DETAILED TENDER NOTICE

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

BHARAT HEAVY ELECTRICALS LIMITED,

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

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

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

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

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

Biotech Park, Lucknow

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

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

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

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

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

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

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

National Institute of Fisheries Post Harvest Technology & Training

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

us kuy QfVZykbt+lZ fyfevsm (Hkkjr ljdkj dk midze)

MUNICIPAL CORPORATION AKOLA

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

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

INDIAN INSTITUTE OF TECHNOLOGY INDORE

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

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

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

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

J&K STATE POWER DEVELOPMENT CORPORATION OFFICE OF THE EXECUTIVE ENGINEER. (RAJ Bagh) KATHUA.

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

Memo No:1920/WBTDCL-11013(99)/4/2018-GM(WBTDCL)-WBTDCL

E-TENDER B - 1 TENDRER PAPER FOR

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

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

TENDER FOR. ADDITION/ ALTERATION WORK OF SHED No. C-424, PEENYA INDUSTRIAL ESTATE, BANGALORE ISO 9001:2000

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

No.CSB/CSR&TI/Maint-38-20/ Date : To CSB & CSR&TI Web Site & e-procurement Portal.

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

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

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

NOTICE INVITING e-tender

EMBASSY OF INDIA MOSCOW. Notice Inviting Tender

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

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

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

W-1-18/ GMTDR/e-Tender-116/Repairing SMPs PP Module /18-19 BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT RAIPUR BID DOCUMENT

TENDER DOCUMENT FOR APPOINTMENT OF SUB-LICENSEE TO SET UP & OPERATE MILK STALLS AT RAILWAY STATIONS IN THE STATE OF ODISHA

ENGINEERING PROJECTS (INDIA) LTD. (A Govt. of India Enterprise) TENDER NO.- EPI/WRO/CON/680/0061

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

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

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

NLC TAMILNADU POWER LIMITED

Tendu Leaves stored Vankatapur Vankatapur Chinna Vatra Total= Standard bags Actual bags

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

TENDER DOCUMENT FOR RUNNING OF PHOTOCOPIER STALL AT SCHOOL OF UNANI MEDICINE JAMIA HAMDARD HAMDARD, NAGAR NEW DELHI 11006

ENGINEERING PROJECTS (INDIA) LTD. (A.Govt of India Enterprise) TENDER NO.- EPI/WRO/CON/681/0036

NOTICE INVITING TENDER FOR WORKS (TWO COVER SYSTEM) OPEN TENDER ENQUIRY

Description Clause No. and Page No. of Original Tender Document Amendment

Webel WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED. TENDER DOCUMENT

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

MAHARASHTRA JEEVAN PRADHIKARAN CIRCLE, AHMEDNAGAR

TENDER DOCUMENT (PART-A)

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

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

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

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

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

GOVERNMENT OF HIMACHAL PARDESH NOTICE INVITING TENDERS IRRIGATION & PUBLIC HEALTH

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

Tender. for. Indian Institute of Technology Jodhpur

THE MAHARASHTRA STATE CO-OP. BANK LTD., MUMBAI (Incorporating the Vidarbha Co-op. Bank Ltd.) Scheduled Bank

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

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

TENDER DOCUMENT. e-tendering System

GOVT. OF NCT OF DELHI

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

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

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

The last date for submission of the bids is at

ANDAMAN & NICOBAR ADMINISTRATION DIRECTORATE OF SHIPPING SERVICES. Cost of Tender Document : Rs.1000/- per set. Sold to : M/s...

PEC University of Technology, Chandigarh

MAULANA AZAD NATIONAL URDU UNIVERSITY (A Central University established by an Act of Parliament in 1998)

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

HIMACHAL PRADESH IRRIGATION AND PUBLIC HEALTH DEPARTMENT (Job No.1)

REQUEST FOR PROPOSAL For Food Plaza for Leasing

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

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

NOTICE INVITING TENDER NIT ID No: Dated :- 18 /09 /2018

NOTICE INVITING TENDER

TENDER NO. BCL/RD/ 2500 MS Scrap Cutting/2018 November 30, 2018

स एसआईआर-क न द र य इल क ट र न क अभ य त र क अ स ध स स थ

CENTRAL BOARD OF SECONDARY EDUCATION REGIONAL OFFICE PS, 1-2, Institutional Area, Patparganj, I. P Extension, Delhi TENDER NOTICE

TENDER DOCUMENT FOR PROVIDING AND FIXING OF MODULAR WORKSTATION FURNITURE

DEPARTMENT OF INFORMATION TECHNOLOGY ADDL DELUXE BUILDING, SECTOR 9 CHANDIGARH

No. AERC 649/2017/1 Dated: 4 th October, 2017 NOTICE INVITING TENDER FOR PRINTING A COMPENDIUM OF AERC REGULATIONS (NIT NO.

