renovation of canteen at police wireless head quarter ... · 0f police wireless, dr. homi bhaba...
TRANSCRIPT
Tender No. Regular A-3/Renovation of Canteen/17-18/2017, Price Rs.3600/-
Page 1
Addl. Director General of Police & Director Police
0f Police Wireless, Dr. Homi Bhaba Road, Pashan, Pune – 411 008
E- DTP
for
Renovation of Canteen At Police Wireless Head
Quarter Campus Chavan Nager Pashan road Pune-
411008.
Addl. Director General Of Police
Director of Police Wireless M.S.
Pune – 411008.
Tender No. Regular A-3/Renovation of Canteen/17-18/2017, Price Rs.3600/-
Page 3
II
Addl. Director General Of Police Director of Police Wireless M.S.Pune – 411008.
Name of work: - Renovation of CanteenAt Police Wireless Head Quarter Campus Chavan Nager
Pashan road Pune-411008.
INDEX
Sr. No. Particulars Page From Page To
1. Notice Inviting Tender 4 5
2. Detailed Tender Notice 6 17
3. Drawings (Schedule ‘A’) 18 18
4 Schedule ‘B’
(Proforma to be submitted by Contractor)
19 24
5 Six Statements 25 31
6 Acceptable Standards of Material
7 Recapitulation sheet for submitting the
offer by the tenderer
8 Extract of Approved Tender
Addl. Director General Of Police &
Director of Police Wireless M.S. Pune
Tender No. Regular A-3/Renovation of Canteen/17-18/2017, Price Rs.3600/-
Page 4
III
NOTICE INVITING TENDER
Tender No. Regular A-3/Renovation of Canteen/17-18/2017, Price Rs.3600/-
Page 5
------------------------------------------------------------------------------------------------------------
E-Tender Notice No.5 of Year 2017-18
---------------------------------------------------------- Main Portal :http://mahatenders.gov.in
Digitally Signed and unconditional Online tenders in A&B form for the following work are
invited by the Addl. Director General Of Police Director of Police Wireless M.S.Pune – 411008.
from the contractors registered with P.W.D. Govt. of Maharashtra, C.P.W.D. / M.E.S. / Indian
Railway / M.E.S/ M.I.D.C. / M.J.P. / B.P.T. / M.C.G.M or Maharashtra Housing and Area
Development Authority, Mumbai in appropriate class will be also eligible for tendering. The
Tender documents are available on website from 23/05/2017 on 13.00 hrs.
Sr.
No Name of Work
Estimated
Cost
( In Rupees)
Cost of
Blank
Tender
(Rupees)
E.M.D.
(In
Rupees)
Registra
tion
Class
Time
Limit
1
Renovation of
CanteenAt Police
Wireless Head
Quarter Campus
Chavan Nager
Pashan road Pune-
411008
As per Annexure
"A" Drawing
Attached
28,53,708/-
3600/-
(Inclusive of
MVAT)
( Non
refundable)
60,000 1 (C )
& above
90 days
(Including
Monsoon)
1. Contact details for difficulties in submission of online tenders if any. Sify Technologies Ltd.
Nextender(India) Pvt .Ltd. On 020- 30187500 (Pune). It is compulsory for all participates to
submit all documents online.
2. The Tenderers have to make a payment of Rs.1063 /- online as service charges for the Use of
Electronic Tendering during Online Bid Data Decryption and Re-encryption State of the Tender.
A3/2600/2017
Date :- 22 /05/2017
Addl. Director General Of Police &
Director of Police Wireless M.S. Pune
Tender No. Regular A-3/Renovation of Canteen/17-18/2017, Price Rs.3600/-
Page 6
DETAILED TENDER NOTICE
Tender No. Regular A-3/Renovation of Canteen/17-18/2017, Price Rs.3600/-
Page 7
Addl. Director General Of Police Director of Police Wireless M.S.Pune – 411008.
DETAILED TENDER NOTICE
Digitally Signed & unconditional online tenders in form B-1 (percentage of rate) are invited by
Addl. Director General Of Police Director of Police Wireless M.S.Pune – 411008. from any of
the following contractors for the work as mentioned in subsequent paragraph.
1. The Contractors registered on http://mahatenders.gov.in appropriate class in
Maharashtra Housing and Area Development Authority or Public Work
Department, Govt. of Maharashtra.
OR
2. The Contractors of C.P.W.D. / M.E.S. / Indian Railway / M.E.S/ M.I.D.C. /
M.J.P. / B.P.T. / M.C.G.M or Maharashtra Housing and Area Development
Authority, Mumbairegistered in corresponding appropriate class with reputed
institutions. The certificates of satisfactory performance and registrations are
to uploaded online for registration on web site.
3. The contractor should upload scanned copy of undertaking duly notarized
stating that his / their firm is not blacklisted in Govt. / Semi Govt. Institutions
/ MHADA on Rs. 100/- Stamp Paper along with application for blank e-
tender documents.
4. The tenders will received online on above mentioned https://www
.mahapolwireless . gov.in E-Tendering portal
5. Details of Tender
1. Name of Work Renovation of CanteenAt Police Wireless Head Quarter
Campus Chavan Nager Pashan road Pune-411008
2. Estimated Cost Rs. 28,53,708/-
3. E.M.D. Rs. 60,000/-
4. Registration (Class) of
Contractor
Class 1 ( C) & Above
5. Time Limit for completion of
work
90 days from date of work order.
(including Monsoon)
Tender No. Regular A-3/Renovation of Canteen/17-18/2017, Price Rs.3600/-
Page 8
Online e-Tender schedule
6.Blank tender document and other details can be downloaded by above mentioned eTendering
portal https://mapo. maharashtra. etenders.in on payment of Rs.3600/-(Rs.Three Thousand four
hundred Only) inclusive of MVAT (Non refundable) Tender Document Fee and EMD to be paid
via Online E-Payment Gateway mode only.
7. Conditions of Notice Inviting Tender :-The Contractor whose tender is accepted will be
required to produce to satisfaction of the Concerned Authority valid and current license issued in
his favor under the provision of the contract labor (Regulations and abolition) Act 1970 and in
case of failure to do so the acceptance of the tender would be liable to be withdrawn and earnest
money forfeited.
8. The Addl. Director General Of Police Director of Police Wireless reserves right to accept or
reject any or all tenders without assigning reason therefore.
9. The tenders shall be received online on above mentioned E-Tendering Portal in Two envelops
system.
10. The conditional tender will be rejected.
11. The contractor should make their own arrangement of water supply for construction purpose
and testing purpose.
