0% found this document useful (0 votes)
7 views72 pages

2011 DTP

The document outlines an e-tender for the comprehensive maintenance of fire alarm and firefighting systems at Alibag Civil Hospital, Raigad, with an estimated cost of Rs. 1,765,368 for a duration of three years. It includes details on the tender process, required documents, and conditions for contractors. The tender opening is scheduled for July 25, 2025, at the Raigad Electrical Division office.

Uploaded by

Parinay Phalke
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
7 views72 pages

2011 DTP

The document outlines an e-tender for the comprehensive maintenance of fire alarm and firefighting systems at Alibag Civil Hospital, Raigad, with an estimated cost of Rs. 1,765,368 for a duration of three years. It includes details on the tender process, required documents, and conditions for contractors. The tender opening is scheduled for July 25, 2025, at the Raigad Electrical Division office.

Uploaded by

Parinay Phalke
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 72

1

: AGREEMENT NO :
B-1/E-TENDER/RAIGAD/ /2025-2026
dt................................
E Tender Id 2025_PWDM_000000_1
---------------------------------------------------------
E Tender Notice No : 05 of 2025-2026
GOVERNMENT OF MAHARASHTRA
PUBLIC WORKS DEPARTMENT
EXECUTIVE ENGINEER (ELECTRICAL)
RAIGAD ELECTRICAL DIVISION, P.W.D. RAIGAD

B-1 E-Tender

NAME OF WORK : RAESD/CR/2011/2025-26 Providing full comprehensive maintenance


of fire alarm and fire fighting systems at Alibag Civil Hospital, Alibag,
Dist. Raigad (For 3 Years)

AGREEMENT NO : B-1/E-TENDER/RAIGAD/ /2025-2026 dt................................

ESTIMATED COST : Rs.1765368/-


(PUT TO TENDER)

AGENCY NAME :

EXECUTIVE ENGINEER,
RAIGAD ELECTRICAL DIVISION,
(P.W.D.), RAIGAD

Contractor sign. No Of Correction Executive Engineer


2

D. T. P. FOR APPROVAL
Name Of Work :- RAESD/CR/2011/2025-26 Providing full comprehensive maintenance of fire alarm and
fire fighting systems at Alibag Civil Hospital, Alibag, Dist. Raigad (For 3 Years)

ESTIMATED COST PUT TO TENDER Rs. 1765368/-

D. T. P. RECOMMENDED FOR APPROVAL PLEASE.

DEPUTY ENGINEER (ELECTRICAL)


RAIGAD ELECTRICAL SUB DIVISION
P.W.D. RAIGAD

D. T. P. RECOMMENDED FOR APPROVAL PLEASE.

ASSISTANT ENGINEER ( ELECTRICAL )II DIVISIONAL ACCOUNTANTS


AND P.A. TO EXECUTIVE ENGINEER RAIGAD ELECTRICAL P.W.D. RAIGAD
( ELECTRICAL ) RAIGAD
RAIGAD ELECTRICAL DIVISION
P.W.D. RAIGAD

APPROVED DRAFT TENDER PAPER

EXECUTIVE ENGINEER (ELECTRICAL)


RAIGAD ELECTRICAL DIVISION
P.W.DEPTT. RAIGAD

Contractor sign. No Of Correction Executive Engineer


3

INDEX

RAESD/CR/2011/2025-26 Providing full comprehensive maintenance of fire alarm and fire


fighting systems at Alibag Civil Hospital, Alibag, Dist. Raigad (For 3 Years)

PAGE
Sr. No. PARTICULRS
From To

1 Front page & Index 01 03


2 Details of work 04 04
3 Detailed tender notice 05 06
4 E-tender time schedule 07 07
5 Tendering Procedure and General Condition 08 16

6 Intigrity Pact ( As per Govt. Of Maharashtra, P.W.Deptt, Mantralaya Mumbai


17 24
Letter No Sankirna- 2016/ Pra.Kra.183/ Building -2, dt. 22.07.2019 )
7 Form B-1 . 25 30
8 Condition of Contract 31 50
9 Additional Specification / Conditions 51 52
10 Schedule “A” 53 53

11 Schedule “B” 54 55

12* List of Approved material to be used on this works 56 59

13* Declaration of Contractor on letter head 60 60


(Prescribed form attached )
14* Self-declaration on letter head for the tender document (Prescribed form 61 61
attached)
15* Self-declaration on letter head for self-attestation 62 62
(Prescribed form attached)
Undertaking on letter head that the bidder has not been Blacklisted / Banned /
16* Suspended by any government / semi government authority (Prescribed form 63 63
attached)
17* Original Affidavit ( on Rs 100/- Stamp Paper) for Technical Documents 64 64
submitted / uploaded in Envelop No 1 .
18* Drawing and details of the tenderer 65 65

19* Bar Chart . 66 66

20* Specimen forms ( Statement I to IV) 67 71

21 Site Visite Report 72 72

Note : Signe * Sr. No 13 to 20- Prescribed format given on letter head and Sr No. 17 in Original Affidavit ( on Rs 100/- Stamp
Paper) Attached in the tender document in Envlp. No 1

Note :- The Contractor is Advised to Verify the Documents mentioned in the above index page No 1 to 72
& signature in the index in token of such Verification.
Signature of Contractor Divisional Accountants Officer G.1
Rigad Electrical Division,
P. W. Deptt. Raigad.

Contractor sign. No Of Correction Executive Engineer


4

GOVERNMENT OF MAHARASHTRA
PUBLIC WORKS DEPARTMENT
EXECUTIVE ENGINEER (ELECTRICAL)
RAIGAD ELECTRICAL DIVISION, P.W.D. RAIGAD

E- TENDER PAPERS

E Tender Notice No : 05 of 2025-2026


ELECTRICAL WORK

Name of work : RAESD/CR/2011/2025-26 Providing full comprehensive maintenance


of fire alarm and fire fighting systems at Alibag Civil Hospital,
Alibag, Dist. Raigad (For 3 Years)

TENDER NO. : B-1/E-TENDER/RAIGAD/ /2025-2026 dt................................

Agency : M/s_________________________________

Estimated cost put to Tender : Rs.1765368/-

Accepted Tender cost :

Work order No. and Date :

Time Limit : 1095 Days - Including Mansoon

Erenest money @ 1 % : Rs.17700/-

Security Deposit Total 2 % : Rs.18000/-+ Rs.18000/-= Rs. 36000/-


(@ 1 % at the time of W.O and
+ 1 % at the time of 1st R.A. or
Final Bill )
Cost of Blank Tender Form : Rs 500/- + GST 18% ( CGST 9% Rs.45.00/- + SGST 9% Rs.45.00/- =
90.00/- ) Total Rs 590.00/-

Place date & Time of Opening : Office of the Executive Engineer, Raigad Electrical Division, P.W.D.
of tender. Campus, Pen, Dist Raigad-402107 at 11.00 hours on Date 25.07.2025 if
possible

Contractor sign. No Of Correction Executive Engineer


5

GOVENRNMENT OF MAHARASHTRA
PUBLIC WORKS DEPARTMENT
MUMBAI REGIONAL ELECTRICAL CIRCLE, MUMBAI
EXECUTIVE ENGINEER, P.W. (ELECTRICAL) DIVISION, RAIGAD
Web- www.mahapwd.com& e-mail- eleraigad.ee@mahapwd.gov.in
E Tender Notice No : 05 of 2025-2026
EXECUTIVE ENGINEER P.W.ELECTRICAL DIVISION.RAIGAD. RAIGAD ELECTRICAL DIVISION.RAIGAD . (nÖù®úv´ÉxÉÒ Gò¨ÉÉÆEò 02143-
299288) ¨É½þÉ®úɹ]Åõ ¶ÉɺÉxÉÉSªÉÉ ºÉÉ´ÉÇVÉÊxÉEò ¤ÉÉÆvÉEòÉ¨É JÉÉiªÉÉEòbä÷ ªÉÉäMªÉ iªÉÉ ´ÉMÉÉÇiÉÒ±É xÉÉånùhÉÒEÞòiÉ EÆòjÉÉ]õnùÉ®úÉÆEòbÚ÷xÉ JÉɱÉÒ±É EòɨÉÉÆEò®úÒiÉÉ ¤É-1 xɨÉÖxªÉÉiÉÒ±É ÊxÉÊ´ÉnùÉ <Ç-
ÊxÉÊ´ÉnùÉ |ÉhÉɱÉÒuùÉ®äú (+ÉìxɱÉÉ<ÇxÉ) ¨ÉÉMÉÊ´ÉiÉ +ɽäþiÉ.

EòÉ¨É {ÉÖhÉÇ <Ç ÊxÉÊ´ÉnùÉ


EòɨÉÉSÉÒ +ÆnùÉÊVÉiÉ <ºÉÉ®úÉ/ ¤ÉªÉÉhÉÉ
Gò.ò EòɨÉÉSÉä xÉÉ´É Eò®úhªÉÉSÉÉ ºÉÆSÉÉSÉÒ Class of Contractor
ËEò¨ÉiÉ ®úCEò¨É
EòɱÉÉ´ÉvÉÒ ËEò¨ÉiÉ

RAESD/CR/2011/2025-26
Providing full Bidder should be
1 Rs.17700/- 1095 Rs. 500/- Registered Electrical
comprehensive maintenance Rs. 1765368/-
Days + GST Contractor
of fire alarm and fire and having satisfactory
18% (
fighting systems at Alibag CGST 9% complited similer type
Civil Hospital, Alibag, Dist. Rs.45/- of Work, in Govt And
Raigad (For 3 Years) + SGST Semi Govt Sector ,
9% Copy should be
Rs.45/- = attached with E -
90/- Tender Documentin
)Total Envelope No 1.

Rs 590/-

Ê]õ{É :-
1. ºÉ´ÉÇ {ÉÉjÉ /<SUÖôEò ÊxÉÊ´ÉnùÉEòÉ®úÉÆxÉÒ ÊxÉÊ´ÉnùÉ{ÉjÉEò b÷É>ðxɱÉÉäb÷ Eò®úhªÉɺÉÉ`öÒ ´É ÊxÉÊ´ÉnùÉ |ÉÊGòªÉäiÉ ¦ÉÉMÉ PÉähªÉɺÉÉ`öÒ <Ç ÊxÉÊ´ÉnùÉ |ÉhÉɱÉÒSªÉÉ Main Portal-
https://mahatenders.gov.in/nicgep/app "´É®ú enrolledEò®úhÉä +ɴɶªÉEò +ɽäþ.

2. ÊxÉÊ´ÉnùÉEòÉ®úÉÆxÉÉ ´É®ú xɨÉÖnù Eäò±É䱪ÉÉ ºÉÆEäòiɺlɳýÉ´É®ú ÊxÉÊ´ÉnùÉ+ÉìxɱÉÉ<ÇxÉ ¦É®úhÉä ºÉÆnù¦ÉÉÇiÉ ´É Êb÷VÉÒ]õ±É |ɨÉÉhÉ{ÉjÉ Ê´ÉiÉ®úÒiÉ Eò®úhªÉÉºÉÆnù¦ÉÉÇiÉ EòɽþÒ ¶ÉÆEòÉ/+b÷SÉhÉÒ
+ºÉ±ªÉÉºÉ iªÉÉÆxÉÒ JÉɱÉÒ±É nÖù®úv´ÉxÉÒ Gò¨ÉÉÆEòÉ´É®ú ºÉÆ{ÉEÇò ºÉÉvÉÉ´ÉÉ.NIC The 24 x 7 Toll Free Telephonic Help Desk Number
1800-3070-2232. Mobile :+91-7878107985 , +91-7878107986 ,+ 91-7878007972 and +91-7878007973
3. ÊxÉÊ´ÉnùÉEòÉ®úÉÆxÉÒ ÊxÉÊ´ÉnùÉ ºÉÆnù¦ÉÉÇiÉ ºÉ´ÉÇ nùºiÉBä´ÉVÉ +ÉìxɱÉÉ<ÇxÉ ºÉÉnù®ú E.®úhÉä +ÊxÉ´ÉɪÉÇ ®úɽþÒ±É. iɺÉäSÉ <ºÉÉ®úÉ ®úCEò¨ÉäSÉÒ ¨ÉÖ³ý ¨ÉÖnùiÉ`äö´É {ÉÉ´ÉiÉÒ +lÉ´ÉÉ ¤ÉªÉÉhÉÉ
®úCEò¨É ºÉÖ]õ |ɨÉÉhÉ{ÉjÉÉSÉÒ ºÉiªÉ|ÉiÉ, +ÉìxɱÉÉ<ÇxÉ EòÉä®úÉ ÊxÉÊ´ÉnùÉ ºÉÆSÉ b÷É>ðxɱÉÉäb÷ Eò®úhÉäºÉÉ`öÒSªÉÉ ËEò¨ÉiÉ {Éä¨ÉäÆ] MÉä]´Éä ¨ÉÉäb ¨ÉvªÉä +nÉ E.®hªÉÉiÉ +ɴɶªÉEò
+ɽäþ. +xªÉlÉÉ +ÉìxɱÉÉ<ÇxÉ ÊxÉÊ´ÉnùÉ =PÉb÷hªÉÉiÉ ªÉähÉÉ®ú xÉɽþÒ ªÉÉÆSÉÒ xÉÉånù PªÉÉ´ÉÒ.
4. <iÉ®ú +]õÒ ´É ¶ÉiÉÔ <Ç-ÊxÉÊ´ÉnùÉ xɨÉÖxªÉɨÉvªÉä {ɽþɴɪÉÉºÉ Ê¨É³ýiÉÒ±É. ºÉnù®ú EòɨÉÉÆSÉÒ BEò +lÉ´ÉÉ ºÉ´ÉÇ <Ç-ÊxÉÊ´ÉnùÉ EòÉähÉiÉä½þÒ EòÉ®úhÉ xÉ näùiÉÉ ®úqù Eò®úhªÉÉSÉä +ÊvÉEòÉ®úÒ
ºÉIÉ¨É +ÊvÉEòÉ®úÒ ªÉÉÆxÉÒ ®úÉJÉÖxÉ `äö´É±Éä±Éä +ɽäþiÉ.
EXECUTIVE ENGINEER
RAIGAD ELECTRICAL DIVISION.
P.W.DEPTT, RAIGAD

Contractor sign. No Of Correction Executive Engineer


6

Email : elraigad.ee@mahapwd.gov.in / elraigad.ee@gmail.com


दुर वनी .02143-299288
Website : www.mahapwd.gov.in

संदभ : 1. महारा शासन सा.बां.िवभाग, मं ालय मुंबई शासन िनणय .सीएटी 2017/ . .8/इमारती-2 िदनांक 27 स टबर 2018
2 महारा शासन सा.बां. िवभाग मं ालय मुंबई शासन िनणय . संिकण . . इमा- िदनांक

हे महारा शासना या सावजिनक बांधकाम खा याकडु न यो य वग तील न दणीकृत कं ाटदारांकडु न खालील


कामांकरीता ब-1 नमु यातील ट केवारी दर (Percentage Rate) ई-िनिवदा (ऑनलाईन) णाली ारे मागिवत आहे त. िनिवदा कागदप शासना या संकेत थळावर
https://mahatenders.gov.in येथुन डाऊनलोड कर यात यावी.
िनिवदा वकार याचा अथवा नाकार याचा अिधकार
यांनी राखुन ठे वला आहे . अट असलेली िनिवदा
वकारली जाणार नाही.

01 RAESD/CR/2011/2025-26 Providing . िदनांक 1) िदनांक


full comprehensive maintenance of 1765368/- 16.07.2025 2) िलफाफा .1 म ये सादर 25.07.2025
fire alarm and fire fighting systems at सकाळी 10:00 करावया या कागदप ांचा तपशील सकाळी 11:00
Alibag Civil Hospital, Alibag, Dist. वाजेपासुन शासकीय संकेत थळावर अपलोड
Raigad (For 3 Years)
िदनांक केले या िनिवदा नमु याम ये
23.07.2025 सिव तर दशिव यात आलेला आहे .
सायंकाळी 3) इसारा र कम . 17700/-
06:00 वाजे पयत 4) िनिवदा शु क . 500/- अधीक
18% GST
खालील संकेत थळावर ई-िनिवदाची सव मािहती उपल ध आहे .
1. https://mahatenders.gov.in (सदर िनिवदासुचनाम ये काही बदल होत अस यास वरील वेबसाईटवरती कळिव यात येईल)
2. कायकारी अिभयंता, रायगड िव ुत िवभाग, सा.बां.रायगड, महा मा गांधी सावजिनक वाचनालयामागे, सा.बां.पिरसर-पेण, ता.पेण, िज.रायगड, िपन
कोड-402107 दुर वनी .02143- 299288 या काय लयातील सुचना फलक
3. वरील कामांकरीता महारा शासना या सावजिनक बांधकाम खा याम ये न दणीकृत िव ुत ठे केदार व उ ोग, उज व कामगार िवभागाकडील िव ुत
अनु ा तीधारक िव ुत ठे केदार यासह यांना त सम कारचे काम यश वीपणे पुण के याचा अनुभव आहे . असे कं ाटदार िनिवदा सादर क शकतात.
(अनुभवाचे माणप िलफाफा .1 म ये जोड यात यावे.
4. इतर अटी व शत ई-िनिवदा नमु याम ये पहावयास िमळतील. सदर कामांची एक अथवा सव ई-िनिवदा कोणतेही कारण न देता र कर याचे अिधकार
स म अिधकारी यांनी राखुन ठे वलेले आहे .

कायकारी अिभयंता,
रायगड िव ुत िवभाग,
सा.बां.पेण-रायगड

Contractor sign. No Of Correction Executive Engineer


7

GOVERNMENT OF MAHARASHTRA
EXECTIVE ENGINEER ( ELECTRICAL )
RAIGAD ELECTRICAL DIVISION
PUBLIC WORKS DEPARTMENT, RAIGAD

AGREEMENT NO. : B-1/E-TENDER/RAIGAD/ / 2025-2026 Dt............................

RAESD/CR/2011/2025-26 Providing full comprehensive maintenance


of fire alarm and fire fighting systems at Alibag Civil Hospital, Alibag,
NAME OF WORK :
Dist. Raigad (For 3 Years)

PERIOD OF SALE OF BIDDING FROM 16.07.2025 on 10.00 A.M. TO 23.07.2025 on 18.00 P.M.
:
DOCUMENT ONLINE

TIME AND DATE OF PRE-BID


: NO PRE-BID CONFERENCE
CONFERENCE

LAST DATE AND TIME FOR


: DATE 23.07.2025 TIME 18.00 A.M. HOURS
RECEIPT OF ONLINE BIDS
(BID DUE DATE)

DATE AND TIME OF


SUBMISSTIION OF BID
: DATE 25.07.2025 TIME 10:59 A.M. HOURS
SECURITY AND COST OF
TENDER FEE DOCUMENT IN
ORIGINAL

TIME AND DATE OF OPENING


: DATE 25.07.2025 TIME 11.00A.M. HOURS
TECHNICAL BIDS

TIME AND DATE OF OPENING


: TO BE ANNOUNCED
FINANCIAL BIDS
:
EXECTIVE ENGINEER ( ELECTRICAL )
PLACE OF OPENING OF BIDS
RAIGAD ELECTRICAL DIVISION
PUBLIC WORKS DEPARTMENT, RAIGAD
:
EXECTIVE ENGINEER ( ELECTRICAL )
OFFICER IINVITING BIDS

Contractor sign. No Of Correction Executive Engineer


8

Tendering Procedure & Special Instructions to the Contractors/Bidders for the e-submission of the
bids online through this e Procurement Portal.

1 Tender Forms can be downloaded from e-Tendering Portal of Public Works Department, Government of
Maharashtra i.e.http://www.mahatenders.gov.in after entering the details of payment toward Tender Fees as per the
Tender Schedule / tender notice

2. The tender submitted by the tenderer shall be based on clarification, additional facility issued (if any) by the
Department, and this tender shall be unconditional. Conditional tenders will be summarily REJECTED.

3 All tenderers are cautioned that the tenders containing any deviation, from the contractual terms and conditions,
specifications or other requirements, and conditional tenders will be rejected as non-responsive.

4 Tenderer should have valid class II / III digital signature certificates (DSC) obtain from any certifying Authorities. In
case of requirements of DSC, interested Bidders should go to http://mahatenders.gov.in, information about DSC and
follow the procedure mentioned in the document. procedure for application of "Digital Signature Certificate"

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

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

7 The e-token that is registered should be used by the bidder and should not be misused by others.

8 DSC once mapped to an account cannot be remapped to any other account. It can only be Inactivated.

9 The Bidders can update well in advance, the documents such as certificates, purchase order details etc., under My
Documents option and these can be selected as per tender requirements and then attached along with bid documents
during bid submission. This will ensure lesser upload of bid documents.

10 After downloading / getting the tender schedules, the Bidder should go through them carefully and then submit the
documents as per the tender document, otherwise, the bid will be rejected.

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

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

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

14 Bid Security in the form of Cheque or Cash will not be accepted. Bid Security should be paid through online payment.
Bid Security receipt shall be uploaded.

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

16 The bidder has to submit the tender document(s) online well in advance before the prescribed time to avoid any delay
or problem during the bid submission process.

17 There is no limit on the size of the file uploaded at the server end. However, the upload is decided on the Memory
available at the Client System as well as the Network bandwidth available at the client side at that point of time. In
order to reduce the file size, bidders are suggested to scan the documents in 75-100 DPI so that the clarity is
maintained and also the size of file also gets reduced. This will help in quick uploading even at very low bandwidth
speeds.

Contractor sign. No Of Correction Executive Engineer


9

18 It is important to note that, the bidder has to Click on the Freeze Bid Button, to ensure that he/she completes the Bid
Submission Process. Bids Which are not Frozen are considered as Incomplete/Invalid bids and are not considered for
evaluation purposes.

