NAME OF AGENCY G.E.N./RECIEPT NO. DATE

Similar documents
Page No 1 JALGAON CITY MUNICIPAL CORPORATION JALGAON WATER WORKS DEPARTMENT TENDER DOCUMENT. E -Tendering system. For the Work of

Nagpur Region, Nagpur. Public Works Circle, Nagpur. Construction Division No.1 Nagpur E-TENDER PAPERS

GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT

E-TENDER B - 1 TENDRER PAPER FOR

E-TENDER PAPERS. RENEWAL OF AC SHEET ROOFING WITH STEEL TRUSSES OF B & D LINE (OLD CONSTABULARY) AND VARIOUS QUARTER AT SRPF Gr IV NAGPUR.

TENDER DOCUMENT. e-tendering System

Government of Maharashtra. PUBLIC WORKS DEPARTMENT Public Works Region Amravati Public Works Circle Akola B-1 FORM (Percentage Rate)

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

GOVERNMENT OF MAHARASHTRA

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

GOVERNMENT OF MAHARASHTRA. Zilla Parishad, Washim. Works Division TENDER DOCUMENT. Tender For Open Contractor

Vasantrao Naik Marathwada Krishi Vidyapeeth, PARBHANI (M.S.) TENDER DOCUMENTS. e-tendering System

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

GOVERNMENT OF MAHARASHTRA

P. W. DIVISION, PARBHANI

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33.

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

Notice inviting e-bids for Printing and Supply of IEC Material

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

Public Works Department Public Works Region, Aurangabad Public Works Circle Osmanabad

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

PRESS NOTICE. Haryana Urban Development Authority Division Notice Inviting Rate Tender

UV-Visible Spectrophotometer

JALGAON CITY MUNICIPAL CORPORATION JALGAON

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT B-1 TENDER PAPERS

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle

Nagpur Region, Nagpur E- TENDER PAPERS

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

Standard Bid Document

Short Notice Inviting Tender e- NIT No./ 10 of RCC UPPER/RTIC Kathua Dated:

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

SUPPLY OF MEDICINAL GASES FOR THE YEAR

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

GOVERNMENT OF MAHARASHTRA WORKS DEPARTMENT ZILLA PARISHAD WASHIM

FRANCHISING TOLL COLLECTION AT TOLL POINT TP-22 [UKLANA TOHANA MUNAK ROAD (NEAR PUNJAB BORDER)] FOR A PERIOD OF ONE YEAR I N D E X

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

BHARAT HEAVY ELECTRICALS LIMITED,

UNIVERSITY OF KASHMIR Office of the Executive Engineer, Construction Division NOTICE INVITING E-TENDER

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

GOVT OF ASSAM OFFICE OF THE JOINT DIRECTOR OF HEALTH SERVICES cum MEMBER SECRETARY, DISTRICT HEALTH SOCIETY, KAMRUP AMINGAON, GUWAHATI-31

Indian Institute of Information Technology Pune

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

NOTICE INVITING TENDER

GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur

OFFICE OF THE SUPERINTENDING ENGINEER ELECTRICITY TRANSMISSION CIRCLE U.P.POWER TRANSMISSION CORPORATION LIMITED DLW, BHIKHARIPUR VARANASI

Indira Gandhi National Open University (Student Evaluation Division) MaidanGarhi, New Delhi Notice inviting Quotations

Tender. for. Indian Institute of Technology Jodhpur

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

Bank Note Paper Mill India Private Limited, Mysore. Invites sealed quotations for Sale of Plastic Scrap & Empty Bobbins at BNPM, Mysore.

NORTH EASTERN ELECTRICITY SUPPLY COMPANY OF ORISSA LIMITED OFFICE OF THE CHIEF EXECUTIVE OFFICER

PEC University of Technology, Chandigarh

RESERVE BANK OF INDIA Human Resource Management Department Civil Lines, Nagpur

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

COMMERCIAL TERMS AND CONDITIONS

Tender For. Supply of LED Street Light Fittings 185 Nos At SHILPARAMAM, HYDERABAD

Supply and Installation of A3 Size Scanner

Tender No. CAH /IVBP/Brucella/ 1071 /2013. Pune. Dated 25th March 2013

TENDER FOR SUPPLY OF HAND BOOK

LAKWA THERMAL POWER STATION

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

BANSBERIA MUNICIPALITY Rudra Main Road, Bansberia, Hooghly Notice Inviting e-tender

PROVIDING MAN POWER SERVICE TO THE INSTITUTE CAMPUS

No. DMHS/P & T/Sim Cards/2015/253/4624. Limited Tender Inquiry

i) Instructions to Bidders Definitions (Section-3) Form of Bid (Section-4) 28-30

REQUEST FOR PROPOSAL For Food Plaza for Leasing

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

PUNJAB TECHNICAL UNIVERSITY,

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

F. No. D-15017/16/2015-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

National Institute of Fisheries Post Harvest Technology & Training

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

DELHI URBAN SHELTER IMPROVEMENT BOARD OFFICE OF THE EXECUTIVE ENGINEER(E-4) DRAFT NOTICE INVITING TENDER

TENDER FOR DESIGNING, PRINTING AND HINDI TRANSLATION OF ANNUAL REPORT Regional Centre for Biotechnology (RCB)

Tender. for. Indian Institute of Technology Jodhpur

GOVERNMENT OF RAJASTHAN ELECTION DEPARTMENT. No. F. 1(3)III/C/Elec./2009/ 6775 Jaipur, dated

NIT NO.38/EE/E-2/(DUSIB)/ /D-399 Dated: NOTICE RE-INVITING E-TENDER

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

PRINTING AND SUPPLY OF VARIOUS TYPE OF ANSWER BOOKS / OMR SHEETS

MUNICIPAL CORPORATION AKOLA

Transcription:

E-TENDER NO 1/2013-14 1 TENDER FOR SUPPLY, INSTALLATION AND COMMISSIONING OF CCTV CAMERA, FOR INTEROGATION ROOM AND ANTI NAXALITE OPERATION OFFICE PREMISES, AT SURABURDI, NAGPUR NAME OF AGENCY G.E.N./RECIEPT NO. DATE ESTIMATED COST RS :- 11,53,000/- SPL.I.G.P. ANTI NAXALITE OPERATION, SURABURDI,NAGPUR

2 DETAILS OF WORK NAME OF WORK: - TENDER FOR SUPPLY, INSTALLATION AND COMMISSIONING OF CCTV CAMERA, FOR INTEROGATION ROOM AND ANTI NAXALITE OPERATION OFFICE PREMISES, AT SURABURDI, NAGPUR Estimated Cost put to tender Rs 11,53,000/- Earnest Money Rs 11,530 /- Security Deposit 4% (four percent of Accepted Tender cost ) Demand Draft / Term Deposit Receipt of any Nationalized Bank for Rs 11,530/- on account of EMD shall be uploaded at the time of submission. Total Security Deposit 4% (four percent). TENDER SCHEDULE Cost of Tender Form : Rs 1000/- Sr. No. Maharashtra Police Tenderer Stage Start Date &Time Expiry Date & Time 1 Release Tender 20-12-2013 10:00 20-12-2013 18:00 2 Tender Download 21-12-2013 10:00 06-01-2014 15:00 3 Bid Preparation 21-12-2013 10:00 06-01-2014 15:00 4 Close for Techinical Bid 06-01-2014 15:01 06-01-2014 18:00 5 Close for Price Bid 06-01-2014 15:01 06-01-2014 18:00 6 Bid Submission 06-01-2014 18:01 07-01-2014 18:00 7 Techinical Bid Opening 08-01-2014 10:00 08-01-2014 18:00 8 Price Bid Opening 08-01-2014 10:00 08-01-2014 18:00 TO BE FILLED BY THE CONTRACTOR. I/We have quoted my/our offer in percentage rate in words as well as in figures specifying Below/ At Par /Above. I/We further undertake to enter into Contract in regular B-1 form in Public Works Department. Name and signature of Contractor/Power of Attorney Holder With complete address

3 OFFICE OF THE SPL.I.G.P. ANTI NAXALITE OPERATION, SURABURDI, NAGPUR INVITATION FOR TENDERS DETAILED TENDER NOTICE NAME OF WORK: - TENDER FOR SUPPLY, INSTALLATION AND COMMISSIONING OF CCTV CAMERA, FOR INTEROGATION ROOM AND ANTI NAXAL OPERATION OFFICE PREMISES, AT SURABURDI, NAGPUR Online tender in B-1 form are invited by the. SURABURDI, Nagpur PH.NO (07104-240033) for the following works from Indian National Individual/Firm/Company/Society /State/Central Government approved manufacturer/ Experienced & Shop establishment certificate holder/authorized dealers of CCTV CAMERA. The name of work, estimated cost, earnest money, security deposit, time limit for completion etc. are as under. Name of work. Estt.Cost. (Rupees) E.M.D. (Rupees) Security Deposit Cost of Tender Form. Time period TENDER FOR SUPPLY,INSTALLATION AND COMMISSIONING OF CCTV CAMERA, FOR INTEROGATION ROOM AND ANTI NAXALITE OPERATION OFFICE PREMISES, AT SURABURDI, NAGPUR 11,53,000/- 11,530/- 46,120/- Rs. 1000/- (Nonrefundable) One month Tender form, conditions of contract,specifications and contract drawings can be downloaded from the e-tendering portal of Government of Maharashtra i.e. http://mapo.maharashtra.etenders.in. after entering the details payment of Rs. 1,000/- (Rupees One Thousand only) in the form of DD/Pay Order of any Nationalized Bank in favour of P.A. to Spl. I.G. of Police (A.N.O.) M.S.Nagpur, payable at Nagpur The DD/Pay Order shall be adjusted against as fees of tender document and it will be non refundable. Further information regarding the work can be obtained from the above office. The Tender Fee in the form of DD/Pay Order and EMD in the form of DD/TDR Drawn in the name of P.A. to Spl. I.G. of Police (A.N.O.) M.S.Nagpur. Affidavit as given Proforma should be submitted by Registered Post/ Courier/by hand in sealed covers addressed to the SPL. I.G.P. ANO, Suraburdi, Amravati Road, Waddhamana, Nagpur with the name of the work written at the top of the envelope will be received in the office of the SPL. I.G.P. ANO, Suraburdi, Amravati Road Waddhamana Nagpur. (Ph. No 07104-240033). One day prior of the opening of Tender. Bids will be opened as per the Tender Schedule, in the presence of such intending Tenderers or his/ their authorized representatives who may be present at that time.