12. Validity period of the offer of the tenderer will be 120 days from the receipt of the etender.
13. The lowest tenderer will have to submit the rate analysis of all major items if called for.
14. There is Escalation clause for this work as per Govt. Resolution.
15. The agency should have satisfactorily completed (start to finish) as a main contractor at least
one similar type of work amounting to Rs. 14, 00,000/-(Rupees Fourteen lacs Only) during last
five years. Attested copy of certificate to that effect from concerned department is required to be
produced at the time of submission of application for tender.
Sr. No. Details Start Date Hrs. End Date Hrs.
1 Publication of Tender 23/05/2017 1300 12/06/2017 1500
2 Document Download (Sale) 23/05/2017 1301 12/06/2017 1500
3 Bid Submission 23/05/2017 1301 12/06/2017 1500
4 Close For Technical Bid 12/06/2017 1501 12/06/2017 1630
5 Close For Price Bid 12/06/2017 1501 12/06/2017 1630
7 Online Final Confirmation 12/06/2017 1631 13/06/2017 1630
8 Opening of Technical Envelope 13/06/2017 1631 13/06/2017 1730
9 Opening of Price Bid 15/06/2017 1030 15/06/2017 1300
Tender No. Regular A-3/Renovation of Canteen/17-18/2017, Price Rs.3600/-
Page 9
16. Bids for joint venture will not be accepted.
17. Applicant should upload attested scanned photocopies of all documents & produce in
The 1st Envelope (Technical bid) and 2
nd Envelope (offer document) shall be opened
on-line, as per prevailing procedure
18. Earnest Money as mentioned above against the workto be paid via Online E-Payment
Gateway mode only.
19. The amount of earnest money shall be forfeited in case after his / her / their tender is accepted
the contractor fail / fails to complete the contract documents and pay the amount of Security
Deposit noted against the work within specified time would be intimated in the letter of
acceptance.
20. Decision of tenders will vest with the Addl. Director General Of Police Director of Police
Wireless who reserves the right of rejecting any or all the tenders without assigning any reasons
for doing so.
21. The offer of the tenderer shall be binding for a period of 120 days from opening date of e-
Tender.
22. A statement showing names of partners, Directors, etc. of the firm with complete address of
each should be uploaded to the e-Tender and authorize person on behalf of firm should sign
tender using digital signature certificate of his or her name to do so.
23.The tenders which are not accompanied by necessary information vide item 10 & 11 will be
rejected without assigning any reasons for doing so.
24.The lowest tenderer shall be required to pay the Stamp duty for the execution of the contract
agreement with the ‘Addl. Director General Of Police Director of Police Wireless’ according to
Govt. rules and scale in force.
25 The stamp duty will be paid on main agreement as per government rules.
26.The rate of Stamp duty is subject to adjustment confirmation by the local stamp office and the
contractor shall be bound to pay such modified rate as may be confirmed by the local stamp
office.
27.The contractor/s whose tender is accepted shall be required to furnish a Surety Bond of an
amount equivalent to the Security Deposit required as per stipulations of tender on regular stamp
paper of Rs. 100/- (Rupees one hundred only) The contractors/s tendering for the work is/are
required to take this fact into consideration while tendering
28.No alternations in the form of tender, schedule of quantities, units, specifications and in the
shape of special stipulations will be permitted. Tender of the Contractor/s quoting the rates for
units other than specified in the tender will not be considered.
29.The Addl. Director General Of Police Director of Police Wireless shall be entitled to reject
complete tender and forfeit the earnest money paid by the Contractor/s if they fail to produce the
required documents within stipulated period.
30. While submitting tenders the contractors/s shall take into consideration that they will have to
pay income-tax (TDS) at 2% on gross amount and surcharge at prevailing rates to be paid and the
same will be recovered through R.A. Bills.Apart from this all applicable Taxes should be
mentioned separately in commercial bid
31. The tendered rates shall be inclusive of all taxes rates and ceses, Insurance of the work and
shall be inclusive of service tax and tax livable in respect of work contract under the provision of
Tender No. Regular A-3/Renovation of Canteen/17-18/2017, Price Rs.3600/-
Page 10
the Maharashtra Sales Tax on Transfer of Property in goods involved in execution of Works
Contract (TDS) Maharashtra tax laws (Act No XVII of 1999) (Levy Amendment & Validation
Act 1999), Maharashtra Value Added Tax ( MVAT ) etc.The lowest tenderer shall have to make
his own arrangement for electric supply for this work.
32.While preparing & submitting E-Tender the Contractor/s shall take into consideration that they
will have to pay Works Contract Tax as per the Maharashtra Value Added Tax Act 2002, TDS
shall be deducted at the rate of 5% on gross amount of bill payable to contractor if he is not
registered under VAT, if he is registered under VAT, the TDS to be deducted at 2% from the bill.
The rate shall be subject to Government’s directions as those shall be issued from time to time.
33.While submitting E-Tender, the tenderer/s shall take into consideration that, they will have to
pay Service Tax as per the rates decided by and as and when revised by Central Excise
Department. The contractor will have to produce a registration certificate from Central Excise
Department.
The contractors offer shall be inclusive of Service Tax which is the liability and
responsibility of the contractor to pay it to the Central Excise Department.
As per Govt. C.R. of Maharashtra, Revenue & Forest Deptt’s notification No. Gaukhani-
10 / 1009/ PK-309 /Kh (3) Dated 11th
Feb 2010, royalty charges of Rs. 200/- per brass, i.e. Rs.
70.67 per cum, are included in the respective all items and of supply of natural minerals i.e.
Rubble, Metal, Sand, Murum etc. in the tender rates. Contractor will have to produce
documentary evidence to the Addl. Director General of Police Director of Police Wireless, as
regards payment made by the Contractor to Revenue Department towards royalty charges. If such
documentary evidence is not produced, the component of royalty charges as contemplated in the
tender item will be deducted through running payments.
34.The acceptance of tender will be intimated by email & in written formate or otherwise by the
authority competent to accept the tender.
35. The lowest tenderer shall be equally responsible for executing / completing the work as per
specifications and if any decision of consumer / any Hon. court is received regarding quality of
work then the judicial decision will be binding on the Contractor for rectification.
36.In case of reduction in work , not withstanding to the provisions of Clause 15 of theB-1
agreement, the bidder will not be entitled to the claim of what so ever nature on account of
reduction in the scope of work .
In the case the demand is subsequently increased than Number of work as per the
work order, then the bidder is bound to develop the additional work, at the same quoted rates &
terms & conditions of this tender, subject to provision that the total of number of work in the work
order and those ordered subsequently to be developed additionally shall not exceed the number of
work mentioned in the Notice Inviting Tender. The decision of increase in the scope of work will
be communicated in the writing to the contractor by concern authority within one months from the
date issue of work order. In such case, the bidder may be allowed time extension to complete the
work so ordered without entitlement of any claim of what so ever nature on such account.