19 The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the difficulties faced during the
submission of bids online by the bidders due to local issues.

20 The bidder may submit the bid documents online mode only, through this portal. Offline documents will not be handled
through this system.

21 At the time of freezing the bid, the e Procurement system will give a successful bid updating message after uploading
all the bid documents submitted and then a bid summary will be shown with the bid no, date & time of submission of
the bid with all other relevant details. The documents submitted by the bidders will be digitally signed using the e-token
of the bidder and then submitted.

22 After the bid submission, the bid summary has to be printed and kept as an acknowledgement as a token of the
submission of the bid. The bid summary will act as a proof of bid submission for a tender floated and will also act as an
entry point to participate in the bid opening event.

23 Successful bid submission from the system means, the bids as uploaded by the bidder is received and stored in the
system. System does not certify for its correctness.

24 The bidder should see that the bid documents submitted should be free from virus and if the documents could not be
opened, due to virus, during tender opening, the bid is liable to be rejected.

25 The time that is displayed from the server clock at the top of the tender Portal, will be valid for all actions of requesting
bid submission, bid opening etc., in the e-Procurement portal. The Time followed in this portal is as per Indian Standard
Time (IST) which is GMT+5:30. The bidders should adhere to this time during bid submission.

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

27 During transmission of bid document, the confidentiality of the bids is maintained since the data is transferred over
secured Socket Layer(SSL) with 256 bit encryption technology. Data encryption of sensitive fields is also done.

28 The bidders are requested to submit the bids through online e Procurement system to the TIA well before the bid
submission end date and time (as per Server System Clock).

29 Bidder Manual Kit available on website www.mahatenders.gov.in

30 For Submitting the tender the P.W.D. Registration is not necessary and The Contractor who can fulfill the terms and
condition of the tender only are eligible to submit e-tender.

31 Goverenment of Maharashtra , Finance Deptt. Mantralaya, Mumbai ,circularGST 2017/pra. Kr. 81/ kradhan -1 dated
19.08.2017 and ,circularGST 2017/pra. Kr. 155 / kradhan -1 dated Dt 11.09.2017 The rates to be quoted by the
contractor must be exclusive of GST . As actual GST applicable as per prevailingGovt. Rules

Contractor sign. No Of Correction Executive Engineer


10

32 A) (i) If the offer is below the estimate amount more than 1% to 10% below, then the amount of the additional
performance Security Deposit shall be of the value of 1% of the cost put to tender.
(For example : If the rates quoted is 8% below, then the amount of Additional Performance Security Deposit should
be 1% of the cost put to tender.
(ii) If the offer is below the estimate amount upto 15% below, then the amount of Additional Performance Security
Deposit is 1% +( the % exceeding of the amount put to tender.)
(For example : If the rate quoted 15% below than the, amount of Additional Performance Security Deposit should be
[1%+(15% - 10%) = 6%) of the amount put to tender.
B) If quoted rate is below 15% then the of Additional Performance Security will be [6%+(quoted rate-15%)x2]= % of
the amount put to the tender. For example : If quoted rate is 19% below the Additional Performance Security will be
[6%+(19%-15%)x2]=14%. Additional Performance Security can be submitted in the form of BG/ DD/ FDR as per
Govt. of Maharashtra P.W.Deptt Mantralaya, Mumbai Circular No CAT/2017/Pra kra 08 /Building-2 dt 26 .11. 2018

33 Additional Performance SecurityOriginal Bank Guarantee / Demand Draft / FDR shall be submitted in the
sealed envelope mentioning the Name of Work , Tender Notice Number and Work ID , to the Office of
The Executive Engineer, P.W. Electrical Division Thane office within Eight (08) days after opening of envelope
no.2 as per Govt. of Maharashtra P.W.Deptt Mantralaya, Mumbai Circular No CAT/2017/Pra kra 08 /Building-2 dt 26
.11.2018
34 If L-1 ( 1 st Lowest ) Bidder fails to submit Additional Performance Security Deposit (A.P.S.D. ) within stipulated time
then work may be awarded to L.2 (2 nd Lowest ) bidder. If he is ready to negotiate his rate lower than L.1
bidder if he is ready to execute the work with above said rate, he also have to submit the Additional Performance
Security of the required amount as per above condition mention vide Govt. of Maharashtra P.W.Deptt Mantralaya,
Mumbai Circular No CAT/2017/ Pra kra 08 /Building-2 dt 26 .11.2018
35 In the above procedure if it comes to notice that any documentand Additional Performance SecurityBank Guarantee /
Demand Draft / FDR is fake / invalid, the EMD will be forfeited and Registered Contractor will be recommended for
Blacklist as per Govt. of Maharashtra P.W.Deptt Mantralaya, Mumbai Circular No CAT/2017/Pra kra 08 /Building-2
dt 26 .11.2018 and Govt. of Maharashtra P.W.Deptt Mantralaya, Mumbai GR No CAT/2018/Pra kra 127/Building-2
dt 28 .11.2018
36 As per Govt. of Maharashtra P.W.Deptt Mantralaya, Mumbai GR No CAT/2018/ Pra kra 127/Building-2 dt 28 .11.2018
bidder shall be held fully responsible for the document submitted in Envelop No 1 , also for the document during
execution of work & appropriate action have be taken as per permission of above G.R.
37 As per Govt. of Maharashtra P.W.Deptt Mantralaya, Mumbai GR No CAT/2018/Pra kra 127/Building-2 dt 28
.11.2018 Bidder must have to submit documents and Contractor / Bidder has to submit the affidavit for uploaded
Technical Document on Rs 100/- Stamp paper before opening of the envelope No.1 . If original copy of affidavit in
letter head is not submitted then the second Envelop bid will not be opened. and bid will be disqualified
Omission to attach any document /documents may make bid liable for rejection and the financial bid of
those bidders shall not be opened . Bids will also be rejected if the documents required to be submitted
in technical Envelop (Envelope No.I ) are submitted in haphazard manner or not submitted in the order given above.
38. Payment of Security Deposit by Bank Guaranteeand Online BG Verification : if The contractor wihses to deposit
security by Bank Guarentee after tender approveal then it is mandatory for contractor to verify the Bank Guarantee by
paying verification fees of Rs 1000/- + GST thourgh the link provided below http://onlinebg.emahapwd.com

Contractor sign. No Of Correction Executive Engineer


11

1) INSTRUCTION TO THE TENDERER - ENVELOPE NO. 1 (DOCUMENTS)

Sr. No Documents required in ENVELOPE NO. 1 ( Technical Bid )


1 Scanned copy of valid Electrical Contractor License issued by I.E.& L Deptt. Government of Maharashtra.
2 Prime Contractor should submit the Scanned copy of valid license of Fire Fighting and Sprinkler
System, Fire Detection and fire suppression system of appropriate class issued by director of
Maharashtra fire services Mumbai
3 Scanned copy of PAN Card.
4 Scanned copy of G.S.T. Registration Certificate / Scanned copy of Online G.S.T Registration
5 Scanned copy of Sole Proprietor ship letter or original partnership deed in case of partnership firm and
attested copies, or memorandum, article of association and copy power of attorney in case of registered
company.( if applicable)
6 Details of similar type of work tendered for & in hand as per Statement No. I
(Work order copy for works in hand must be attached)
7 Details of Technical Personnel on the roll of the Bidder who will be exclusively spared for this work as per Statement No. IV.
Note :-
1. Bidder shall fill the relevant information of key persons and technical staff available with him in the formats and fields
specified on "bidcap.emahapwd.com". Portal.
2. Out of the total key persons and technical staff available with bidder shall upload the staff be desires to deploy for this work.
This statement shall be downloaded from portal "bidcap.emahapwd.com". Bidder shall upload this QR based statement
downloaded on of before two days of submission.
शासन िनणय सा.बां.िवभाग . संक ण 2021 / . . 54 / इमारती-2 िद. 07.12.2023 म ये नमुद के लेनुसार या कामाचे काया वयनाकरीता अनुभव व अनुभवी तांि क
मनु यबळ उपल ध असणे, ही अिनवय अहता आहे. यामळ ु वी तािं क मनु यबळ उपल ध कर याबाबत िवभागािव द कुठ याही व पाचे दावे / नक
ु े अनभ ु सान भरपाई मागणार नाही.
याबाबत . 500 या Stamp Paper वर ित ाप दे यात यावे.
8 Bidder must have satisfactorily completed one similar type of work* ( Rs 529610/- or above ) amounting to
30% value of the estimated cost in Govt. of Maharashtra /Govt. of India / Semi Govt./ PSU. Work
completion certificate from competent authority should be attached. during Last 5 Years ( Rank not below
the Executive Engineer. )
9 Bidder average annual turnover must be at least 80% of the estimated cost ( Rs 1412294/- or above )
during last 5 preceding years. (C.A. certified copy or Last 5 year Income Tax Return / Balance sheet
should be attached.)
10 शासन िनणय . सीएटी/ 2017/ . .08/ इमा-2िद.27.09.2018 व शासन प रप क . सीएटी-2019 / . .120/ इमारती -2 िद.17.09.2019 &
25.10.2019 तसेच 07.12.2023 नुसार (Bid Capacity)
BID CAPACITY :- Bidder shall upload QR based Bid
Assessed Available Bid Capacity = (A x N x 2 ) - B Capacity certificate downloaded on or
A= Maximum value of Engineering works executed in anyone year during the last before two days of submission from
five years taking in to account the completed as well as ongoing work. (Certificate portal "bidcap.emahapwd.com".
of CA specifying maximum annual turnover shall be considered for "A")
N= Number of Years prescribed for completion of the works for which bids are
Minimum Bid Capacity
invited. Rs.1765368/-
B= Value of existing commitments and ongoing works in hand (During Period of
work under consideration (300 Days) (Balance work certificate from competent
authority should be attached (Rank not below the Executive Engineer)
िटप-
1. दे य कामा या िविश ट व पात समक काम कं ाटदारांनाी य केले ले असणे अिनवाय आहे . संबिधतांन ी हे काम अ य कं ाटदारांकडु न सबलेट ( ) क न घे तले अस यास
याबाबत संबधीत कायकारी अिभयंता यांची िलिखत परवानगी जोडणे अिनवाय रािहल.
2. कं ाटदाराची वा षक उलाढाल, कामाची कमत इ याद ची पिरगणना चालु वष ने करताना ितवष 10% वाढ िवचारात घे यात येईल.
3. िनिवदाकाराने वर नमूद केलेली कागदप े तांि क िलफाफयाम ये सादर करणे आव यक आहे . तांि क िलफाफा (िलफाफा .1) म ये सादर करणे आव यक असणारी कागदप े अधवट/ न
वाचता येणारी/ अ प ट/ खोटी/ बनावट सादर केली गे यास सादर केलेली िनिवदा नाकार या या अिधकार िनिवदा पडताळणी सिमतीने राखून ठे वले आहे त. वरील िदले या मानुसार
िनिवदाकाराकडु न कागदप े सादर कर यात यावीत. तसेच अनाव यक कागदप े सादर कर यात येऊ नये.

11 Declaration of Contractor on letter head (Prescribed form attached )

12 Self-declaration on letter head for the tender document (Prescribed form attached )

13 Self-declaration on letter head for self-attestation (Prescribed form attached )


14 Undertaking on letter head that the bidder has not been Blacklisted / Banned / Suspended by any
government / semi government authority (Prescribed form attached )
Contractor sign. No Of Correction Executive Engineer
12

15 Scanned copy of Original Affidavit ( on Rs 100/- Stamp Paper) for TechnicalDocuments ( Prescribed
formattached). Contractor / Bidder has to submit the original copy of affidavit before opening of the
envelope No.1 . If original copy of affidavit is not submitted then the bid will not be opened.
16 Bidder should submit the site visit Report with confirmation from related PWD Department ( Duly signed by
Deputy Engineer of PWD Electrical Sub Division Raigad ) of Said work (Prescribed from (APPENDIX-IV
Page no.72) attached

*Similar type of work shall be described specifically.


1.2 Important Note: Important Note:
1. Please note that Non Submission to attach any document will invalidate the tender.
2. The Envelope No.2 will be opened only after confirmation as per B-1 Agreement Clauses
3. All other document as per various section also be submission for qualification.
4. E- mail address must be given by bidder
1.3 ENVELOPE No. 2 TENDER (FINANCIAL BID)

Upload Blank Tender Copy (In Word Format ) Issued and Digitally Signed by the DepartmentOffer to be submitted Online

1.4 SUBMISSION OF TENDER :


Refer to Section ‘Guidelines to Bidders on the operations of Electronic Tendering System of Public Works
Department’ for details.
1.5 OPENING OF TENDERS:
On the date, specified in the Tender Schedule, following procedure will be adopted for opening of the Tender.
ENVELOPE No. 1 : ( Documents )
First of all Envelope No. 1 of the tender will be opened online to verify its contents as per requirements. If the various
documents contained in this envelope do not meet the requirements of the Department, a note will be recorded accordingly by
the tender opening authority and the said tenderers Envelope No. 2 will not be considered for further action and the same will
be recorded.
The decision of the tender opening authority in this regard will be final and binding on the contractors.
(B) ENVELOPE No. 2: (Financial Bid)
This envelope shall be opened online immediately after opening of Envelope No. 1, only if contents of Envelope No. 1 are
found to be acceptable to the Department. The tendered rates (Item rates) in Schedule ‘B’ shall then be read out in the
presence of bidders who remain present at the time of opening of Envelope No. 2.
The “ Hard Copy ” of bid Document shall be submitted to the office of Executive Engineer, Raigad Electrical Division,
P.W.D. Campus, Pen, Dist Raigad-402107 Within the period of 72 Hours Last Date of submission of the Tender in the
sealed envelope “ Hard Copy ” of bid Document mentioning Name of Work and Tender Notice Number

Note:-The “ Hard Copy ” of bid Document shall be submitted to the Tender Clerk/Divisional Accounts Officer in the office
of the Executive Engineer, Raigad Electrical Division, P.W.D. Campus, Pen, Dist Raigad-402107 only during office hours
1.5 1. EARNEST MONEY@ 1 % :
(i) Earnest money of minimum @ 1 % i..e Rs. 17700/-shall be paid via online using net banking only .Earnest Money
Exemption certificate shall not be accepted in lieu of Earnest Money as per Government Resolution CAT-
06/2014/CR-242/Bldg-2 dated 24.02.2016.
After Tender opening, the EMD of the unsuccessful bidder will be returned to account provided by the bidder during
the bid preparation as given in challan under Beneficiary Account Number.
(ii) Earnest Money Exemption certificate shall not be accepted in lieu of Earnest Money as per Government Resolution
CAT-06/2014/CR-242/Bldg-2 dated 24.02.2016
Earnest Money in the form of cheques or any other form except above will not be accepted.

Contractor sign. No Of Correction Executive Engineer


13

(iii) The amount will be refunded to the unsuccessful tenderers on deciding about the acceptance or otherwise of the
tender. In case of successful tenderer, it will be refunded on his paying initial Security Deposit and completing the
tender documents in form B-1.
1.6 A SECURITY DEPOSIT@ 2 % :Security Deposit Amount @ 2 % of the Tender Estimate rounded to next Rs 1000/- as
per Circular of P.W.Deptt, MantralayaDt 19th Sept.2017
(i) The successful tenderer whose tender is accepted will have to pay Rs.36000/-towards total Security Deposit @ 2 %
(ii) @ 1 % i.e. Rs. 18000/-is to be deposited by F.D.R. of the scheduled bank / National Saving Certificate duly pledged
in the name of the Executive Engineer, Raigad Elec. Dn. PWD, Raigad towards the initial Security Deposit, valid
within the time limit prescribed in clause 1 of B-1 Form, agreement till completion of defect liabilities period failing
which his earnest money will be forfeited to Government.
(ii) @ 1% In addition to the above, an amount of Rs 18000/-will be deducted from the running bills at 2% of value of
the gross bill towards balance security deposit. This is a compulsory deduction .
1.6.B Payment of Security Deposit by Bank Guaranteeand Online BG Verification : if The contractor wihses to deposit security by Bank
Guarentee after tender approveal then it is mandatory for contractor to verify the Bank Guarantee by payeing verification fees of
Rs 1000/- + GST thourgh the link provided below http://onlinebg.emahapwd.com

1.7. B. ADDITIONAL (PERFORORMANCE ) SECURITY DEPOSIT :


(G.R. No CAT-2017/C.N.82/Bldg-2 Dated 12 April 2017 corrigendum dt 29.06.2017 and Letter Dt 30.06.2017 and Govt.
Circuler P.W.Deptt, Mantralaya MumbaI No. Sankirna-2017/C.R.121(Part II)/Building-2 dt 19.09.2017 & Circular No
CAT/2017/Pra kra 08 /Building-2 dt 26 .11.2018 )

If the rate quoted by the bidder in tender is more than 1% below, on the amount put to tender, then proper justification shall be
given to the Satisfaction of tender to the Tender Accepting authority, along with detailed work planning Assuring quality and
completion within the time period allowed for the work.

A) (i) If the offer is below the estimate amount more than 1% to 10% below, then the amount of the additional performance
Security Deposit shall be of the value of 1% of the cost put to tender.
(For example : If the rates quoted is 8% below, then the amount of Additional Performance Security Deposit should be 1% of
the cost put to tender.
(ii) If the offer is below the estimate amount upto 15% below, then the amount of Additional Performance Security Deposit is
1% +( the % exceeding of the amount put to tender.)
(For example : If the rate quoted 15% below than the, amount of Additional Performance Security Deposit should be
[1%+(15% - 10%) = 6%) of the amount put to tender.
B) If quoted rate is below 15% then the of Additional Performance Security will be [6%+(quoted rate-15%)x2]= % of the
amount put to the tender. For example : If quoted rate is 19% below the Additional Performance Security will be [6%+(19%-
15%)x2]=14%. Additional Performance Security can be submitted in the form of BG/ DD/ FDR as per Govt. of Maharashtra
P.W.Deptt Mantralaya, Mumbai Circular No CAT/2017/Pra kra 08 /Building-2 dt 26 .11.2018

Guidelines for submission and refund etc. of additional Performance Security Deposit:The Demand Draft / Bank Guarantee /
Fix Deposit Recipt (FDR) shall be issued in the name of “ Executive Engineer, Raigad Electrical Division, P.W.D. Raigad
”The Demand Draft / Bank Guarantee /Fix Deposit Recipt (FDR) shall be issued from Nationalized or Scheduled Bank

Additional Performance Security Original Bank Guarantee / Demand Draft / FDR shall be submitted in the sealed
envelope mentioning the Name of Work , Tender Notice Number and Work ID , to the Office of The Executive
Engineer, P.W. Electrical Division Thane office within Eight (08) days after opening of envelope no.2 as per Govt. of
Maharashtra P.W.Deptt Mantralaya, Mumbai Circular No CAT/2017/Pra kra 08 /Building-2 dt 26 .11.2018

Contractor sign. No Of Correction Executive Engineer


14

If L-1 ( 1 st Lowest ) Bidder fails to submit Additional Performance Security Deposit (A.P.S.D. ) within stipulated time then
work may be awarded to L.2 (2 nd Lowest ) bidder. If he is ready to negotiate his rate lower than L.1 bidder if he is ready
to execute the work with above said rate, he also have to submit the Additional Performance Security of the required amount
as per above condition mention vide Govt. of Maharashtra P.W.Deptt Mantralaya, Mumbai Circular No CAT/2017/ Pra kra 08
/Building-2 dt 26 .11.2018

In the above procedure if it comes to notice that any document and Additional Performance Security Bank Guarantee / Demand
Draft / FDR is fake / invalid, the EMD will be forfeited and Registered Contractor will be recommended for Blacklist as per
Govt. of Maharashtra P.W.Deptt Mantralaya, Mumbai Circular No CAT/2017/Pra kra 08 /Building-2 dt 26 .11.2018 and Govt.
of Maharashtra P.W.Deptt Mantralaya, Mumbai GR No CAT/2018/Pra kra 127/Building-2 dt 28 .11.2018

Hard copy of bid document shall be submitted as per Government of Maharashtra Public Works Deptt, Mantralaya, Mumbai
GR No CTA-2017/Pr.Kra.8/Building-2 dt 12.04.2018 and corriegendum circuler of Government of Maharashtra Public Works
Deptt, Mantralaya, Mumbai corriegendum circuler No CAT/2017/Pra.Kra.08/Building-2 dt 29.06.2017 , to the office of
Executive Engineer, Raigad Electrical Division, P.W.D. Campus, Pen, Dist Raigad-402107 Within the date of Acceptance
of the Tender in the sealed envelope mentioning Name of Work and Tender Notice Number

In the above procedure, If it is observe that, any document is Fake/invalid, the Bid Security of the bidder will be forfeited and
Bidder will be suspended for Bidding of Govt./Semi Government works for 1 year. For which Superintending Engineer will be
fully empowered.

The Work Order will be issued only after conformation of Demand Draft / Bank Guarantee./ Fix Deposit Recipt (FDR) From
respective bank branch

Note:-Envelope of uploaded document and Additional Performance Security Demand Draft / The Bank Guarantee / Fix Deposit
Recipt (FDR) shall be submitted to the Tender Clerk/Divisional Accounts Officer in the office of the Executive Engineer,
Raigad Electrical Division, P.W.D. Campus, Pen, Dist Raigad-402107 only during office hours.

1.7 C Contactor shall be submit a certificate to the effect that “ All the payments to the labour /staff are made in bank accounts of
staff linked to Unique Identification Number ( AADHAR CARD ) ” The certificate shall be submitted by the contactor
within 60 days from the commencement of contract If the time period of contract is less than 60 days then such certificates shall
be submitted with 1095 Days from the date of commencement of contract ( Ref- G. R. Public Works Deptt. Mantralaya
Mumbai G.R. No Nivida – 2016 / F. No.20 / Shikana / bldg. 2 dtd 09.12.2016)
1.8 ISSUE OF FORMS :

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

1.9 TIME LIMIT:

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

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

1.11 TENDER UNITS:

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

1.12 CORRECTION:

Contractor sign. No Of Correction Executive Engineer


15

No corrections shall be made in the tender documents. Any corrections that are to be made shall be made by crossing the
incorrect portion and writing the correct portions above with the initials of tenderer.

