REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the...

33
REQUEST FOR BID (Open E - Tender) Open Tender for Providing Repairing and Comprehensive Maintenance Contract (AMC) of Fire Alarm and Fire Fighting System Installed installed/ erected at Gram Vikas Bhavan, Kharghar, Navi Mumbai Tender Ref No.: RDD/Gram Vikas Bhavan/Fire Fighting AMC /02/ 2019 eTender ID: 2019_MSRLM_445750 Date: 5 th June 2019 Issued by: Chief Executive Office UMED - Maharashtra State Rural Livelihood Mission (MSRLM) Rural Development & Water Conservation Department Government of Maharashtra 5 th Floor, CIDCO Bhawan, CBD Belapur (South Wing) Navi Mumbai – 400 614 Tel: 022 27562552 Website: http://www.umed.in

Transcript of REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the...

Page 1: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

REQUEST FOR BID

(Open E - Tender)

Open Tender for Providing Repairing and Comprehensive Maintenance Contract (AMC) of Fire Alarm and Fire Fighting System Installed installed/ erected at Gram Vikas Bhavan, Kharghar, Navi Mumbai

Tender Ref No.: RDD/Gram Vikas Bhavan/Fire Fighting AMC /02/ 2019

eTender ID: 2019_MSRLM_445750

Date: 5th June 2019

Issued by: Chief Executive Office

UMED - Maharashtra State Rural Livelihood Mission (MSRLM)

Rural Development & Water Conservation Department Government of Maharashtra

5th Floor, CIDCO Bhawan, CBD Belapur (South Wing) Navi Mumbai – 400 614

Tel: 022 27562552 Website: http://www.umed.in

Page 2: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

Disclaimer

a) The Chief Executive Office of Maharashtra State Rural Livelihood Mission (MSRLM),

on behalf of Rural Development Department Government of Maharashtra hereinafter

referred to as ‘‘Tender Inviting Authority (TIA) has issued this Notice Inviting Tender

(hereinafter referred to as the Tender Document) for Providing Annual Maintenance

Contract (AMC) of Fire Alarm and Fire Fighting System Installed installed/ erected at

Gram Vikas Bhavan, Kharghar, Navi Mumbai.

b) This tender document has been prepared with intent to invite prospective

applicants/bidders and to assist them in making their decision of whether or not to

submit a bid. It is hereby clarified that this tender is not an agreement and the purpose

of this tender is to provide the bidder(s) with the information to assist them in the

formulation of their bids. This tender document does not purport to contain all the

information bidders may require. This tender may not be appropriate for all persons or

entities and it is not possible for the TIA to consider the investment objectives, financial

situation and particular needs of each bidder.

c) TIA has taken due care in preparation of information contained herein. However, this

information is not intended to be exhaustive. The interested bidders are required to

make their own inquiries so that they do not solely rely on the information contained in

this tender document in submitting their bids. This tender document includes

statements, which reflect various assumptions and assessments arrived at by the TIA in

relation to the project. Such assumptions, assessments and statements do not purport to

contain all the information that each bidder may require.

d) This tender is not an agreement by or between the TIA and the prospective bidders or

any other person and the information contained in this document is provided on the

basis that it is non–binding on the TIA, any of its authorities or agencies, or any of their

respective officers, employees, agents, or advisors. The TIA makes no representation or

warranty and shall incur no liability under any law as to the accuracy, reliability or

completeness of the information contained in the tender document. Each bidder is

advised to consider this document as per his understanding and capacity. The bidders

are also advised to do appropriate examination, enquiry and scrutiny of all aspects

mentioned in this document before bidding. The bidders are also requested to go

through this tender document in detail and bring to notice of the TIA, any kind of error,

misprint, inaccuracies, or omission in the document. The TIA reserves the right not to

proceed with the project, to alter the timetable reflected in this document, or to change

the process or procedure to be applied. It also reserves the right to decline to discuss the

project further with any party submitting a bid.

e) No reimbursement of cost of any type will be paid to persons or entities submitting a

bid. The bidder shall bear all costs arising from, associated with or relating to the

preparation and submission of its bid including but not limited to preparation, copying,

postage, delivery fees, expenses associated with any demonstrations or presentations

which may be required by the TIA or any other costs incurred in connection with or

relating to its bid.

f) This issue of tender does not imply that the TIA is bound to select and technically

qualify bids or to appoint the selected bidder, as the case may be, for the project and it