37. Note:- The statements showing the value of existing commitments and ongoing works as well
as the stipulated period of completion remaining for each of the works listed should be
countersigned by the competent authority of this office.
Even though the bidders meet the above qualifying criteria, they are subject to be
disqualified if they have made misleading or false representation in the forms.
Tender No. Regular A-3/Renovation of Canteen/17-18/2017, Price Rs.3600/-
Page 11
Statement 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.
38.The Income Tax @ 2% & cess etc or percentage in force from time to time or at the rate as intimated by
competent authority of income tax department shall be deducted from the bill amount. Whether, a
measured bill, an advance payment or a secured advance. Surcharge and Education cess over and above
on income tax as per rate in force shall also be levied.
39.DEFECT LIABILITY PERIOD:
Defect liability period shall be one year. However security deposit will refund after completion of
defect liability period .
40.WATCH AND WARD:
Watch and Ward charges shall be borne by the contractor for initial period of one year after
completion of the work.It is responsibility of contractor to obtain occupancy certificate NOC from
civil work department of Government of Maharashtra and this shall be consider as completion of
work.
41.It is responcibility of contractor as per Maharashtra State Government resolution of Industry , Energy &
Labour department No. BLA/2009/CR-108/Labour, 7-A dated 17 June 2010, to pay the Worker welfare
cess to government authority.
42. It will be the responsibility of contractor to pay the Local Body Tax (LBT) to the Urban
Local body , failing which, the same and required amount will be deducted form the dues
of contractor or RA Bills as per the demand of Urban Local body and the same amount
will not be refundable to the contractor at any time.
43. All the NOC related to the project viz occupancy certificates, fire Noc, airport
authority,environment clearance etc. whichever applicable accordingly to the local
conditions shall be obtained from concerned authority by the contractor.
44.The contractor shall make his own arrangements of water by providing Bore well for
construction work at his own expense. It will be responsibility of contractor to hand
over this bore well in good condition after completion of work to Addl. Director
General Of Police Director of Police Wireless alongwith pumping accessories.
47.Final Bill of Work will be cleared after monitoring and inspection of proper authority
Terms and Conditions for Online-Payments
The Terms and Conditions contained herein shall apply to any person (“User”) using the
services of Addl DGP & DPW M.S.Pune hereinafter referred to as “Merchant”, for making Tender
fee and Earnest Money Deposit (EMD) payments through an online Payment Gateway Service
(“Service”) offered by ICICI Bank Ltd. in association with E-tendering Service provider and Payment
Gateway Service provider through Addl DGP & DPW M.S.Pune website i.e.
https://maharashtra.etenders.in through sub portal of https://mapo. maharashtra.etenders.in Each User
is therefore deemed to have read and accepted these Terms and Conditions.
Privacy Policy
The Merchant respects and protects the privacy of the individuals that access the information and
use the services provided through them. Individually identifiable information about the User is not
willfully disclosed to any third party without first receiving the User's permission, as covered in
this Privacy Policy.
Tender No. Regular A-3/Renovation of Canteen/17-18/2017, Price Rs.3600/-
Page 12
This Privacy Policy describes Merchant’s treatment of personally identifiable information that
Merchant collects when the User is on the Merchant’s website. The Merchant does not collect any unique information about the User (such as User's name, email address, age, gender etc.) except
when you specifically and knowingly provide such information on the Website. Like any business
interested in offering the highest quality of service to clients, Merchant may, from time to time,
send email to the User and other communication to tell the User about the various services,
features, functionality and content offered by Merchant's website or seek voluntary information
from The User.
Please be aware, however, that Merchant will release specific personal information about the User
if required to do so in the following circumstances:
a) In order to comply with any valid legal process such as a search warrant, statute, or court order, or
available at time of opening the tender
b) If any of User’s actions on our website violate the Terms of Service or any of our guidelines for
specific services, or
c) To protect or defend Merchant’s legal rights or property, the Merchant’s site, or the Users of the
site or;
d) To investigate, prevent, or take action regarding illegal activities, suspected fraud, situations
involving potential threats to the security, integrity of Merchant’s website/offerings.
General Terms and Conditions for E-Payment
1. Once a User has accepted these Terms and Conditions, he/ she may register on Merchant’s website
and avail the Services.
2. Merchant's rights, obligations, undertakings shall be subject to the laws in force in India, as well as
any directives/ procedures of Government of India, and nothing contained in these Terms and
Conditions shall be in derogation of Merchant's right to comply with any law enforcement
agencies request or requirements relating to any User’s use of the website or information provided
to or gathered by Merchant with respect to such use. Each User accepts and agrees that the
provision of details of his/ her use of the Website to regulators or police or to any other third party
in order to resolve disputes or complaints which relate to the Website shall be at the absolute
discretion of Merchant.
3. If any part of these Terms and Conditions are determined to be invalid or unenforceable pursuant
to applicable law including, but not limited to, the warranty disclaimers and liability limitations set
forth herein, then the invalid or unenforceable provision will be deemed superseded by a valid,
enforceable provision that most closely matches the intent of the original provision and the remainder of these Terms and Conditions shall continue in effect.
4. These Terms and Conditions constitute the entire agreement between the User and Merchant.
These Terms and Conditions supersede all prior or contemporaneous communications and
proposals, whether electronic, oral, or written, between the User and Merchant. A printed version
of these Terms and Conditions and of any notice given in electronic form shall be admissible in
judicial or administrative proceedings based upon or relating to these Terms and Conditions to the
same extent and subject to the same conditions as other business documents and records originally
generated and maintained in printed form.
5. The entries in the books of Merchant and/or the Payment Gateway Service Providers kept in the
ordinary course of business of Merchant and/or the Payment Gateway Service Providers with
regard to transactions covered under these Terms and Conditions and matters therein appearing
shall be binding on the User and shall be conclusive proof of the genuineness and accuracy of the
transaction.
6. Refund for Charge Back Transaction: In the event there is any claim for/ of charge back by the
User for any reason whatsoever, such User shall immediately approach Merchant with his/ her
Tender No. Regular A-3/Renovation of Canteen/17-18/2017, Price Rs.3600/-
Page 13
claim details and claim refund from Merchant alone. Such refund (if any) shall be affected only by
Merchant via payment gateway or by means of a demand draft or such other means as Merchant deems appropriate. No claims for refund/ charge back shall be made by any User to the Payment
Gateway Service Provider(s) and in the event such claim is made it shall not be entertained.