1.13 TENDER’S ACCEPTANCE:

Acceptance of tender will rest with the Executive Engineer, Raigad Electrical Division, P.W.D. Raigad who reserves the
right to reject any or all tenders without assigning any reason therefor. The tenderer whose tender is accepted will have to
enter in to a regular B-2 agreement within 10 days of being notified to do so. In case of failure on the part of Tenderer to sign
the agreement within the stipulated time, the Bid Securitypaid by him shall stand forfeited to the Government and the offer of
the tenderer shall be considered as withdrawn by him.
CONDITIONAL TENDER:

The tenders who do not fulfill the condition of the notification and the general rules and directions for the guidance of
contractor in the agreement form or are incomplete in any respect are likely to be rejected without assigning any reason
therefore.
1.15(a) The Tenderers shall be presumed to have carefully examined the drawings, conditions and specifications of the work and
have fully acquainted themselves with all details of the site, the conditions of rock and its joints, pattern, river, weather
characteristics, labour conditions and in general with all the necessary information and data pertaining to the work, prior to
tendering for the work.

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

1.15(c) The quarries for extraction of metal, murum etc. provided in the sanctioned estimate are as per survey conducted by the
Department. The Contractor should however examine these quarries and see whether full quantity of materials required for
execution of the work strictly as per specification are available in these source before quoting the rates. In case the materials
are not available due to reasons whatsoever, the contractor will have to bring the materials from any other 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.

1.16 POWER OF ATTORNEY:

If the tenderers are a firm or company, they should in their forwarding letter mention the names of all the partners together
with the name of the person who holds the power of Attorney, authorizing him to conduct all transactions on behalf of the
body, along with the tender.
1.17 The tenderer may, in the forwarding letter, mention any points are may wish to make clear but the right is reserved to reject
the same or the whole of the tender if the same becomes conditional tender thereby.
1.18 The contractor or the firms tendering for the work shall inform the Department if they appoint their authorized Agent on the
work.
1.19 No foreign exchange will be released by the Department for the purchase of plants and machinery for the work by the
Contractor.
1.20 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.
1.21 All pages of tender documents, conditions, specifications, correction slips etc. shall be initiated by the tenderer. The tender
should bear full signature of the tenderer, or his authorized power of Attorney holder in case of a firm.
1.22 The Income Tax at 2.00 % including surcharge or percentage in force from time to time or at the rate as intimated by the
competent Income Tax authority shall be deducted from bill amount whether measured bill, advance payment or secured
advance.
1.23 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 1970 for starting the

Contractor sign. No Of Correction Executive Engineer


16

work. On failure to do so, the acceptance of the tender shall be liable to be withdrawn and also liable for forfeiture of the
earnest money.
1.24 The tenderer shall submit the list of apprentices engaged by the Contractor under Apprentice Act.
1.25 Value Added Tax Deduction 2 % from the registered contractors under the MVAT Act, 2005 and 5 % from the unregistered
contractor under MVAT Act, 2005, shall be recovered from the contractor from the gross bill amount of every bill, whether
for measured works or Advance Payment or Secured Advance.
1.26 The tender rates are inclusive of all taxes, rates, cesses and are also inclusive of the leviable tax in respect if sale by transfer of
property in goods involved in the execution of a work contract under the provision of Rules 58 of Maharashtra Value Added
Tax Act-2005 for the purpose of levy of tax.
1.27 Stamp Duty

Contractor shall bear whole required amount of Stamp Duty on Works Contract, as per Mumbai Stamp Duty Act 1958 Clause
34 at the prevailing rates. No claim against this shall be considered and if the contractor fails to bear this amount acceptance
of the tender shall be null and void.
1.28 Stamp Duty Condition for recovery of workmen welfare cess Act (Sub cess)
As per building and other construction workmen (Regulation of employment and condition of service) Act 1996 and the
building and other construction workers welfare cess act 1998 and Government of Maharashtra G.R. No.BCA-2009/C.No.
108/Labour 7-A dated 17.6.2010 cess if 1% on the cost of work shall be recovered from bills payable to the contractor
1.29 VALIDITY PERIOD :
The offer shall remain open for acceptance for minimum period of 60 days from the Date of opening of Envelope No. 2
(Financial Bid) and thereafter until it is withdrawn by the contractor by notice in writing duly addressed to the authority
opening the tender and sent by Registered Post Acknowledgment due.

1.30. Goverenment of Maharashtra , Finance Deptt. Mantralaya, Mumbai ,circularGST 2017/pra. Kr. 81/ kradhan -1 dated 19.08.2017
and ,circularGST 2017/pra. Kr. 155 / kradhan -1 dated Dt 11.09.2017 The rates to be quoted by the contractor must be exclusive of
GST . As actual GST applicable as per prevailing Govt. Rules

1.31 As per Govt. of Maharashtra P.W.Deptt Mantralaya, Mumbai GR No CAT/2018/ Pra kra 127/Building-2 dt 28 .11.2018
bidder shall be held fully responsible for the document submitted in Envelop No 1 , also for the document during execution of
work & appropriate action have be taken as per permission of above G.R.
1.32 As per Govt. of Maharashtra P.W.Deptt Mantralaya, Mumbai GR No CAT/2018/Pra kra 127/Building-2 dt 28 .11.2018 Bidder
must have to submit documents and Contractor / Bidder has to submit the affidavit for uploaded Technical Document on
Rs 100/- Stamp paper before opening of the envelope No.1 . If original copy of affidavit in letter head is not submitted then the
second Envelop bid will not be opened. and bid will be disqualified
mission to attach any document /documents may make bid liable for rejection and the financial bid of those bidders
shall not be opened . Bids will also be rejected if the documents required to be submitted in technical Envelop
(Envelope No.I ) are submitted in haphazard manner or not submitted in the order given above.
1.33 Payment of Security Deposit by Bank Guaranteeand Online BG Verification : if The contractor wihses to deposit security by Bank
Guarentee after tender approveal then it is mandatory for contractor to verify the Bank Guarantee by paying verification fees of Rs
1000/- + GST thourgh the link provided below http://onlinebg.emahapwd.com

Contractor sign. No Of Correction Executive Engineer


17

Name Of Work : RAESD/CR/2011/2025-26 Providing full comprehensive maintenance of fire alarm and fire
fighting systems at Alibag Civil Hospital, Alibag, Dist. Raigad (For 3 Years)

INTEGRITY PACT
Between

Public Works Department, Maharashtra Government


having its Office at

DEPARTMENT: PUBLIC WORKS DEPARTMENT


CIRCLE: MUMBAI REGIONAL ELECTRICAL CIRCLE, MUMBAI
DIVISION: RAIGAD ELECTRICAL DIVISION, RAIGAD

hereinafter referred to as

PUBLIC WORKS DEPARTMENT

and

_________________________________________________________________________________________________________________
_
(Insert the name of the Sole Bidder/lend Partner of Joint Venture)

having its Registered Office at

(Insert full Address)


_________________________________________________________________________________________________________________
_
and

___________________________________________________________________________________________________________
(Insert the name of the Partner (s) of joint Venture, as applicable)

having its Registered Office at

(Insert full Address)


________________________________________________________________________________________________________
hereinafter referred to as

“The Bidder/Contractor”

Preamble
PUBLIC WORKS DEPARTMENT intends to award, under laid-down organizational procedures, contract(s) for
(Insert the name of the package)

(Signature) (Signature)

Contractor sign. No Of Correction Executive Engineer


18

(For & On behalf of PUBLIC WORKS DEPARTMENT) (For & on behalf of Bidder/ Partner (S) of Joint Venture /
Contractor
Number Package and Specification

( Insert Specification Number of the package )

PUBLIC WORKS DEPARTMENT values full compliance with all


relevant laws and regulations, and the principles of economical use of resources, and of fairness and transparency in its
relations with its Bidders/Contractors.

In order to achieve these goals, PUBLIC WORKS DEPARTMENT and the above named Bidder/Contractor enter into this
agreement called ‘Integrity Pact’ which will form a part of the bid.

It is hereby agreed by and between the parties as under :

Section I – Commitments of PUBLIC WORKS DEPARTMENT

1) PUBLIC WORKS DEPARTMENT commits itself to take all measures necessary to prevent corruption and to
observe the following principles :
a) No employee of PUBLIC WORKS DEPARTMENT, personally or through family members, will in
connection with the tender, or the execution of the contract, demand, take a promise for or accept, for
him/herself or third person, any material or other benefit which he /she is not legally entitled to.
b) PUBLIC WORKS DEPARTMENT will during the tender process treat all Bidder(s) with equity and
fairness. PUBLIC WORKS DEPARTMENT will in particular, before and during the tender process,
provide to all Bidder (s) the same information and will not provide to any Bidder (s) Confidential/additional
information through which the Bidder (s) could obtain an advantage in relation to the tender process or the
contract execution.

c) PUBLIC WORKS DEPARTMENT will exclude from evaluation of Bids its such employee (s) who has any
personnel interest in the Companies / Agencies participating in the Bidding/Tendering process

2) If Principle Secretary PWD, Maharashtra Government obtains information on the conduct of any employee of
PUBLIC WORKS DEPARTMENT which is a criminal offence under the relevant Anti-Corruption Laws of India, or
if there be a substantive suspicion in this regard, he will inform its Chief Vigilance Officer and in addition can initiate
disciplinary actions under its Rules.

Section II – Commitments of the Bidder/Contractor

(1) The Bidder/Contractor commits himself to take all measures necessary to prevent corruption. He commits himself to
observe the following principles

(Signature) (Signature)

(For & On behalf of PUBLIC WORKS DEPARTMENT) (For & on behalf of Bidder/ Partner (S) of
Joint Venture / Contractor

Contractor sign. No Of Correction Executive Engineer


19

during his participation in the tender process and during the contract execution:

a) The Bidder / Contractor will not, directly or through any other person or firm, offer, promise or give to
PUBLIC WORKS DEPARTMENT, or to any of PUBLIC WORKS DEPARTMENT’s employees involved in
the tender process or the execution of the contract or to any third person any material or other benefit which
he/she is not legally entitled to, in order to obtain in exchange an advantage during the tender process or the
execution of the contract.

b) The Bidder/Contractor will not enter into any illegal agreement or understanding, whether formal or informal
with other Bidders/Contractors. This applies in particular to prices, specifications, certifications, subsidiary
contracts, submission or non-submission of bids or actions to restrict competitiveness or to introduce
cartelization in the bidding process.

c) The Bidder /Contractor will not commit any criminal offence under the relevant Anti-corruption Laws of
India, further, the Bidder/Contractor will not use for illegitimate purposes or for purposes of restrictive
competition or personal gain, or pass on to others, any information provided by PUBLIC WORKS
DEPARTMENT as part of the business relationship, regarding plans, technical proposals and business details,
including information contained or transmitted electronically.

d) The Bidder/Contractor of foreign origin shall disclose the name and address of the Agents/representatives in
India, if India, if any, involved directly or indirectly in the bidding. Similarly, the Bidder /Contractor of Indian
Nationality shall furnish the name and address of the foreign principals, if any, involved directly or indirectly
in the Bidding.

e) The Bidder/Contractor will, when presenting his bid, disclose any and all payments he has made, or
committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of
the contract and/or with the execution of the contract.

f) The Bidder/Contractor will not misrepresent facts or furnish false/forged documents/informations in order to
influence the bidding process or the execution of the contract to the detriment of PUBLIC WORKS
DEPARTMENT.

(2) The Bidder /Contractor will not instigate third persons to commit offences outlined above or be an accessory to such
offences.

(Signature) (Signature)

(For & On behalf of PUBLIC WORKS DEPARTMENT) (For & on behalf of Bidder/ Partner (S) of Joint Venture
/ Contractor

Contractor sign. No Of Correction Executive Engineer


20

Section III / Disqualification from tender process and exclusion from future contracts

1) If the Bidder, before contract award, has committed a serious transgression through a violation of Section II or in
any other form such as to put his reliability or credibility as Bidder into question, PUBLIC WORKS
DEPARTMENT may disqualify the bidder from the tender process or terminate the contract, if already signed,
for such reason.

2) If the Bidder /Contractor has committed a serious transgression through a violation of Section II such as to put his
reliability or credibility into question, PUBLIC WORKS DEPARTMENT may after following due procedures
also exclude the Bidder/Contractor from future contract award processes. The imposition and duration of the
exclusion will be determined by the severity of the transgression. The severity will be determined by the
circumstance of the case, in particular the number of transgressions, the position of the transgressors within the
company hierarchy of the Bidder/Contractor and the amount of the damage. The exclusion will be imposed for a
minimum of 12 months months and maximum of 3 years.

3) If the Bidder/Contractor can prove that he has restored / recouped the damage caused by him and has installed a
suitable corruption prevention system, PUBLIC WORKS DEPARTMENT may revoke the exclusion
prematurely.

Section IV – Liability for violation of integrity Pact

1) If PUBLIC WORKS DEPARTMENT has disqualified the Bidder from the tender process prior to the award under
section III, PUBLIC WORKS DEPARTMENT may forfeit the Bid Guarantee under the Bid.

2) If PUBLIC WORKS DEPARTMENT has terminated the contract under Section III, PUBLIC WORKS
DEPARTMENT may forfeit the Contract Performance Guarantee of this contract besides resorting to other
remedies under the contract.

Section V –Previous Transgression

1) The Bidder shall declare in his Bid that no previous transgressions occurred in the last 3 years with any other
Public Sector Undertaking or Government Department that could justify his exclusion from the tender process.

(Signature) (Signature)

(For & On behalf of PUBLIC WORKS DEPARTMENT) (For & on behalf of Bidder/ Partner (S) of Joint Venture
/ Contractor

Contractor sign. No Of Correction Executive Engineer


21

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender process or the
contract, if already awarded, can be terminated for such reason.

Section VI – Equal treatment to all Bidders/Contractors

1) PUBLIC WORKS DEPARTMENT will enter into agreements with identical conditions as this one with all
Bidders.

2) PUBLIC WORKS DEPARTMENT will disqualify from the tender process any bidder who does not sign this pact
or violate its provisions.

Section VII – Punitive Action against violating Bidders/Contractors

If PUBLIC WORKS DEPARTMENT obtains knowledge of conduct of a Bidder or a Contractor or his subcontractor or of
an employee or a representative or an associate of a Bidder or Contractor or his Subcontractor which constitutes
corruption, or if PUBLIC WORKS DEPARTMENT has substantive suspicion in this regard, PUBLIC WORKS
DEPARTMENT will inform the Chief Vigilance officer (CVO).

(*) Section VIII – Independent External Monitor/monitors

1) PUBLIC WORKS DEPARTMENT has appointed a panel of Independent External Monitors (IEMs) for this Pact
with the approval of Central Vigilance Commission (CVC), Government of India, out of which one of the IEMs
has been in the NIT/IFB.

2) The IEM is to review independently and objectively, whether and to what extent the parties comply with the
obligations under this agreement. He has right of access to all project documentation. The IEM may examine any
complaint received by his and submit a report to Principle Secretary PWD, Maharashtra Government, PUBLIC
WORKS DEPARTMENT, at the earliest. He may also submit a report directly to the CVO and the CVC, in case
of suspicion of serious irregularities attracting the provisions of the PC Act. However, for ensuring the desired
transparency and objectivity in dealing with the complaints arising out of any tendering process, the matter shall
be referred to the full panel of IEMs, who would examine the records, conduct the investigations and submit
report to Principle Secretary PWD, Maharashtra Government, PUBLIC WORKS DEPARTMENT, giving joint
findings.

(Signature) (Signature)

(For & On behalf of PUBLIC WORKS DEPARTMENT) (For & on behalf of Bidder/ Partner (S) of Joint
Venture / Contractor

Contractor sign. No Of Correction Executive Engineer


22

The IEM is not subject to instructions by the representatives of the parties and performs his functions neutrally and
independently. He reports to the Principle Secretary PWD, Maharashtra Gorernment, PUBLIC WORKS DEPARTMENT.

3) The Bidder(s) / Contractor (s) accepts that the IEL has the right to access without restriction to all documentation
of PUBLIC WORKS DEPARTMENT related to this contract including that provided by the Contractor /Bidder.
The Bidder/Contractor will also grant the IEM, upon his request and demonstration of a valid interest, unrestricted
and unconditional access to under contractual obligation to treat the information and documents of the Bidder
(s)/Contractor (s)/Subcontractor (s) with confidentiality.

4) PUBLIC WORKS DEPARTMENT will provide to the IEM information as sought by him which could have an
impact on the contractual relations between PUBLIC WORKS DEPARTMENT and the Bidder / Contractor
related to this contract.

5) As soon as the IEM notices, or believes to notice, a violations of this agreement, he will so inform the Principle
Secretary PWD, Maharashtra Government, PUBLIC WORKS DEPARTMENT and request the principle
Secretary PWD, Maharashtra Government, PUBLIC WORKS DEPARTMENT to discontinue or take corrective
action, or to take other relevant action. The IEM can in this regard submit non-binding recommendations. Beyond
this, the IEM has no right to demand from the parties that they act in a specific manner, refrain from action or
tolerate action. However, the IEm shall give an opportunity to PUBLIC WORKS DEPARTMENT and the Bidder
/ Contractor, as deemed fit, to present its case before making its recommendations to PUBLIC WORKS
DEPARTMENT.

6) The IEM will submit a written report to the Principle Secretary PWD, Maharashtra Government, PUBLIC
WORKS DEPARTMENT within 8 to 10 weeks from the date of reference or intimation to him by PUBLIC
WORKS DEPARTMENT and, should the occasion arise, submit proposals for correcting problematic situations.

7) If the IEM has reported to the Principle Secretary PWD, Maharashtra Government, PUBLIC WORKS
DEPARTMENT a substantiated suspicion of an offence under relevant Anti-Corruption Laws of India, and the
Principle Secretary PWD, Maharashtra Government, PUBLIC WORKS DEPARTMENT has not, within the
reasonable time taken visible action to proceed against such offence or reported it to the CVO, the Monitor may
also transmit this information directly to the CVC, Government of India.

(Signature) (Signature)

(For & On behalf of PUBLIC WORKS DEPARTMENT) (For & on behalf of Bidder/ Partner (S) of Joint
Venture / Contractor

Contractor sign. No Of Correction Executive Engineer


23

8) The word IEM’ would include both singular and plural.

(*) This Section shall be applicable for only those packages wherein the IEMs have been identified in Section – I :
Invitation for Bids and /or Clause ITB 9.3 in Section – III : Bid data Sheets of Conditions of Contract, Volume-I
of the Bidding Documents.

Section IX – Pact Duration

This Pact begins when both parties have legally signed it. It expires for the Contractor after the closure of the
contract and for all other Bidder’s six month after the contract has been awarded.

Section X – Other Provisions

1) This agreement is subject to Indian Law Place of performance and jurisdiction is the establishment of PUBLIC
WORKS DEPARTMENT. The Arbitration clause provided in the main tender document/contract shall not be
applicable for any issue / dispute arising under Integrity Pact.

2) Changes and supplements as well as termination notices need to be made in writing.

3) If the Contractor is a partnership firm or a consortium or joint Venture, this agreement must be signed by all
partners, consortium members and Joint Venture partners.

4) Nothing in this agreement shall affect the rights of the parties available under the General Conditions of Contract
(GCC) and Special Conditions of Contract (SCC)

5) Views expressed or suggestions/submissions made by the parties and the recommendations of the CVO/IEM in
respect of the violation of this agreement, shall not be relied on or introduced as evidence in the arbitral or
judicial proceedings (arising out of the arbitral proceedings) by the parties in connection with the disputes /
differences arising out of the subject contract.

# CVO shall be applicable for packages wherein IEM are not identified in Section IFB/BDS of Condition of
Contract, Volume-I. IEM shall be applicable for packages wherein IEM are identified in Section IFB/BDS of
condition of Contract, Volume-I.

(Signature) (Signature)

(For & On behalf of PUBLIC WORKS DEPARTMENT) (For & on behalf of Bidder/ Partner (S) of Joint
Venture / Contractor

Contractor sign. No Of Correction Executive Engineer


24

6) Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains
valid. In this case, the parties will strive to come to an agreement to their original intentions.

(Signature) (Signature)

(For & On behalf of PUBLIC WORKS (For & On behalf of Bidder/Partner(s)


DEPARTMENT) of Joint Venture/Contractor)

(Office Seal) (Office Seal)

Name : Name :

Designation : Designation :

Witness 1 : Witness 1 :

(Name & Address) (Name & Address)

_____________________________________ _________________________________

_____________________________________ _________________________________

Witness 2 : Witness 2 :

(Name & Address) (Name & Address)

_____________________________________ _________________________________

_____________________________________ _________________________________

Contractor sign. No Of Correction Executive Engineer


25

FORM B - 1
PERCENTAGE RATE TENDER ANDCONTRACT FOR WORKS
DEPARTMENT: PUBLIC WORKS DEPARTMENT
CIRCLE: MUMABI REGIONAL ELECTRICAL CIRCLE, MUMBAI
DIVISION: RAIGAD ELECTRICAL DIVISION, RAIGAD

NAMEOFWORK: RAESD/CR/2011/2025-26 Providing full comprehensive maintenance of fire alarm and


fire fighting systems at Alibag Civil Hospital, Alibag, Dist. Raigad (For 3 Years)

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 Executive Engineer and signed by the Executive Engineer. 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 be deducted from bills. It will alsostatewhether a refund of a quarry fees, royalties, dues and
ground rents will be granted. Copies of the specifications, design and drawings, estimated rates,
scheduled rates and any other documents required in connection with the work shall be signed by the
Executive Engineer for the purpose of identification and shall also be open for inspection by contractors at
the office of the Executive Engineer during office hours.