Page 3: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

reserves the right to reject all or any of the bids without assigning any reasons

whatsoever.

g) The TIA may, in its absolute discretion but without being under any obligation to do so,

update or amend the information contained in this tender document before bid

submission deadline.

h) The TIA, its employees and advisors make no representation or warranty and shall have

no liability (for any cost, damage, loss or expense which may arise from or is incurred

or suffered on account of anything contained in this tender document or otherwise,

including but not limited to the accuracy, adequacy, correctness, completeness or

reliability of the tender document and any assessment, assumption, statement or

information contained therein or deemed to be part of this document or arising in any

way with eligibility of bidder for participation in the bidding process) towards any

Applicant or bidder or a third person, under any law, statute, rule, regulation or tort

law, principles of restitution or unjust enrichment or otherwise.

i) The TIA also accepts no liability of any nature whether resulting from negligence or

otherwise caused arising from reliance of any bidder upon the statement contained in

this tender document.

j) Interested bidders, after careful review of all the clauses of this ‘Notice Inviting Bid’,

are encouraged to send their suggestions in writing to the TIA. Such suggestions, after a

review, may be incorporated into this tender document as a corrigendum, which shall be

uploaded onto the e-tendering website https://mahatenders.gov.in.

k) All eligible bidders need to be registered on the following portal to generate login

credentials and to download the bid documents for online bid preparation / decryption

etc. https://mahatenders.gov.in.

Page 4: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

1. Invitation of Bid

a) Rural Developent Department and Panchayat Raj Department,Government of

Maharashtra has developed ‘Gramvikas Bhavan’ on plot no 76(A) in sector -21 at

Kharghar,Navi Mumbai for organizing various seminars, workshops,traings and

meetings and providing residential facilities for the members of the Panchayat Raj

Institutions coming to Mumbai for official work. The Panchayat Raj syatem in

Maharashtra is being strengthened rapidly and more than 3 lakhs representatives are

working towards the welfare of the rural population. To develop the skills of the

representatives, the establishment of ‘Gramvikas Bhavan’is a very vital and welcome

step. The main objectivies of this project include setting up of training centre for the

members of the Panchayat Raj Institutions,providing facilities for exhibition and sales

for Self Help Groups(SHGs) , providing residential facilitites for the members of the

Panchayat Raj Institutions, creating platform for holding workshops and seminars to

conduct poverty eradication programmes etc

b) The Chief Executive Office of Maharashtra State Rural Livelihood Mission (MSRLM)

on behalf of Rural development department, Government of Maharashtra invites online

bids through e-Tender portal (https://mahatenders.gov.in) from eligible bidder to Provid

Bi Annual Maintenance Contract (AMC) of Fire Alarm and Fire Fighting System

Installed installed/ erected at Gram Vikas Bhavan, Kharghar, Navi Mumbai.

c) The bidders are advised to study this tender document carefully, before submitting their

bids in response to this Notice Inviting Tender. The submission of a bid in response to

this tender shall be deemed to have been done after careful study and examination of this

document and the actual site survey with full understanding of its terms, conditions and

implications.

d) The complete tender document has been published on https://mahatenders.gov.in. The

downloaded bid document shall be considered valid for participation in the electronic

bidding process (e-Tendering) subject to the submission of required tender/ bidding

document fee and EMD.

e) The bidders who wish to participate in this bidding process must register on -

https://mahatenders.gov.in

f) A Two (2) envelope selection procedure shall be adopted.

g) The bidder’s (authorized signatory) shall submit their offer online in electronic formats

for Technical and Financial bids. The tender document fees, and Earnest Money Deposit

(EMD) should be submitted online as per the details provided in the bid document.

h) The TIA will not be responsible for any delay or error in online submission due to any

reason. For this, bidders are requested to upload the complete required bid documents

well in advance so as to avoid issues like slow speed, or any other unforeseen problems.

For queries related to bid submission, the bidders may contact the helpdesk given on

https://mahatenders.gov.in

i) The bidders are also advised to refer “Bidders Manual Kit” available on

https://mahatenders.gov.in for further details regarding the e-tendering process.