TENDER NOTICE (NIT NO: CDFD/ENGG/HVAC/WORKS/ /05)

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

(a) Period of issue of Tender Document : to (b) Date and time for submission of Tender Document :

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

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED 400Kv Substation, Transmission Division Dhareshwar JETPUR

AMC for attending faults of Split AC s installed over L-2E, L-3E, L-4 & including Depot.

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

Transcription:

Tender document for Taroda Bk & KD WS 2 NANDED - WAGHALA CITY MUNICIPAL CORPORATION NANDED DETAILED TENDER NOTICE Tender Notice No. NWMC/JNNURM/EE/WS&SW/E-Tenders/ 3711/ 2013, Date: 29. 05.2013 NAME OF WORK: Water Supply Scheme in Additional Municipal Corporation Area Taroda Bk & Kd in Nanded. Municipal Commissioner, Nanded Waghala City Municipal Corporation, Nanded invites B- 1 tenders for the following works from the contractors registered with Municipal Corporation, PWD, and Govt. of Maharashtra etc. The tenders can be purchased from web site of NWCMC, (nwmc.onlinetenders.co.in) all the term and conditions will be available on website. The tenders will have to be purchased and filled up through E-tendering only. All the contractors must have registration for E-Tendering through Digital Signature. Name of Work Water Supply Scheme in Additional Municipal Corporation Area Taroda Bk & Kd in Nanded. Approx. value of work Rs. in Crore 16.60 03.06.20 13 Sale of Tender Document 27.06.2 013 Date of Receipt 01.07.2013 15 = 00 Hours. Earnest Money Rs. In Lakhs Time for completion of works in Months (including monsoon) 16.60 18 (Eighteen) Calendar Months Cost of blank document in Rs. Rs. 25,000/- ( Rupees Twenty Five Thousand s only)+ S.T. @5% +250 ( BOT) Detailed tender notice with terms and conditions is displayed on the notice Board of the N.W.C.M.C, Nanded, on the web site and will also be available in the office of the Executive Engineer JNNURM on working days. Tender document can be downloaded from web site http://nwmc.maharashtra.etenders. in, during the 03-06-2013 to 27-06-2013, period mentioned above. The tenders will be opened in presence of intending tenderers on 01-07-2013 at 16=00 Hours if possible. The pre bid meeting will be held on 19.06.2013 at 12.00 Hrs. in The Commissioner, (NWCMC Nanded) Chamber. The tender document is not transferable and the cost is not refundable under any circumstance. The tenderers are requested to ascertain the post qualification criteria for tendering as mentioned in Detailed Tender Notice, before purchasing the tender document. Right to accept or reject any or all tenders without assigning any reasons are reserved with Municipal commissioner, NWCMC Nanded.

Tender document for Taroda Bk & KD WS 3 Joint Ventures are not allowed. A- MANNER OF PURCHASE OF TENDER : 1 The Bidder should obtain a registration for eligibility for E-Tendering, from NWCMC Nanded's E-Tender Section by making payment Rs. 26500/- by cash or by on line through credit card receipt of the above payment...the bidder will be provided a Digital Token on 2 The bidder should purchase the Tender by making payment for Rs. 26500/- by online through Credit cards or by cash to be deposited at E-Tendering section of NWCMC Nanded.. 3 The bidder can see download and fill up tender document on the Web site https://nwcmc.maharashtra.etenders.in only after payment of Tender cost. B- MANNER OF SUBMISSION OF TENDER AND ITS ACCOMPANIMENTS Digital Signature Certification is must for bidding. Tender offers will be opened online in the presence of the bidders or their representatives who choose specified date, time and place. 1. Earnest Money Deposit : in this tender Earnest Money Deposit document. to attend the opening of tender on the above must accompany all tender offers as specified, The bidders are required to give a Demand Draft of Nationalized Bank or Scheduled Bank drawn in favour of Municipal Commissioner, Nanded Waghala City Municipal Corporation Nanded, on account of bidder and payable at Nanded, (valid for 90 days minimum from the date of the tender) for Rs. 16.60 Lakhs ( Rs. Sixteen Lakhs Sixty Thousands only) as Earnest money Deposit (EMD) along with their offer. Offers made without E.M.D. will be rejected. Nanded Waghala City Municipal Corporation Nanded will not pay any interest on the E.M.D. The Nanded Waghala City Municipal Corporation Nanded will not accept Bank Guarantee in lieu of EMD. Bidder has to upload the Demand Draft number and bank name with validation period while bidding (Uploading). Original Demand Draft should be submitted on 02-07-2013 upto 14=00 Hours. In the office of the E-Tendering Department of NWCMC Nanded, failing to which is treated as disqualification of the bidder.