Where the works are proposed to be executed according to the specifications recommended by a
contractor and approved by a competent authority on behalf of the Governor of Maharashtra such
specification with designs and drawings shall form part of the accepted tender.

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.

(i)The contractor shall pay along with the tender the sum of Rs 17700/- ( Rs Seventeen Thousand
Seven Hundred Only) as and by way of earnest money. The Contractor may pay the said amount by
forwarding alongwith the tender as and by way of earnest money. The Contractor may pay the said amount
by forwarding alongwith the tender * Treasury challan /term deposit receipt valid for a period of one year of
any Scheduled Bank for the like amount in favour of the Executive Engineer, Raigad Electrical
Division, Raigad. The said amount of earnest money shall not carryanyinterestwhatsoever.

*Strike out which is not required.

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.

(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 Government, hereunder, or in law, Government
shall be entitled to forfeit the full amount of the earnest money deposited by him.

(iv) In the event of his tender being accepted, the amount of earnest money deposited by the contractor
shall, unless it is prior there to forfeited under the provisions of sub-clause (III) above, be refunded to him
on his passing receipt there for.

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
Contractor sign. No Of Correction Executive Engineer
26

firm, In which case the receipt shall be signed in the name of the firm by one of the partners, or
4by some other person having authority to give effectual receipts for the firm..

4 Any person 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 or such
percentage on ail the estimated rates / Schedule 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, of any sort will be
liable to rejection. No printed form of tender shall Include a tender for more than one
works but if contractor who which 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 Executive Engineer or his duly authorised 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 specifications and other documents mentioned in rule 1. In
the event offender being rejected, the competent officer shall authorised the Treasury Officer
concerned to refund the amount of 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 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 Government unless
it is signed by the Executive Engineer.

8 The memorandum of work to be tendered for and the schedule of materials to be supplied by
the Department and their rates shall be filed in and completed by the office of the
Executive Engineer before the tender form is issued. If a form issued to an intending tenderer
has not been so filed In and completed he shall request the said office to have this done
before he completes and delivers his tender.

9 All works shall be measured net by standard measure and according to the rules and
customs of the 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


initialed.

12 The measurements of work will be taken according to the usual methods in use in the
department and no proposals to adopt alternative methods will be accepted. The
Executive Engineer's decision as to what is the usual method in use In the Department will be final.

13 The tendering contractor shall furnish a declaration alongwith 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, in the form at Statement No. 1

14 Every tenderer shall furnish alongwith 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
PAN / G.R. No. and duly acknowledged Income Tax Return for the immediate
Contractor sign. No Of Correction Executive Engineer
27

preceeding financial year should be attached

15 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, (GCB / PWD / CFM /1058 / 62517 dt.
26-09-59)

16 The contractor will have to construct shed for storing controlled and valuable material
issued to him under schedule 'A' of the agreement at the work site having double locking
arrangement. The materials will be taken for use in the presence of the Departmental person.
No material will be allowed to be removed from the site of works

17 The contractors 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. III

18 Successful tenderer will have to produce to the satisfaction of the accepting authority a valid
and current licence issued in his favour under the provision of Contract Labour
(Regulation & 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 superintending Engineer, 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 provision of the Act

20 Every tenderer shall furnish alongwith the tender information regarding VAT registration
and

TIN No. duly issued by the Sales Tax Authorities of Govt, of


Maharashtra

21 The successful tenderer shall pay initial Security Deposit at 50% of total deposit as
per Memorandum of Works will be paid in the form of Fixed Deposit Receipt of any
Nationalised/ Scheduled Bank only valid upto end of defect liability period as mentioned in
clause 20 of B-1 agreement form or other approved security form and the balance in
recoverable through running account bills at the percentage stipulated in clause 1 of B-1 agreement
form.

22 Every registered contractor should produce along with his tender certificate or
registration as approved contractor in the appropriate class and renewal of such registration with date
of expiry.

Contractor sign. No Of Correction Executive Engineer


28

O
R
M
B

Tender for works

Openedby me

Ex.Engr.

I/We hereby tender for the execution for the Governor of Maharashtra (hereinbefore
and hereinafter referred to as "Government") of the work specified in the
underwritten memorandum within the time specified in
suchmemorandumat*- Percent below/above the

*Infigureaswellasinwords estimated rates entered in scheduled "B" (memorandum showing items of work to
(a)IfseveralSub-worksare
be carried out) and in accordance in all respects with the specifications, designs,
includedtheyshoulddetailed inaseparatelist. drawing and instructions in writing referred to in Rule 1 hereof and in clause 12 of the
annexed conditions of the contract and agree that when materials for the work
are provided by the Government, such materials and the rate to be paid for them
shall be as providedinSchedule"A"hereto.

Contractor sign. No Of Correction Executive Engineer


29

MEMORANDUM
(a)GeneralDescription: RAESD/CR/2011/2025-26 Providing full comprehensive 135118
maintenance of fire alarm and fire fighting systems at Alibag
Civil Hospital, Alibag, Dist. Raigad (For 3 Years)

(b)Theamountofearnest moneytobedepositedshall b)EstimatedCost Rs.1765368/-


beinaccordancewiththe
provisionsofparas207oftheM.P.W.Manual

c)EarnestMoney Rs. 17700/-

d)SecurityDeposit

c)Thedepositshallbein accordancewithparas214(I) (i) FDR 1 %ofTenderCost


BoftheM.P.W.Manual (Notlessthantheamountofearnest money)
Rs.18000/-

ii) Remaining 1%ofTenderCost

Rs.18000/-

TOTAL :-
Rs.36000/-
(d)Thispercentagewhereno secuhtydepositistakenwill e)Percentage,ifanytobedeductedfrom 2 Percent
varyfrom5percentto10 percentaccordingtothe billssoastomakeupthetotalamount
requirementofthecasewhere secuhtydepositistakensee requiredassecuritydepositbythetime,half
ote/toclause/ofconditionsofcontract.
thework,asmeasuredbythecostisdone.

(e)GiveSchedulewhere necessaryshowingdatesby f)Timeallowedfortheworkfromthe 1095 Days


whichthevariousitemsareto becompleted dateofwrittenordertocommence

2. I/We agree that the offer shall remain open for acceptance for a minimum period of Months from the date fixed for
opening the same and thereafter until it is withdrawn by me/us by notice in writing duly addressed to the authority
opening the tenders and sent by registered post AD or otherwise delivered at the office of such authority, "Treasury -
Bank Challan No. and date or term deposit receipt for a period of one year issued by Scheduled/ Nationalised Bank and
duly endorsed in the name of Executive Engineer, Raigad Electrical Division, (P.W.D.), Raigad receipt no.
date/ /20 in respect to the sum Rs 17700/- ( Rs. Seventeen Thousand Seven Hundred Only) representing the
earnest money is herewith forwarded. The amount of earnest money shall- not bear interest and shall be liable to
be forfeited to the Government should 1 / We fail to (i) abide by the stipulation to keep the offer open for the period
mentioned above or (ii) sign and complete the contract documents as required by the Engineer and furnish the security
deposit- as specified in item (d) of the memorandum contained in paragraph (i) above within the time limit laid
down in clause (1) of the annexed General Conditions of Contract. The amount of earnest money may be
adjusted towards the security deposit or refunded to me/us if so desired by me/us in, writing, unless the same or any
part there of has been forfeited as afore said.

3. I/We have secured exemption from payment of earnest money after executing the
necessary bond in favour of the Govt, a true copy of which enclosed herewith should any
occasion for forfeiture of earnest money for this work arise due to failure on my/our
part to (i) abide by the stipulations to keep the offer open for the period mentioned above or
(ii) sign and complete the contract documents and furnish the security deposit as
specified in item (d) of the Memorandum contained in paragraph 1 above within

Contractor sign. No Of Correction Executive Engineer


30

the time limit laid down in clause (I) of the annexed General Conditions of Contract the
amount payable by me/us may at the option of the Engineer be recovered out of the
amount deposited in lump sum for securing exemption in so far as the same may extend in
terms of the said bond and in the event of the deficiency out of any other moneys which
are due or payable to me/us by the Government under any other contract or transaction
of any nature whats oever or otherwise.

4. Should this tender be accepted I/We hereby agree to abide by and fulfill and the terms and
provisions of the conditions of contract annexed hereto so far as applicable and in default
there of to forfeit and pay to Government the sum of money mentioned in the said conditions

Receipt No. _______________ dated ____________ from the Goverment Treasury orSub-
*Amounttobe Treasuryat________________ in respect of the sum Rs 17700/- ( Rs. Seventeen
Thousand Seven Hundred Only) is herewith forwarded representing the earnest money
specifiedinwordsand figures (a) the full value of which is to be absolutely forfeited to Government should I/We not
deposit the full amount of security deposit specified in the above memorandum in accordance
with clause 1(A) of the said conditions, otherwisethesaidsumof sum Rs 17700/- ( Rs.
Seventeen Thousand Seven Hundred Only) shall be refunded.

Strikeout(a)ifnocash
securitydepositis to be taken

Contractor Signature of contractor

Address before submission of


Tender.
Datedthedayof20

(Witness ) Signature of witness to


Address Contractors Signature

(Occupation)

The above tender is hereby accepted by me for and on behalf of the Governor of Maharashtra

Dated the day ExecutiveEngineer


Raigad Electrical Divison
of 20 Raigad

Contractor sign. No Of Correction Executive Engineer


31

CONDITIONS OF CONTRACT

Clause1: SecurityDeposit (PWDResolutionNo.CAT/1087/CR-94Bldg.2dt14-6-89)


The person/persons whose tender may be accepted (hereinafter called the contractor, which expression shall
unless excluded by or repugnant to the context include his heirs, executors, administrators, and assigns) shall
(A) within 10 day (which may be extended by the Superintending Engineer concerned upto
1095 Days if Superintending Engineer thinks fit to do so) of the receipt by him of the notification of the
acceptance of his tender deposit with the Executive Engineer in cash or Govt. securities endorsed to the
Executive Engineer, (if deposited for more than 12 months) of sum sufficient which will made up the full
security deposit specified in the tender or (B) (Permit Govt. at the time of making any payment to him for
work done under the contract deduct such as will amount to 2%(percent) of all money so payable such -
deductions to be held by Govt. by way of security deposit) Provided always that in the event of the
contractor depositing a lump: sum by way of security deposit as contemplated at (A) above then and in such
case, if the sum so deposited shall not amount to 2 %(percent)of the total estimated cost of work, it shall
be lawful for Govt. at the.time of making any payment to the contractor for work done under contract to
make up the full amount of percent by deducting a sufficient sum from every such payment as last a
foresaid until the full amount of the security deposit is made up. All compensation or other sums of money
payable by the contractor to Govt.under the terms of his contract may be deducted from or paid by the sale of
sufficient part of his security deposit or from the interest arising there from,or from any sums which may
be due or may be come due by Govt to the contract or under any other contract or transaction of any nature
on any account whatsoever and in the event of his security deposit being reduced by reason of any such
deduction or sale as aforesaid, the contractor shall within ten days thereafter, make good in cash or
Govt. Securities endorsed as aforesaid any sum or sums which may have be end educted from or
raised by sale. of his security depositor,any part thereof.The security deposit referred to when paid in cash
may, at the cost of the deposit or be converted into interest bearing securities provided that the deposit
or shasexpressly desired this in writing.
If the amount of the security deposit to be paid in a lump sum within the period specified at(A)
above is not paid the tender/contract already accepted shall be considered as cancelled and legal steps taken
against the contractor for recovery of the amounts.The amount of the security deposited by the contractor
shall be refunded along with the payment of the final bill, if the date upto which the contractor has
agreed to maintain the work in good orders over.If such date is not over only 50% amount of regular
security deposit shall be refunded along with the payment of the final bill. Additional security deposit
refunded after completion ofsaid liability period.
The amount of security deposit retained by the Govt.shall be released after expiry of period upto which the
contractor has agreed to maintain the work in good order is over. In the event of the contractor
failing or neglecting to complete rectification work within the period upto which the contractor has
agreed to maintain the work in good order, then, subject to provisions of clauses 17 and 20 here of the
amount of Security Deposit retained by, Govt. shall be adjusted towards the excess cost incurred by the
department on rectification of work or maintenance & repairs.
Note:*This will be the same percentage as that in the tender at(e)

Clause2: Compensation for delay


The time allowed for carrying out the work as entered in the tender shall be strictly observed by the
contractor and shall be reckoned from the date on which the order to commence work is given to the
contractor. The work shall through the stipulated period of the contract proceeded with, all due diligence
(time being deemed to be of the essence of the contract on the part of the contractor) and the contractor shall
pay as compensation an amount equal to one percent or such smaller amount as the Superintending Engineer
(Whose decision in writing shall be final) may decide, of the amount of the estimated cost of the whole work
as shown by the tenderer for every day that the work remains uncommenced, or unfinished after the proper
dates. And further to ensure good progress during execution of the work, the contractor shall be bound,in all
cases in which the time allowed for any work exceeds one month to complete.
¼ of the work in ¼ of the time
½ of the work in ½ of the time
¾ of the work in ¾ of the time
Full work will be completed in full time i.e. in 1095 Days - of the time in clding mansoon period.
* Note - The quantity of the work to be done within a particular time to be specified above shall be fixed
and inserted in the blank space kept for the propose by the officer competent to accept the contracts after

Contractor sign. No Of Correction Executive Engineer


32

taking into consideration the circumstances of each case and abide by the programme of detailed progress
laid down by the Executive Engineer.The following proportion will usually be found suitable
In ¼, ½, ¾ of the time
Reasonable progress of earth wprl.1/6 ,1/2 ,3/4 of the total value of the work to be done
Reasonable progress of masonary work .1/10, 4/10 ,8/10 of the total value of the work to be done
Clause3: Action when whole of security deposit is forfeited
In any case in which under any clause of this contract the contractor shall have tender edhimself liable to pay
compensation amounting to the whole of his security deposit whether paid one sum or deducted by
installments or in the case of abandonment of the work owing to serious illness or death of the contractor or
any other cause: the Executive Engineer on behalf of the Governorof Maharashtra shall have power to adopt
any of the following courses, as he may deem best suited to the interest of Government. (a)To rescind the
contract (for which recission notice in writing .to the contractor under the hand of Executive Engineer shall
be conclusive evidence) and in that case the Security deposit of the contractor shall stand forefited and be
absolutely at the disposal of Government. (b) To carry out the work or any part of the work departmentally
debiting the contractor with the cost of the work, expenditure incurred on tools and plant, and charges on
additional supervisory staff including the cost of work - charged establishment employed for getting the
unexecuted part of the work complete and crediting him with the value of the work done departmentally in all
respects' in the same manner and at the same rates as if it had been carried out by the contractor under the
terms of this contract. The certificate of the Executive Engineer as to the cost and other allied expenses so
incurred and as to the value of the work so done departmentally shall be final and conclusive against the
contractor. (c) To order that the work of the contractor be measured up and to take such part there of as shall
be unexecuted out of his hands,and to give it to another contractor to complete,in which case all expenses
in curredon advertisement for fixing a new contracting agency, additional supervisory staff including the
cost of work charged establishment, and the cost of the work executed by the new contract agency will be
debited to the contractor and the value of the work done or executed through the new contractor shall be
credited to the contractor in all respects and in the-same manner and at the same rates as if it had been carried
out by the contractor under the terms of this contract, the certificate of the Executive Engineer as to all the
cost of the work and other expenses incurred as aforesaid for oringetting the unexecuted work done by then
contractor and as to the value of the work so done shall be final and conclusive against the contract or.
In case the contract shall be rescinded under clause (a) above the contractor shall not be entitled to recover or
be paid, any sum for any work therefore actually performed by him under this contract unless and until the
Executive Engineer shall have certified in writing the performance of such work and the amount payable to
him inrespect there of and he shall only been titled to be paid the amount so certified in the event of either
of the courses referred in clause (b) or (c) being adopted and the cost of the work executed
departmentally or through a new contractor and other allied expenses exceeding the value of such work
credited to the contractors the amount of excess shall be deducted from any money due to the contractors by
Govt. under the contract or otherwise howsoever or from his security deposit or the sale proceeds thereof
provided however that the contractor shall have no claim against Govt. even if the certified value of the
work done departmentally or through a new contractor exceeds the certified cost of such work and allied
expenses provided always that whichever of the three courses mentioned in clause (a), (b), (c) is adopted by
me Executive Engineer, the contractor shall have no claim to compensation for any loss sustained by him by
reason of his having. Purchased or procuredany materialsor entered into any engagements or made any
advance on account of or with a view to the execution of the work or the performance of the contract.
Clause4: Action when the progress of any particular portion of the work is unsatisfactory
If Progress of any particular portion of the work is unsatisfactory the Executive Engineer shall
notwithstanding that the general progress of the work is in accordance with the conditions mentioned in
clause 2, be entitled to take action underclause 3 (b) after giving the contractor10 days notice in writing. The
contractor will have no claim for compensation, for any losss ustained by him owing to such action.
Clause 5: Contractor remains liable to pay compensation of action not taken under clause 3 and 4.
In any case in which any of the powers conferred upon the Executive Engineer by clause 3 and 4 hereof
shall have become exercisable and the same shall not have been exercised the non - exercise thereof shall
not constitute a waiving of any of the conditions hereof and such powers shall not withstanding be
exercisablein the event of any future case of default by the contractor for which underany clauses hereof he
is declared liable to pay compensation amounting to the whole of his security deposit and the liability of the
contractor for past and future compensation shall remain unaffected in the event the Executive Engineer

Contractor sign. No Of Correction Executive Engineer


33

taking action Under sub-clause (a) or (c) of clause 3 he may if he so desires take possessionof all or any tools
plant materials and stores in or upon the work or the site thereof or belonging to the contractor or procured
by him and intended to be used for the execution of the work or any part thereof, paying or allowing for the
same in account at the contract rates or in the case of contract, rates not being applicable at current market
rates to be certified by the Executive Engineer whose certificate thereof shall be final in the alternativethe
ExecutiveEngineermay, after given notice in writingto the contractoror his clerk of the work for emanor
other authorized agent require him to remove such toots & plant materials, or stores from the premises within
a time to be specified in such requisition the executive engineer may remove them at the contractors
expense or sell them by action or private sale on account of the Contractor and at his risk in all respects and
the certificate of the Executive Engineer as to the expense of any such removal and the amount of the
proceeds and expense of any such sale shall be final and conclusive against the contractor.
Clause6: Extension of Time
If contractor shall desire an extension of the time for completion of work on the ground of his having
been unavoidably hindered in its execution or on any other ground he shall apply in writing to the
Executive Engineer before the expiration of the period stipulated in tender or before the expiration of
30 days from the date which he has hindered as aforesaid or on which the cause for asking for extension
occurred whichever is earlier and the Executive Engineer or in the opinion of Superintending Engineer, or Chief
Engineer as the case may be if in his opinion, there were reasonable grounds for granting an extension
grant such extension as he thinks necessary or proper the decision of the Executive Engineer in this matter shall
be final.

Clause6(A): In case of dealing in handing over the land required for the work due to unforeseen causes the contractor shall
not be entitled for any compensation what so ever from Government on the ground that the machinery
or labour was for certain period remained idle, contractor may however apply for extension of time limit which
may be granted on the merit of the same.
The contractor will not have any claim in case of delay by the Department of removal of trees or / shifting
rasing removing of telegraph, telephone or electrical lines ( over head or under ground ) or other structure if
any which may come in the way of work. however suitable extension can be granted to cover soaldelay.

Clause7: Final Certificate


On the completion of the work the contractor shall be furnished with a certificate by the Executive
Engineer (hereinafter called the Engineer - in - charge) of such completion but no such certificate shall be given
nor shall work be considered to be complete until the contractor shall have the work be considered to be complete
until the contractor shall have removed from the premises on which the work shall have been executed all
scaffolding, all surplus materials and rubbish and shall have cleaned of the dirt from all wood work doors,
windows walls floor or other parts of any building in or upon which the work, shall have been executed all
scaffolding, all surplus materials and rubbish and shall have cleaned of the dirt from all wood work doors,
windows walls floor or other parts of any building in or upon which the work, has been executed or of which he
may have had possession for the purpose of executing the work nor until the work shall been measured by the
Engineer - in - charge or where the measurement have been taken by his subordinates until they have received
approval of the Engineer - in - charge the measurement being binding and conclusive against the contractor, if
the contractor shall fall to comply with the requirements of this clause as to the removal of scaffolding surplus
materials and rubbish and cleaning of dirt on or before the date fixed for the completion of the work the
Engineer-in-charge may at the expenses of the contractor remove such scaffolding surplus materials and rubbish
and dispose of the same as he thinks fit and clean off such dirt as foresaid and the contract or shall forthwith
pay such amount of all expenses so incurred but shall have no claim in respect of any such scaffolding surplus
materials as aforesaid except for any sum actually realized by the sale there of.

Clause8: Payment on intermediate certificate to be regarded as advances.