7. In these Terms and Conditions, the term “Charge Back” shall mean, approved and settled credit
card or net banking purchase transaction(s) which are at any time refused, debited or charged back
to merchant account (and shall also include similar debits to Payment Gateway Service Provider's
accounts, if any) by the acquiring bank or credit card company for any reason whatsoever, together
with the bank fees, penalties and other charges incidental thereto.
8. Refund for fraudulent/duplicate transaction(s): The User shall directly contact Merchant for any
fraudulent transaction(s) on account of misuse of Card/ Bank details by a fraudulent
individual/party and such issues shall be suitably addressed by Merchant alone in line with their
policies and rules.
9. Server Slow Down/Session Timeout: In case the Website or Payment Gateway Service Provider’s
webpage, that is linked to the Website, is experiencing any server related issues like ‘slow down’
or ‘failure’ or ‘session timeout’, the User shall, before initiating the second payment, check
whether his/her Bank Account has been debited or not and accordingly resort to one of the
following options:
i. In case the Bank Account appears to be debited, ensure that he/ she does not make the payment
twice and immediately thereafter contact Merchant via e-mail or any other mode of contact as
provided by Merchant to confirm payment.
ii. In case the Bank Account is not debited, the User may initiate a fresh transaction to make
payment.
However, the User agrees that under no circumstances the Payment Gateway Service Provider shall
be held responsible for such fraudulent/duplicate transactions and hence no claims should be raised
to Payment Gateway Service Provider No communication received by the Payment Gateway
Service Provider(s) in this regard shall be entertained by the Payment Gateway Service Provider.
Limitation of Liability
1. Merchant has made this Service available to the User as a matter of convenience. Merchant
expressly disclaims any claim or liability arising out of the provision of this Service. The User
agrees and acknowledges that he/ she shall be solely responsible for his/ her conduct and that
Merchant reserves the right to terminate the rights to use of the Service immediately without giving
any prior notice thereof.
2. Merchant and/or the Payment Gateway Service Providers shall not be liable for any inaccuracy,
error or delay in, or omission of (a) any data, information or message, or (b) the transmission or
delivery of any such data, information or message; or (c) any loss or damage arising from or
occasioned by any such inaccuracy, error, delay or omission, non-performance or interruption in
any such data, information or message. Under no circumstances shall the Merchant and/or the
Payment Gateway Service Providers, its employees, directors, and its third party agents involved
in processing, delivering or managing the Services, be liable for any direct, indirect, incidental,
special or consequential damages, or any damages whatsoever, including punitive or exemplary
arising out of or in any way connected with the provision of or any inadequacy or deficiency in the
provision of the Services or resulting from unauthorized access or alteration of transmissions of
data or arising from suspension or termination of the Services.
3. The Merchant and the Payment Gateway Service Provider(s) assume no liability whatsoever for
any monetary or other damage suffered by the User on account of:
The delay, failure, interruption, or corruption of any data or other information transmitted in
connection with use of the Payment Gateway or Services in connection thereto; and/ or any
interruption or errors in the operation of the Payment Gateway.
Tender No. Regular A-3/Renovation of Canteen/17-18/2017, Price Rs.3600/-
Page 14
4. The User shall indemnify and hold harmless the Payment Gateway Service Provider(s) and
Merchant and their respective officers, directors, agents, and employees, from any claim or
demand, or actions arising out of or in connection with the utilization of the Services.
The User agrees that Merchant or any of its employees will not be held liable by the User for any loss or damages arising from your use of, or reliance upon the information contained on the
Website, or any failure to comply with these Terms and Conditions where such failure is due to
circumstance beyond Merchant’s reasonable control.
Miscellaneous Conditions:
1. Any waiver of any rights available to Merchant under these Terms and Conditions shall not mean
That those rights are automatically waived.
2. The User agrees, understands and confirms that his/ her personal data including without limitation
details relating to debit card/ credit card transmitted over the Internet may be susceptible to misuse,
hacking, theft and/ or fraud and that Merchant or the Payment Gateway Service Provider(s) have
no control over such matters.
3. Although all reasonable care has been taken towards guarding against unauthorized use of any
information transmitted by the User, Merchant does not represent or guarantee that the use of the Services provided by/ through it will not result in theft and/or unauthorized use of data over the
Internet.
4. The Merchant, the Payment Gateway Service Provider(s) and its affiliates and associates shall not
be liable, at any time, for any failure of performance, error, omission, interruption, deletion, defect, delay in operation or transmission, computer virus, communications line failure, theft or
destruction or unauthorized access to, alteration of, or use of information contained on the
Website.
5. The User may be required to create his/ her own User ID and Password in order to register and/ or
use the Services provided by Merchant on the Website. By accepting these Terms and Conditions
the User agrees that his/ her User ID and Password are very important pieces of information and it
shall be the User’s own responsibility to keep them secure and confidential. In furtherance hereof,
the User agrees to;
i. Choose a new password, whenever required for security reasons.
ii. Keep his/ her User ID & Password strictly confidential.
iii. Be responsible for any transactions made by User under such User ID and Password.
The User is hereby informed that Merchant will never ask the User for the User’s password in an
unsolicited phone call or in an unsolicited email. The User is hereby required to sign out of his/ her Merchant account on the Website and close the web browser window when the transaction(s) have
been completed. This is to ensure that others cannot access the User’s personal information and
correspondence when the User happens to share a computer with someone else or is using a
computer in a public place like a library or Internet café.
Debit/Credit Card, Bank Account Details
1. The User agrees that the debit/credit card details provided by him/ her for use of the aforesaid
Service(s) must be correct and accurate and that the User shall not use a debit/ credit card, that is
not lawfully owned by him/ her or the use of which is not authorized by the lawful owner thereof.
The User further agrees and undertakes to provide correct and valid debit/credit card details.
2. The User may make his/ her payment (Tender Fee/Earnest Money deposit) to Merchant by using a
debit/credit card or through online banking account. The User warrants, agrees and confirms that
when he/ she initiates a payment transaction and/or issues an online payment instruction and
provides his/ her card / bank details:
Tender No. Regular A-3/Renovation of Canteen/17-18/2017, Price Rs.3600/-
Page 15
i. The User is fully and lawfully entitled to use such credit / debit card, bank account for such
transactions;
ii. The User is responsible to ensure that the card/ bank account details provided by him/ her are
accurate;
iii. The User is authorizing debit of the nominated card/ bank account for the payment of Tender
Fee and Earnest Money Deposit
iv. The User is responsible to ensure sufficient credit is available on the nominated card/ bank
account at the time of making the payment to permit the payment of the dues payable or the
bill(s) selected by the User inclusive of the applicable Fee.
