1 Contractor No of Corrections Chief Officer (KNP) For Authorized Use only Karad Nagarparishad, Karad. Tal: Karad Dist: Satara B-2 TENDER Name of work Supply of Stationary Material as per Requirement of KMC for the year 2015-16 (B-2/ for 2015-2016) Chief Officer Karad Nagarparishad, Karad.
26
Embed
Karad Nagarparishad, Karad. - e Tenders NEFT/RTGS payment activity should be completed well before time. NEFT/RTGS option will be depend on the amount of EMD. Help File regarding use
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
1
Contractor No of Corrections Chief Officer (KNP)
For Authorized Use only
Karad Nagarparishad, Karad.
Tal: Karad Dist: Satara
B-2 TENDER
Name of work
Supply of Stationary Material as per Requirement of KMC for
the year 2015-16
(B-2/ for 2015-2016)
Chief Officer Karad Nagarparishad, Karad.
2
Contractor No of Corrections Chief Officer (KNP)
KARAD NAGARPARISHAD, KARAD.
Name of work
Supply of Stationary Material as per Requirement of KMC for the
Sealed Online Tenders (e –tender) in B-2 form Item rate basis for the following work are invited by the Chief Officer,
Karad Nagarparishad, Karad. Tal- Karad, Dist- Satara (Maharashtra), Tel Phone No. 02164 222237, 222224 on
Government of Maharashtra Electronic Tender Management System portal
(website https://udd.maharashtra.etenders.in) from the contractors enrolled with the in appropriate class mentioned
below.
Sr. No
Name of Work Qty Estimated
for Supply Time Limit for supply
(Months) Earnest Money
in (Rs.)
Cost of Blank tender
form(Rs.)
1
Supply of Stationary Material as per
Requirement of KMC for the year 2015-
16
As specified in Tender
12 Months (Including Monsoon)
Rs. 5,000/- Rs.
500/-
The details can be viewed and downloaded online directly from the Government of Maharashtra e-tender Portal https://udd.maharashtra.etenders.in NOTE: -
1. (All the payment towards EMD and cost of Tender forms will be done online only. Generally RTGS/NFT requires time to update, hence Time will 23.00 hrs. is given to bidder. Please note that you should complete activity at least one day before for safer side)
2. All eligible/interested contractors are requested to get enrolled on e-Tendering portal (https://udd.maharashtra.etenders.in)
3. Contractors can contact Help Desk for any clarification of their doubts regarding the process of Electronic Tendering System. Help Desk (9420337303). Or through Email ID [email protected] Phone No. 020-30187500
4. DETAILED TENDER SCHEDULE
No UDD Stage Vendor Stage Start Date & Time Expiry Date & Time
13) All the payment towards EMD and cost of Tender forms will be done online only. Generally RTGS/NFT
requires time to update, hence Time will 23.00 hrs. is given to bidder. Please note that you should
complete activity at least one day before for safer side
14) It is compulsory for all participants to submit all documents online. It is also compulsory to submit Tender
processing fee and Bid security Deposit in the form will be done online only.
15) Other terms and conditions displayed in online e-tender forms. Right to reject any or all online bid of work
without assigning any reasons thereof is reserved.
16) Above Tender Notice is displayed on https://udd.maharashtra.etenders.in”
The Tenders should be submitted to The Chief Officer, Karad Nagarparishad, Karad. Tal. Karad, Dist.
Satara in their office at Karad , Tal. Karad, Dist. Satara in two envelope system,
3.6.1 ONLINE ENVELOPE NO. 1 : (Documents)
The bidder must purchase the bidding documents via online mode by filling the cost of Tender. The First Enevlope " Envelpe No.1 " shall contain the following documents ( scanned
copies of original documents only) All scaned documents should be readable
3.6.2 I) The EMD if applicable will be paid via online of Rs. 5,000.00
II) Earnest money in the form of cheques or any other form except above will not be accepted.
3.6.3 Scanned copy of original Valid certificate as a Registered Contractor.
3.6.5 Details of Income Tax Circle or ward of the district in which the tenderer is assessed to Income Tax , Tenderer’s PAN No. and complete postal address with Pin Code and telephone Numbers.
3.6.9 Details of work done OR Works Experience Document (Information to be given in Form No. VI)
11
Contractor No of Corrections Chief Officer (KNP)
3.6.10 Details of work of similar type carried out by the contractor. (in Form No. III)
3.6.11 Details of list of works in hand and works tendered for. (Information to be given in Performa of Form No. I )
3.6.14 Scanned copy of original Registered Partnership Deed, Memorandum of Articles of Association, if
the tenderer is a Partnership Firm , Joint Stock Company and Power of Attorney and Firm Registration Certificate if any.