Tender document for Taroda Bk & KD WS 4 2- SUBMISSION OF TENDER: TWO BID SYSTEM : Bidder has to upload Scanned / pdf. Copies of the Technical Bid dully filled up & scanned/ pdf Copy of the Commercial Bid in Zipped form at the time of online submission of bid. Successful bidder has to submit all Documents and they should be stamped and signed by an authorized official of the bidder's Company. The successful bidder will also submit copy of the Tender duly stamped and signed on each page by the authorized official of the bidder's Company. 3- TECHNICAL BID: The Technical bid should be complete in all respects and contain all information asked for. The TECHNICAL BID should include all items asked for, which shall contain scanned copies of all the documents required duly signed and attested. 1) EMD Receipt,( in the form of CDR/FDR/TDR, pay order or Demand draft from any Nationalized banks/ Schedule banks in favour of Municipal Commissioner, Nanded Waghala City Municipal corporation Nanded. ) (The original Copy of the same will have to be submitting before or up to the time of opening tender.) 2) Registration Certificate ( as a Registered Contractor ), in original or attested copy thereof duly attested by a Gazetted Officer from any Government/Quasi Government/ Public Sector Undertakings Public Works Department, Govt. of Maharashtra or any other States in India or Government of India, in appropriate class as may be applicable. 3) Details of the other works tendered for or in hand with the value of the work unfinished on the last date of submission of tender (in the proforma specified- Statement No. I Page no. 13). The Certificate from the Head of the Offices or other delegated authority under whom the works in hand are in progress should be enclosed. 4) List of Plants and machinery with the contractor in Statement No. II (Page No.14-15- 16).

Tender document for Taroda Bk & KD WS 5 5) Work of Similar Nature carried out by the contractor in Statement No, III (Page No.17) 6) Details of Technical Personnel in Statement No. IV. (Page No. 18) 7). The abstract of information in Statement No. V Page No.19 (Statement showing work done in all classes of Civil Engineering Construction works during last Three years) shall be given in statement VI Page no. 20 need to be signed by the tenderer or holder of his power of attorney. Format for financial capability of Bidder Net Worth and Annual Turnover from Civil Construction as per page No.21 d) To qualify for a package of contracts made up of this and other contracts for which bids are invited in the NIT, the bidder must demonstrate having experience and resources sufficient to meet the aggregate of the qualifying criteria for the individual contracts. e) Even though the bidders meet the above requirements, 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 delays in completion, litigation history or financial failures etc. 9) Sale Tax registration certificate in form II Rule 4(1) as provided by Maharashtra State Sales Tax Act (Maharashtra Act No. XXVI of 1989). The Maharashtra Sales Tax on transfer of property in goods involved in execution of work contract (Re-enacted Act 1989) from the Sales Tax Department of Maharashtra State. The VAT registration Certificate under The Maharashtra VAT Act 2002. (In original or a copy thereof duly attested by a Gazetted Officer). 10) Up-to date Income Tax returns submitted to income tax office, (or True copy thereof duly attested by Gazetted Officer) valid on the date fixed for

Tender document for Taroda Bk & KD WS 6 receipt of tender, unless specifically exempted in this respect by the Income Tax. Authority, 11) Professional Tax Certificates. 12) Certified copy of partnership deed & true copy of Power of Attorney, in case of a firm tendering for work. NOTE: If the required documents are not found in technical bid, Commercial bid will not be opened. 4- COMMERCIAL BID / FINANCIAL BID: The COMMERCIAL BID / FINANCIAL BID shall contain only the Price Schedule. The bidder should upload scanned / pdf copies of the price schedule as per Performa shown on page No. 9 of Volume II of Tender. The tenderer should quote his offer duly signed in Terms and Percentage of estimated rates in figures and words without correction and if there is a correction / corrections that shall be attested by the tenderer with his full signature and date at the appropriate place of Tender documents to be submitted only in Section No. 2. He shall not quote this offer any where directly or indirectly in Technical Bid. The contractor shall quote for the works as percentage details given in the main tender and tender shall be unconditional. Conditional tender will not be accepted. The Commercial Bid shall contain commercial offer in prescribed tender form duly filled in Stamped & signed. Special Note: At the time of submission of bid, uploading of technical and commercial Bid may take time. Therefore bidders should take necessary precaution. In any case time limit for submission of bid will not be extended. Please take a serious note of it The right to accept or reject any offer or all offers without assigning any reason is reserved by the Commissioner of the Municipal Corporation of NANDED.