Personal Information
3. The User agrees that, to the extent required or permitted by law, Merchant and/ or the Payment
Gateway Service Provider(s) may also collect, use and disclose personal information in connection
with security related or law enforcement investigations or in the course of cooperating with
authorities or complying with legal requirements.
4. The User agrees that any communication sent by the User vide e-mail, shall imply release of
information therein/ therewith to Merchant. The User agrees to be contacted via e-mail on such
mails initiated by him/ her.
5. In addition to the information already in the possession of Merchant and/ or the Payment Gateway
Service Provider(s), Merchant may have collected similar information from the User in the past.
By entering the Website the User consents to the terms of Merchant’s information privacy policy
and to our continued use of previously collected information. By submitting the User’s personal
information to us, the User will be treated as having given his/her permission for the processing of
the User’s personal data as set out herein The User acknowledges and agrees that his/ her
information will be managed in accordance with the laws for the time in force.
Payment Gateway Disclaimer
The Service is provided in order to facilitate payment of Tender Fees/Earnest Money Deposit online. The Merchant or the Payment Gateway Service Provider(s) do not make any representation
of any kind, express or implied, as to the operation of the Payment Gateway other than what is
specified in the Website for this purpose. By accepting/ agreeing to these Terms and Conditions,
the User expressly agrees that his/ her use of the aforesaid online payment service is entirely at
own risk and responsibility of the User.
Tender No. Regular A-3/Renovation of Canteen/17-18/2017, Price Rs.3600/-
Page 16
Instructions to the Tenderers for procedure of submission of tender
Contents of tenders should be prepared & submitted on Addl. Director General
Of Police Director of Police Wireless e-Tendering Portal mentioned above in following
manner & must be upload below asked documents scanned copies.
Online
Envelope
No.1.
(T1)
1)
2)
Scanned copy of Counter pay in slip paid online.Earnest money deposit
enclosed Online Payment receipt……..dates Scanned copy of Valid Registration Certificate in appropriate class,
PAN Card, VAT Registration Certificate ,VAT Clearnce certificate paid
upto dec2016.
3) Scanned copy of Details of works in hand
4) Scanned copy of Details of works completed.
5) Scanned copy of Details of Technical Personnel.
6) Scanned copy of List of machinery & plants.
7) Scanned copy of Details of Litigation.
8) Scanned copy of Registered power of attorney
9) Scanned copy of Other documents as mentioned in Notice Inviting Tender
Note:- Pro-forma of statements Serial Nos. 3 to 7 are also provided along with main
Tender Booklets (page No. 33 to 51). Tenderers are requested to fill me online
forms of statements & encrypt the data using valid Digital Signature certificate
issued by any of Government approved Certifying Authority, in envelope 1
given.
Online
Financial
Envelope
No.2.
1) As per Annexure"B" attached
2) All Taxes should be mentioned in commercial bid Envelop Seperately
Tenders not received in above referred manner will to be rejected forthwith.
Procedure for Tender opening
Tender will be opened online by competent authority on prescribed date
given in Tender Schedule. Online E.M.D. scrutiny will be done first and uploaded
documents by contractors will be opened against the tender requirements
mentioned above. If contents are not as per requirements, online financial bid may
not be opened.
Tender No. Regular A-3/Renovation of Canteen/17-18/2017, Price Rs.3600/-
Page 17
LIST OF DOCUMENTS TO BE SUBMITTED ONLINE ALONG WITH THE BID AND
METHODOLOGY OF BID SUBMISSION
The following documents should be submitted by the bidder along with sealed bid
1. Attested legible copy of valid registration certificate.
2. Attested legible copy of PAN CARD issued by Income Tax Department.
3. Statement showing all works previously executed in the last five years.
(Proforma given ) Statement-1
4. Statement showing all works in hand ( proforma given)
Statement-11
5. Statement showing details of technical personnel available with bidder for the work for
which the
bid is submitted, (proforma given) Statement-Ill
6. Statement showing machinery available with the Bidder which will be used at the work
(Performa given) Statement-IV
Where the machinery is not owned by the bidder he should attach a letter of the Owner to
place the machinery at the disposal of the bidder.
7. Statement showing information on Litigation history in which bidder is involved.
(Proforma given) Statement -V
8. Statement showing all works tendered for.-(Proforma given)
Statement-VI
9. Earnest Money receipt in the prescribed forms.
10. Attested legible copy of Licence having registered with Assistant Commissioner of labour
as per Contract-Labour ( Regulation & Abolition) Rules 1970. And the
Maharashtra Contact-Labour ( Regulation & Abolition) Rules 1970.
11. Attested legible copy of partnership deed/Memorandum and Articles of Associations as
the case may be, if the bidder is partnership firm or a joint company.
12. Attested legible copy of M-VAT Act 2002.
13. Consent letter of Registered Plumber.
Tender No. Regular A-3/Renovation of Canteen/17-18/2017, Price Rs.3600/-
Page 19
Annexure"B"
PROJECT: WIRELESS POLICE HEAD QUARTER,PASHAN PUNE.
SITE : CITY SURVEY NO.1447, POLICE WIRELESS HEAD QUARTER PASHAN PUNE.
OWNER : Addl. Director General of Police & Director of Police Wireless M.S.Pune – 411008.
ESTIMATE : Renovation of Canteen At Police Wireless Head Quarter Campus Chavan Nager
Pashan road Pune-411008.
SR.
NO.
DESCRIPTION QTY. UNIT RATE AMOUNT
1 Dismantling brick masonry in lime or cement mortar and
stacking the material as directed with all
leads,lifts,complete.
DSR 2016-17 Page No.180/ITEM NO. 21/13b
4.32 Cum
2 Excavation for foundation in earth, soil of all types, sand,
gravel and soft murum, including removing the excavated
material upto a distance of 50 m. beyond the building
area & stacking and spreading as directed, dewatering,
preparing the bed for the foundation and necessary back
filling, ramming, watering including shoring and strutting
etc. complete. (Lift upto 1.5 m.)
By Manual Means.Spec. No.: Bd.A.1 Page No. 259
DSR 2016-17/PAGE NO. 12/ITEM NO.1ia/1
241.02 Cum
3 Excavation for foundation in hard murum including
removing the excavated materials upto distance of 50
metres beyond the building area and stacking and
spreading as directed, dewatering, preparing the bed for
the foundation and necessary back filling, ramming,
watering including shoring and strutting etc. complete.
(Lift upto 1.50 m)
By Manual Means .Spec. No.: Bd.A.2 Page No. 259
DSR 2016-17/PAGE NO. 13/ITEM NO.2ia/1
5.83 Cum
4 Providing dry trap rubble stone soling 15cm to 20cm
thick including hand packing and compacting complete.