No payment shall be made for any work estimated to cost less than rupees on thousand till after the whole
of work shall have been completed and a certificate of completion given but in the case of works estimated
to cost more than rupees one thousand the contractor shall on submitting a monthly bill therefore be
entitled to receive payment proportionate to the part of the work than approved and passed by the Engineer-
in-charge, whose certificate of such approval and passing of the sum so payable shall be final and
conclusive against the contractor. All such intermediate payments shall be regarded as payments by way of
advanceagainst the final paymentsonly and not as paymentsfor workactuallydoneand completed and shall

Contractor sign. No Of Correction Executive Engineer


34

not preclude the Engineer-in-charge from requiring any bad unsound imperfect or unskillful work to
be removed or taken away and reconstructed of the due performance of the contract or any part thereof in
any respect or the occurring of any claim nor shall it conclude determine or effect in any other way the
powers of the Engineer-in-charge as to the final Settlement and adjustment of the accounts or otherwise or
in any other way very or affect the contract.The final bill shall be submitted by the contractor within one
month of the date for completion of work otherwise the Engineer-in-charge's certificate of the measurements
and of the total amount payable for work shallbe final and binding on all parties.
Clause 9 : Payment at reduced rates on account of items of work not accepted as completed, to be at the direction of
the
Engineer-in-charge.
The rates for several items of work estimated to cost more than Rs. 1000 agreed to within,shall be valid Only
when the item concerned is accepted as having been completed fully in accordance with the
sanctioned specifications. In cases where the items of work are not accepted as so completed by the Engineer-
in-charge he may make payment on account of such at such reduced rates as he may consider reasonable in the
preparation of final or on account bills.

Clause10: Bill to be submitted monthly.


A bill shall be submitted by the contractor in each month or before the date fixed by the Engineer-in charge
for all work executed in the previous month, and the Engineer-in charge shall take or cause to be taken the
requisite measurement for the purpose of having the same verified and the claim, so far as it is admissible
shall be adjusted, if possible, within ten days from the presentation of the bill. If the contractor does not
submit the bill within the time fixed as aforesaid, the Engineer-in -charge may depute a subordinate
to measure up the said work in the presence of the contractor or his duly authorized agent whose counter
signature to the measurement list shall be sufficient warrant, and Engineer-in-charge may prepare a bill from
such list whichs hall be binding on the contract or sin all respects.
Clause11: Bills to be on printed forms.
The contractor shall submit all bills on the printed forms to be on had on .application at the office of the
Engineer-in-charge. The charges to be made in the bill shall always be entered at the rates specified in the
tender or in the case of any extra work ordered in pursuance of these conditions and not mentioned or
provided for in the tender at the rates here in after provided for such work.
Clause12: Stores supplied by Government
If the specification or estimate of the work provides for the use of any Special description of material to be
supplied from the store of the Dept. store or if it is required that the contractor shall use certain stores to be
provided by the Engineer-in-charge ,(such material and stores and the prices to be charged therefor as here
in after mentioned being so as practicable for the convenience of the' contractor but not so as in any way to
control the meaning or effect of this contract specified in the; schedule or memorandum hereto annexed),
contractor shall be supplied with such materials and stores as may be required from time to time to be used
by him for the purposeof the contractonly,and value of the full quantityor the materials and store so supplied
shall be set off or deducted from any sums then due,or thereafter to become due to the contractor under the
contract, or otherwise, or from the security deposit or the proceeds of sale thereof. If the security deposit is
held in Government securities, the same or sufficient portion thereof shall in that casebe sold for the
purpose.All materials supplied to the contractor shall remain the absolute property of Government and
shall on no account be removed from the site of the work, and shall at all times be open for
inspection by the Engineer- in - charge. Any such materials unused and in perfectly good
condition at the time of completion ortermination of the contract shall be returned to the
Departmental store if the Engineer-in-charge so requires by a notice in writing given under his hand but the
contractor shall not be entitled to return any such materials except with consent of the Engineer-in-charge
and he shall have no claim for compensation on account of any such material supplied to him as a foresaid
but remaining unused by him or for any wastage in or damage to any such materials.

Clause12(a): All storesof controlled materials such as cement, steel etc. supplied to the contractor by Government should be
kept by the contractor under lock &key and will be accessible for inspection by Executive Engineer or his agent
at all the time.

Contractor sign. No Of Correction Executive Engineer


35

Clause13:Works to be executed with specifications,drawings,orders etc.


The contractor shall execute the whole and every part of the work in the most substantial and
workmanlike-manner, and both regards material and every other respect in strict accordance with
specifications. The contractor shall also conform exactly fully land faithfully to the designs, drawing and
instructions in writing relative to the work signed by the Engineer-in -charge and lodged in his office and to
which the contractor shall be entitled to have access for the purpose of inspection at such office, or on the site of
the work during office hours. The contractor will be entitled to receive three sets of contract drawings and
working drawing as well as one certificate copy of the accepted tender along with the order free of cost. Further
copies of the contract drawings and working drawings if required by him, shall be supplied at the rate
Rs...................per set of contract drawings and Rs..............per work drawing except whereotherwisespecified.

Clause 14 : Alterations in specifications and designs not to invalidate contracts Rates for works not entered in
estimate or schedule of rates of the district. Extensions of time in consequence of additions of alteration.
The Engineer-in-charge shall have power to make any alteration in or additions to the original
specification, drawings, designs and instructions that may appear to him to be necessary or advisable
during the progress of the work and contractor shall be bound to carry out the work in accordance with any
instructions in this connection which may be given to him in writing signed by the Engineer-in-charge and such
alteration shall not invalidate the contract and any additional work which the contractor may be directed todoin
the manner above specified aspartofthe work shall be carried outbythecontractor on the same condition in
all respects on which he agreed to do the main work and at the same-rates as are specified in the tender for the
main work. And if the additional and altered work includes any class of work for which no rate is specified in
this contract then such class of work shall be carried out at the rates entered in the Schedule of Rates of the
Division or at the rates mutually agreed upon between the Engineer-in-charge and the contractor
whichever are lower. If the additional or altered work for which no rate is entered in the schedule of Rates of
the Division is ordered to be carried out before the rates are agreed upon then the contractor shall within seven
days of the date of receipt by him of the order to carry out the work inform the Engineer - in - charge of the
rate which it is his intention to charge for such class ofwork. And iftheEngineer-in-Charge does not agree to
this rate he shall bynotice in writing be at liberty to cancel his order to carry out such class
of work and arrange to carry out in such manner as he may consider advisable provided always that if
the contractor shall commence work or incur any expenditure in regard thereto before the rates shall
have been determined as lastly herein before mentioned, then in suchcase he shall only be entitled to
be paid in respect of the work carried out or expenditure incurred by him prior to the date of
determination of the rate as foresaid according to such rate or rate as shall be fixed by the Engineer-In-
charge in the event of a dispute, the decision or the Superintending Engineer of the circle will be final.
Where, however, the work is to be executed according to the designs drawings and specification
recommended by the contractor and accepted by .the competent authority the alteration above referred to
shallbe within the scope of such designs ,drawings and specifications appended to the tender.
The time limit for the completion of the work shall be extended in the proportion that the increase in its cost
occasioned by alternations or additions bears to the cost of the original contract work and the
certificate of the Engineer-in-charge as to such proportion shall be conclusive.

Clause15: (1) No claim to any payment of compensation for alteration in or restriction of work.
If at any time after the execution of the contract documents the Engineer shall for any reason what-so- ever
(other than default on the part of the contractor for which the government is entitled to rescind the contract)
desires that the whole or any part of the work specified in the tender should be suspended forany period or
that the whole or part of the work should not be carried out at all he shall give to the contractor a notice in
writing of such desire and upon the receipt of such notice the contractor shall forthwith suspend or stop the
work wholly or inpart as required after having due regard to the appropriate stage at which the work should
be stopped or suspended, so as not to cause any damage or injury to the work already done or endanger the
safety there of provided that the decision of the Engineeras to the stage at which the workor any part of it
could be or would have been safely stopped or suspended shall be final and conclusive whatsoever by
reason of or in pursuanceof any notice as aforesaid,on account of any suspension stoppage or curtailment
except to the extent specified herein after 2) Where the total suspensionof work ordered as aforesaid
continued for a continuous period exceeding 90 days the contractor shall be at liberty to withdraw
from the contractual obligations under the contract so far as it pertains to the unexecuted part of the work

Contractor sign. No Of Correction Executive Engineer


36

by giving a 10 days prior notice in writing to the Engineer within 30 days of the expiry of the said period of
1095 Days of such intention and requiring the Engineer to record the final measurement of the work
already done and to pay final bill. Upon giving such notice the Contractor shall be deemed to have been
discharged from his obligation to complete the remaining unexecuted work under his contract. On receipt
of such notice the Engineer shall proceed to complete the measurement and make such payment as maybe
finally due to the contractor within a period of 1095 Days from the receipt of such notice inrespect of the
work already done by the contractor. Such payment shall not in any manner prejudice the right of the
contractor to any further,compensation under the remaining provisions of this clause. 3) Where the
Engineer required the contractor to suspended the work for a period inexcess of 30 days.at any time or 60
days in the aggregate the contractor shall be entitled to apply to the Engineer within 30 days of the
resumption of work after such suspension for payment of compensation to the extent of
pecuniary loss suffered by him inrespect of working machinery remained idle on the
site or on the account of his having had to pay the salary or wages of labour engaged by him during the said
period of suspension provided always that the contractor shall not be entitled to any claim in respectof any
such working machinery, salary or wages for the first 30 days whether consecutive or in the aggregate of
such suspension or in respect of any suspension whatsoever occasioned by unsatisfactory work or any other
default on his part; The decision of the Engineer in this regard shall be final and conclusive against the
contractor. 4)In the event of- i)Any total stoppage of work on notice from the Engineer under sub
clause (I) in that behalf ii) Withdrawal by the contractor from the contractual obligation to
complete the remaining unexecuted work under sub-clause (2) on account of continued suspension of work
for a period exceeding 1095 Days
OR
iii) Curtailment in the quantity of item or items originally tendered on account of any alteration
omission or substitution. in the specifications drawings, designs or instruction under clause 14 (1) where
such, curtailment exceeds 25% in quantity and the value of the quantity curtailed beyond 25% at the rates for
the item specified in the tender is more than Rs. 5.000/- It shall be open to the contractor, within 1095 Days
from the service of (i) the notice of stoppage of work or (ii) the notice of withdrawal from the contractual
obligations under the contract on account of the continued suspension of work or (iii) Notice under clause
14 (1) resulting in such curtailment to produce to the Engineer satisfactory documentary evidence that
he had purchased or agreed to purchase material for use in the contracted work .before receipt by him of the
Notice of stoppage suspension or curtailment and required the Government to take over on payment such
materials at the rates determined by the Engineer provided however such rates shall in no case exceed the
rates at which the same was acquired by the contractor. The Government shall there after take over the
materials so offered, provided the quantities offered, are not in excess of the requirements of the
unexecuted work as specified in the accepted tender and are of Quality and specifications approved
by the Engineer.
Clause15:(A) No claim to compensation on account of loss due to delay in supply of materials by Government.
The Contractor shall not be entitled to claim any compensation from Government for the loss suffered by
him on account of delay by Government in the supply of materials entered in Schedule A where
suchdelayis causedbyi) Difficulties relating to the supply of railway wagons. ii) Force- majeureiii) Act of
Godiv)Actofenemies of the State or any other reasonable cause beyond the control of Government.In the
case of such delay in the supply of materials. Government shall grant such extension of time for the
completion of the works as shall appear to the Executive Engineer to be reasonable in
accordance with the circumstances of the case. The decision of the Executive Engineer as to the extension
of time shall be accepted as final by the contractor.

Clause16: Time limit for unforeseen claims


Under no circumstances whatsoever shall the Contractor be entitled to any compensation from
Government on any account unless the contractor shall have submitted claim in writing to the
Engineer-in-charge with in one month of the case of such claim occurring.
Clause17: Action & compensation payable in case of bad work.PWD ResolutionNo.CAT-1087/CR-94/Bldg-2dt.14-6-
89
If any time before the security deposit or any part thereof is refunded to the contractor it shall appear to the
Engineer - in - charge or his subordinate in charge of the work, that any work has been executed with unsound,
imperfect or unskillful! workmanship or with materials of inferior quantity, or that any materials or

Contractor sign. No Of Correction Executive Engineer


37

articles provided by him for the execution of the work are unsound,or of a quantity inferior to that contracted for
or are otherwise not in accordance with the contract it shall be lawful forthe Engineer - in - charge to intimate this
fact in writing to the contractor and then not with standing the fact that the work materials or articles complained
of may have been inadvertently passed, certified and paid for, the contractor shall be bound forthwith to rectify,
or remove or reconstruct the work so specified in whole or specified and provide other proper and
suitable materials or articles at his own charge and cost and in the event of his failing to do so within period to be
specified by the Engineer-in-charge in the written intimation aforesaid, the contractor shall be liable to
pay compensation at the rates of one percent on the amount of the estimate for every day not exceeding 10 days,
during which the failureso continues and in the case of any such failure the Engineer-in-charge may rectify or
remove and re-execute the workor remove and replace the materials or articles complained of as the case may be
at the risk and expense in all respects of the contractor. Should the Engineer-in-charge consider that any such in
ferior work or materials as described above may be accepted or made use of it shall be within his discretion to
accept the same at such reduced rates as he may fix therefor. in part as the case may require or if so required,
sha
Clause18: Work to be opentoin section Contractor orresponsible agent to be present
All works under or in course of execution or executed in pursuance of the contract shall at all times be open
to the inspection and supervision of the Engineer - in - charge and his subordinates and the contractor shall
at all times during the usual working hours and at all other times at which reasonable notice of the intention
of the Engineer - in - charge and his subordinate to visit the work shall have been given to the contractor
either himself be present to receive orders and instructions or have a responsible agent duly accredited in
writing present for that purpose. Orders given to the contractors duly authorised agent shall be considered to
have the same force and effect as if they had been given to the contractor himself.
Clause19: Notice to be given before work is covered.
The contractor shall give not less than five days notice in writing to the Engineer-in-charge or his
subordinate in charge of the work before covering up or otherwise placing beyond the reach of
measurement any work in order that the same may be measured and correct dimensions thereof taken
before the same is So covered andor placed beyond the reach of measurement and shall not cover
up or place beyond the reach of measurement any work without the consentinwriting of the
Engineer-in-chargeor his subordinate in charge of the work and if any work shall be covered up or placed
beyond the reach of measurement without such notice having been given or consent obtained the same shall
be uncovered at the contractors expense and in default thereof no payment or allowance shall be made for
such work or formaterials with which the same was executed.

Clause20: Contractor liable for damage done and forimperfections for three months after certificate. PWD
Resolution No.CAT-1087/CR-94/Bldg.-2dt.14/6/89
If during the period of 12 Months for Electrical Installation (For LED Fitting 36 Months) from the date
of completion as certified by the Engineer - in - charge pursuant to clause-7 of the contract or 48
Months for Electrical Installation (For LED Fitting 60 Months) after commissioning the work,
whichever is earlier in the opinion of the Executive Engineer, the said work is defective in any
manner whatsoever the contractor shall forthwith on receipt of notice in that behalf from the Executive
Engineer duly commence execution and completely carry out at his cost in every respect all the work
that may be necessary for rectifying & setting right the defects specified therein including
dismantling and reconstruction of unsafe portion strictly in accordance with and in the manner
prescribed and under the supervision of the Executive Engineer. In the event of the contractor
failing or neglecting to commence execution of the said rectification work within the period prescribed
there for in the said notice and /or to complete the same as aforesaid as required by the said notice,
the Executive Engineer may get the same executed and carried out departmentally or by any other agency
at the risk on account and at the cost of the contractor. The contractor shall forth with, on demand pay to the
Govt. the amount of such costs, charges and expenses sustained or incurred by the Government of
which the certificate of the Executive Engineer shall be final and binding on the contractor, Such costs,
charges and expenses shall be deemed to be arrears of land revenue and in the event of the contractor
failing or neglecting to pay the same on demand as aforesaid without prejudice to any other rights
and remedies of the Government, the same may be recovered from the contractor as arrears of revenue.
The Government shall also be entitled to deduct the same from any amount which may then be
payable or which may thereafter become payable by the Government to thecontractoreitherin respect of
the said work or any other work whatsoever or from the amount of securitydeposit retained by Government .

Contractor sign. No Of Correction Executive Engineer


38

Clause21: Contractor to supply plant, ladders, scaffolding etc. And isliable for damage sarising from non provision
so flight fencingetc.
The contractor shall supply at his own cost all materials (except such special materials, if any as may,
accordance with the contract be supplied from the PWD stores) plant tools, appliances implements ladde
cordage, tackle scaffolding and temporary work requisite for the proper execution of the work, whether in
original, altered or substituted from and whether included in the specification-or other documents forming p
of • the contract or referred to in these conditions or not and which may be necessary for the purpose satisfying
or complying with the require ment of the Engineer- in - chargeas to any matteras to whichun these
conditions he is entitled to be satisfied or which lie is entitled to require together with the carri there for to and
from the work.The contractor shall also supply with out charge the requisite number of pers with the means
and materials necessary for thepurpose of setting out works and counting, weigh and assisting the
measurement or examination at any time & from time to time of the work or materials, failing, which
the same may be provided by the Engineer-in-charge at the expense of the contrac and the expenses maybe
deducted from any money due to the contractor under the contractor from his secur deposit or the proceeds of
sale there of of a sufficient portion there of. The contractor shall provide all necess fencing and lights required
to protect the public from accident and shall also be bound to bear the expenses defence of every suit, action or
other legal proceeding that may be brought by any person for injury sustain owing to neglect of the above
precautions and to pay any damages and costs which may be awarded in a such suit, actionor proceedings to
any such person or which may with the consent of the contractor be paid compromising any claim by and
such person.
List of machinery in contractor's possession & which they propose to use on the works should be submit
along with the tender.
Clause21(A): The contractor shall provid esuitable scaffoldsand working platforms gang way sands tairway sands hall comply
with the following regulation sin connection here with.
a)Suitable scaffolds shall be provided for work men for all works that cannot be safely done
from a ladder or by other means..
b) A scaffold shall not be constructed, taken do wnor substantially altered
except- i)under the supervision of a competent and responsible person and
ii) as faras possible by competent worker spossessing a dequate experience in this kind of
work.
c) All Scaffold sandappliances connected there with and all ladders shall
i) be of sound material
ii) be of adequate strength having regard to the load sand strains to which they will be subject
tedand be maintained proper condition
d) Scaffolds shall be so constructed that no part there of can be displace dinconsequence of normaluse
e) Scaffolds shall not beover-loaded and so faraspracticable the load shall beevenly distributed.
f) be fore installing lifting gearon scaffolds special precautions shall be taken to ensure the
strength and stability of the scaffold.
g) Scaffolds shall be periodically inspected by a competent person.
h)Before allowing ascaffold to be used by his work men the contractor shall whether the
scaffoldhas been erectedby his work menornot take step stoensure that it complies fully with
the regulation
here-in-specified.
i) Working platform, gangways, stair ways shall
be- j)Working platform, gangways, stair ways
shall be- 1) so constructed that no part there of
can sag unduly or unequally.
2) be so constructed and maintained having regard to the prevailing conditions as to
reduce as for as practicable risks of person sand stripping or slipping, and
3) be kept free from any unnecessary obstruction.
j) In the case of working platforms, gangways,working place and stairways ataheight

Contractor sign. No Of Correction Executive Engineer


39

exceeding 3 metres.
1) every working plat for man devery gangways shall be closely board edunlessot her
adequate measures are taken to ensure,safety.
2) every working platform and gangways shall have adequatewidthand
3) every working platform,gangways,workingplace and stairway shall be suitable fenced.

k) Every opening in the floor of a building or in a working platform shall except for the time and to the
extent required to allow the excess of persons or the transport or shifting of material be provided with
suitable means to prevent the fall of persons or material.
l) When persons are employed on roof where there is a danger off ailing from aheight exceeding 3
meterssuitable precautions shall be taken for prevent the fall of persons or materials.
m) Suitable precautions shall be taken to prevent persons being struck by articles which might fall from
scaffolds or other working places.
n) Safe means of access shall be provided to all working platforms & other working places.
o)The contractor(s) will have to make payments to the labour ersas per Minimum Wages Act.
Clause21(B): The contractor shall comply with the following regulations as regards the Hoisting Appliances to beused by him-
a) Hoisting machines and tackle, including their attachments, ancharges and
supports shall
1) be of good mechanical construction, sound material and adequate strength and free from
patent defect and
2)be of good repair and in good working order.
b) Every rope use dinhoisting or lowering materials or a same an sofsuspension
shall be of suitable quality and adequate strength and free from patent defect.
e) Every crane driver or hoisting applicance operator shall be properly qualified.
f) No person who is below the age of ......... years shall be incontrol of any hoisting
machine, including any scaff old which or give sign alsto the operator.
g) In the case of every hoisting machine and or every chain, ring, shackleswivel pulley block
use din hoisting or lowering or as ameans suspension the safe working load shall be as
curtained by adequatemeans.
h) Every hoisting machine and allgear referred to in proceeding regulation shall be plainly
marked with the safe working load.
i) In the case of ahoisting machine having avariable safe working load, each safe working
load the conditions under which it is applicables hall be clearly indicated.
j) No part of any hoisting machine or of any gear referred to inregulation(g)above shall be
loaded be yond the safe working load except for the purpose of testing.
k) Motors gearing, transmission, electric wiring and other dangerous part of hoisting
appliances shall be provided with efficients afeguards.
l) Hositing appliances shall be provided with such means as will reduce to minimum & the
risk of the accident aldescent of the load.
m) Adequate precaution shall be taken to reduce to aminimum the risk at any part of as
uspended load becoming accidentally displaced.