4 Guidelines to Bidders on the operations of Electronic Tendering System of Public Works Department.http://mapo.maharashtra.etenders.in A. Pre-requisites to participate in the Tenders processed by ANO 1. The Contractors interested in participating in the Tenders of ANO Nagpur processed using the Electronic Tendering System shall be required to enrol on the Electronic Tendering System to obtain User ID. After submission of application for enrolment on the System, the application information shall be verified by the Authorized Representative of the Service Provider. If the information is found to be complete, the enrolment submitted by the Vendor shall be approved. For participating in Limited and Restricted tenders the registered vendors have to apply for empanelment on the sub-portal of ANO Nagpur in an appropriate class of registration. The empanelment will have to be approved by the respective officer from the ANO. Only empanelled vendors will be allowed to participate in such tenders. The Contractors may obtain the necessary information on the process of enrolment and empanelment either from Helpdesk Support Team or may visit the information published under the link Enrol under the section E-Tendering Toolkit for Bidders on the Home Page of the Electronic Tendering System. 2. Obtaining a Digital Certificate: The Bid Data that is prepared online is required to be encrypted and the hash value of the Bid Data is required to be signed electronically using a Digital Certificate (Class II or Class III). This is required to maintain the security of the Bid Data and also to establish the identity of the Contractor transacting on the System The Digital Certificates are issued by an approved Certifying Authority authorized by the Controller of Certifying Authorities of Government of India through their Authorized Representatives upon receipt of documents required to obtain a Digital Certificate. Bid data / information for a particular Tender may be submitted only using the Digital Certificate which is used to encrypt the data / information and sign the hash value during the Bid Preparation and Hash Submission stage. In case during the process of preparing and submitting a Bid for a particular Tender, the Contractor loses his/her Digital Signature Certificate (i.e. due to virus attack, hardware problem, operating system problem); he / she may not be able to submit the Bid online. Hence, the Users are advised to store his / her Digital Certificate securely and if possible, keep a backup at safe place under adequate security to be used in case of need.

5 In case of online tendering, if the Digital Certificate issued to an Authorized User of a Partnership Firm is used for signing and submitting a bid, it will be considered equivalent to a no objection certificate / power of attorney to that User to submit the bid on behalf of the Partnership Firm. The Partnership Firm has to authorize a specific individual via an authorization certificate signed by a partner of the firm (and in case the applicant is a partner, another partner in the same form is required to authorize) to use the digital certificate as per Indian Information Technology Act, 2000. Unless the Digital Certificate is revoked, it will be assumed to represent adequate authority of the Authority User to bid on behalf of the Firm for the Tenders processed on the Electronic Tender Management System of Government of Maharashtra as per Indian Information Technology Act, 2000. The Digital Signature of this Authorized User will be binding on the Firm. It shall be the responsibility of Partners of the Firm to inform the Certifying Authority or Sub Certifying Authority, if the Authorized User changes, and apply for a fresh Digital Signature Certificate. The procedure for application of a Digital Signature Certificate will remain the same for the new Authorized User. The same procedure holds true for the Authorized Users in a Private / Public Limited Company. In this case, the Authorization Certificate will have to be signed by the Director of the Company or the Reporting Authority of the Applicant. For information on the process of application for obtaining Digital Certificate, the Contractors may visit the section Digital Certificate on the Home Page of the Electronic Tendering System. 3. Recommended Hardware and Internet Connectivity: To operate on the Electronic Tendering System, the Contractors are recommended to use Computer System with at least 1 GB of RAM and broadband connectivity with minimum 512 kbps bandwidth. 4. Set up of Computer System for executing the operations on the Electronic Tendering System: To operate on the Electronic Tendering System of Government of Maharashtra, the Computer System of the Contractors is required be set up. The Contractors are required to install Utilities available under the section Mandatory Installation Components on the Home Page of the System. The Utilities are available for download freely from the above mentioned section. The Contractors are requested to refer to the E-Tendering Toolkit for Bidders available online on the Home Page to understand the process of setting up the System, or alternatively, contact the Helpdesk Support Team on information / guidance on the process of setting up the System. 5. Payment for Service Provider Fees: In addition to the Tender Document Fees payable to ANO Nagpur, the Contractors will have to pay Service Providers Fees of Rs. 1,038/- through online payments gateway service available on Electronic Tendering System. For the list of options for making online payments, the Contractors are advised to visit the link E- Payment Options under the section E-Tendering Toolkit for Bidders on the Home Page of the Electronic Tendering System

6 B Steps to be followed by Contractors to participate in the e-tenders processed by ANO Nagpur 1. Preparation of online Briefcase: All Contractors enrolled on the Electronic Tendering System of Government of Maharashtra are provided with dedicated briefcase facility to store documents / files in digital format. The Contractors can use the online briefcase to store their scanned copies of frequently used documents / files to be submitted as a part of their bid response. The Contractors are advised to store the relevant documents in the briefcase before starting the Bid Preparation and Hash Submission stage. In case, the Contractors have multiple documents under the same type (e.g. multiple Work Completion Certificates) as mentioned above, the Contractors advised to either create a single.pdf file of all the documents of same type or compress the documents in a single compressed file in.zip or.rar formats and upload the same. It is mandatory to upload the documents using the briefcase facility. Therefore, the Contractors are advised to keep the documents ready in the briefcase to ensure timely bid preparation. Note: Uploading of documents in the briefcase does not mean that the documents are available to ANO at the time of Tender Opening stage unless the documents are specifically attached to the bid during the online Bid Preparation and Hash Submission stage as well as during Decryption and Re-encryption stage. 2. Online viewing of Detailed Notice Inviting Tenders: The Contractors can view the Detailed Tender Notice along with the Time Schedule (Key Dates) for all the Live Tenders released by ANO on the home page of ANO e-tendering Portal on http://mapo.maharashtra.etenders.in under the section Recent Online Tender. 3. Download of Tender Documents: The Pre-qualification / Main Bidding Documents are available for free downloading. However to participate in the online tender, the bidder must purchase the bidding documents online by filling up details of Demand Draft towards the cost of Tender Form Fee 4. Online Bid Preparation and Submission of Bid Hash (Seal) of Bids: Submission of Bids will be preceded by online bid preparation and submission of the digitally signed Bid Hashes (Seals) within the Tender Time Schedule (Key Dates) published in the Detailed Notice Inviting Tender. The Bid Data is to be prepared in the templates provided by the Tendering Authority of ANO The templates may be either form based, extensible tables and uploadable documents. In the form based type of templates and extensible table type of templates, the Contractors are required to enter the data and encrypt the data using the Digital Certificate.