DSR 2016-17 Section No./ITEM NO. 1/11
195.13 Cum
5 Providing and laying in situ, cement concrete in M-10 of
trap/ granite/ quartzite/ gneiss metal for foundation and
bedding including bailing out water, formwork,
compacting and curing complete, with fully automatic
micro processor based PLC with SCADA enabled
reversible Drum Type mixer, with natural sand.
Spec. No.: Bd. E. 1 Page No. 287
DSR 2016-17/PAGE NO. 25/ITEM NO.1a/4
50.53 Cum
6 Providing uncoursed rubble masonry of trap / granite /
quartzite / gneiss stones in cement mortar 1:6 in
foundation and plinth of inner walls / in plinth of
external walls including bailing out water manually,
striking joints on un exposed faces and watering
complete.
Spec.No.:Bd.H.1PageNo.329
DSR 2016-17/PAGE NO. 76/ITEM NO.1/7
39.68 Cum
7 Providing second class Burnt Brick masonry with
conventional/ I.S. type bricks in cement mortar 1:6 in
super structiure including striking joints , raking out
joints and watering,scaffolding Complete.
Spec.No.:Bd.G.1PageNo.313
DSR 2016-17/PAGE NO. 73/ITEM NO.4/6
19.66 Cum
8 Removing doors and windows with frames and stacking
the materials as directed with all leads, lifts, complete.
1 No
Tender No. Regular A-3/Renovation of Canteen/17-18/2017, Price Rs.3600/-
Page 20
Spec : As directed by competent authority
DSR 2016-17/ITEM NO.15 d / 21
9 Removing cement tiles, or marble orpolished shahabad
floor or dado without bed concrete including stacking the
materials as directed with all leads, lifts,complete.
Spec : As directed by competent authority
DSR 2016-17/ITEM NO.15 h / 21
318.1 Sqm
10 Removing lime or lean cement concrete including
stacking the spoils as directed with all leads, lifts,
complete.
Spec : As directed by competent Authority
DSR 2016-17/ITEM NO.15 a / 21
50.53 Cum
11 Providing and laying vitrified matt fininsh tiles of RAK/
Kajaria/ Nitco/ Asian or equivalent make having size 590
mm to 605 mm x to 605 mm of 8 to 10 mm thickness and
confirming IS. 15622-2006 (Group Bla) of approved
make, shade and pattern for flooring in required position
laid on a bed of 1:4 cement morar including neat cement
float, filling joints, curing and cleaning complete.
**a) flooring Spec. No.: Bd.M.12 Page No. 385
DSR 2016-17/PAGE NO.97/ITEM NO.19 Ba / 12
110.51 Sqm
12 Providing and laying Polished Kota stone flooring With
Hand-Cut Polished Kota Stones 25mm to 30mm thick
and required width in plain/diamond pattern on bed of 1:6
Cement mortar including cement float, filling joints with
neat cement slurry, curing,cleaning and Mirror Polishing
complete.**
Spec. No.: Bd.M.3 Page No. 380
DSR 2016-17/PAGE NO.103/ITEM NO.33/ 12
232.3 Sqm
13 Removing G.I. or A.C. sheet roofing including purlins,
principal rafters etc. including sorting serviceable and
unserviceable materials, stacking the same as and where
directed in the compound including scaffolding etc.
complete.
Spec :As directed by Engineer in charge.
DSR 2016-17/PAGE NO. 119/ITEM NO.24/17
141.48 Sqm
14 Providing and fixing colour coated Zincalume ( R )
AZ150 ( min 150 gms/sq.mt. total on each side ) profiled
sheets for roofing. The feed material is manufactured out
of nominal 0.45mm Base Metal Thickness ( BMT )
(0.5mm TCT ), Hi-strength steel with min.550 MPa yield
strength, metallic hot dip coated with Aluminium-Zinc
alloy (55% aluminium 43.4% zinc 1.6% silicon) with
COLORBOND ( R ) steel quality super durable
polyester paint coat ( with inorganic pigment). The paint
shall have a total coating thickness of nominal 35 um,
comprising of nominal 25 um exterior coat on top surface
and nominal 10 um reverse coat on back surface. Profile
sheet shall have nom. 950-1050 mm effective cover
width and nominal 25-30 mm deep ribs with subtle
square fluting in the five pan at nominal 180-250 mm
center-to-center. The end rib shall be designed for anti-
capillary groove. & return leg. The feed material should
have coil manufacturers product details marked a regular
interval. Including fasteners with min. fastened with min.
25 um Zinc-Tin alloy coated, Hex head, self-drilling
screw etc. complete. (weight of profile 4.52 kg/sqm) Spec
:As directed by competent authority.
DSR 2016-17/PAGE NO. 120/ITEM NO.32/17
282.1 Sqm
Tender No. Regular A-3/Renovation of Canteen/17-18/2017, Price Rs.3600/-
Page 21
15 Providing and fixing of colour coated Zincaluminium (R)
AZ150(min 150gms/sq.mt. total on each side) profiled
sheets for roofing. The feed material is manufactured out
of nominal 0.45mm Base Metal Thickness (BMT)
(0.5mm TCT), Histrength steel with min.550 MPa yield
strength, metallic hot dip coated with Aluminium-Zinc
alloy (55% aluminiumm 43.4% zinc 1.6% silicon) with
COLORBOND (R) steel quality super durable polyster
paint coat (with inorganic pigment). The paint shall have
a total coating thickness of nominal 35mm, comprising of
nominal 25 mm exterior coat on top surface and nominal
10 um reverse coat on back surface. Profile sheetshall
have nom. 950-1050 mm effective cover width and
nominal 25-30 mm deep ribs with sublet square fluting in
the five pan at nominal 180-250 mm center-to-center.
The end rib shall be designed for anti-capacity groove. &
return leg. The feed material should have coil
manufacturers product details marked a regular interval.
including fasteners with min. fastened with min. 25 um
Zinc-Tin alloy coated, Hex head, self-drilling screw etc.
complete. (weight of profile 4.52
kg/sqm) 301mm to 600mm girth (Surface Width).
Spec : As directed by competent authority
DSR 2016-17/ITEM NO.33a / 17
49 Rmt
16 Providing and fixing heavy duty inter locking concrete
RUBBER MOULD GLOSSY PAVING BLOCKS of 60
millimeter thickness of having a strength of 400 Kg/sq.m
of approved quality and shape on a bed of crushed sand
of 25 to 30millimeter thick including striking joints and
cleaning etc. complete.**(using 100% crushed sand)
Spec : As directed by competent authority
DSR 2016-17/ITEM NO.22a / 12
144.37 Sqm
17 Providing and preparing kitchen otta made up from 30
mm thick and 75 cm.wide one side polished kadppa top
75 cm wide one side polished kadappa top 75 cm high
vertical support for kadppa at 1 m. c/c of 25 mm thick
both side polished kadappa middle shelf and bottom of 20
mm thick one side polished kadappa with facia patti of
20x 50 mm kadappa including all material labour cutting
fixing with cement mortar and araldite curing polished
and cleaning etc.complete.**
Spec. No.: Bd.M.35C / Page No. 393
DSR 2016-17/PAGE NO. 120/ITEM NO.17/12
10.61 Sqm
18 Removing cement or lime plaster including disposing of
the spoils as directed with all leads, lifts, complete.