Clause22: Measures for prevention of fire


The contractor shall not setfire to any standing jungle, trees brush wood or grass without a written permit
from the Executive Engineer When such permit is given and also in all cases when destroying out or dug up
trees, brushwood, grass etc. by fire, the contractor shall take necessary measures to prevent such fire
spreading to or to otherwise damaging surrounding property. The contractor shall make his own
arrangements for drinking water for the labours employed by him.
Clause23: Liability of contractor for any damage done in or outside work area
Compensation for all damage done intentionally or unintentionally by contractor's labour whether in or
beyond the limits of Government property including any damage caused by the spreading of fire mentioned
in clause 22 shall be estimated by the Engineer-in-charge or such other officer as he may appoint and the
estimates of the Engineer-in- charge subject to the decisions of the Superintending Engineer on appeal shall
be final and the contractor shall be bound to pay the amount of the assessed compensation on demand,
failing which the same will be recovered from the contractor as damages in the manner prescribed in clause
1 or deducted by the Engineer-in-charge from any sums that may be due from Government to contractor

Contractor sign. No Of Correction Executive Engineer


40

under this contract or otherwise. The contractor shall bear the expenses of defending any action or other
legal proceeding that may be broughtby any personsfor injury sustained by him owing to neglect of
precautions to prevent the spreadof fire and shall pay any damage sandcostthat may be a warded by the court
in consequence.
Clause24: Employment of femalel abour
The employment of female labours on work in neighborhood of soliders barracks should be avoided as far
aspossible.
Clause25: WorkonSunday
No work shall be done on Sunday with out the sanction in writing of the Engineer-in-charge.
Clause26: Work not to sublet.
Contract may be rescinded and security deposit for feited forsubletting it without approval or for bribing
a public of ficerorif contractor be comes insolvent.
Contract shall not beassigned or sublet without the written approvalI of the Engineer-in-charge. Andifthe
contractor shall assign or sublet his contract or attempt so to do or become insolvent or commence any
proceedings to get himself adjudicated insolvent or make any compositions with his creditors or attempt so
to do or if bribe, gratuity, gift, loan, perquisite, reward or advantage pecuniary or otherwise shall either
directly or indirectly be given promised or offered by the contractor or any of his servants or agents to any
public officer or person in the employ of Government in any way relating to his office or employment or if
any such officer or person shall become in any way directly or indirectly interested in the contract the
Engineer-in-charge may there upon by notice in writing rescind the contract and the security deposit of the
contractor shall there upon stand forfeited and be absolutely at the disposal of Government and
same. Consequences shall ensure as if the contract had been rescinded under clause 3 here of and in addition
the contractor shall not be entitled to recover or be paid for any work therefore actually performed under the
contract.
Clause27: Sumpayablebywayofcompensationtobeconsideredasreasonablecompensation
withoutreferencetoactualloss
All sums payable by a contractor by way of compensation under any of these condition shall be considered
as a reasonable" compensation to be applied to the use of Government without reference to the actually loss
or damages ustained and whether any damage has or not been sustained.
Clause28: Changes in the constitution of firm to be notified.
In the case of tenderby the partnersany changein the constitutionof a firm shall be forth with not ified by
the contractor to the Engineer-in-charge for his information.
Clause29: Direction and control of the Superintending Engineer.
All work to be executed under the contract shall be executed under the direction and subject to the
approval in all respectsof the Superintending Engineer of the Circle for the time being who shall be
entitled to direct at what point or point sandin what manner, they are to be commenced and from time to
time carried on.
Clause30: Direction and control of the Superintending Engineer.
(1) Except where otherwise specified in contract and subject to the powers delegated to him by
Government under the code, rules then in force the decision of Superintending Engineer of the Circle for
the time being shall be final, conclusive and binding on all parties of the contract upon all questions relating
to the meaning of the specification, design, drawing and instructions herein before mentioned and as to the
qualityof workmanshipor materialsused on the workor as to any other questionclaim,right matteror thing
what soever if any way arising out of or relating to the contract, designs, drawings specification, estimates,
instructions, orders or these conditions or otherwise concerning the works, or the execution or failure to
executesame.whether a rising during the progress of work or after the completion or abandonment there of.
(2) The contractor may within 30 days of receipt by him of any order passed by the Superintending
Engineer of the Circle as aforesaid .appeal against it to the Chief Engineer concerned with contract work or
project provided that- a)The accepted value of the contract exceeds Rs. 10 Lakhs(Rs Ten Lakhs). b)
Amount of claim is not less than Rs.1.00 Lakh(Rs.OneLakh).
(3) If the contractoris not satisfied with the orderpassed by the Chief Engineer as aforesaid the contractor
may within 30 day of receipt by him of any such order appeal against it to the concerned Secretary, Public

Contractor sign. No Of Correction Executive Engineer


41

Works Department/Irrigation Department who, convinced that prima-facia the contractor's claim rejected by
Superintending Engineer/Chief Engineer is not frivolous and that there is some substance in the claim of
contractor as would merit a detailed examination .and decision by the standing committee shall put up to
the standing committee at Government level for suitable decision (vide PW Circle
No. CAT-1086-CR-110/Bldg-2 dt.7-5-86)
Clause31: Stores of Europeon or American manufacture to be obtained from Government.
The contractor shall obtain from the Departmental store salls to resandarticles of European or American
manufacture which may be required for the work or any part thereof or in making up any articles required
there for/or in connection therewith unless he has obtained permission in writing from the
Engineer-in-charge to obtain such stores and articles elsewhere. The value of such stores and articles as may
be supplied to the contractor by the Engineer-in-chargewill be debited to the contractor in his account at
rates shown in the schedule, in form A attached to the contract and if they are not entered in the said
schedule, they shall be debited to him at cost price which for the purposeof this contract shall include the
cost of carriage and other expenses whatsoever which shall have been incurred in obtaining delivery of the
sameatthestoresaforesaid.
Clause32: Lumpsumsin estimates
When the estimate on which a tender is made includes lumpsums in respect of part of works the contractor
shall be entitled to payment in respect of the item of work involved or the part of the work in question at
the same rates as are payable under this contract for each item, or if the part of work in question is not the
opinion of the Engineer-in-charge capable of measurement of Engineer-i-charge may at this discretion pay
the lump sum amount entered in the estimate and the certificate in writing of the Engineer-in-charge shall be
final and conclusive against the contractor with regard to any sum or sums payable to him under the
provisions of this clause.
Clause33: Action where no specification
In the case of any class of workfor which there is no such specificationas is mentionedin Rule 1 such
workshall be carriedout in accordancewith the Divisionalspecificationsand in the event of there being no
Divisional specification then in such case the workshall be carriedout in all respectsin accordancewith all
instructions and requirements of the Engineer-in-charge.
Clause34: Definition of work
The expression work or works where use din these condition shall unless there be something in the subject
or contextrepugnant to such construction be construed to mean the work or workscontractedto be
executed under or in virtue of the contract whether temporary or permanent and whether original altered,
substituted or additional.
Clause35: Contractor's percentage whether applied to net or gross amount of bill
The expression work or works where use din these condition shall unless there be some thing in the subject
orcontextrepugnant to such construction be construed to mean the work or works contracted to be
executed under or in virtue of the contract whether temporary or permanent and whether original altered,
substituted or additional.
Clause36: Quarry fees and royalties
All quarry fees,royalties,octroi dues and ground rent for stacking materials, if any, shall be paid by the
contractor.
Clause37: Compensationunderworkmen'scompensationAct.
The contractor shall be responsible for and shall pay any compensationto his workmenpayable under the
workmen Compensation Act 1923 (VIII of 1923) (therein after called the said Act) for injuries caused to the
workmenif such compensation is payable and or paid by Government as principal under sub-section (1) of
section 12 of the said Act on behalf of the contractor it shall be recoverable by Government from the
contractor under sub-section (2) of the said section such compensation shall be recovered in the manner
laid do wnin clause 1 above.
Clause37(A): The Contractor shall be responsible for and shall pay the expenses to providing medical aid to any work men
who may suffera bodily injury as a result of an accident. If such expensesare incurredby Govt. the same
shall be recoverable from contractor forthwith and be deducted without prejudice to any other remedy of
Government from any amount due or that may be come due to the contractor.
Clause37(B): The contractor shall provide all necessary personal safety equipment and first aid apparatus available for the use
of the personsemployed on the site and shall maintain the same in condition suitable for immediate use at any
time and shall comply with the following regulation inconnection there with.

Contractor sign. No Of Correction Executive Engineer


42

a)Theworker's shall be required to use theequipment so providedbythecontractor&contractorshall


takeadequatestepstoensureproperuseofequipmentbythoseconcerned.b)When work is carried on in
proximityto any placewhere thereis a risk ofdrowning all necessary equipment shall be provided and
kept ready for use and all necessary steps shall be taken for prompt rescue of any personin danger. c)
Adequate provision shall be made for prompt first aid treatment of all injuries likely to be sustained
during the course of the work.
Clause37(C): The contractor shall duly comply with the provisionof the ApprenticesAct 1961 (III of 1961) the rules made
there under and orders that may be issued from time to time under the Actsaid and the said Rules and on his
failure or neglect to do so he shall be subject to all the liabilitiesand penaltiesprovidedby the said Actand said
Rules.

Clause38: (1) Quantities in respect of the several items shown in the tender are approximate and no revision in the
tendered rates shall be permitted in respect of any of the items so long as, subject to any special provision
contained in the specification prescribed a different percentage of permissible variation, the quantity of the
items does not exceed the tender quantity by more than 25% and so long as the value of excess quantity
beyond this limit at the rate of the items specified in the tender, is not more than for Rs. 5000/-

(2) The contractor shall if ordered in writing by the Engineer, so to do also carry out any quantities in excess of
the limit mentioned in Sub Clause (1) hereof on the same conditions as and in accordance with the
specifications in the tender and at the rates (i) derived from the rates entered in the current schedule of rates
and in the absence of such rates (ii) at the rate prevailing in the market, the said rates being increased or
decreased as the case may be, by the percentage which the total tendered amount bears to the estimated cost of
the work as put to tender based upon the Schedule rates of applicable to the year in which the tenders were
invited (for the purpose of operation of this clause, this cost shall be worked out from the DSR prevailing at the
time of acceptance of the tender
Rs. 1765368/-
Clause39: Employment of famine labour etc.
The expression work or works where use din the secondition shall unless there be somethingin the subject
or contextre pugnant to such construction be construed to mean the work or works contracted to
be executed under or in virtue of the contract whether temporary or permanent and whether original altered,
substituted or additional.
Clause40: Claim for compensation for delay instarting the work.
No compensation shall be allowed for any delay caused in the starting of the work on account of acquisition
of landorin the case of clearance work on account of delay inaccording sanction of estimates.
Clause41: Claim for compensation for delay instarting the work.
No compensation shall be allowed for any delay in the execution of the work on account of water standing
in borrow, pits or compartments. The rates are inclusive for hard or cracked soil, excavation in mud
sub-soil water or water standing in borrow pits and no claim for an extra rate shall be entertained unless
otherwise expressly specified.
Clause42: Entering up on orcommencing any portion of work.
The contractor shall not enter upon or commence any portion of work except with the written authority and
instruction of the Engineer-in-chargeor of his subordinate incharge of the work failing such authority the
contractor shall have no claim to ask for measurement of or payment of work.
Clause47: Minimum age of persons employed, the employment of donkey sandor other animals
and the payment off airwages
1) No contractor shall employ any person who is under the age of 18 years.
2) No contractor shall employ donkey soro the r animals with breaching of
string or thinrope. The breaching must beat least three incheswide and should
be of tapenawar.
3) No animal suffering from sores, lamenessoremaciation or which is immature shall be
Employed on thework.
4) TheEngineer-in-charge or his Agentisauthorised to remove from the Work any
person or animal found working which does not satisfy the seconditions and no

Contractor sign. No Of Correction Executive Engineer


43

responsibility shall be accepted by Government for any delay clause din


completion of the work by such removal.
5) The contractor shall pay fair and reasonable wages to the work menemployed by him in the contract
Orundertakenbyhim.Intheeventofanydisputearisingbetweenthecontractorandhisworkmenof the
groundsthatthewagespaidarenotfairandreasonable,thedisputeshallbereferred without delay
totheExecutiveEngineerwhoshalldecidethesame.ThedecisionoftheExecutiveEngineershallbe
conclusiveandbindingonthecontractorbutsuchdecisionshallnotinanywayaffecttheconditionsinthe
contractregardingthepaymenttobemadebyGovernmentatthesanctionedtenderrate.
6) Contract shall provided rinking water facilities to the workers. Similaramenities shall
be
provided to the workers engagedonlarge work in urbanareas.
7) Contractor to take precaution against accident which take place on account of labour
Using loose garments while working near machinery.
8) All facilities provided in the contract labour(Regulation and Abolition Act 1971 and
Contract labour Regulation and Abolition Rules1971) should be provided to labour.

Clause44: Method of payment.


Payment to contractors shall/ be made by cheque drawn on any treasury within the division
convenient to them provided the amount exceeds Rs.10..Amounts not exceeding Rs.10 will be paid
in cash.
Clause45: Acceptance of condition compulsory be for etendering the work.
Any contractor who does not accept these conditions shall not be allowed to tender for works.
Clause46: Employmen to fscarcity labour
If Government declares a state of scarcity or famine to exist in any village situated within 10 miles of work
the contractor shall employ upon such parts of the work as are suitable for unskilled labour any pe certified to
him by Executive Engineer or by any person to whom the Executive Engineer may have deleg this duty in
writing to be in need of relief and shall be bound to pay to such person wages not below minimum which
Government may have fixed in this behalf. Any disputes which may arise in connection the
implementationof this clause shall be decided by the Executive Engineer whose decisions shall be final
binding on contractor.
Clause47: If Government declares a state of scarcity or famine to exist in any village situated within 10 miles of work the
contractor shall employ upon such parts of the work as are suitable for unskilled labour any pe certified to him
by Executive Engineer or by any person to whom the Executive Engineer may have deleg this duty in writing to
be in need of relief and shall be bound to pay to such person wages not below minimum which Government may
have fixed in this behalf. Any disputes which may arise in connection the implementation of this clause shall be
decided by the Executive Engineer whosedecisions shall be final binding on contractor.
Clause47(A): The tendered rates shall be exclusive of all taxes, rates and cesses.
Clause48: The rates to be quoted by the contractor must be exclusive of GST . As actual GST applicable as per prevailing
Govt. Rules
Clause49: In the case of materials that may remain surpluswith the contractor from those issued for the work contract for
the date of as certainment of the materials beings urplus will be taken as date of the sale for the purpose sales
tax and the sales tax will be recovered on such sale.
Clause50: The contractor shall employ unskilled labour to be employed by him ont he said work from out of the pers
ordinarily residing in the district in which site of the aidworkis located.
Provided however, that if the required number of unskilled labour from that district is not available,
contractor shall in the first in stance employ such number ofpersonsas is available and there after may with
previous permission in writing of Executive Engineer-in-Charge of the said work obtain the rest of
requirement of unskilled labour from outside district.
Clause51: Wages to be paid to the skilled and unskilled labour ersengaged by the contractor.
1) The contractor shall comply with the provisions of the Apprentices Act 1961 and the rules and
orders issued the reunder from time to time. If he fails to do so his failure will be abreach of the
contract and the Superintending Engineer may in his discretion cancel the contract. The contractor

Contractor sign. No Of Correction Executive Engineer


44

shall also beliable for any pecuniary liability arising anaccount of any violation by him of the
provisions of the Act.
2) The contractor shall pay the labourers skilled and unskilled according to the wages prescribed by the
Minimum Wages Act of 1948 applicable to the are ainwhich the work of the contractor is located.
All amounts what soever which the contractor is liable to pay to the Government in connection with the.
execution of the work including the amount payable in respect of (i) materials and or stores supplied / issued
hereunder by the Government to the contractor (ii) hire charges in respect of heavy plant machinery and
equipment given on hire by the Government to the contractor for execution by nm of the work and/or on
which advanceshave been given by the Governmentto the contractorshall be deemedto be arrearsof the
Land Revenue and the Government may without prejudice to and other rights and remedies of the
Government recover the same from contractor as arrears of landrevenue.
Clause52: All amounts whatsoever which the contractor is liable to pay to the Government in connection with the.
execution of the work including the amount payable in respect of (i) materials and or stores supplied / issued
hereunder by the Government to the contractor (ii) hire charges in respect of heavy plant machinery and
equipment given on hire by the Government to the contractor for execution by nm of the work and/or on
which advances have been given by the Government to the contractor shall be deemed to be arrears of the
Land Revenue and the Government may without prejudice to and other rights and remedies of the
Government recover the same from contractor as arrears of land revenue.
Clause53: P.W.Dept.No.CAT/1284(120) Building-2 dated 14-8-85
The contractor shall duly comply with all the provisions of the Contract Labour (Regulation and
Abolition) Act 1970(37 of1971) and Maharashtra Contract Labour (Regulation and Abolition) Rules
1971 as amended from time to time and all other relevant statutes and statutory provisions concerning
payment of wages particularly to workmen employed by the contractor and working on the site of the
work. In particular the contractor shall pay wages to each worker employed by him on the site of the work
at the rates prescribed under the Maharashtra Contract Labour regulation and Abolition) Rules
1971. If the contractor fails or neglects to pay wages at the said rates or make short payment and the
Government makes such payment of wages in full or part thereof less paid by the contractor as the case
may be, the amount so paid by the Government to such workers shall be deemed to be arrears of Land
Revenue and the Government shall be entitled to recover the same as such from the contractor or deduct
same from the amount payable by the Governmentto the contractor hereunder or from any other amounts
payable to him by the Government.
Clause54: The contractor shall engage apprentices such as bricks layer, carpenters, wiremen, plumber as well as
blacksmith as recommended by the State Apprentices Advisor Director of Technical Education, Dhobi
Talav,Mumbai-1,on the construction work.
Clause55: Govt. of Maharashtra Education Department No.TSA-5170/T-56689Dt. 7-7-72. Govt,of Mah
P.W.D.Resolution No. CAT-1086/CR-247/K/Buld.2 Bombay-32.dt.11-9-87.
A) The anti-malaria and other health measures shall be as directed by the Joint Director (Malaria and
Filaria) of Health Services, Pune. B) Contractor shall see that mosquitozenic conditions are not created so
as to keep vector population to minimum level. C) Contractor shall carry out anti malaria measures in the
area as per guidelines prescribed under National Malaria Eradication Programme and as directed by the
Joint Director (M&F) of Health Services, Pune. D) In case of default in earring out prescribed anti malaria
measures resulting in increase in maleria incidence, contractor shall be liable to pay Govt. the amount
spent by Government on anti malaria measures to control the situation in addition to fine. E) Relations
with Public Authorities : The contractor shall make sufficient arrangements for draining away the sullage
water as well as water coming from the bathing and washing places and shall dispose of this water in such
a way as not to cause any nuisance. He shallalso keep the premise clean by employing sufficien to
sweepers.
The contractor shall comply with all rules, regulations, bye-laws and directions given from time time by
any local or public authority connection with this work and shall pay fees or charges which are livable on
him without any extra cost to Government.
Clause56: The Contractor shall comply with all the provisions of the Apprentices Act. 1961 andthe Rules and Orders
issued the reunder from time to time. If he fails to do so, his failure will be a breach of the contract and the
Superintending Engineer may, in this discretion, cancel the contract. The contractor shall also be liable for any

Contractor sign. No Of Correction Executive Engineer


45

pecuniary liability arising on account of any violation by him of the provision of the Act (vide Govt. Circular
No. CST- 1086/CR-247 Ka-Building-2/Mantralaya, Bombay 17700032 dated 11 Sept 1987

Contactor shall be submit a certificate to the effect that “ All the payments to the labour /staff are made
in bank accounts of staff linked to Unique Identification Number ( AADHAR CARD ) ” The
certificate shall be submitted by the contactor within 60 days from the commencement of contract If the
time period of contract is less than 60 days then such certificates shall be submitted with 1095 Days from
the date of commencement of contract ( Ref- G. R. Public Works Deptt. Mantralaya Mumbai G.R. No
Nivida – 2016 / F. No.20 / Shikana / bldg. 2 dtd 09.12.2016)

Clause57: Deleted

Clause 58: In case of materials which become surplus with the contractors from those issued for the work
contracted for the date of ascertainment of the materials as being surplus will be taken as the date of
sale for the purpose of GST.
Clause59: Quality Assurance and Maintenance Manual
ANNEXURE“A”: (Annex. To the PWD, Circular No.CAT-1091/CR-60-Bldg-2Dt. 14/10/1991, regarding
incorporating additional condition for Quality Assurance and Maintenance Manual).
1) To ensure the specified quality of work which will also include necessary survey temporary works etc.
the contractor shall prepare a quality assurance plan and get, the same provided from the
Engineer-In-Charge within one month from the date of work order. For this contractor shall submit an
organization chart of his technical personnel to be deployed on the work along with their qualification, job
descriptions defining the functions of reporting supervising inspecting and approving. The contractor shall
also submit a list of tools equipment and the machinery and instrumentation which he proposes to use for
the construction and for testing in the field and/or in the Laboratory and monitoring. The contractor
shall modify/ supplement the organization chart and the list of machinery/ equipment etc. as per the
direction of the Superintending Engineer and shall deploy the persons and equipment on the fields as
per the approved chart and the list respectively. The Contractorshall submit written method statements
dealing his exact proposal of execution of the work in accordance with the
specification. He willhave to get these approved from the Engineer-In-Charge. The quality of the work
shall be properly documented through certificate, records, checks list, and Log Book of results etc. such
records shall be complied from the beginning of the work and be continuously updated the supplementary
and this will be the responsibilityof the contractor. The forms shouldbe got approved from the Executive
Engineer-In-Charge.
2) Where the work is to be done on lump-sum basis on contractors designs. The contractorshall als
submit a maintenance manual giving procedure. For maintenance, with the periodicity of maintenance
works including inspection tools of the equipments to be used means of accessibility for all parts of the
structure. He shall also include in the manual, the specification for maintenance works that would be
appropriate for his design the technique of construction. This manualshall be submitted within the
contractperiod.

Clause60: CONDITIONS RELATING TO INSURANCE OF CONTRACT WORK :

The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance cover from the
Start Date to the end of the Defects Liability Period, in the amounts and deductibles stated in the Contract Data
for the following events which are due to the Contractor's risks:
(a) loss of or damage to the Works, Plant and Materials;
(b) loss of or damage to Equipment:
(c) loss of or damage of property (except the Works, Plant, Materials and Equipment) in connection with
the Contract; and
(d) personal injury or death.