7 In the uploadable document type of templates, the Contractors are required to select the relevant document / compressed file (containing multiple documents) already uploaded in the briefcase. Notes:- a. The Contractors upload a single document or a compressed file containing multiple documents against each unloadable option. b. The Hashes are the thumbprint of electronic data and are based on one way algorithm. The Hashes establish the unique identity of Bid Data. c. The bid hash values are digitally signed using valid Class II or Class III Digital Certificate issued any Certifying Authority. The Contractors are required to obtain Digital Certificate in advance. d. After the hash value of bid data is generated, the Contractors cannot make any change / addition in its bid data. The bidder may modify bids before the deadline for Bid Preparation and Hash Submission as per Time Schedule mentioned in the Tender documents. e. This stage will be applicable during both, Pre-bid / Pre-qualification and Financial Bidding Processes. 5. Close for Bidding (Generation of Super Hash Values): After the expiry of the cut off time of Bid Preparation and Hash Submission stage to be completed by the Contractors has lapsed, the Tender will be closed by the Tender Authority. The Tender Authority from ANO shall generate and digitally sign the Super Hash values (Seals). 6. Decryption and Re-encryption of Bids (submitting the Bids online): After the time for generation of Super Hash values by the Tender Authority from ANO has lapsed, the Contractors have to make the online payment of Rs. 1,038/- towards the fees of the Service Provider. After making online payment towards Fees of Service Provider, the Contractors are required to decrypt their bid data using their Digital Certificate and immediately re-encrypt their bid data using the Public Key of the Tendering Authority. The Public Key of the Tendering Authority is attached to the Tender during the Close for Bidding stage. Note: The details of the Processing Fees shall be verified and matched during the Technical Opening stage. At this time, the Contractors are also required to upload the files for which they generated the Hash values during the Bid Preparation and Hash Submission stage. The Bid Data and Documents of only those Contractors who have submitted their Bid Hashes (Seals) within the stipulated time (as per the Tender Time Schedule), will be available for decryption and re-encryption and to upload the relevant documents from Briefcase. A Contractor who has not submitted his Bid Preparation and Hash Submission stage within the stipulated time will not be allowed to decrypt / re-

encrypt the Bid data / submit documents during the stage of Decryption and Re-encryption of Bids (submitting the Bids online). 7. Short listing of Contractors for Financial Bidding Process: The Tendering Authority will first open the Technical Bid documents of all Contractors and after scrutinizing these documents will shortlist the Contractors who are eligible for Financial Bidding Process. The shortlisted Contractors will be intimated by email 8. Opening of the Financial Bids: The Contractors may remain present in the Office of the Tender Opening Authority at the time of opening of Financial Bids. However, the results of the Financial Bids of all Contractors shall be available on the ANO e-tendering Portal immediately after the completion of opening process. 9. Tender Schedule (Key Dates): The Contractors are strictly advised to follow the Dates and Times allocated to each stage under the column Contractor Stage as indicated in the Time Schedule in the Detailed Tender Notice for the Tender. All the online activities are time tracked and the Electronic Tendering System enforces time-locks that ensure that no activity or transaction can take place outside the Start and End Dates and Time of the stage as defined in the Tender Schedule. extended. At the sole discretion of the Tender Authority, the time schedule of the Tender stages may be TENDERING PROCEDURE: - 1.1 Blank Tender Forms. Tender Forms can be downloaded from the e-tendering Portal of Maharashtra Police Government of Maharashtra i.e. http://mapo.maharashtra.etenders.in. after entering the details of payment towards Tender Fees as per the Tender Schedule. 1.2 PRE- TENDER CONFERENCE :- Not Applicable 1.2.1 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. 1.2.2 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 nonresponsive. 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. 8

9 1.2.3 Tenderers should have valid Class II/III Digital Signature Certificate (DSC) obtained from any Certifying Authorities. In case of requirement of DSC, interested Bidders should go to http://maharashtra.etenders.in/mah / DigitalCerti.asp and follow the procedure mentioned in the document Procedure for application of Digital Certificate. 1.2.4 The Tenderers have to make a payment of Rs.1038/- online as service charges for the use of Electronic Tendering during Online Bid Data Decryption and Re-encryption stage of the Tender. 1.2.5 For any assistance on the use of Electronic Tendering System, the Users may call the below Numbers Landline No.:- 020-2531 5555 / 56 Mobile No:- 91679 69601 /04 /9167246754 1.2.6 Tenderers should install the Mandatory Components available on the Home Page of http://maharashtra.etenders.in under the section Mandatory Components ' and make the necessary Browser Settings provided under section Internet Explorer Settings ' 1.3. Manner of submission : Tender shall be submitted in two envelops as per following procedure. A ) ENVELOPE No. 1:(Documents) Technical Bid. All Document Should be Orignal Scanned and upload to revelent Envelope. The first envelope Envelope No. 1 shall contain the following documents: 1.3.1 Scanned copy of original DD/Term Deposit Receipt of Rs. 11,530/- for a valid period issued from any Nationalized Bank and duly endorsed in the name of P.A. to Spl. I.G. of Police (A.N.O.) M.S.Nagpur for the cost of EMD. 1.3.2 Scanned copy of original valid VAT registration certificate from Maharashtra State Sale Tax Department (Maharashtra Value Added Tax Act 2005) 1.3.3 Scanned copy of original Power of Attorney on behalf of firm issued in the name of persons authorized to sign agreements, bill, etc. and collect cheques from department for the work done. 1.3.4 Tenderer must have successfully completed single work of supply, installation and commissioning of cctv system in Government, Semi Govt, public sector or private sector worth Rs 5,76,500 /- or above. Attested copy of Certificate from purchaser to be attached. 1.3.5 List of machineries available with contractor as per Form -1. 1.3.6 list of technical person with the tenderer as per Form II. 1.3.7 Scanned copy of original of registered partnership deed Articles of association whichever applicable. 1.3.8 Scanned copy from original of Experience, valid shop establishment certificate / Work Done Certificate of similar type of works within period of last 3 years including current financial year from competent authority having power to issue such certificate to whom the firm have supplied required materials of the similar nature 1.3.9 Up-load scanned copy of original DD/pay order for the cost of Tender fees and DD/TDR for cost of EMD also.original copy should be submitted to this office in sealed envelope one day before opening of tender. 1.3.10 Scanned original copy of affidavit regarding completeness, correctness and truthfulness of documents submitted on Rs 100/- Stamp paper as per prescribed Proforma given page sworn before Executive Magistrate / Notary. Original copy of affidavit should be submitted to this office in sealed envelope one day before opening of tender. 1.3.11 Upload Blank Tender Documents.