Tender document for Taroda Bk & KD WS 7 5- QUALIFIYING CRITERIA To qualify for award of the contract, the tenderer should have in the last Three years i.e., from 01.04.2010 to till date. Items 1 Average annual financial turnover in last three years ending 31 st March of the previous financial years evaluated with current rate, should be at least 75% of the estimated cost. 2 Experience of having successfully Completed similar work during last 5 years ending last day of month previous to the one in which application are invited should as follow:- a) Value of Work Done of Similar Type b) Water Supply Distribution System upto Dia 350 mm c) Water Supply Distribution System of Dia 400 mm dia upto Dia 500 mm d) Sump and Pumping Machinery e) ESR of Cap Criteria Rs. 12.45 crores. Rs. 5 crore 15.00 km 3.00 km 3.00 lakh liters 2 pumps of 50 BPH 2.50 lakh liters 3 Definition of similar work should be clearly defined. Construction of Water Supply Scheme and Construction of RCC ESR Sump and Pumping Machinery 4 The bid capacity of Agency should be available equal to the cost of the work. The bid capacity = (A x N x 2 ) - B Where A Maximum Annual Turnover amongst the Annual turnover in last 3 years at current rate. N Period of Work B Value of Balance Works in Hand The bid capacity should be more than cost of estimate.

Tender document for Taroda Bk & KD WS 8 6- EARNEST MONEY AND SECURITY DEPOSIT: 1) EARNEST MONEY: i) The amount of Earnest money deposit will be forfeited, in case successful Contractor does not pay the amount of initial security deposit within the time period as stipulated by the Municipal Commissioner, and complete the signing of contract agreement. In all other cases Earnest money deposit will be refundable. ii) Earnest money of the unsuccessful tenderers will be refunded on their application only after an intimation of rejection of their tender is sent to them. 2) SECURITY DEPOSIT: i) Amount of total security deposit to be paid shall be 4% (Four percent) of the awarded cost of work. The successful tenderer shall have to pay half the security deposit for due performance of the contract within seven days of the acceptance of the tender in the form of Pay order, Demand Draft, cash remittance in cash counter of NWCMC or by unconditional, irrevocable Bank Guarantee with validity for the required period issued by a Nationalised Bank in favour of Commissioner, N.W.C.M.C., Nanded. The balance security deposit will be recoverable through the bills at the percentage specified or as may be decided by the Executive Engineer (WS&SW), during course of execution of the work, looking to the position and circumstances that may prevail, whose orders will be final and binding on the Contractor. iii) In the event of failure on the part of the tenderer to pay security deposit within 7 days (unless extended in writing by the Municipal Commissioner,) from the date of receipt of notice (sent by Registered Post/Courier/Fax) of acceptance of his offer, the amount of earnest money shall be forfeited by N.W.C.M.C., Nanded and the acceptance of his tender, shall be considered / stand withdrawn, except that in the event of the notice of acceptance of the tender not being issued within 90 days of the date of opening of Envelope No.2 (Financial bid),the tenderer shall have an option (to be intimated in writing fifteen days before the expiry of 90 days period) of withdrawing his tender, in which case the earnest money should be refunded in full. All the tenders shall remain open for acceptance for 90 days from the date fixed for opening of Envelope No.1 and thereafter until it is withdrawn by the tenderer by notice in writing as per condition aforesaid.

Tender document for Taroda Bk & KD WS 9 OTHER INSTRUCTIONS: 1. The acceptance of the tender may be intimated to the successful tenderer by Fax/Telegraphically/in writing and by the Officer competent to accept the tender. 2. In case, there is discrepancy in between the percentages written in figures and words, the lower offer will be taken as final. 3. No pages should be removed from, added in, or replaced in tender document. 4. An Index showing the criteria required / criteria actually fulfill / Page No. of documents attached, should be enclosed with the tender documents of Technical Bid. 5. Income Tax: The income tax @ 2.00% and surcharge 12% or at the rates amended from time to time as intimated by competent income tax authority shall be deducted from the bill amount, whether measured bill, advance payment or security advance. 6. a.) Value Added Tax ( VAT): Value Added Tax ( VAT) tax @ 2.00% or at the rates amended from time to time as intimated by competent authority shall be deducted from the bill amount, whether measured bill, advance payment or security advance.if TIN No. is provided. In case of No TIN No., VAT will be 4 %. b.) Add labour welfare tax at 1 % of cost of contract from each bill. 7. Right is reserved to revise or amend the contract document prior to the date notified for the receipt of tender or extended date. Such deviations, amendments or extensions, if any, shall be communicated in the form of corrigendum, by letter addressed to all those who have purchased the documents and also by notice in Newspapers or displayed on the notice board of N.W.C.M.C., Nanded as may be considered suitable. 8. Right to reject any or all tenders without assigning any reason thereof is reserved by the Municipal Commissioner. 9) 1 % of Contract amount will be deducted from bills for Building and other Construction works as per Social welfare Labour Act. 10) Government Insurance for the work will be obligatory or else at 1 % of Contract amount will be deducted from bills payable to Contractors. 11) Revised rates of Stamp duty will be applicable as per Stamp Duty act 1958.