3.6.15 Numbering should be done for all papers contained in Envelope No. 1 and indexed.
3.7 ONLINE ENVELOPE No.2 TENDER (FINANCIAL BID)
The second online envelope "Envelope No.2" shall contain only the main tender including the
Common Set of Conditions / Deviation issued by the Department after the pre-tender Conference.
A tender submitted without this would be considered as invalid.
The Tenderer should quote his offer duly signed in terms of Item rates at the appropriate place of
tender documents to be submitted only in Envelope No.2 He should not quote his offer any where
directly or indirectly in Envelope No. 1. The contractor shall quote for the work as per details
given in the main tender and also based on the detailed set of conditions issued /
Additional stipulations made by the
Department as informed to him by a letter from Chief Officer, Karad Municipal Council after Pre-
Tender Conference. His tender shall be unconditional.
25. SUBMISSION OF TENDER:-
Refer to Section 'Guidelines to Bidders on the operations of Electronic Tendering System of Govt. of
Maharashtra.
26. OPENING OF TENDERS: -
i) The authority competent to download the tenders will first open the sealed cover, in the present of
the tenderers or their authorized representatives as may be present on the date and time mentioned
in this notice. 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 EnvelopeNo.2 will not be considered for further action and the same will be recorded.
The decision of the tender opening authority in this regard will be final and binding on the contractors.
ii) The second sealed cover containing the ‘Sealed Quotation’ will be download in the presence of
tenderers or his authorized representative only after the part of the tender referred to above has been
scrutinized and the conditions got clarified if necessary. This envelope shall be opened online
immediately after opening of EnvelopeNo.1, only if contents of Envelope No.1 are found to be
acceptable to the Department. The tendered rates in Schedule 'B' or percentage above / below the
estimated rates shall then be read out in the presence of bidders who remain present at the time of
opening of EnvelopeNo.2.
12
Contractor No of Corrections Chief Officer (KNP)
27. EARNEST MONEY:
a) Earnest money of minimum Rs. 5,000/- shall be paid via online using NEFT / RTGS or payment
gateway mode. After Tender opening, the EMD of the unsuccessful bidder will be returned to account
provided by the bidder during the bid prepration as given in challan under Beneficiary Account
Number.
b) 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
c) The amount of earnest money will be forfeited, in case successful contractor does not pay the
amount of initial security deposit within the time specified as stipulated by the Engineer-in charge and
complete the contract documents. In all other cases, earnest money will be refundable.
5.2 All compensation or other sums payable by the Contractor under the terms of this contract or any other contract or on any account may be deducted from his Security Deposit or from any sums which may be due to him or may become due to him by Karad Municipal Council on any account and in the event of the security being reduced by reason of any such above noted deductions, the Contractor shall within 10 days of receipt of notice of demand from the Engineer-in-charge make good the deficit.
5.3 There shall be no liability on the Karad Municipal Council to pay any interest on the Security Deposited by or recovered from the Contractor.
5.4 The Security Deposit shall be refunded after completion of defect liability period prescribed for this
contract in accordance with the provisions in Clause1 and
20 of the contract.
28. DOWNLOADING OF TENDER FORMS
Information regarding contract as well as blank tender forms can be downloaded from tendering
website upon providing the details of the payment of cost as detailed in the N.I.T.
The tenders who do not fulfill the condition of the notification and the general rules and directions for
the guidance of contract or in the agreement form or are incomplete in any respect are likely to be
rejected without assigning any reason therefore.
(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.
(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
Contractor No of Corrections Chief Officer (KNP)
10.0 The quarries for extraction of metal, murum etc. provided in the sanctioned estimate are as per
survey conducted by the MNP. The Contractor should however examine these quarries and see
whether full quantity of materials required for execution of the work strictly as per specification are
available in theses source be for equating the rates. In case the materials are not available due to
reasons whatsoever, the contractor will have to bring the materials from any other source with no
extra cost to Government. The rates quoted, should therefore be for all leads and lifts from wherever
the materials are brought at site of work and inclusive of royalty to be paid to the Revenue
Department by the Contractor.
29. 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.
The contractor or the firms tendering for the work shall inform the Department if they appoint their
authorized Agent on the work.
No foreign exchange will be released by the Department for the purchase of plants and machinery for
the work by the Contractor.
Any dues arising out of contract will be recovered from the contractor as arrears of Land Revenue, if
not paid amicably. Moreover, recovery of Government dues from the Contractors will be affected from
the payment due to the Contractor from any other Government works under execution with them.
All pages of tender documents, conditions, specifications, correction slips etc. shall be initialed by the
tenderer. The tender should be ar full signature of the tenderer, or his authorized power of Attorney
holder in case of a firm.