10 1.3.12 Scanned original copy of PAN CARD allotted by Income Tax Department. 1.3.13 Every contractor shall produce along with his tender a Bank solvency certificate of 2,88,250/- lakh from the Bankers within which be resides of his financial stability. If he fails to produce such a certificate his tender shall not be considered. 1.3.14 Scanned original letter of ACCEPTANCE OF ALL TERMS & CONDITIONS OF THE TENDER FORM on page no 45 1.3.15 Scanned copy of DECLARATION 1.3.16 FORM-3 DETAILS OF WORKS TENDERED FOR AND IN HAND AS ON THE DATE OF SUBMISSION OF THIS TENDER 1.3.17 FORM-IV DETAILS OF WORKS OF SIMILAR TYPE & MAGNITUDE CARRIED OUT BY THE TENDERER IN LAST 3 YEARS. 1.4.1 All the above documents should be scanned from the original document. The above documents specified under sr No 1.2.8 to 1.3.17 shall be submitted in envelope No. 1 shall be verified, failing which envelope No. 2 shall not be opened. 1.4.2 Bidders uploaded online only are eligible to submit physical documents before the expiry of the date and time of tender. 1.4.3 Even though the bidders meet the above qualifying criteria, they are subjected to be disqualified if they have made misleading or false representation in the forms statement and attachments submitted as proof of the qualification requirements and / or record of post performance such as abandoning the works, not properly completing the contract, in ordinate delays in completion litigation history or financial failures etc. 1.4.4 After scrutiny of documents based on eligibility criteria, in Envelope no. 1.successful bidder shall have to produced mock up/ display of the desired product for technical evaluation. Committee shall have right to accept / reject the tender based on produced evaluation or quality, specifications, appearance etc. of all material. The bidders who s sample products are approved by the committee will be considered for the Opening of Envelope no. 2.The contractor shall make all the arrangement at his risk and cost to provide the required samples for technical evaluation. 1.5 ENVELOPE No. 2 TENDER (FINANCIAL BID) The Tenderer should quote his offer online only in terms of percentage of estimated rate of tender schedule enclosed with tender at the appropriate place to be submitted only in Envelope No. 2 (financial bid).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/addition stipulations made by department as informed him online on http://maharashtra.etenders.in. While quoting the percentage of estimated rates, bidder should not deviate from the original specifications given in the tender. 1.6 OPENING OF TENDERS: On the date and time specified in the Tender Schedule, following procedure will be adopted for opening of the Tender. (A) ENVELOPE No. 1 :- ( Technical Bid )

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 tenderers Envelope No. 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 Bidder./Contractor 11 (B) ENVELOPE No. 2: (Financial Bid) This envelope shall be opened after opening of Envelope No. 1, only if contents of Envelope No. 1 are found to be acceptable to the Department and committee report on samples displaced by vender is satisfactory. The rates quoted by tenderer in Tender B Schedule or percentage above/below/at par the estimated rate shall then be read out in the presence of bidders / manufacturers/dealers who remains present at the time of opening of Envelope No. 2 as intimated to bidder. Rates should be inclusive of all taxes, delivery charges at the Office of ANO Nagpur. 1.7 EARNEST MONEY : (i) (ii) Earnest money of minimum Rs 11,530/- to be attached with the tender should be in the form of Term deposit receipt/dd issued by the any Nationalized Bank duly endorsed in the name of P.A. to Spl. I.G. of Police (A.N.O.) M.S.Nagpur. Exemption certificate for EMD will not be accepted. DD /TDR of EMD should be submitted in sealed cover in the above name including of name of work on the top of the envelope,one day before the opening of envelope No.1.Earnest money in the form of cheque or cash will not be accepted 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 documents in form B-1. 1.8 SECURITY DEPOSIT: (i)the successful tenderer whose tender is accepted will have to pay Rs. 46,120/- towards the Security Deposit. (ii) Rs. 46,120/- is to be deposited in the form of TDR/F.D.R. of the any Nationalized bank in the name of the P.A. to Spl. I.G. of Police (A.N.O.) M.S.Nagpur towards valid within the time limit of agreement till completion of defect liabilities period, failing which his security deposit /earnest money will be forfeited to Government. 1.8. A. ADDITIONAL SECURITY DEPOSIT:- If the offer of the successful tenderer is 10% or more than 10% below tender, then the successful tenderer whose tender is accepted will have to deposit additional Security Deposit amount equivalent at the rate of 10% of the amount exceeding 10% below of the Tender amount, before issuing the work order towards performance of work. This additional security deposit shall be deposited in TDR of schedule Bank having branches in Maharashtra duly pledged in the name of P.A. to Spl. I.G. of Police (A.N.O.) M.S.Nagpur at the time of acceptance of tender. This additional security deposit towards performance shall be valid for full period of completion of work including defect liability period, failing which such tender shall be deemed to be withdrawn and their earnest money shall be forfeited to the Govt. The additional security deposit