Tender document for Taroda Bk & KD WS 10 TENDER FOR THE WORK OF, Water Supply Scheme in Additional Municipal Corporation Area Taroda Bk & Kd in Nanded. The full name and address of the tenderer and the name of the authorized agent delivering the sealed cover containing the tender shall be written on the bottom left hand corner. If submitted by post / courier service the sealed envelope marked as above, shall be enclosed in another cover properly addressed and shall be sent by Registered Post Acknowledgment post / courier service. The date and time of the receipt of Envelope containing tender shall strictly apply in all cases. The tenderer shall ensure that his tender is received by the Municipal Commissioner, Nanded - Waghala City Municipal Corporation, Nanded before the expiry of the date and time. No delay on account of any cause shall be entertained for the receipt of the tender offered or received after the date and time is over will either not be accepted or if inadvertently accepted will not be opened and returned to the tenderer. A OPENING OF TENDER The tenders will be opened on the same day and time, as specified. The following procedure will be adopted for opening of the tender. D1) TECHNICAL BID First of all the Technical Bid will be opened. After Downloading all the documents of each bidder the bid will be examine for technical evolution. If the various documents contained in this do not meet the requirements of the tender notice, conditions given in tender booklet, a note will be recorded accordingly by the tender opening authority and the said tender the Financial bid " will not be opened but the same will be recorded and maintained for one year from date of opening. The details furnished in the technical bid envelope will be evaluated and the tenderers whose tenders are found to be substantially responsive will be intimated about the date and time of opening of the financial bid envelope. D2) FINANCIAL BID These documents will be downloaded, opened, only in respect of those tenderers for whom contents of Technical Bid are found to be acceptable.the date for opening of Financial Bid will be duly intimated to the tenderers whose tenders

Tender document for Taroda Bk & KD WS 11 are found acceptable. The tendered rates percentage above / equal / below the estimated rates quoted on page No 26 shall then be read out. a. SIGNING OF TENDER PAPERS The contractor will have to sign the original copy of the tender paper, addendum if any issued and the detailed drawings according to which the work is to be carried out. He shall also have to submit a declaration to the effect that he has fully studied the plans, specifications, local conditions an availability of labour and materials and that he has quoted his rates with due consideration to above all facts. b. Power of attorney If the tenders are a firm or company, they should in their forwarding letter mention the names of all partners together with the name of the persons who holds the power of attorney authorizing him to conduct all transactions on behalf of the body, along with tender. c. The contractor or firms tendering for the work shall inform the N.W.C.M.C. if they appoint the authorizing agent on the work. d. 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 contractor will be effected from the payment due to the contractor from any other Government work under execution with them. e. The income tax @ 2.00% and surcharge 12% or at the rates amended from time to time as intimated by competent income tax authority shall be deducted from the bill amount, whether measured bill, advance payment or security advance. f) EXAMINATION OF DRAWING AND SITE CONDITIONS: The tenderer shall, in his own interest carefully examine the drawings, conditions of contract specifications etc. He shall also inspect the site and get acquainted himself about the climate, physical and all other conditions prevailing at site, the nature, magnitude, special features, and practicability of the works, all existing and required means of communications and access to site, availability of housing and other facilities, the availability of labour and materials, labour camp site stores and godowns etc. He shall obtain all necessary information as to the risk. Contingencies and other circumstances which may affect and influence the tender. No claims on any of the above or any other factors which may affect or influence the tender will be entertained by the Municipal Corporation should there be any discrepancy or doubt

Tender document for Taroda Bk & KD WS 12 or obscurity as to meaning of any of tender documents or as to instructions to be observed by him he shall set forth in writing such discrepancies, doubts, obscurity and submit the same to the Executive Engineer, Nanded - Waghala City Municipal Corporation, Nanded for elucidation as soon as possible. g) The contractor whose tender is accepted is required to note that no foreign exchange will be released by the Municipal Corporation. h) The notice-inviting tender shall form a part of the tender agreement. i) The successful tender shall be required to produce to the satisfaction of the specified concerned authority, a valid and concurrent license issued in his favor under the provisions of the contractor labour (Regulation and Abolition) Act 1970, before starting the work. On failure to do so acceptance of the tender shall be withdrawn and security deposit forfeited.

