRITERIA

Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they
have:

made misleading or false representations 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 delay in completion, litigation history, or financial
failures etc.; and/or participated in the previous bidding for the same work and had quoted
unreasonably high bid prices and could not furnish rational justification to the employer.

One Bid per Bidder

2.1 Each bidder shall submit only one bid for one work. A bidder who submits or participates in more
than one Bid (other than as a subcontractor or in cases of alternatives that have been permitted or
requested) will cause all the proposals with the Bidder's participation to be disqualified.

Cost of Bidding

3.1. The bidder shall bear all costs associated with the preparation and submission of his Bid,and the
Employer will in no case be responsible and liable for those costs.

Site Visit

4.1. The Bidder, at the Bidder's own responsibility and risk is encouraged to visit and examine the Site of
Works and its surroundings and obtain all information that may be necessary for preparing the Bid and
entering into a contract for construction of the Works. The costs of visiting the Site shall be at the
Bidder's own expense.
1.4.23 Tentative program of work in the form of Bar Chart shall be submitted.

1.4.24 Tender Document / DTP Digitally Signed in Envelope No 1

1.4.25 All the documents shall be given as per instruction given from Sr. No. 1.4.1 to
1.4.21 and shall be submitted digitally signed by contractor in Envelope No. 1
correctly and completely otherwise his Envelope No. 2 will not be opened.
Even though the Bidders meet the above qualifying criteria, they are subject to be disqualified if
they have made.

Misleading or false representations in the Statements, attachments submitted in proof of the


qualification requirements.

And / or

Record of poor performance such as abandoning the works, not properly completing the contract,
inordinate delays in completion, litigation history or financial failures etc.

Note 1: The necessary certificate as mentioned in Envelope No 1 is required to be obtained from the officer
not below the rank of Charted Account/ Deputy Executive Engineer / Divisional Accounts Officer. A copy of
these certificate duly attested by a Gazetted Officer along with availability of equipments for this work as
mentioned in Sr. No. 1.4.7 Shall be put in Envelope No. 1 only. In absence of these certificates Envelope No. 2
(Financial Bid) shall not be opened.

Note 2: Signature of the officer checking / issuing requisite certificate should bear theconcerned officer.

Note 3: Form No. I to x onPages (37) to (46)

All these statements shall be filled in and signed properly. If these Forms are found incomplete, incorrect,
kept blank or wrongly filled, Contractor’s Envelope No. 2 (financial bid) will not be opened and his offer will
be summarily rejected.

Note 4 : The abstract of information in Form V onpage (41)(Form showing work done inall classes of civil
engineering construction works during last three years) shall be given in Form VI in the Performa enclosed on
page No. (43) The abstracted Form (VI on page No. 43) need to be signed by the tenderer or holder of his
power of attorney.

Note 5 : All Scanned copies submitted online and Hard copies should be self attested by the contractor
each page and clearly Readable, if not then Tender is liable to be Disqualify.

1.5 ENVELOPE NO.2 TENDER (FINANCIAL BID)

ONLINE ENVELOPE No.2: (Documents Required) ENVELOPE No. 2 TENDER (FINANCIAL BID)
(i) Offer to be submitted Online
Condition for payment of additional security deposit, if offer quoted by the bidder is lesser than below
the cost put to tender as per Maharashtra Govt. PWD GR No.CAT/2017/pk08/BDG 2, DT.26-11-2018

If the contractor does not deposit this additional security deposit (if applicable) within 8 days from the date
of financial opening at the office of Executive Engineer,IDW,NHM then his earnest money deposit will be
forfeited and his tender will not be considered for acceptance.
This additional security deposit shall be extendable up to expiry of valid extensions if any and it shall be
refunded along with the final bill, after satisfactory completion of work.

In addition to above if contractor put tender cost more less than 10% below then Contractor have to
submit additional Security deposit for extra below % as per above in Envelop No.2 For (For Ex. Below 14%:
Contractor has to submit additional SD as mentioned below.