Add: Contractor shall take out necessary Insurance Policy/Policies (viz. Contractors All Risks)

Contractor sign. No Of Correction Executive Engineer


46

All Risks Insurance Policy etc. as decided by the Directorate of 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. Its postal address for
correspondence is “264, MHADA, First Floor, Opp. Kalanagar, Bandra (E) Mumbai-400 051”. (Telephone Nos.
265904403/26590690 and Fax Nos. 26592461/26590403. similarly all workmens’ appointed to complete the
contract work are required to insure under workmen’s compensation insurance Policy. Insurance Policy/Policies
taken out from any other Company will not be accepted. If any Contractor has effected insurance with any
insurance Company, the same will not be accepted and the amount of premium calculated by the Government
Insurance Fund will be recovered directly from amount payable to the Contractor for the executed contract work
and paid to the Directorate of insurance Fund Maharashtra State, Mumbai. The Director of insurance reserves
the right to distribute the risks of insurance amount to the other insurers.

Clause61: Condition for recovery of workmen welfare cess Act (Sub cess)
As per building and other construction workmen (Regulation of employment and condition of
service) Act 1996 and the building and other construction workers welfre cess act 1998 and
Government of Maharashtra G.R.No.BCA-2009/C.No.108/Labour 7-A dated 17.6.2010 cess if 1%
on the cost of work shall be recovered from bills payable to the contractorPage No.34 of 52

Clause 62 : Goverenment of Maharashtra , Finance Deptt. Mantralaya, Mumbai ,circularGST 2017/pra. Kr. 81/ kradhan -
1 dated 19.08.2017 and ,circularGST 2017/pra. Kr. 155 / kradhan -1 dated Dt 11.09.2017 The rates to be quoted by
the contractor must be exclusive of GST . As actual GST applicable as per prevailingGovt.Rules.

Clause 63: Payment of Security Deposit by Bank Guaranteeand Online BG Verification : if The contractor wihses to
deposit security by Bank Guarentee after tender approveal then it is mandatory for contractor to verify the Bank
Guarantee by paying verification fees of Rs 1000/- + GST thourgh the link provided below
http://onlinebg.emahapwd.com

Clause 64: Maharashtra stamp Act (Lx 1958) - After allotment of tender the contractor shall have to register the work.
contract by paying Stamp Duty as per Mumbai Stamp Duty Act 1958 Rule 34. Stamp duty @ Rs. 500 + 0.3% of
the cost above Rs.5 lakhs on accepted tender needs to be paid by the contractor in form of stamp paper or online
like e-SBTR, GRAS as applicable. As per Bombay stamp act. 1958 amounted via Maharashtra Act. No XII of
2024 as Maharashtra stamp amendment Act 2024 and provision contained in article 63, the contractor will have
to pay stamp duty on value of accepted tender cost as per prevailing rate declared by Govt. of Maharashtra
before work order. No separate claim will be entertained on this account by the department.

Contractor sign. No Of Correction Executive Engineer


47

Additional conditions andTechnical Specifications

Name of work :- RAESD/CR/2011/2025-26 Providing full comprehensive maintenance of fire alarm and
fire fighting systems at Alibag Civil Hospital, Alibag, Dist. Raigad (For 3 Years)

A GENERAL
1. POWER SUPPLY :
Electric Power supply for carrying out his work shall be arranged by contractor on his own cost at the site and energy
charges shall be borne by the contractor.

2. COMPLIANCE OF SAFETY CODE :


Successful tenderer shall ensure compliance with statutory provision of Safety regulation & departmental
requirements of safety codes in respect of labor employed on the work by the Tenderer. In the event of the
contractor falls to observe the same, the Department will be at liberty to make the necessary arrangement at the cost
of the contractor and recover this cost from him. The contractor shall be responsible for any compensation to the
workmen payable under the Workmen Compensation Act 1923 duly amended as on date or any other statutory
Regulations in force.
In case of fatal or non-fatal accident occurred to the workers during erection and maintenance of system, the
Department will not be liable to pay for any compensation and it is duty of Contractor to observe all Labour Acts and
Rules.

3. CO-ORDINATION WITH OTHER AGENCIES :Successful tenderer shall co-ordinate his work with other agencies
engaged in, the construction of Building. And submit weekly progress report of the work carried out by him

4. COMPLETION OF TENDER SPECIFICATION :All fittings, unit, assemblies, accessories, hardware, foundation
bolts, terminal lugs for electrical connection, cable glands and miscellaneous materials or accessories or items of
work which are useful and necessary for efficient assembly and working of the equipment shall be deemed to be
included in the tender within the over-all cost quoted. The equipment shall be completed in all details whether such
details have been mentioned or not.Further I have certified that, I had gone through the detail Specification included
in the tender and fully conversant with the Specification laid down for concerned items along with IS code, IE rules
& NEC.

5. TOOLS :The offer shall also include a set of tools required for operation and maintenance as are considered
necessary by the tenderer. Details of tools offered shall be stated clearly in the Schedule of the tender.
6. WORKMANSHIP
The entire work of fabrication, manufacture assembly and installation of equipment shall conform of high grade
workmanship. All the equipment supplied and erected must be able to withstand the Atmospheric condition of
Maximum ambient temperature 45 D.C.
Maximum relative humidity 98%
Corrosive atmosphere
Hot and humid climate closer to sea coast.
The Contractor has to carryout holes by chipping/core cuts in the floor slab if necessary for laying pipeline as per the
requirements
7. SITE VISIT BEFORE SUBMISSION OF TENDER.
Contractor has to be visit the site, before submission of tender.
8. CIVIL WORKS:
1) Major Civil works is excluded from the scope however necessary excavations if
required, making, closing of cutouts/Core cuts in the wall/Floor, necessary supports and grouting, drilling etc

Contractor sign. No Of Correction Executive Engineer


48

with finishing the same to match the background in all respect are included in the scope.
2) All Civil works like chasing & making good the chases making pockets for grouting if
necessary, grouting of panels etc. with finishing the same to match the background in all respect are included
in the scope.
3) Fabrication and fixing of supports, with finishing the same to match the background in all respect are
included in the scope.
9. DRAWINGS
The contractor shall prepare necessary drawings such as panel drawing, single line diagram etc and gets approved from concerned
Executive Engineer (Electrical) with in seven days after receiving layout of the work. The three sets of hard copy and one soft
copy of approved drawings shall be submitted by the contractor and obtaining necessary permissions & licenses if any from the
competent authority. The applicable charges/fess if any from the authority shall be borne by the contractor
After Completion Of the Work , the Contractor has to submit 6 Sets of As Built Drawings in Hard copy & one Soft copy in
autocad +pdf Format
10. ACTIVITY BAR CHART
The contractor should submit activity bar chart for the work tendered to the engineer-in-charge within two days
11. MATERIAL TESTING
I] The material in schedule B / brought at site/ erected at position will be tested from the Government Owned
Regional Testing Laboratory.
If the accepted tender cost is 10% or more than 10% below the Amount put to Tender then material brought on site
will be tested as per direction of Tendering Authority
If the report of the material sent for testing is found unsatisfactory, same will have to be replaced by the contractor at
his own cost even though already erected. The material to be replaced needs to be brought at site & will have to be
get tested before erection.
The testing fee/charges and all other associated charges like transportation etc. will be entirely borne by the
contractor. However the sampled quantity will be considered in the measurements for first time testing only.
II ] The necessary testing of the Main panels/machinery/Electrical Appliances etc. shall be done at factory in
presence of engineer-in-charge before delivery of the Materials and the factory test reports shall be submitted , the
necessary charges and all other associated expenses like transportation etc. will be entirely borne by the contractor.

12 The Contractor has to co ordinate with necessary follow up with the Electric power supply Company as directions of
the engineer in charge
13 For commissioning of electrical installations any statutory Permissions required Shall be Born by the Contractor at
his own Cost.
14 The electrical contractor will be responsible for getting electricity meter and connection from MSEDCL for this
work.

Contractor sign. No Of Correction Executive Engineer


49

B. GENERAL TECHNICAL SPECIFICATIONS

Name of Work :- RAESD/CR/2011/2025-26 Providing full comprehensive maintenance of fire


alarm and fire fighting systems at Alibag Civil Hospital, Alibag, Dist. Raigad
(For 3 Years)

1 SCOPE OF WORK

Scope of work covered under this tender shall be as mentioned but not limited to following :-

Dismantling & erecting, Testing & Commissioning of Electrical Overhead line & substation & it’s components .

2.Applicable Standards/ Statutory Requirement

All works shall be carried out in accordance with the following standards

Recommended Standards:

The following list is for Indian Standards which are acceptable as good practice and accepted standards;

Development Control Rules : Of concerned Corporation or Local Authority

5613 (PART 2/SEC 2) : 1985 CODE OF PRACTICE FOR DESIGN, INSTALLATION AND MAINTENANCE OF
OVERHEAD POWER LINES PART 2 LINES ABOVE 11 kV AND UP TO AND INCLUDING 220 kV.

The Safety Regulation 2010 amended up to date

STANDARDS 2.1 The Conductor shall also comply in all respects with the IS:398 (Part-II) 1996 with latest amendments
unless otherwise stipulated in this specification or any other International Standards which ensure equal or higher quality
material. 2.2 The ACSR Conductor shall also conform to the following standards.

TESTING :

a AT MANUFACTURER’S WORKS

The routine tests on Electrical materials Like overhead line components

HT/LT Cables, switchgears shall be carried out at manufacturer’s work in accordance with applicable Indian standards in
front of Supply company’s representative & Engineer In Charge during Factory visit

b SITE TESTING

Following tests shall be conducted at site in the presence of the Supply company’s representative before energization. The
contractor shall provide all testing equipment, labour and consumables required for the testing.

Checking the safety alignment by the manufacturer’s representative and obtaining approval.

Insulation resistance test on Electrical Installation,.

Checking all the safeties for satisfactory operation.

5 GUARANTEE

Contractor sign. No Of Correction Executive Engineer


50

The Complete Electrical Installation shall be guaranteed for satisfactory operation for a period of 1095 Days from the date
of commissioning or. Any defects noticed during this period shall be rectified free of cost.falling which compensation for
delay at Rs.800/-Per day shall be Proposed.

The Agency shall indicate the type of records to be maintained so that the warranty claims if any are honored by the
manufacturer.

. DOCUMENTATION

As a part of the equipment supply, following documentation shall be furnished.

Schematic diagram

Complete Electrical Installation drawing.

Test certificates for All materials & Equipment’s listed in Schedule B.

Spare parts list.

. TAKING OVER

The clients will take over the Entire Electrical installation for operation on completion of the following.

The Entire Installation shall be tested and commissioned as per the specifications.

Original test certificates are furnished for all other bought out items.

6 sets of AS BUILT documentation, maintenance chart and operation and maintenance manual are to be submitted.

g. The Contractor submit some important events video clips before, during the

execution of the work including Training, till the final handing over of the work

Contractor sign. No Of Correction Executive Engineer


51

Specification for Electrical Installation


RAESD/CR/2011/2025-26 Providing full comprehensive maintenance of fire alarm and fire fighting systems at
Alibag Civil Hospital, Alibag, Dist. Raigad
Sr. Schedule- Specification No. Specification
No. B Item No.

1 1 to 3 As per Schedule As per Schedule Description


Description

Contractor sign. No Of Correction Executive Engineer


52

SECTION II

ADDITIONAL CONDITIONS

1. Contractor shall visit the site & get himself thoroughly conversant with the actual site conditions
before tendering. No extra item shall be admissible on this ground.

2. Contractor shall prepare the bar chart of activities submit it to engineer in charge &
strictly follow the time schedule.

3. The Scope of work includes supply, installation testing and commissioning & providing free fully
comprehensive maintenance including all equipments, spares of system & consumables for the period
of 13 Months (For LED Fitting 37 Months) after commissioning the system.

4. The system provided shall be complete in all respect inclusive of all components ancillaries to
give the desired results & as per design parameters. All material supplied shall confirm the technical
specifications.

5. Material used must be out of approved brands as per list.

6. Contractor shall produce manufactures certificate in regard with components specifications


for all equipments along with catalogs & manuals. Free Replacement warranty/ Guaranty of
defective equipments for the period of 1 year from the date of installations.

7. After completion of work as build drawing of work carried out shall be submitted by the tenderer by
the Engineer in charge.

8. The Site shall be cleaned after completion to the satisfaction of Engineer in charge.

9. Electrical work shall comply CEA Regulations -2010 & other related statutory provisions.

10. The Electrical wiring, accessories, fittings shall be suitable to perform at their desire standard.

11. Any Tests if required to be carried out for confirmation of performance of any equipments
will be at contractors cost & risk.

12. If the accepted tender cost is 10% or more thane 10% below the Amount put to Tender then material
brought on site will be tested as per direction of Tendering Authority.

13. Successful Tenderer should be get approved the list of Material before execution of
actual work by Engineer-in-Charge.

Contractor sign. No Of Correction Executive Engineer


53

SCHEDULE - A

Schedule showing (approximately) the materials to be supplied from the Departmental stores for work contracted to be executed
and preliminary and ancillary work and the rates at which they are to be charged for

RAESD/CR/2011/2025-26 Providing full comprehensive maintenance of fire alarm and fire fighting
systems at Alibag Civil Hospital, Alibag, Dist. Raigad (For 3 Years)

Sr.No. Item Particuars Quantity Unit Rate Remark


No.
Nil

NOTES :

1. The person or firm submitting the tender should see that the rates in the above schedule are filled up by the
Executive-in- charge on the issue of the form prior to the submission of the tender.

2. The rates mentioned in Schedule 'A' are inclusive of all taxes and storage charges.

3. No claim for extra payment on account of delay in supply of these materials will be entertained.

4. The quantities indicated in the above schedule are approximate and may vary as per actual requirement as ascertained
by the Engineer-in-charge.

5. The charges for loading, un-loading, conveyance etc. for the material shown above from me place of delivery to the site
of work will be borne by the contractor and deemed to be included while quoting for the tender. AH the materials shall be
made available for delivery on working days during the office hours.

6. The contractor will have to construct a shed with double locking arrangements at his own cost.

7. If the controlled materials viz. Cement, steel lie unused with the contractor after completion of the work and if they are
not returned, the contractor shall pay for such material at double rate @ which the materials were
issued to him. Recovery of S.T. & G.T. on cost of surplus materials which are not returned by the contractor win be levied.

8. Proper account of day to day consumption of me materials pr Schedule 'A' be maintained by the contractor or his authorised
representative on site and it shall be checked by the departmental officer every day in token of its correctness.

Contractor sign. No Of Correction Executive Engineer


54

SCHEDULE-"B"
ESTIMATE NO :- RAESD/CR/2011/2025-26
Providing full comprehensive maintenance of fire alarm and fire fighting systems at Alibag Civil
Hospital, Alibag, Dist. Raigad

Sr.
Rupees in
Qty. Item Rate Unit Amount
word
No.
1 12.00 Providing full comprehensive maintenance of fire 46666.0 Rupees forty-six Mont 559992.00
thousand six h
alarm and fire fighting systems at Alibag Civil 0
hundred sixty-six
Hospital, Alibag(1st Year) and paise nil
only

2 12.00 Providing full comprehensive maintenance of fire 48999.0 Rupees forty- Mont 587988.00
eight thousand h
alarm and fire fighting systems at Alibag Civil 0 nine hundred
Hospital, Alibag(2nd Year) ninety-nine and
paise nil only

3 12.00 Providing full comprehensive maintenance of fire 51449.0 Rupees fifty-one Mont 617388.00
thousand four h
alarm and fire fighting systems at Alibag Civil 0
hundred forty-
Hospital, Alibag(3rd Year) nine and paise nil
only

Contractor sign. No Of Correction Executive Engineer


55

4 0.00 Under the Annual Maintenance Contract (AMC) for the Fire 0.00 Rupees nil and 0 0.00
Alarm & Fire Fighting System at Civil Hospital Alibag, the paise nil only
contractor has to perform routine inspections and testing of
the fire alarm system, including control panels, smoke and
heat detectors, and notification devices like alarms and strobe
lights. The backup batteries have to be checked and replaced
as needed. All wiring and connections must be inspected for
faults and repaired if necessary. The system software has to
be updated, and faulty components must be repaired or
replaced.
For the Fire Fighting System, the contractor has to maintain
fire extinguishers, check hoses, reels, nozzles, and hydrants
for pressure, and ensure fire pumps deliver required flow
rates. The water supply system, including tanks and valves,
must be inspected regularly. Sprinklers and fire hose cabinets
have to be checked for proper function. Faulty components
must be replaced, and hydrostatic tests on hoses and tanks
have to be done. Fire drills and staff training have to be
conducted.
The contractor must provide 24/7 emergency support and
perform annual comprehensive inspections. All systems have
to be integrated with other hospital safety systems. The
contractor is responsible for maintaining the fire alarm and
fire fighting systems to ensure full functionality and
compliance with fire safety regulations.The contractor have
to submit Form B as per fire safety norms, confirming that all
fire alarm and fire fighting systems comply with local fire
safety regulations. This will include documentation of system
installation, testing, maintenance, and necessary certificates
of compliance.This AMC includes Repair and maintenance of
Main Fire pump, Jockey pump and Diesel pump.

1765368.0
Total:- 0
Rupees seventeen lakhs sixty-five thousand three hundred sixty- Say Rs:- 1765368.0
eight and paise nil only 0

NOTE : 1) I/ We have seen PWD Specifications.


2) I/ We agree to carry out the work as per specifications.
3) I/ We hereby tender for execution of work specified in schedule B at - % ABOVE /
BELOW / AT PAR of the estimated rates in schedule of rates on the work to be carried out as enclosed duly signed by
contractor.
Contractor's Signature
Executive Engineer
Raigad Electrical P.W.Division
Raigad.

Contractor sign. No Of Correction Executive Engineer


56

LIST OF PREFERRED MAKES OF MATERIALS

Sr.
ITEMS MAKE/BRANDS
No.
FINOLEX/ RR KABLES/ HAVELLS/ KEI/ VINAY/ GREAT WHITE/ HPL/ GM/ PRESSFIT/
1 PVC CABLES (COPPER)/ ALLUM
POLYCAB/ROTOPLAST/KENTER
PVC INULATED ALUMINUM / COPPER FINOLEX/ RR KABLES/ HAVELLS/ KEI/ VISHAL/ INTERCAB/ ZODEX/ GLOSTER/
2 WIRE WITH STRANDED CONDUCTORS. ALLCAB/ AKG/ GULMARG/ BALICAB/ KENTER/ GRANDLAY/ METROCAB/
(FRLS/FR / HFFR/FRLSH) CHANDANCAB/ ROTOPLAST/ PARAFLEX/ APAR/ SPM
PVC RIGID CONDUITS / CASING-N-
3 FINOLEX/ PRECISION/ DIAMOND/ MODI/ PARAS/ SUPERPLAST/ PRESSFIT
CAPPING
ELECTRICAL FITTINGS (FLUORESCENT/
4 PHILIPS/ BAJAJ/ CROMPTON/ WIPRO/ HAVELLS
CFL/ MV/ METAL HALIDE ETC.)
5 CEILING FANS/ EXHAUST FANS CROMPTON/ ORIENT/ HAVELLS/ USHA/ ALMONARD
6 HRC SWITCH FUSE UNIT L&T/ SIEMENS / HAVELLS/ C & S
7 CABLE GLAND & LUGS SIEMENS/ DOWELS/ BRACO
8 INDUSTRIAL SOCKETS CROMPTON/ SIEMENS/ HAVELLS/ STANDARD/ LEGRAND/ INDOASIAN
9 FLUORESCENT TUBES & BULBS PHILIPS/ CROMPTON/ BAJAJ/ WIPRO/ HAVELLS
ELECTRONIC FAN REGULATOR (STEP
10 ROMA/ GREATWHITE/ LEGRAND/ HAVELLS
TYPE)
ACB/ MCCB’S & RCCB/ RCBO & MCB (ALL
11 L&T/ SIEMENS/ SCHNEIDER ELECTRIC (MG)/ ABB/ LEGRAND/
POLS)
CROWN PIPES/ RNI/ AKG OR ISI MARKED APPROVED BY C.E. (ELECT.) PWD
12 MS & GI CONDUITS
MUMBAI/
L&T/ SIEMENS/ CROMPTON/ SCHNEIDER ELECTRIC (MG)/ ABB/ LEGRAND/ HAVELLS/
13 ISOLATORS/ DISTRIBUTION BOXES
STANDARD/ C & S
WIRING ACCESSORIES: 1) PIANO TYPE
SWITCHED/ SOCKETS/ ACCESSORIES. 2)
LEGRAND/ ROMA/ GEM/ SCHNEIDER/ KALKI VINAY/ GREAT WHITE/ VIHAN/
14 MODULAR TYPE SWITCHES SOCKETS/
PRESSFIT/ KONCEPT/ GM/ ALEMAC/ ALEMAC/ WIPRO
ACCESSORIES. MODULAR TV /
TELEPHONE SOCKET
15 FLUORESCENT TUBES/ MF/GF LAMPS CROMPTON/ BAJAJ/ PHILIPS/ WIPRO/ HAVELLS
16 L.E.D. FITTING INDOOR & OUTDOOR CROMPTON/ PHILIPS/ BAJAJ/ HAVELLS/ WIPRO
17 WATER PUMP CROMPTON GREAVES/ KSB/ / KIRLOSKAR/ CRI/ GRAND FOSS/ FALCON
18 HT SWITCHGEARS SIMENS/ SCHNEIDER/ ABB/ L&T / LEGRAND
19 AIR CONDITIONING UNITS VOLTAS/ CARRIER/ DAIKIN/ MITUBHISHI
20 FIRE PUMPS: KIRLOSKAR BROS. LTD / MATHER & PLATT / GRUNDFOS
21 G.I./ M.S. PIPES: JINDAL(HISSAR) / TATA / ZENITH
22 PIPE FITTINGS: BHARAT FORGE / TUBE PRODUCTS / M.S. FITTINGS / VS BRAND / GOYAL
23 BUTTERFLY VALVES: AUDCO / KEY STONE / BDK / FOURESS / INTERVALVE I/NEW AGE / KARTAR / NVR
24 NON – RETURN VALVES: H. SARKER / CRESENT / HAWA / KARTAR / NVR
25 GATE VALVES (SCREWED END): LEADER / ZOLOTO / ITAP / KARTAR / NVR
26 BALL VALES (SCREWED END): LEADER / ZOLOTO / ITAP/ KARTAR / NVR
27 DG SET WITH AMF PANEL KIROSKAR / GREAVES / MAHINDRA / CUMMINS
28 STRAINERS: GUJRAT OTO FILT / GRAND FRIX / TEL FLOW
29 C.I. GATE VALVES: H. SARKER / CRESENT / UPADHAYA / HAWA
30 FLOW METER: FORBES MARSHALL / EUREKA
31 PRESSURE SWITCH: INDFOS / SWITZER / DELTA CONTROL