Spec : As directed by competent authority
DSR 2016-17/PAGE NO. 181/ITEM NO.17a/21
121.8 Sqm
19 Providing internal cement plaster 20mm thick in two
coats in cement mortar 1:5 with neeru finish, to concrete,
brick surface, in all positions including scaffolding and
curing complete.
Spec. No.: Bd.L.4 Page No. 368
DSR 2016-17/PAGE NO. 86 /ITEM NO.3ai/11
121.8 Sqm
20 Providing sand faced plaster externally in cement mortar
using approved screened sand, in all positions including
base coat of 15 mm thick in cement mortar 1:4 using
waterproofing compound at 1 kg per cement bag curing
the same for not less than 2 days and keeping the surface
of the base coat rough to receive the sand faced treatment
6 to 8 mm thick in cement mortar 1:4 finishing the
36.72 Sqm
Tender No. Regular A-3/Renovation of Canteen/17-18/2017, Price Rs.3600/-
Page 22
surface by taking out grains and curing for fourteen days
scaffolding etc.complete.
Spec. No.: Bd.L.7 Page No. 369
DSR 2016-17/PAGE NO. 87 /ITEM NO.5/11
21 Providing structural steel work in trusses, other similar
trussed purlins and members with all bracing, gusset
plates etc. as per detailed designs and drawings or as
directed including cutting,fabricating, hoisting, erecting
fixing in position, Making riveted/ bolted/ welded
connection and one coat of anticorrosive paint and over it
two coats of oil painting etc. complete.
Spec. No.: Bd.C.8 Page No. 278
DSR 2016-17/PAGE NO. 23 /ITEM NO.4/3
0.8 M.T
22 Providing & applying washable oil-bound distemper of
approved colour and shade to old & new surfaces in two
coats including scaffolding, preparing the surfaces.
(including the primer coat.)complete.
Spec. No.: Bd.P.5 Page No. 413
DSR 2016-17/PAGE NO. 111 /ITEM NO.5b/15
139.8 Sqm
23 Providing and applying two coats of appex Appex Ace
white exterior paint of approved manufacture and of
approved colour to the plastered surfaces including
cleaning ,preparing the plaster surface ,applying primer
coat ,scaffolding ifnecessary , and watering the surface
for two days complete.
Spec : As directed by competent authority
DSR 2016-17/PAGE NO. 108 /ITEM NO.17/14
244.8 Sqm
24 Providing and fixing European type whiteglazed
earthenware water closet pan withUPVC seat and lid with
chromiumplatedbrass hinges and rubber buffers including
UPVC and vent pipe upto the outside face of wall 10 liter
enameled low level flushing cistern with fittings pipe stop
tap brackets for fixing cistern 32mm dia. UPVC flush
pipe with fittings and clamps ,20 mm dia.UPVC overflow
pipe ,mosquito proof couplings G.I.chain and pulley,with
water Jet and fitting including cutting and making good
to the walls and floors testing etc. complete.( prior
approval of sample and brand by competent authorityis
necessary before use)
Spec. No: As directed by competent autority
DSR 2016-17/PAGE NO. 173 /ITEM NO.77/20
2 Nos
25 Providing and fixing Oval Type Under Counter Wash
Hand Basin of 16 inch x 22inch size and of special colour
shade having Telephonic Black / Colour Granite of 180
mm thick fixed on Black Kadappa Framework, including
Chromium Plated Coupling Bottle-Trap using Cera
Company or equivalent Oval Type Wash basin Model No
3448 as per detailed drawing or as directed by competent
authority etc.Complete
Spec : As directed by competent authority
DSR 2016-17/PAGE NO. 170 /ITEM NO.58/20
2 Nos
26 Providing and fixing 450mm x 550mm size superior type
Belgium mirror with 16mm dia. nickel plated towel rod
etc. complete
Spec : As directed by competent authority
DSR 2016-17/PAGE NO. 160 /ITEM NO.29/20
2 Nos
27 Providing and fixing 10cm C.I. Nahani Trap including
C.I. grating bend and piece of C.I.pipe upto the outside
face of the wall complete.
Spec. No.: Bd.V.32 Page No.567
3 Nos
Tender No. Regular A-3/Renovation of Canteen/17-18/2017, Price Rs.3600/-
Page 23
DSR 2016-17/PAGE NO. 160 /ITEM NO.18b/20
28 Providing and fixing solid core flush door shutter in
single leaf 32 mm thick decorative type of exterior grade
as per detailed drawings approved face veneers 3 mm
thick on both faces or as directed, all necessary beads,
mouldings and lipping wrought iron hold fasts, chromium
plated fixtures and fastenings, with brass mortise lock,
chromium plated handles on both sides, and finishing
with French Polish etc.complete.
Spec. No.: Bd-T-34, Page No. 499
DSR 2016-17/PAGE NO. 131 /ITEM NO.08/18
6.48 Sqm
29 Providing and fixing in position powder coated
aluminium louvered windows /ventilator of various sizes
with powder coating as per detailed drawing and
specifications including aluminium frames 80 x 38mm x
1.22mm box type, 5mm thick sheet glass louvers, of
approved quality etc. complete.
Spec : As directed by competent Authority.
DSR 2016-17/PAGE NO. 144 /ITEM NO.44/18
1.35 Sqm
30 Providing and fixing frame work of galvanised iron for
suspended false ceiling which includes galvanised iron
perimeter channels of size 27 mm & 0.5 mm thick having
one flange of 20 mm and another of 30 mm along with
perimeter of the ceiling, fixing in brick wall / partition
with the help of rawal plugs and screws, suspending
galvenised iron intermediate channels of size 45 mm and
0.9 mm thick with two flanges of 15 mm each from the
soffit at 1200 mm centers with steel galvanised iron
hanger of width 25 mm x 0.5 mm fasteners, ceiling
section of 0.5 mm thickness having curved wedge of 51.5
mm and two flanges of 26 mm each with lips of 10.5 mm
fixed to the intermediate channel with the help of
connecting clips and in direction perpendicular to the
intermediate channel at 450 mmcenters, 12.5 mm dry
walls screws at 230 mmcenters; fixing screws
Mechanically either with screw driver or drilling machine
with suitable attachmentetc. complete
Spec. No: As directed by competent autority
DSR 2016-17/PAGE NO. 117 /ITEM NO.13/17
54.29 Sqm
31 Providing & fixing on walls/ ceiling/ floors, 15mm dia.
heavy grade having embossed as ISI Mark galvanised
iron pipes weight of 1.48 Kg/metre with necessary
fittings.remaking good the demolished portion and
applying primer of anti-corrosive oil paint 2coats
complete.