Tender document for Taroda Bk & KD WS 13 ADDITIONAL CONDITIONS: 1. In case the contractor quotes more than 10% below the percentage rate than the estimated rates in the specified space the contractor will have to pay additional security deposit equal to the amount of difference between % quoted by him and the amount of 10% below. Additional security deposit will have to be produced in shape of C.D.R. or in the form as directed by the Commissioner, NWCMC before the letter of acceptance of tender is issued by this office. The additional security deposit will be released along with the final bill. 2. In case the additional security deposit is not paid the amount of E.M.D. will be forfeited to corporation. 3. It is compulsory for contractors to submit paid certificate issued by the Collector, Nanded for royalties, quarry fees before completion of the work or as and when demanded by Executive Engineer (WS&SW). 4. Contractor shall take out necessary insurance policy / Policies (Viz. contractors all risks insurance policy, Erection all risks insurance policy etc. as decided by the Directorate to Insurance) so as to provide adequate insurance cover for execution of the awarded contract work for total contract value and complete contract period compulsorily from the "Directorate of Insurance, Maharashtra State Mumbai" only. 5. All workmen appointed to complete the contract work are required to be insured under workmen's compensation Insurance Policy. Insurance policy/ Policy taken out from any other company will not be accepted. If any contractor has effected insurance with any other Insurance company, the same will not be accepted and the amount of premium calculated by the director of Insurance will be recovered directly from the amount payable to the contractor for the executed contract work. 6. The work should not be started unless clearance there for is given by Commissioner / Executive Engineer (WS&SW) / N.W.C.M.C 7. Contractor should have registration with State Govt. in respect of EPF and ESI under State Insurance Rule 1 (5). Attested Copies of these documents should be submitted.

Tender document for Taroda Bk & KD WS 14

Tender document for Taroda Bk & KD WS 15 STATEMENT NO. I Statement of list of works in hand and works tendered for as on 01.05.2013 Name of Tendered: Sr. No. Name of Work Agree ment No. Tendered Amount Date of commecement (A) Work in Hand Stipulated date of completion Value of work already done Value of balance work Value of balance work to be executed during next 12 months Probable date of completion Remarks 1 2 3 4 5 6 7 8 9 10 11... Sample Form... Sr. No. Name of Work (B) Works Tendered For Name and Tendered Time Limit Address of Amount Client Probable date when decision is expected Other relevant details if any. 1 2 3 4 5 6 7... Sample Form... Note: This is only a standard form. Details are to be furnished in this form of typewritten statements duly signed which shall be enclosed in Envelope No.1 Signature of Tenderer

Tender document for Taroda Bk & KD WS 16 STATEMENT NO. II DETAILS OF PLANT & MACHINERY IMMEDIATELY AVAILABLE WITH THE TENDERER FOR THIS WORK Name of Tenderer: Sr. No. Name of the Equipment No. of Units Kind and Make Capacity Age & Condition Present location Remarks 1 2 3 4 5 6 7 8... Sample Form... Signature of Tenderer

Tender document for Taroda Bk & KD WS 17 STATEMENT NO. II (A) (To be included in Envelope No. 1) QUESTIONNAIRES OF MACHINERY Proforma for information regarding availability/ Procurement of machinery required for this work. Hydraulic Mobile Crone (HYDRA) Sr.No Type Equipment Plant & Equipment Required (Nos.) 1 Drum Mix plant of capacity 1 2 Concrete mixer of one bag capacity with 2 weigh batching machine. Plant & Equipment Available (Nos.) 3 Excavator /JCB 4 4 Hydraulic Mobile Crane (HYDRA) 2 5 Needle Vibrators 4 6 Water tanker 2 7 Truck/Tipper 4 Question - 1: Is the above machinery's owned by you and available with you for immediate deployment on this work. If yes, give information in this sample form: Type of Machine No. of Units Names of works on which deployed at present Location Output Works in hand. 1 2 3 4 5 6... Sample Form... B) Is the above machinery's hired by you and available with you for immediate deployment on this work? If yes, give information in this sample form:

Tender document for Taroda Bk & KD WS 18 Question - 2: If answer to Question - 1 is "No" please state how this machinery will be procured by you? If the machinery's is hired by you, give information in this sample form: Type of Machine No. of Units Names of works on which deployed at present Location Output Works in hand. 1 2 3 4 5 6... Sample Form...