The Income Tax at 2.00% including surcharge or percentage in force from time to time or at the rates
intimated by the competent Income Tax authority shall be deducted from bill amount whether
measured bill, advance payment or secured advance.
The successful tenderer will be required to produce, to the satisfaction of the specified concerned
authority a valid concurrent license issued in his favour under the provisions of the Contract Labour
(Regulation and Abolition) Act.
The successful tenderer fails to starting the work in time, the acceptance of the tender shall be liable
to be withdrawn and also liable for forfeiture of the earnest money.
The tenderer shall submit the list of apprentices engaged by the Contractor under Apprentice Act.
30. VALIDITY PERIOD
The offer shall remain open for acceptance for minimum period of 90 days from the Date of opening of
EnvelopeNo.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.
14
Contractor No of Corrections Chief Officer (KNP)
After submission of the e-tender or upload, the bidder will have to submit the hard copy of uploaded
tender document and drawings duly signed on each page by the contractor or his authorized
signatory in next day. The tender should be are full signature of the tenderer, or his authorized power
of attorney holder in case of Firm. The bidder to fail to submit the hard copy of upload e-tender, who’s
NAME OF WORK : Supply of Stationary Material as per Requirement of KMC for the year 2015-16
General Rules and Directions for the Guidance of Contractors. 1. All works proposed to be executed by contract shall be notified in a form of invitation to tender available in the
Office of the Engineer-in charge and signed by the Engineer-in charge.
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 security deposit to be deposited by the successful tenderer, and the percentage, if any, to the deducted from bills. It will also state whether a refund of quarry fees, royalties, dues and ground rents will be granted. Copies of the specifications, designs and drawings, estimated rates, scheduled rates and any other documents required in connection with the work shall be signed by the Engineer-in charge for the purpose of identification and shall also be open for inspection by contractors at the office of the Engineer-in charge during office hours.
2. In the event of the tender being submitted by a firm, it must be signed by each partner thereof, and 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 as specified and by way of earnest money. Earnest
money shall be paid via online using NEFT / RTGS or payment gateway mode. The amount of earnest money will be in favor of the Chief Officer, Karad Nagarparishad, Karad. Tal. Karad, Dist. Satara. The said amount of earnest money shall not carry any interest whatsoever. ii) In the event of his tender being accepted, subject to the provisions of sub-clause (iii) below, the said amount of 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 if after the acceptance of his tender the contractor fails to furnish the balance of security deposit, without prejudice to any other rights and powers of the Karad Nagarparishad, Karad. Tal. Karad, Dist. Satara hereunder, or in law, Karad Nagarparishad, Karad. Tal. Karad, Dist. Satara shall be entitled to forfeit the full amount of the earnest money deposited 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 provisions of sub-clause (iii) above, be refunded online 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 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. Any person who submits a tender shall fill up the simple rate in fig & words as they are willing to undertake the
work. No printed form of tender shall include a tender for more than on works but if contractor who wishes to tender two or more works, they shall submit separate tender for each. Tenders shall have the name and number of the work to which they refer, written outside the envelope.
5. The duly authorized person from the Karad Nagarparishad, Karad. Tal. Karad, Dist. Satara 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 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 specifications and other documents mentioned in Rule 1. In the event of tender being rejected the competent
16
Contractor No of Corrections Chief Officer (KNP)
officer shall authorize the Account Office concerned to refund the amount of earnest money deposited to the contractor making the tender, or his giving a receipt for the return of the money.
6. The officer competent to 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 contractor in regard to any matter relating to this
tender or the contract shall be valid and binding on Karad Nagarparishad, Karad. Tal. Karad, Dist. Satara unless it is signed by the competent person duly authorized by the Karad Nagarparishad, Karad. Tal. Karad, Dist. Satara to sign on its behalf.
8. The memorandum of work to be tendered for and the schedule of materials to be supplied by the Karad
Nagarparishad, Karad. Tal. Karad, Dist. Satara and their rates shall be filled in and completed by the Office of the Engineer-in charge before the tender form is issued. If a form issued to an intending tenderer has not been so filled in and completed he shall request the said office to have this done before the completes and delivers his tender.
9. All works shall be measured net by standard measure and according to the rules and customs of the Public
Works Department and without reference to any local custom. 10. Under no circumstances shall any contractor be entitled to claim enhanced rates for items in this contract. 11. All corrections and additions or pasted slips should be reason for reject the tender. 12. The measurements of work will be taken according to the usual methods in use in the Public Works
Department and no proposals to adopt alternative methods will be accepted. The Engineer-in charges decision as to what is the usual method in use in the Public Works Department will be final.