Up to 10% Add.SD. is = 1%
and for (14%-10%=4%) Add.SD. is = 4%
total additional SD is = 5%

Also If Offer quoted is more than 15% below the cost put to tender, the bidder shall
submit Demand Draft of the amount which is equal to the amount by which offer is more
than 15% below plus double rate of the amount as per (b) above in Envelop no.2 of
tender. ( For example , for below 19% rate :
I)Up to 10% below = 1%
II) 10 to 15% below = 5%
III) 15 to 19% below ( 19-15 =4X2) =8%
TOTAL SD = 14%

The rates quoted by the Contractor shall be deemed to be inclusive of the labour welfare cess and other
taxes (other than GST) that the Contractor will have to pay for the performance of this Contract. The
Employer will perform such duties in regard to the deduction of such taxes at source as per applicable
law.
Payment of GST
i) Bidder shall quote his rate excluding GST.
ii) GST shall be payable on the accepted contract value.
iii) GST shall be paid to contractor on the amount of bill of work done as per prevailing Government
Resolution / instruction and rate of GST during the period of work done

1.6 SUBMISSION OF TENDER :-

Refer to Section ‘Guidelines to Bidders on the operations of ElectronicTendering System of Public Works
Department’ (i.e. 1.3) for details.
1.7 Bidder should submit the hard copy of Documents at the Office of the Superintending Engineer,
National Health Mission, State Health Society, Mumbai, 2nd floor, Arogya Bhavan, St George Hospital
Compound, PD Melo Road, Near CST, and Fort Mumbai 400001 with 72 hours from the bid lock

1.8 OPENING OF TENDERS:

On the date, specified in the Tender Schedule, following procedure will be adopted

for opening of the Tender.

(A) ENVELOPE NO. 1 :- ( Documents)

First of all Envelope No.1 of the tender will be opened online to verify its contents as per requirements. If the
various documents contained in this envelope do not meet the requirements of the Department, a note will
be recorded accordingly by the tender opening authority and the said tenderer’s EnvelopeNo.2 will not be
considered for further action and the same will be recorded. The decision of the tender opening authority in
this regard will be final and binding on the contractors.

(B) ENVELOPE NO. 2 : (Financial Bid)


This envelope shall be opened online after opening of Envelope No.1, only if contents of Envelope No.1 are
found to be acceptable to the Department. The tendered rates in Schedule-B or percentage above/below the
estimated rates shall then be read out. in the presence of bidders who remain present at the time of opening
of Envelope No.2.
1.8 EARNEST MONEY :

Earnest money of minimum Rs. 4367/-shall be paid as per via online using NEFT /RTGS or payment gateway
mode.

After Tender opening, the EMD of the unsuccessful bidder will be returned to account provided by the bidder
during the bid preparation as given in challan under Beneficiary Account Number.
The amount will be refunded to the unsuccessful tenderers on deciding about the acceptance or
otherwise of the tender. In case of successful tenderer, it will be refunded on his paying initial Security
Deposit and completing the tender work in form B-1.
In case of Joint Venture, Earnest money shall be paid via online using NEFT/RTGS orpayment gateway mode..
1.9 A) SECURITY DEPOSIT :

The successful tenderer whose tender is accepted will have to pay Total 2 %Rs.8734 /-

towards the Security Deposit.

Rs.4367/- (EMD 4367/- + SD 4367/- = 8734/-) is to be deposited in form of D.D. of the scheduled bank in
the name of the "INFRA DEVWING NATNL HEALTH MISSION MAHA" payable at Mumbai, towards the
initialSecurity Deposit, valid within the time limit prescribed in clause 1 of B-1 Form, agreement till
completion of defect liabilities period failing which his earnest money will be forfeited to Government.