Tender document for Taroda Bk & KD WS 19 STATEMENT NO. III DETAILS OF WORKS OF SIMILAR TYPE AND MAGNITUDE CARRIED OUT BY NAME OF THE TENDERER: Sr. Name of No. work Name & address of the organization for whom the works was done. THE TENDERER Place & Agreement Country No. Date of Commencement Tendered Cost Total Cost of Work done Date of Completion Principle features in frief 1 2 3 4 5 6 7 8 9 10... Sample Form... Signature of Tenderer

Tender document for Taroda Bk & KD WS 20 STATEMENT NO. IV DETAILS OF TECHINICAL PERSONNEL AVAILABLE WITH THE TENDERER NAME OF THE TENDERER: Sr No Name of person Qualification Whether working in field or in Office Experience of Execution of similar works Period for which the person is working with the tenderer Remarks 1 2 3 4 5 6 7... Sample Form... Signature of Tenderer

Tender document for Taroda Bk & KD WS 21 STATEMENT NO. V STATEMENT SHOWING WORK DONE IN ALL CLASSES OF CIVIL ENGINEERING CONSTRUCTION WORKS DURING LAST THREE YEARS NAME OF TENDERER: Sr. No. Name of Division Amount put to Tender / Tendered Cost Total No. of Agreement No. Amount of Work done during each of last three years Total Amount of work still remaining to be executed Remark 2010-11 2011-12 2012-13 1 2 3 4 5 6 7 8 9... Sample Form...

Tender document for Taroda Bk & KD WS 22 Signature of Tenderer STATEMENT NO. VI STATEMENT SHOWING WORK EXECUTED IN DURING LAST THREE YEARS NAME OF TENDERER: Sr. Name of Year Agreement No. Length Type of Remark No. Work in Km. Pavement 1 2 3 4 5 6 8 2010-11 2011-12 2012-13 TOTAL Signature of Tenderer

Tender document for Taroda Bk & KD WS 23 Statement No- VII Format for financial capability of Bidder Net Worth and Annual Turnover from Civil Construction (To be duly certified by a Statutory Auditor) For Single Entity Bidder Net Worth Annual Turnover (Rs.Crore) (Rs.Crore) 2012-13 2012-13 2011-12 2010-11 1) The combination is of the contractor as whole and not individual partners. 2) The application shall be signed so as to be legally binding on all partners.

Tender document for Taroda Bk & KD WS 24 FORM B-1" NANDED - WAGHALA CITY MUNICIPAL CORPORATION NANDED NAME OF WORK: Water Supply Scheme in Additional Municipal Corporation Area Taroda Bk & Kd in Nanded. GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE TO CONTRACTORS 1. All works proposed to be executed by contract shall be notified in a form of invitation to tender pasted on a board hung up in the office of the Municipal Commissioner, NWCMC, Nanded and signed by the Municipal Commissioner. This form will state the work to be carried out as well as the date for submitting and opening tenders and the time allowed for carrying out the work, also the amount of earnest money to be deposited with the tender, and the amount of the security deposit to be deposited by the successful tenderer and the percentage. If any, to be deducted from bills. Copies of the specifications, designs and drawings and estimated rates, scheduled rates and any other documents required in connection with the work shall be signed by the Executive Engineer. (WS&SW) N.WC.M.C., Nanded for the purpose of identification shall also be open for inspection by contractors at the office of the Executive Engineer. (WS&SW), JNNURM NWCMC, Administrative Building, Nanded, during office hours. 2. In the event of the tender being submitted by a firm, it must be signed separately by each partner thereof or in the event of the absence of any partner it shall be signed on his behalf by a person holding a power of attorney authorizing him to do so. 2 (A) (i) the contractor shall pay along with the tender the sum of Rs. 16.60 Lakhs. ( Rs. Sixteen Lakhs Sixty Thousands only) as and by way of earnest money by forwarding along with the tender a C.D.R., FDR or unconditional irrevocable bank Guarantee, pay order, Demand draft for a period of One year, drawn of any Scheduled Bank or Nationalized Bank for the like amount in favour of the Municipal Commissioner, N.W.C.M.C., Nanded. This said amount of earnest money shall not carry any interest whatsoever.