shall be refunded within 30 days from the date of issue satisfactory completion of defect liability period. 1.9 TIME LIMIT: The work is to be completed within time limit as specified in the tender Documents which shall be reckoned from the date of written order for commencing the work and shall be inclusive of monsoon period. For this work time limit is one month 12 1.10 ISSUE OF FORMS Available online at https://maharashtra.etenders.in 1.11 TENDER RATE: No alteration in the form of tender and the schedule of tender and no additions in the scope of special stipulations will be permitted. Rates quoted for the tender shall be taken as applicable for all leads and lifts. 1.12 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. 1.13 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. 1.14 TENDER S ACCEPTANCE : Acceptance of tender will rest with the SPL.I.G.P. ANO, Nagpur who reserves the right to reject any or all tenders without assigning any reason thereof.also reserves the right the modify cancel or reject any Materials/Equipments or change the size,specifications or quantity or any or all Materials/Equipments. 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. Acceptance of tender will be finalized after compliance of following conditions. a) Physical in Inspection of the sample by committee b) Cost effective c) Quality d) Durability e) Maintenance free f) Specifications 1.15 CONDITIONAL TENDER : 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 thereof 1.15 (a) The Tenderers shall be presumed to have carefully examined the drawings, conditions and specifications 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.

1.15 (b) The data whatsoever supplied by the Department along with the tender documents are meant 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. 13 1.16 POWER OF ATTORNEY: If 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. 1.17 PRICES 1) Tender for the supply of items with conditions like AT CURRENT MARKET RATES shall not be accepted. Such Conditional tenders are not accepted and liable for rejection. 2) The Office shall not be responsible for damages, handling, clearing, transport charges etc. will not be paid. The deliveries should be made as stipulated in the purchase order placed with successful bidder. 3) Quantity of tendered item may vary. 4) Rate quoted must include all components required for meeting the specification and performance requirements of the item irrespective of whether they are specifically brought out in the schedule or not. 1.18 TECHNICAL SPECIFICATIONS The Bidder shall carefully read and understand the technical specifications as Mentioned. They have to comply with quality requirements,packing, applicable standards and submit compliance report. 1.19 SAVING CLAUSE No suits, prosecution or any legal proceedings shall lie against the Nagpur or any person for anything that is done in good faith or intended to be done in pursuance of tender. 1.20. TRAINING & SOFTWARES 1) The bidder shall provide training at Office of the Nagpur premises for personnel of user department 2) Video monitoring and analysis system software. (Monitoring Staff) 3) All the software manuals, hardware manuals, user manuals, training manuals related to the system shall be supplied in hard copy format and soft copy in cd format 4) Bidder should submit original Licensed copies of softwares, updates used for project completion. 1.21 WARRENTY/MAINTENANCE

1)All the equipment, software and workmanship that form a part of the service are to be Under minimum one year warranty throughout the term of the service contract from the date of service acceptance and commencement. The warranty shall require the Service Provider to be responsible for all cost of parts, labour, field service, pickup and delivery related to repairs or corrections during the period of one year. 2) The Bidder should submit the written warranty after completion of work and before payment to tenderer 3) The hardware and software will not be assumed as consumable. The vendor will be responsible for any cost required for the repair /replacement of the hardware, replacement of the connectors, other accessories,etc and for renewal of software, required to maintain the system during the period of one year. 4) This project contains some outdoor open-air installations; bidder should provide tamperproof, all whether proof, waterproof, dustproof protection, which is covered by Warranty. 5) The maintenance service shall be provided 24 hours and on all weekdays to keep the system in good working condition. If hardware is not repairable within a specified time period a standby system shall be provided for the same by the bidder without any additional cost. 6) Preventive maintenance shall be carried out at least once in a quarter and corrective maintenance as and when calls are placed by respective police authority. 7) The contractor shall place skilled person/persons for maintenance of CCTV Cameras, at ANO Nagpur for one years (during Defect liability period) at his own cost. Security deposit will be released after successful completion of maintenance period. The security deposit will be forfeited in case contractor fails to comply with above condition. 8) 4 % of security deposit of workdone value will be deducted from gross amount of the bill and will be refunded after successfully completion of defect liablitly period. If tenderer fails to fulfill the condition of warrenty/maintenance, amount spent by department will be recovered from security deposit kept with department. 1.22 INTEGRITY The Bidder shall maintain the highest level of professional integrity. In case the bidder is suspected to have any liaison or contract with subversive / extremist elements, the Nagpur reserve the right to unilaterally terminate the contract and also order forfeiture of earnest money and security deposit. The termination of the contract shall be over and above the criminal liability of the bidder. Consequentially, it is open to the Nagpur to require the bidder to furnish the phone numbers (mobile and landline) of his and all his employees 1.23 The tenderer may, in the forwarding letter, mention any points are may wish to make clear but the right is reserved to reject the same or the whole of the tender if the same becomes conditional tender thereby. 1.24 The contractor or the firms tendering for the work shall inform the Department if they appoint their authorized Agent on the work. 1.25 No foreign exchange will be released by the Department for the purchase of plants and machinery for the work by the Contractor. 1.26 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 Manufacturer will be 14