If the amount of Additional Performance Security as required above is not submitted by the L1 contractor
within 8 days from the date of financial opening then offer will be treated as ”Non Responsive ” and will
not be considered. Offer shall be treated as invalid and rejected forthwith.
Bidder should submit affidavit in given annexure – in envelop no.1 and envelop no. 2 for submission of
Additional Performance Security Deposit.

Such demand draft shall strictly issued only by the Nationalized Bank or Schedule Bank in favor of "INFRA
DEV WING NATNL HEALTH MISSION MAHA" payable at Mumbai, and shall be valid for the minimum period
of three months after the date of submission of this tender.

The demand draft should bear the MICR and IFSC code no. of the issuing bank.
If such contractor will not comply the stipulation laid down in the tender and not qualified for the opening
financial offer (Envelop No. 2) The demand draft of such tenderer shall be returned within 7 days after the
date of opening of the tender.

If the tender comply the stipulation laid down in the tender and qualified for the opening of his financial offer
(Envelop No. 2) then the demand draft of the other tenders. (Other than 1st and 2nd lowest tenderer) shall
be returned within 7 days after the date of opening of the tender.

The demand draft of the 2nd lowest tenderer shall be returned within 3days from the date of work order.

If it is found that the demand draft as above submitted by the tenderer is false/ forged then the earnest
money submitted by such tenderer shall be forfeited and his registration as a contractor of NHM will be
suspended for the period of 1 year. For this concerned Superintending Engineer shall have the full rights.

The work order to the successful contractor shall be issued only after the encashment of his demand
draft by the concerned Executive Engineer IDW,NHM DDHS MUMBAI.

The amount of performace security of sucessful contractor shall be refunded within the period of 3 months
after the date of completion of said work sucessfully.

Condition for payment of additional security deposit, if offer quoted by the tenderer is lesser than below
the cost put to tender as per Maharashtra Govt. PWD GR No.CAT/2017/pk08/BDG 2, DT.26-11-2018

If the contractor does not deposit this additional security deposit (if applicable) within stipulated time then
his earnest money deposit will be forfeited and his tender will not be considered for acceptance.
This additional security deposit shall be extendable up to expiry of valid extensions if any and it shall be
refunded along with the final bill, after satisfactory completion of work.

In addition to above if contractor put tender cost more less than 10% below then Contractor have to submit
additional Security deposit for extra below % as per above in Envelop No.2 For (For Ex. Below 14%:
Contractor has to submit additional SD as mentioned below.

Up to 10% Add.SD. is = 1%
and for (14%-10%=4%) Add.SD. is = 4%
total additional SD is = 5%

Also If Offer quoted is more than 15% below the cost put to tender, the bidder shall
submit Demand Draft of the amount which is equal to the amount by which offer is more
than 15% below plus double rate of the amount as per (b) above in Envelop no.2 of
tender. ( For example , for below 19% rate :
I)Up to 10% below = 1%
II) 10 to 15% below = 5%
III) 15 to 19% below ( 19-15 =4X2) =8%
TOTAL SD = 14

1.10 ISSUE OF FORMS:


Information regarding contract as well as blank tender forms can be downloaded from the eTendering
website upon providing the details of the payment of cost as detailed in the N.I.T.

1.11 TIME LIMIT :

The work is to be completed within time limit as specified in the N.I.T. which shall be reckoned from the date
of written order for commencing the work and shall be inclusive of monsoon period.

1.12 TENDER RATE :

No alteration in the form of tender and the schedule of tender and no additions in the scope of special
stipulation will be permitted. Rates quoted for the tender shall be taken as applicable for all leads and lifts.

1.13 TENDER UNITS :

The tenderers should particularly note the units mentioned in the Schedule “B” on which the rates are based.
No change in the units shall be allowed. In the case of difference between the rates written in figures and in
words, the correct rate will be the one, which is lower of the two.