13. 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 work that remains to be executed in each case on the date of submitting the tender.
14. Every tenderer shall furnish along with the tender, information regarding the income – tax circle or ward of the
district in which he is assessed to income tax the reference to the number of assessment and the assessment year, and a valid Income Tax clearance certificate.
15. In view of the difficult position regarding the availability of foreign exchange no foreign exchange, would be
released by the Karad Nagarparishad, Karad. Tal. Karad, Dist. Satara for the purchase of plant and machinery required for the execution of the work contracted for. ( GCB / PWD / CFM / 1058-62517 dt. 26.09.59 )
16. The contractor shall also give a list of machinery in their possession and which they propose to use on the
work 17. Every registered contractor should furnish along with tender a statement showing previous experience in the
form of Statement and technical staff employed by him 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 Contract Labour (Regulation and Abolition Act, 1973) 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 a breach of the contract and the Karad Nagarparishad, Karad. Tal. Karad, Dist. Satara may in his discretion cancel the contract. The contractor shall also be liable, for any pecuniary liability arising on account of any violation by him of the provisions of the Act.
17
Contractor No of Corrections Chief Officer (KNP)
GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT 1. APPLICATION:
The General Conditions shall apply in contracts made by the Purchaser for the procurement of Goods.
2. STANDARDS:
The Goods supplied under this contract shall conform to the standards prescribed in the Technical
Specifications mentioned in Annexure-I.
4. INSPECTION
4.1) The Purchaser or his representative shall have the right to inspect the goods as per prescribed schedules
for their conformity to the specifications.
4.2) Should any inspected goods fail to conform to the specifications the purchaser may reject them and the
supplier shall either replace the rejected goods or make all alterations necessary to meet Specification
requirements free of cost to the purchaser.
5. DELIVERY:
5.1) Delivery of the goods and documents shall be made by the Supplier in accordance with the terms
specified by the Purchaser in its Schedule of Requirements and special conditions of contract and the goods
shall remain at the risk of the Supplier until delivery has been completed. The delivery of the equipment shall
be to the ultimate consignee as given in the purchase order.
5.2) The delivery of goods shall commence within 3 days of the placement of order
6. PAYMENT TERMS:
6.1) 100% Payment shall be made on receipt of goods by consignee. For claiming this payment the following
documents are to be submitted to the paying authority.
(ii) Delivery Challan/ Bills in duplicate duly pre-ipted
(iii) Supplier certificate for dispatch
(iv) Excise gate pass / invoice or equivalent document in case of manufacturer.
(v) Consignee receipt
6.2 (ii) No payment will be made for goods rejected at the site on testing.
7. LIQUIDATED DAMAGES
7.1) The date of delivery of the stores stipulated in the acceptance of the tender should be deemed to be the
essence of the contract and delivery must be completed not later than the dates specified therein. Extension
will not be given except in exceptional circumstances. Should, however, deliveries be made after expiry of the
contracted delivery period, without prior concurrence of the purchaser and be accepted by the consignee,
such delivery will not deprive the purchaser of his right to recover liquidated
damage under clause 7.2 below.
7.2) Should the supplier fails to deliver the store or any consignment thereof within the period prescribed for
delivery, the purchaser shall be entitled to recover 0.5 % of the value of the delayed supply for each week of
delay or part thereof for a period up to 10 (TEN) weeks and thereafter at the rate of 0.7% of the value of the
delayed supply for each week of delay or part thereof for another TEN weeks of delay. In the case of package
supply where the delayed portion of the supply materially hampers installation and commissioning of the
systems, L/D charges shall be levied as above on the total value of the concerned package of the Purchase
Order. Quantum of liquidated damages assessed and levied by the purchaser shall be final and not
challengeable by the supplier.
8. FORCE MAJEURE
8.1) If, at any time, during the continuance of this contract, the performance in whole or in part by either party
of any obligation under this contract is prevented or delayed by reasons of any war or hostility, acts of the
1. Name of the Contractors Company : 2. Status of the Company. : Partnership Proprietary Joint Stock Private/public 3. Registered Address of the Company : Telephone numbers including the Same of the partners etc. 4. Company when established : 5. List of key personnel, their qualifications, : Designations and experience. 6. Works executed (completed) in last : three years. 7. Works in hand at present : 8. Machinery, equipment, shuttering etc. : owned by the company. 9. Enquiry about financial status can : be made with Bankers. 10. Enquiry about quality and speed : can be made with.
Note: Contractor should submit this information on his letterhead.tractor
21
Contractor No of Corrections Chief Officer (KNP)
KARAD NAGARPARISHAD, KARAD.
Tender- Supply of Stationary Material as per Requirement of KMC for the year 2015-16