Contractor sign. No Of Correction Executive Engineer


57

H. GURU / FIEBIG / PRICOL / BELLS CONTROL/DONE


32 PRESSURE GAUGE:
FOSS/FIBE/UDAY.
I W L / RUSTECH
33 ANTICORROSIVE MATERIAL:

34 HYDRANT VALVES: NEWAGE / WINCO / SHAHBHOGILAL / MINIMAX / ARIHANT / PARSHAW


35 BRANCH PIPE WITH NOZZLE: NEWAGE / WINCO/ SHAHBHOGILAL /MINIMAX / ARIHANT/ PARSHAW
36 FIRE HOSES NEWAGE / CRC /RAHINO
NEWAGE / WINCO/ SHAHBHOGILAL / MINIMAX / ARIHANT/
37 HOSE COUPLINGS
PARSHAW
38 HOSE REEL EVERSAFE / TYCO / NEWAGE MINIMAX / MITRAS / SHREE
HOSE BOX / FIRE
49 EVERSAFE / TYCO / NEWAGE / MINIMAX
DUCT SHUTTER
40 FIRE EXTINGUISHERS SAFEX / ACE FIRE / MINIMAX / VIJAY / EVERSAFE
41 SPRINKLERS TYCO / VIKING / KIDDE
42 SPRINKLER ALARM VALVE HD / TYCO / VIKING / KIDDE
43 FLOW SWITCH SYSTEM SENSOR / POTTER / SWITZER/ LEVCON
44 PAINT ASIAN / BERGER
45 AIR RELEASE VALVES LEADER / BAJAJ / HAWA /ZOLOTO
46 WELDING ELECTRODES ESAB 28/ ADVANI
EASYFLEX / DONGA FLEX / ANY UL LISTED/FM APPROVED
47 FLEXIBLE DROPS
MATERIAL
48 ELECTRIC MOTORS KIRLOSKAR ELECTRIC / CROMPTON GREAVES / SIEMENS / ABB
49 BATTERY EXIDE / STANDARD / AMARON
PRAGATHI CONTROLS / DYNAMO /
50 MOTOR CONTROL CENTER
BRIGHT ENGINEERING/ELLINS / LOTUS
51 CONTROL / POWER CABLES CCI/ FINOLEX /HAVELL / RR KABEL
ABB/LEGRAND / SIEMENS / HAVELL / MDS /CROMPTON
52 CONTROL MCB
GREAVES / LEGRAND
53 VOLT METER SELECT SWITCH SALZER / L & T / KAYCEE
54 VOLTMETER (AC / DC) MECO / AE
55 AMMETER (AC / DC) MECO / AE
ABB/LEGRAND / SIEMENS / HAVELL / MDS / LEGRAND
56 POWER CONTACTORS
/L&T
57 INDICATING LAPS (LED TYPE) VINAY / TEKNIC / L& T
58 PUSH BUTTONS TEKNIC / SIEMENS / L&T
59 AUTO / MANUAL SELECTOR SALZER / KAYCEE / L&T
60 TIMERS EAPL / AE / L & T
61 TERMINAL BLOCKS ELMEX / WAGO
62 CURRENT TRANSFORMERS KALPA / VOLTAMPS / KAPPA
63 OVER LOAD RELAY L & T / SIEMENS
64 SINGLE PHASE PREVENTORS MINILEC / AE /SIEMENS
65 ENGINE CONTROL SELECTOR SALZER / KAYCEE / L&T
66 MAIN SUPPLY SELECTOR – DPMCB SIEMENS / LEGRAND /ABB/ L&T
67 BATTERY CHARGING SELECTOR SALZER / L & T/ KAYCEE
68 BATTERY CHARGER KAYBEE POWEREC / HBL-NIFE/ AFCO/CHABBI
69 SIREN / HOOTER KHERAJ/EQUI
70 TOGGLE SWITCH JAY / EQUI

Contractor sign. No Of Correction Executive Engineer


58

71 END TERMINATIONS DOWELLS / MULTI


NOTIFIER / EST (EDWARDS) / SIMPLEX / APOLLO
72 SMOKE DETECTORS
/HONEYWELL / SIEMENS / MIRTONE / SECUTRON / AGNI
NOTIFIER / EST / SIMPLEX / APPOLO / HONEYWELL /
73 HEAT DETECTORS
SIEMENS / MIRTONE / SECUTRON / AGNI
NOTIFIER / EST / SIMPLEX / APPOLO / HONEYWELL /
74 MAIN CONTROL PANEL
SIEMENS / MIRTONE / SECUTRON / AGNI
NOTIFIER / EST / SIMPLEX / APPOLO / HONEYWELL /
75 MANUAL PULL STATIONS
SIEMENS / MIRTONE / SECUTRON / AGNI
NOTIFIER / EST / SIMPLEX / APPOLO / HONEYWELL /
76 HOOTERS / STROBES
SIEMENS / MIRTONE / SECUTRON / AGNI
NOTIFIER / EST / SIMPLEX / APPOLO / HONEYWELL /
77 MODULES
SIEMENS / MIRTONE / SECUTRON/ AGNI
78 BATTERY HITACHI / DRYSIL / JOHNSON / EXIDE / STANDRD
COPPER CONDUCTOR CONTROL CABLE /
79 HAVELLS /KEI /FINOLEX
WIRES
80 COMMUNICATION WIRES HAVELLS /KEI /FINOLEX
81 P.A. SPEAKERS PHILIPS / AHUJA / AKG / BOSCH
TYCO / KIDDE / AIR PRO / BOSCH
82 P.A. CONSOLE

83 P.A. AMPLIFIERS PHILIPS / AHUJA / AKG / BOSCH


84 DATA CABLE (CAT 6/ CAT6+) AMP/ D LINK/ MOLEX/ SYSTIMAX
85 PROJECTOR SONY / BENQ
86 SOLAR INVERTER FRONIUS/ POLYCAB/ GROWATT/ ZEVER/ ABB
VIKRAM/ GREENBRILLIENCE/ TATA POWER SOLAR SYSTEMS LTD. GOLDIGREEN/
87 SOLAR “ON GRID” SYSTEM
WAAREE SOLAR
VIKRAM/ GREENBRILLIENCE/ TATA POWER SOLAR SYSTEMS LTD. GOLDIGREEN/
88 SOLAR PANEL
WAAREE SOLAR
LINE ARRAY SPEAKER/ LINE ARRAY SUB
89 WOOFER/ BOSE /BOSCH /SONY/AHUJA
TWP WAY STAGE MONITOR
POWER AMPLIFIER (FOR LINE ARRAY) /
90 BOSE /BOSCH /SONY/AHUJA
POWER
91 EQUALISER (31+31) BOSCH / YAMAHA /SOUNDCRAFT/ BOSE
92 LIVE MIXER BOSCH / YAMAHA /SOUNDCRAFT/ BOSE
93 ACTIVE CROSS OVER STEREO BOSCH / SOUND CRAFT /YAMAHA
DIGITAL SIGNAL PROCESSOR DRIVE
94 DBX/AHUJA
RACK
95 HANGING MICROPHONE SHURE/AKG/SENNHEISER /BOSCH
96 PODIUM GOOSENECK MICROPHONE SHURE/AKG/SENNHEISER /BOSCH
97 BOUNDARY MICROPHONE SHURE/AKG/SENNHEISER /BOSCH
98 CCTV CAMERAS SONY/ SAMSUNG/ HONEYWELL/ HIKEVISION
WIRELESS HANDHELD MICROPHONE/
99 SHURE/AKG/SENNHEISER /BOSCH
WIRELESS
100 NVR & NVR SOFTWARE SONY/ SAMSUNG/ HONEYWELL/ HIKEVISION
101 SEMI OPEN HEADPHONE AKG/SENNHEISER/YAMAHA
102 SURVEILLANCE HARD DIST SEAGATE/ WD
103 ROOM MONITOR SPEAKER BOSCH / BOSE/SONY

Contractor sign. No Of Correction Executive Engineer


59

104 L.E.D. DISPLAY SAMSUNG/ SONY/ PANASONIC


SUB WOOFER FOR FLY MOUNTS SPEAKER
105 BOSCH / BOSE /SONY
MOUNTING BRACKETS
106 GIGABYTE POE & ETHERNET SWITCHES CISCO/ ALCATEL/ JUNIPER/ D-LINK
107 DVD PLAYER SONY/PHILIPS/SAMSANG
UTP CABLE/ FIBER OPTIC CABLE/ I/O/
108 CISCO/ SYSTIMAX/ AMP/ D-LINK
PATCH
109 MICROPHONE CABLE FALCON/DELTA/SUNPLAST
110 RACKS APW/ WQ/ VALRACK/ AMS NET TECH/ NET RACK
111 SPEAKER CABLE FALCON/DELTA/SUN PLAST
112 UPS EMERSON/ EATON/ MICROTECK/LUMINOUS
MICROPHONE PATCH PANEL/ SPEAKER
113 PATCH MX/NEUTRIK/LEO
PANEL
BAJAJ/ WALLMOUNT/ CROMPTON/ MAGNETIC/ TRANSRAIL/ SUJEET/ VIPIN S.T
114 OCTAGONAL POLES / HIGH MAST POLES POLES/ VAKARANGEE/ PRANAV ENGINEERS

VOLTAMP/ UPC/ STATIC/ DELTRON/ MAHATI/ CROMPTON/ Rohitra India Pvt Ltd/
115 TRANSFORMER
TRANSDELTA/ SHRAVAN/ VISION VIDYUT
116 TELEPHONE CABLE FINOLEX/ HAVELLS/ VINAY/ D-LINK
117 TELEPHONE INSTRUMENTS PANASONIC/ BEETEL/ SIEMENS
118 MDF BOX ROMA/ LEGRAND
119 KRONE MODULE KRONE OR ISI MARKED APPROVED BY C.E. (ELECT.) PWD MUMBAI.
120 CO-AXIAL RG11 CABLE FINOLEX/ RPG
RACOLD SOLAR WATER HEATING SYSTEM/ TATA POWER SOLAR SYSTEMS LTD /
121 SOLAR HOT WATER SYSTEM KOTAK URJA PVT. LTD/ PHOTON ENERGY SYSTEMS LTD/ VIKRAM SOLAR PVT. LTD/
WAAREE ENERGIES LTD/ V. GUARD/ SKYLARK SOLAR/ GREEN BRILLIANCE.
122 LIFT KONE/ OTIS/ JOHNSON/ SCHINDLER
123 WATER COOLER BLUE STAR/ VOLTAS
124 DWC PIPE TIRUPATI/ CPE/ KETRON/ SY-ARON
125 JUNCTION BOX SMC
Note: or of substantially technically equivalent make/ bearing ISI certification or approved by PWD/ subject to prior approval of the Engineer or equivalent
authority.

Contractor sign. No Of Correction Executive Engineer


60

DECLARATION OF CONTRACTOR

(Format to be given on Letter Head.)

NAME OF WORK : RAESD/CR/2011/2025-26 Providing full comprehensive maintenance of fire alarm and
fire fighting systems at Alibag Civil Hospital, Alibag, Dist. Raigad (For 3 Years)

I / We hereby declare that I / We have made myself / ourselves thoroughly conversant with the sub -soil
conditions, the local conditions regarding all materials necessary for the work and labour of which I /we have
based my/our rates for this work. The specifications, conditions, bore results and lead of materials on this work
have been carefully studied and understood by me/us before submitting this tender. I/We undertake to use only
the best materials approved by the Executive Engineer, or his duly authorized assistant, before starting the work
and to abide his decision

I/We hereby further declare that my/our tender is unconditional in every manner of whatsoever in nature. I/We
hereby undertake to pay the labour engaged on the work as per Minimum Wages Act, 1948 applicable to the zone
concerned.

TO BE FILLED BY THE CONTRACTOR

I/We have quoted my/our offer in percentage rate in words as well as in figures. I/We further undertake to enter
into contract in regular “B-1” form in Public Works Department.

Name and Signature of Contractor(s) / Power of attorney holder with complete address.

Contractor sign. No Of Correction Executive Engineer


61

Self-Declaration

(Format to be given on Letter Head.)

RAESD/CR/2011/2025-26 Providing full comprehensive maintenance of fire alarm and fire fighting
systems at Alibag Civil Hospital, Alibag, Dist. Raigad (For 3 Years)

Applicants Photo

I --------------------------------- Son / Daughter of------------------------------aged ---------, occupation----------------


resident of----------------- -------------with UID No. -------------------------------------------- hereby declare that the
information provided in this tender document is true and correct to the best of my personal knowledge,
information and belief. I fully understand the consequences of giving false information. If the information is
found to be false, I shall be liable for prosecution and punishment under Indian Penal Code and / or any other law
applicable thereto.

Place : Applicant's Signature

Date : Applicant's Name :

(Shall be matching with the period of tender between uploading and closing )

Contractor sign. No Of Correction Executive Engineer


62

Self-Declaration for Self-Attestation

(Format to be given on Letter Head.)

RAESD/CR/2011/2025-26 Providing full comprehensive maintenance of fire alarm and fire fighting
systems at Alibag Civil Hospital, Alibag, Dist. Raigad (For 3 Years)

Applicants Photo

I --------------------------------- Son / Daughter of------------------------------aged ---------, occupation----------------


resident of----------------- -------------with UID No. -------------------------------------------- authorized signatory of
hereby declare that the copies attested by me in this tender documents are true copies of original documents. I am
well aware of the fact that if the copies are found to be false, I shall be liable for prosecution and punishment
under Indian Penal Code and / or any other law applicable thereto.

Place : Applicant's Signature

Date : Applicant's Name :

(Shall be matching with the period of tender between uploading and closing )

Contractor sign. No Of Correction Executive Engineer


63

UNDERTAKING

(Format to be given on Letter Head.)

Name of Work :- RAESD/CR/2011/2025-26 Providing full comprehensive maintenance of fire alarm and
fire fighting systems at Alibag Civil Hospital, Alibag, Dist. Raigad (For 3 Years)

I / We hereby give the undertaking that:-

I) I/ we have never been Black Listed / Banned / Suspended by any Govt.-Semi Govt. Department
or any other institution / organization.
II) In Case Validity of any license / registration required for this work expires , I/we will get it
renewed before such expiry occurs.

Name of Contractor. : Contractor Signature

Contractor sign. No Of Correction Executive Engineer


64

Affidavit

( Format of Affidavit to be given on Rs 100/- Stamp paper .)

RAESD/CR/2011/2025-26 Providing full comprehensive maintenance of fire alarm and fire fighting
systems at Alibag Civil Hospital, Alibag, Dist. Raigad (For 3 Years)

I .................................................... age ...................................... address ........................................ (Authorized


signatory to sign the contract), hereby submit, vide this affidavit in truth, that I am the owner of the contracting
firm .................................... / authorized signatory and I am submitting the documents in envelope no.1 for the
purpose of scrutiny of the contract. I hereby agree to the conditions mentioned below :-

1. I am liable for action under Indian Penal Code for submission of any false / fraudulent paper /

information submitted in envelope no.1.

2. I am liable for action under Indian Penal Code if during contract period and defect liability

period, any false information, false bill of purchases supporting proof of purchase, proof of

testing submitted by my staff, subletting company or by myself, I will be liable for action

under Indian Penal Code.

3. I am liable for action under Indian Penal Code if any paper are found false / fraudulent during

contract period and even after the completion of contract (finalisation of final bill ).

(Signature of contractor)

(seal of company)

Note :- Contractor / Bidder has to submit the original copy of affidavit in letter head before opening of the envelope No.1 .

If original copy of affidavit in letter head is not submitted then the bid will not be opened.

Contractor sign. No Of Correction Executive Engineer


65

DRAWINGS
RAESD/CR/2011/2025-26 Providing full comprehensive maintenance of fire alarm and fire fighting
systems at Alibag Civil Hospital, Alibag, Dist. Raigad (For 3 Years)

CONTRACT DRWINGS:-

The contract drawings provided for tendering purpose with the tender documents shall be
used as a reference only. Contractor should visualize the nature of type of work contemplated
and to ensure that the rates and prices quoted by him in the bill of quantities take due
consideration of the complexities of work involved during actual execution/construction as
experienced Contractors in the field.

The tendered rates/prices for the work shall be deemed to include the cost of preparation,
supply and delivery of all necessary drawings, prints, tracings and negatives which the Contractor
is required to provide in accordance with the contract.

DOCUMENTATION :-

If so ordered by the Engineer in charge the Contractor will prepare drawings of the work
at constructed and will supply original and three copies to the Engineer who will verify and
certify these drawings. Final as constructed drawings shall then be prepared by the Contractor
and supplied in triplicate along with a micro film or Soft copy in CD/DVD of the same to the
Engineer for record and reference purposes at the Contractor’s cost.

Details to be furnished by tenderer :-

1. Name of Agency
2. Bank Account No
3. IFSC
4. E mail ID
5 Phone No / Mobile No.
6. Postal Address
7 PAN

Contractor sign. No Of Correction Executive Engineer


66

BAR CHART
RAESD/CR/2011/2025-26 Providing full comprehensive maintenance of fire alarm and fire fighting
systems at Alibag Civil Hospital, Alibag, Dist. Raigad (For 3 Years)

(Format of Bar chart to be given on Letter Head.)

Contractor sign. No Of Correction Executive Engineer


67

STATEMENT NO.I

(To be enlcose in Envelope No.1 )

Details of works tendered for and works in hand as on the date of submission of the tender

WorkIn Hand WorkTenderedfor


Placeand Tendered Costingof Anticipateddate Estimated Date whendecision Stipulateddateof
periodof completion Remarks
SrNo. Nameof work of completion
Country Cost remainingwork Cost is expected

1 2 3 4 5 6 7 8 9 10

SAMPLEFORM

Note:Attestedcopiesof certificate issued by concerned office should be attached in supportof abovestatement.

Contractor sign. No Of Correction Executive Engineer


68

STATEMENTNO.II

(TobeenlcoseinEnvelopeNo.1)

Details of works simila rtype and magnitude of the work carried by the contractor

Stipulateddateof Actualdateof
SrNo. Nameof work Costof work Dateof Starting
periodof completion completion
Remarks

1 2 3 4 5 6 7

SAMPLEFORM

Note: Attested copies of certificate issued by concerned office should be attached in supportof above statement.

similar type and magnitude of the work carried by the contractor

Contractor sign. No Of Correction Executive Engineer


69

STATEMENTNO.III

Details of plant and machinery immediately available with the tenderer for the work

SrNo. Detailof Equipment No.of Units Kindof Make Capacity PresentLocation


AgeandCondition Remarks
1 2 3 4 5 6 7 8

SAMPLEFORM

Contractor sign. No Of Correction Executive Engineer


70

STATEMENTNO.IV

(To be enlcose in Envelope No.1 )

Details of Technical Personnel available with the Contractor

Experienceof Periodforwhichthe
Whetherworking in executionof personis workingwith
SrNo. Nameof work Qualification
fieldorin office
similarwork thetenderer Remarks
1 2 3 4 5 6 7

SAMPLEFORM

Contractor sign. No Of Correction Executive Engineer


71

STATEMENTNO.V

(To be enlcose in Envelope No.1 )

Details of works executed in the inter or backward and hilly areas during the preceding years

SrNo. Nameof work Costof work Dateof Starting Stipulateddateof Actualdateof


Remarks
completion completion
1 2 3 4 5 6 7

SAMPLEFORM

Note: Attested copies of certificate of worksdoneissued by concerned office to beattached in support of above stateme

Contractor sign. No Of Correction Executive Engineer


72

APPENDIX-IV

SITE VISIT REPORT LETTER


(To be submitted on letterhead of bidder)
Date :-
To,
The Executive Engineer,
Raigad Electrical Division,
PWD-Raigad.

Sub :- Site Visit Report With concern pwd officer for


RAESD/CR/2011/2025-26 Providing full comprehensive maintenance of fire alarm and fire
fighting systems at Alibag Civil Hospital, Alibag, Dist. Raigad (For 3 Years)

Sir,

This has reference to above tender of RAESD/CR/2011/2025-26 Providing full comprehensive


maintenance of fire alarm and fire fighting systems at Alibag Civil Hospital, Alibag, Dist. Raigad (For 3
Years) I/We here by declare that we have visited sites.

I/We made ourselves acquainted with site conditions, approach to site, requirement of tender
conditions etc.

I/We verified all details required to execute the projects.

I/We have no problems in undertaking the projects and complete them in the given time period.

Thanking you.

Yours faithfully,

(Signature of bidder)
Name of Bidder .....................................
Designation .............................................
Seal :

Sign & Seal of


Deputy Enginner,
Electrical Sub Division Raigad,
PWD Raigad.

Contractor sign. No Of Correction Executive Engineer

You might also like