Spec. No.: Bd.V.5 Page No. 551
DSR 2016-17/PAGE NO. 151 /ITEM NO.4a/20
25 Rmt
32 Providing & fixing on walls/ ceiling/ floors, 25mm dia.
heavy grade having embossed as ISI Mark galvanised
iron pipes weight of 3.01 Kg/meter with necessary
fittings remaking good the demolished portion and
applying primer of anti-corrosive oil paint 2coats
complete.
Spec. No.: Bd.V.5 Page No. 551
DSR 2016-17/PAGE NO. 151 /ITEM NO.4c/20
25 Rmt
33 Providing and laying concrete pipes of I.S.NP. class of
150mm diameter in proper line, level and slope including
necessary collars, excavation, laying, fixing with collars
in cement mortar 1:1 and refilling the trench
complete.
30 Rmt
Tender No. Regular A-3/Renovation of Canteen/17-18/2017, Price Rs.3600/-
Page 24
Spec. No.: Bd.V.41, Page No. 573
DSR 2016-17/PAGE NO. 159 /ITEM NO.22b/20
34 Providing & constructing Brick Masonry Inspection
Chamber 90cm x 45cm x90cm including 1:4:8 cement
concrete foundation 1:2:4 cement concrete channels half
round G.S.W.pipes, Brick Masonry,plastering from inside
and with frame fixedin cement concrete etc. complete
withR.C.C. Cover.
Spec. No.: Bd.V.43, Page No. 574
DSR 2016-17/PAGE NO. 159 /ITEM NO.22b/20
4 Nos
35 Providing & Supplying RECTANGLE DINING TABLE
Sigma 02 type for CANTEEN having size 1200 x 750 x
750 mm ht.with BSL Top of 25mm thick with 2 side post
framming supported by MS bracket.Frame in stainless
Steel / M.S.Black Powder Coating with center pipe of 50
mm dia & 38 mm all in 16g (Rate as per Quoatation)
DSR 2016-17/Section No./ITEM NO.1/1ia
26 Cum
36 Providing & Supplying FIX CHAIR Akki type for
CANTEEN with PP moulded shell,Frame in 19mm
dia,16 Guage of Stainless Steel/MS duly powder quated
(Rate as per Quoatation)
DSR 2016-17/Section No./ITEM NO.1/1ia
80 Cum
Subtotal
Quality Control Testing Charges
Total Work Portion
Add 15% for Labour component
Add 5% Contingencies
Total
( Signature of tenderer with seal )
Tender No. Regular A-3/Renovation of Gypsy Hut/17-18/2017, Price Rs.2400/-
Page 26
1) STATEMENT SHOWING ALL WORKS PREVIOUSLY EXECUTED (in last 5 years
Name of tenderer/s M/s. ……………………………………………………………………………………………………………………………………………………….
Sr.
No.
Department /
Organization
awarding the
work
Name of Work Value of the
total Work
Specified Period of Completion and
Actual Period for completion.
Remarks
(tenderer to indicate any
recognition for completing
works early fines, penalties
for delays and reasons for
delays)
Specified Actual
1. 2. 3. 4. 5 (A) 5 (B) 6
( Signature of tenderer with seal )
Tender No. Regular A-3/Renovation of Gypsy Hut/17-18/2017, Price Rs.2400/-
Page 27
2) STATEMENT SHOWING ALL WORKS IN HAND ON THE DAY OF TENDERING
Name of tenderer/s M/s. ……………………………………………………………………………………………………………
Sr.
No.
Name of Work Department /
Organisation awarding
the work
Value of the
total Work
Done
Value of Residual
Work remaining to be
completed.
Original Date of
Completion
Remarks (tenderer to indicate
any recognition for
completing works yearly
fines, penalties for delays and
reasons for delays)
1. 2. 3. 4. 5 6
( Signature of tenderer with seal )
Tender No. Regular A-3/Renovation of Gypsy Hut/17-18/2017, Price Rs.2400/-
Page 28
3 ) STATEMENT SHOWING DETAILS OF TECHNICAL PERSONNEL AVAILABLE WITH THE
TENDERER / CONTRACTOR FOR THE WORK TENDERED FOR
Name of tenderer / contractor/s M/s. ……………………………………………………………………………………………………………………………………………..…
Sr. No. Name Qualification Details of Length of Service
with the tenderer
Previous experience Remarks
1. 2. 3. 4. 5. 6.
( Signature of tenderer with seal )
Tender No. Regular A-3/Renovation of Gypsy Hut/17-18/2017, Price Rs.2400/-
Page 29
4 ) STATEMENT SHOWING DETAILS OF EQUIPMENTS IN POSSESSION OF TENDERER
Name of tenderer/s M/s. ……………………………………………………………………………………………………………………………………………………..
Sr. No. Details of
Equipment
No. of
Equipments and
Registration
No.
Kind of
make
Ownership of
the Equipment
Capacity
Age of
Machinery
Present
Value and
Condition of
Machinery
Present Location Remark
1. 2. 3. 4. 5. 6. 7 8 9 10
( Signature of tenderer with seal )
Tender No. Regular A-3/Renovation of Gypsy Hut/17-18/2017, Price Rs.2400/-
Page 30
5 ) STATEMENT SHOWING INFORMATION ON LITIGATION HISTORY IN WHICH TENDERER IS INVOLVED
Name of tenderer/s M/s. ………………………………………………………………………………………………………………………………………………….…
Other party(ies) Employer Cause of dispute Amount involved Remarks showing present status
1.
2. 3. 4. 5.
( Signature of tenderer with seal )
Tender No. Regular A-3/Renovation of Gypsy Hut/17-18/2017, Price Rs.2400/-
Page 31
6 ) STATEMENT SHOWING ALL WORKS TENDERED FOR
Name of tenderer/s M/s. …………………………………………….……………………………………………………………………………………….…
Sr. No. Department/Organizati
on awarded the work
Name of Work Amount involved
Remarks showing present status
Position of
Quotation
Probable Date of Remark
For Tender Per Quotation Commencem
ent of Work
Completion
of Work
1.
2. 3. 4. 5. 6 7 8 9
( Signature of tenderer with seal )