Page 5: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

1.1 Key Events and Dates

Sr. No. Information Details

1. Date & Time for Commencement

of Downloading Tender Document

Date:05/06/2019 Time: 11.00 Hrs

2. Tender Reference Number RDD/Gram Vikas Bhavan/Fire Fighting

AMC /02/ 2019

3. eTender ID 2019_MSRLM_445750

4. Last date & Time for sending

requests for clarifications

Date: 15/6/2019 Time: 17.00 Hrs

5. Site visit & pre-bid meeting date ,

time and place

Date: 13/6/2019 Time: 12.15 Hrs

Gramvikas Bhavan, Plot no 76(A) in

sector -21 Kharghar,Navi Mumbai-

410210

6. Last date & time for downloading

the Tender document

Date: 18/06/2019 Time: 17.30 Hrs

7. Last Date (deadline) & Time for

submission of bids

Date: 18/06/2019 Time: 17.30 Hrs

8. Date and Time for Opening of

Technical Bids

Date: 19/06/2019 Time: 17.30 Hrs

9. Date and Time for Opening of

Financial Bids

Will be published on

https://mahatenders.gov.in

Note:

Bidders are requested to frequently visit https://mahatenders.gov.in to see any

change in pre-bid meeting date, bid submission date etc. and any other changes

made in the bidding document through corrigendum, MOM of pre-bid meeting etc

Page 6: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

1.2 Other Important Information related to Bid

Sr. No. Information Details

1. Tender Fee Rs. 3,900/- (Rupees three nine thousand

only) to be paid online on the e-tendering

portal at the time of submission of the tender

2. Earnest Money Deposit (EMD)

(to be paid online)

Rs. 65,000/- (Rupees sixty five thousand

only) to be paid online on the e-tendering

portal at the time of submission of the

tender.

3. Bid Validity Period 90 days from the date of opening of the

technical bid

4. Performance Security 3% of the total value of the contract for the

period od one year

5. Last date for furnishing

Performance Security in the

form of Bank Guarantee or

Demand Draft by the successful

bidder

Within one week from the date of work

order. The Performance Security shall be

valid for 30 days after the completion of

contract for non warrantee items and for

warrantee items 30 days from the end of the

warrantee obligation.

6. Last date for signing the contract As intimated in notification of award of

contract by the Tender Inviting Authority

R.Vimala IAS

Chief Executive Office

Maharashtra State Rural Livelihood Mission

Page 7: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

2 . Instructions to Bidders

This section includes all the important information required to bid for this project.

2.1 General Information and Guidelines

a) The TIA invites bids from eligible bidders as per the Scope and Technical Criteria

mentioned in this tender document.

b) Any contract that may result from this bidding process will be effective from the

date of Signing of Contract and shall, unless terminated earlier in accordance with

its terms, continue up to two years which may be extended as per the need and on

the performance of the bidder.

c) The TIA reserves the right to extend the term on mutually agreed terms at the sole

discretion of the TIA, subject to any obligations under applicable law.

d) All information supplied by the bidders may be treated as contractually binding on

the bidders, on the successful award of the assignment by the TIA on the basis of

this tender document.

e) No commitment of any kind, contractual or otherwise shall exist unless and until a

formal written contract has been executed by or on behalf of the TIA. Any

notification of preferred bidder status by the TIA shall not give rise to any

enforceable rights by the bidder. The TIA may cancel this public procurement at any

time prior to a formal written contract being executed by or on its behalf.

f) This tender document supersedes and replaces any previous public documentation &

communications, and the bidders should place no reliance on such communications.

g) All figures of costs, project values and others should be mentioned in Indian Rupees

only.

h) No bidder shall submit more than one Bid for this tender.

2.2 Consortium Conditions: Not Applicable.

2.3 Tender Fees

The bidders are requested to pay a Tender fees as mentioned in the clause 3 through

the e-Tender Portal’s Payment Gateway. The Tender fee is non-refundable. The

tender document can be downloaded free of cost from the portal:

https://mahatenders.gov.in, on registration. The bids that are not accompanied by the

tender fee shall be considered non-responsive and will be rejected.

2.4 Earnest Money Deposit (EMD)

The bidders are requested to deposit the EMD as mentioned in the clause 3 through

the Online Payment Gateway as integrated in the https://mahatenders.gov.in e-

tendering solution.

a) The EMD shall be denominated in Indian Rupees only. No interest will be payable to

the bidder on the amount of the EMD.

b) The EMD should be valid for 90 days from the date of technical bid opening.