1.14 CORRECTION :

No corrections shall be made in the tender documents. Any corrections that are to be made, shall be made
by crossing the incorrect portion and writing the correct portions above with the initials of tenderer.
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 Firm.
a) G.S.T. :- As per Good and Service Tax law (G.S.T.) deduction of T.D.S. (Tax
Deduct at Source) will be done as per prevailing Law
b) The Income Tax @ 2% or percentage in force from time to time or at the rate as
intimated by the competent Income Tax authority shall be deducted from bilamount
whether measured bill, advance payment or secured advance.

1.15 TENDER‟S ACCEPTANCE:

Acceptance of tender will rest with the Superintending Engineer, NHM, and Mumbai who reserves the
right to reject any or all tenders without assigning any reason therefore. The tenderer whose tender is
accepted will have to enter in to a regular B-1 agreement within 10 days of being notified to do so. In
case of failure on the part of Tenderer to sign the agreement within the stipulated time, the earnest
money paid by him shall stand forfeited to the Government and the offer of the tenderer shall be
considered as withdrawn by him.

1.16 CONDITIONAL TENDER :

The tenders which 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.
1.17 (a) The Tenderers shall be presumed to have carefully examined the drawings, conditions
andspecifications of the work and have fully acquainted themselves with all details of the site, the
conditions of rock and its joints, pattern, river, weather characteristics, labour conditions and in general
with all the necessary information and data pertaining to the

work, prior to tendering for the work.

1.17 (b)The data whatsoever supplied by the Department along with the tender documents aremeant to
serve only as guide for the tenderers while tendering and the Department accepts no responsibility
whatsoever either for the accuracy of data or for their comprehensiveness.

1.17 (c) The quarries for extraction of metal, murum etc. provided in the sanctioned estimate areas per
survey conducted by the Department. The Contractor should however examine these quarries and see
whether full quantity of materials required for execution of the work strictly as per specification are available
in these sources before quoting the rates. In case the materials are not available due to reasons whatsoever,
the contractor will have to bring the materials from any other sources with no extra cost to Government. The
rates quoted, should therefore be for all leads and lifts from wherever the materials are brought at site of
work and inclusive of royalty to be paid to the Revenue Department by the Contractor.
1.18 POWER OF ATTORNEY:

The tenderers are a firm or company; they should in their forwarding letter 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.

1.19 The tenderer may, in the forwarding letter, mention any points be may wish to make clear but the
right is reserved to reject the same or the whole of the tenders if the same become conditional tender
thereby.

1.20 The contractor or the firms tendering for the work shall inform the Department if they appoint their
authorized Agent on the work.

1.21 No foreign exchange will be released by the Department for the purchase of

plants and machinery for the work by the Contractor.

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

Land Revenue, if not paid amicably. Moreover, recovery of Government dues from the Contractors
will be affected from the payment due to the Contractor from any other Government Health under
execution with them.

1.23 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.

1.24 The Income Tax at 2.00%, percentage in force from time to time or at the rate as intimated
by the competent Income Tax authority shall be deducted from bill amount whether measured bill,
advance payment or secured advance.
1.25 The successful tenderer will be required to produce to the satisfaction of the specified
concerned authority a valid concurrent license issued in his favor 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.

1.26 The tenderer shall submit the list of apprentices engaged by the Contractor under
Apprentice Act.

1.27 Cess @ 1% (One Percent) shall be deducted at source from every bill of the Contractor by
the Executive Engineer under "Building and Other Construction for Workers Welfare Cess Act
1996".

1.28 The contractor shall provide round the clock safety and security arrangements at site till the
handing over the work. Contractor shall appoint Security Watchmen in required numbers at his own
cost.

1.29 VALIDITY PERIOD:

The offer shall remain open for acceptance for minimum period of90 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.

Executive Engineer (Elect.)


IDW, NHM, Nagpur

Signature Not Verified


Digitally signed by TARANG D
KHANDAPURKAR
Date: 2021.11.30 12:22:13 IST
Location: Maharashtra-MH

You might also like