affected from the payment due to the Contractor from any other Government works under execution with them. 1.27 All pages of tender documents, conditions, specifications, correction slips etc. shall be initialled by the tenderer. The tender should bear full signature of the tenderer, or his authorized power of Attorney holder in case of a firm. 1.28 The Income Tax at 2 % including surcharge or 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. 1.29 Cess @ 1% (One percent) shall be deducted at source from every bill of the Contractor by the, SURABURDI, Nagpur Under Building and Other Construction for workers Welfare Cess Act 1996 1.30 Value Added Tax Deduction 2 % from the registered Manufacturer under the MVAT Act, 2005 and 4 % from the unregistered contractor or at the prevailing rate under MVAT Act, 2005, shall be recovered from the contractor from the gross bill amount of every bill, whether for measured works or Advance Payment or Secured Advance 1.31 The tender rates are inclusive of all taxes, rates, cesses and are also inclusive of the leviable tax in respect if sale by transfer of property in goods involved in the execution of a work contract under the provision of Rules 58 of Maharashtra Value Added Tax Act-2005. For the purpose of levy of tax. 1.32 The Tenderers shall be presumed to have carefully examined the drawings, conditions and specifications 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. 1.33 The data whatsoever supplied by the Department along with the tender documents are meant 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. 15 1.34 VALIDITY PERIOD : The offer shall remain open for acceptance for minimum period of 90 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.

16 SPECIAL CONDITIONS 1.1 SAMPLES AND TESTING OF MATERIALS : (i) After acceptance of tender All materials to be used on work, the samples of materials shall be got approved well in advance from the Committee and shall pass the tests and analysis required by him, as per schedule. (ii) The contractor shall at his risk and cost make all arrangement and / or shall provide for all such facilities as the committee may require for collecting, preparing and forwarding required number of samples for tests or for analysis at such time and to such place or places as may be directed by the Committee and bear all charges and cost of testing. Such samples shall also be deposited with the Committee till sent for testing. (iii) The contractor shall if and when required submit at his cost the samples of materials to be tested or analyzed and if so directed shall not make use or incorporate in the work any material represented by the samples until the required tests or analysis have been made after the test of the materials finally accepted by the Committee. 1.2 CO-ORDINATION: When several agencies for different sub works of the project are to work simultaneously on the project site, there must be full co-ordination between the contractors to ensure timely completion of the whole project smoothly. The scheduled dates for completion specified in each contract shall, therefore be strictly adhered to. Each contractor may make his independent arrangements for water, power, housing etc. if they so desire. On the other hand the Contractors are at liberty to come to mutual agreement on his behalf and make joint agreement with the approval of the Committee. No contractor shall take or cause to take any steps or action that may cause destruction, discontent or disturbance to work, labour or arrangements etc.of other contractors in the project localities. Any action by any Contractors which the Committee in his unquestioned discretion may consider as infringement of the above code would be considered as a breach of the contract conditions and shall be dealt with accordingly. In case of any dispute or disagreement between the various contractors, the Committee decision regarding the co-ordination, co-operation and facilities to be provided by any of the contractor shall be final and binding on the contractors concerned & such a decision shall not vitiate

any contract nor absolve the contractor of his obligations under the contract nor form the grounds for any claim or compensation. 1.3 Before supply order is given if there is any modification in CCTV Cameras or drawing the contractor shall be liable to execute the changes without extra cost. 1.4 During execution of work if some Suggestions/Modification are received from senior officers of the department then such changes have to be carried out by contractor as per directives of committee. 1.5 The Committee has right to accept or reject of partly or total CCTV Cameras on the basis of quality, appearance, specification, durability, matching material utilized for the CCTV Cameras,at any time without assigning any reason. 17 1.6 The sample selection of various categories of CCTV Cameras, committee will verify the sample and approval should be in writing before installing of CCTV Cameras,. After eligibility criteria the contractor shall arrange for mock up/display of the selected items for observation and approval of the committee in A.N.O.. Suraburdi, Nagpur premises. The CCTV Cameras approved by the committee will have to be procured by the bidder for record keeping which will be utilized at the time of execution with prior permission of the committee. The contractor shall bear the expenses incurred due to transportation/conveyance of the committee. On satisfactory report of the committee the bidder should supplied the CCTV Cameras of the same type. 1. 7 1) After opening of Envelope No. 1 (Technical bid), on the scheduled date, time and venue office of, SURABURDI Nagpur the Tender committee shall examine the contents of the tenders received online through e-tendering process along with physical submission of documents. 2) The committee shall scrutinize the documents mentioned above for its eligibility, Validity, applicability, compliance and substantiation including post qualification criteria as per tender document. 3) Bidder should pass eligibility criteria and qualification prescribed earlier. 4.)The Tender committee of,suraburdi Nagpur shall also analyze that there is no collusive or fraudulent practice involved in the entire tendering process amongst all the tenders received.. 5) Any tender during the evaluation process that does not meet the tender conditions laid down in the tender document will be declared as not acceptable and such tenders shall not be considered for further evaluation. However, the bidders can check their tender evaluation status on the website.