Tender document for Taroda Bk & KD WS 25 ii] In the event of his tender being accepted subject to the provisions of subclause (iii) below, the said amount of the earnest money shall be appropriated towards the amount of security deposit payable by him under conditions of General conditions of Contract. iii] If after submitting the tender, the contractor withdraws his offer, or modifies the same, or if after the acceptance of his tender the Contractor fails or neglects to furnish the balance of security deposit, without prejudice to any other rights and powers of the Municipal Commissioner, N.W.C.M.C., Nanded, hereunder, or in law, shall be entitled to forfeit the full amount of the earnest money deposit by him. iv] In the event of his tender not being accepted the amount of earnest money deposited by the Contractor, shall unless it is prior thereto forfeited under the provision of clause (iii) above, be refunded to him on his passing receipt therefore. 3. Receipts for payments made on account of any work, when executed by a firm, should also be signed by all the partners except where the Contractors are described in their tender as firm, in which case the receipts shall be signed in the name of the firm by one of the partners, or by some other persons having authority to give effectual receipts for the firm. 4. Any persons who submits a tender shall fill-up the usual printed form stating at what percentage above or below the rates specified in schedule 'B' (Memorandum showing items of work to be carried out) he is willing to undertake the work. Only one rate of such percentage on all the estimated rates / Scheduled rates shall be named. Tenders which propose any alteration in the works specified in the said form of invitation to tender or in the time allowed for carrying out the work, or which contain any other conditions, will be liable to rejection. No printed form of tender shall include a tender for more than one work, but if Contractors wish to tender for two or more works, they shall submit a separate tender for each. Tenders shall have the name and number of Package the work to which they refer, written outside the envelope. 5. The Municipal Commissioner, N.W.C.M.C., Nanded or his duly authorized assistant shall open tenders in the presence of Contractors who have submitted tenders or their representatives who may be present at the time, and he will enter the amounts of the several tenders in a comparative statement in a suitable form. In the event of a tender being accepted. The Contractor shall, for the purpose of identification, sign copies of the

Tender document for Taroda Bk & KD WS 26 specifications and other documents mentioned in Rule. 1. In the event of tender being rejected, the Competent Authority shall authorize Treasury Office / Bank (as the case may be), concerned to refund the amount of the earnest money deposited, to the Contractor making the tender, on his giving a receipt for the return of the money. 6. The officer competent to dispose off 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 Contractor in regard to any matter relating to this tender or the Contract shall be valid and binding on N.W.C.M.C. Unless it is signed by the Municipal Commissioner. 8. All work shall be measured net by standard measure and according to the rules and customs of the Public Works Department, NWCMC and without reference to any local custom. 9. Under no circumstances shall any Contractor be entitled to claim enhanced rates for any items in this contract. 10. Every registered Contractor should produce along with his tender Certificate of registration as approved Contractor in the appropriate class and renewal of such registration with date of expiry (copies to be attested by Gazetted Officer). 11. All corrections and additions or pasted slips should be initiated. 12. The measurements of work will be taken according to the usual methods in use in the Public Works Department, NWCMC and no proposals to adopt alternative methods will be accepted. The Municipal Commissioner's decision as to what is the usual method in use will be final. 13. Every Tender shall submit along with the tender information regarding the Income tax circle or ward of the district in which he is assessed to the Income tax, the reference to the number of the assessment and the assessment year. 14. In view of the difficult position regarding the availability of foreign exchange, no foreign exchange would be released by the Department for the purchase of plant and machinery required for the execution of the work contracted for. 15. The Contractor will have to construct shed / godowns for storing controlled and valuable materials brought by him at work site at contractors cost. 16. 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 (with Certificate from the head of the office concerned )

Tender document for Taroda Bk & KD WS 27 17. The Contractor shall also give a list of machinery in their possession and which they propose to use on the work in the form of Statement No. II and Statement - II (A) on page No. 14, 15 & 16 respectively. 18. Successful tenderer will have to produce to the satisfaction of the accepting authority a valid and current license issued in his favour under the provision of Contractor labour (Regulation and Abolition) Act, 1970 before starting work, failing which acceptance of the tender will be liable for withdrawal and earnest money will be forfeited to Government. 19. The Contractor shall comply with the provision of the apprentices Act 1961 and the rules and orders issued there under from time to time. If he fails to do so, his failure will be breach of the contract and the Municipal Commissioner may in his discretion cancel the contract. The contractor shall also be liable for any pecuniary liability arising an account of any violation by him of the provision of the act. 20. Except where otherwise stated, the Contractor shall pay all royalties, rent and other payments or compensation at the rate as per the government resolutions and amendments made time to time, if any, for getting Soil, Murum, stone, sand, gravel, clay or other materials required for the Works. The royalty will be deducted at per Brass (as per latest Govt. Resolution/ Circulars) per Brass, for the materials stated above, if certificate from Revenue Dept. / SDO is not produced with every bill. 21. The Contractor shall pay any additional taxes (apart from income tax, sale tax, VAT, Professional tax etc. ) levied by the Government or Corporation from time to time. 22. Appointment of PMC/CSMC The work under this contract is likely to be taken with the help of Project management consultant, Construction supervision & management consultant (CSMC) All decisions regarding the work in such case shall be taken by the PMC/CSMC on behalf of employer and will be binding on contractor. 23. The contractor shall work as per instructions given by authorized person of Project management consultant appointed by NWCMC.