18

19 F O R M B-1 Nagpur NOTES. Supply of Materials. 1. If the tender is accepted, no separate TENDER AND CONDITIONS agreement shall be necessary and the lender itself shall be treated as the contract. 2. For Signature on the tender, see Rule 1. Exempted from stamp duly, vide G.R. No.368-A-1732, dated 9 th October 1889. 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 thereof, or in the event of the absence of any partner, it must be signed on his behalf by a person holding a power of attorney authorizing him to do so. 2. i)the Contractor shall pay along with the Tender the sum of Rs. 11,530/- as and by way of earnest money. The contractor may pay the said amount by forwarding along with the tender a Term Deposit Receipt /DD issued by any Nationalized bank and duly endorsed in the Name of P.A. to Spl. I.G. of Police (A.N.O.) M.S.Nagpur The said amount of earnest money shall not carry any interest whatsoever. (ii) In the event of his/her tender being accepted, subject to the provision of sub clause (iii) below, the said amount of earnest money shall be appropriated towards the amount of security deposit payable by him/her under condition of General Conditions of Contract. (iii) If after submitting the tender, the contractor withdraws his/her offer or modifies the same or if after the acceptance of his/her Tender, the Contractor fails or neglects to furnish the balance of security deposit, without prejudice to any other rights and powers of the Government hereunder, or in law Government shall be entitled to forfeit the full amount of the earnest money deposited by him/her. iv) In the event of his/her Tender not being accepted, the amount or earnest money deposited by the contractor shall, unless it is prior there to forfeited under the provisions of sub-clause (iii) above, be refunded to him/her on his/her passing receipt there for.(amended vide GR. B&C Departments No. CAT-1272/ 44277-Q dated 3.3.1973. 3. Receipt for payments made on account of any work when executed by a firm should also be signed by all the partner, where the Manufacture, are described in their tender as a firm, in which case the receipt 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. 4. The amount of earnest money to be deposited shall be at the rate of 1 per cent of the estimated cost of the work or at such higher percentage rate as may fixed by the Officer concerned in accordance with the provisions of paras 202 and 203 of the P.W.D. Manual. Such earnest money should generally be paid by the contractors direct into a Treasury or a sub-treasury and the receipt obtained therefore should be attached to the tender form.

20 5. THE, NAGPUR or his duly authorized shall open tenders in the presence of contractors who have submitted tenders at their representatives who may be present at the time and he will enter the amount the several tenders in a comparative statement in suitable form receipt for the earnest money forwarded with the tender shall be given to the contractors on the day the money is received. In the event of a tender being accepted. The contractors shall, for the purpose of identification, sign copies of the specifications and other document as may be necessary. 6 The Officer competent to the dispose of the tenders shall have the right of rejecting all or any of the tenders. 7. No receipt for any payment alleged to have been made by a contactor in regard to any matter relating to this tender or the contract shall be valid and binding on Government unless it is signed by the SPL.I.G.P. ANO, NAGPUR. 8. Under no circumstances shall any contractor be entitled to claim enhanced rates for any items in this contract. 9. The tender will be liable to be rejected, if while submitting it, the tenderer or in the case of a firm each partner thereof does not sign or the signature / signatures is / are not attested by a witness of the tender in the space provided for the purpose. 10 In Case of the Tenderer offers the Rates More than 10% Below the tender Amount, he shall have to pay additional security deposit at the rate of 10% of the amount Exceeding 10% of the below of the Tender Amount, before the Work Order. 11. 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 case on the date of submitting the tender in the form specified for the same.

21 TENDER FOR THE WORKS. I/We hereby tender for the execution, for the SPL. IGP, ANO, Nagpur (here in before and here in after referred to as Government ) of the work specified in the under written memorandum within the time specified in such memorandum at in figure % (In Word Percent Below/Above/ At Par the estimated rates entered in Schedule B (Memorandum showing items of work to be carried out) and in accordance in all respects with the specifications, drawings and instructions in writing of the annexed conditions of contract. Contractors Signature and Seal Of Contractor

22 Tender for the Supply and Installations of Materials. If several sub-rks are included /should the schedule be detailed in separate list. The amount of earnest money to be deposited ( I or We the undersigned do hereby tender for the supply and installations of the materials described in attached herewith subject to the condition annexed. MEMORANDUM (a) General description :- Supplying, Installation and Commissioning of CCTV, Cameras, for Interrogation Room and ANO Office Premises, Office of the Nagpur shall be in Accordance with the provisions of paras 202 and 203 of the Manual. (b) Estimated Cost :- Rs 11,53,000/- (c) Amount of Earnest Money in shape of TDR /DD of Nationalized Bank. Rs. 11,530/- This deposit shall be in (d) Security deposit. accordance with paras i) In shape of TDR/FDR Rs 46,120/- 203 & 209 of. (security deposite Intialially at tender stage ) Manual. ii) To be deducted from current bills... Rs. NIL This percentage where no (e) Percentage, if any, to be deducted from bills no security deposit is taken ( to make up the total amount required as will very from 5 percent to security deposit required by (d) above ) 4% 10 percent according to the requirement of the case (f) Time allowed for the work from the date of where security deposit is written order to complete. 30 Days taken, see note to clause of (including in installation & trials) conditions of contract. Should this tender be accepted, I/We hereby agree to abide by and to fulfill all the terms and the provisions of the specifications and conditions of contract annexed hereto so for as they may be applicable,and in default there of to forfeit and pay to the Government of Maharashtra (herein after referred to as the Government the sums of money mentioned in the said conditions Receipt No. dated from the Government Treasury or sub-treasury at Nagpur. In respect of the sum of Rs. 11,530/- Amount to be specified is forwarded herewith representing the earnest-money (a) Which may be forfeited to the in words & figures. Government should I/We not deposit the full amount of security deposit. in accordance Strike out (a) if no cash with clause-i (A) of the said conditions of contract, otherwise, the said sum of security deposit is to be Rs 46,120/- shall be retained by the Government as on account of such security taken. deposit as aforesaid ) or ( (b) which may be retained by the Government on account of Strike out (b) if any cash the security deposit specified in clause -1 (B) of the said condition of contract.) security deposit is to be taken Contractor + Signature of Contractor (Address) day of 20 before submission of Tender. Dated the day of 20 (Witness) (Address) (Occupation) + Signature of Witness to Contractors Signature. Signature of the Officer by whom accepted.