Page 8: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

c) The bids submitted by bidders without the prescribed EMD, will be rejected.

d) The Unsuccessful bidder’s EMD will be returned within 120 days from the date of

opening of the financial bid.

e) The EMD of successful bidder will be returned after the award of contract and

submission of the Performance Security in the form of Bank Guarantee / Demand Draft

within specified time and in accordance with the format given in the tender document.

f) The EMD may be forfeited:

If a bidder withdraws his bid or increases his quoted prices during the period of bid

validity or its extended period, if any.

If successful bidder fails to sign the Contract or to furnish Performance Security in

the form of Bank Guarantee / Demand Draft within specified time in accordance

with the format given in the tender document.

If during the bid process, a bidder indulges in any such deliberate act as would

jeopardize or unnecessarily delay the process of bid evaluation and finalization. The

decision of the TIA regarding forfeiture of the EMD shall be final and binding upon

bidders.

If during the bid process, any information is found false/fraudulent/mala fide, then

the TIA shall reject the bid and, if necessary, initiate action.

2.5 Contact Details

For any clarifications & communication with regards to the tender document, the

bidders are expected to communicate at the contact information provided below:

S. No Item Details

1. Name Pravin N Godse

2. Designation State Mission Manager-Procurement

Maharashtra State Rural Livelihoods Mission

5th Floor, CIDCO Bhavan (South Wing),

CBD Belapur, Navi Mumbai – 400614

Maharashtra

3. Phone 022- 27562552/54

2.7 Side visit and Pre-Bid Meeting

The TIA will host a site visit and pre-bid meeting for queries, if any, by the

prospective bidders. The date, time and place of the meeting are specified in Section

–1.1. The representatives of the bidders may attend the side visit and pre-bid meeting

at their own cost. The purpose of the side visit and pre-bid meeting is to provide a

forum to the bidders to clarify their doubts / seek clarifications or additional

information, necessary for them to submit their bid. The bidders shall send their pre-

bid queries as per the schedule specified in the tender document Section 1.1. The

response to the queries will be published on https://mahatenders.gov.in. No

telephonic queries will be entertained. This response of the TIA, against the Pre-Bid

queries, shall become integral part of tender document.

Page 9: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

2.8 Corrigendum / Amendment to the Tender

At any time prior to the deadline (or as extended by the TIA) for submission of bids,

the TIA for any reason, whether at its own initiative or in response to clarifications

requested by the bidder, may modify the tender document by issuing amendment(s)

or issue additional data to clarify an interpretation of the provisions of this tender.

Such supplements, amendments / corrigendum to the tender document, issued by the

TIA would be displayed on https://mahatenders.gov.in. and shall be deemed to be

incorporated by this reference into this tender document.

Any such supplement / corrigendum / amendment will be binding on all the bidders.

The TIA will not be responsible for any misinterpretation of the provisions of this

tender document on account of the bidders’ failure to update the bid documents based

on changes announced through the website.

In order to allow bidders a reasonable time to take the supplement / corrigendum /

amendment(s) into account in preparing their bids, the TIA, at its discretion, may

extend the deadline for the submission of bids.

2.9 Completeness of Response

1 The bidders are advised to study all instructions, forms, terms, requirements and

other information in the tender document carefully. Submission of bid shall be

deemed to have been done after careful study and examination of the tender

document with full understanding of its implications.

2 The response to this tender should be full and complete in all respects. Failure to

furnish all information required by the tender document or submission of a bid

not substantially responsive to the tender document in every respect will be at the

bidder's risk and may result in rejection of its bid

2.10 Bid Preparation Cost

The bidder shall be responsible for all costs incurred in connection with participation

in the tender process, including, but not limited to, costs incurred in conduct of

informative and other diligence activities, participation in

meetings/discussions/presentations, preparation of bid, in providing any additional

information required by the TIA to facilitate the evaluation process, and in

negotiating a definitive Service Agreement (SA) and all such activities related to the

bid process. This tender document does not provide any kind of commitment on

behalf of the TIA, to award a Contract or to engage in negotiations. Further, no

reimbursable cost may be incurred in anticipation of award of the Contract for

implementation of this project.

2.11 Right to Termination

The TIA may terminate the bid process at any time and without assigning any reason.

The TIA makes no commitments, expressed or implied that this process will result in

a business transaction with anyone. This tender document does not constitute an offer

by the TIA. The bidder's participation in this process may result in the TIA selecting

the bidder to engage towards execution of the contract. In the event of such

termination, EMD of all bidders shall be returned, without any interest.

Page 10: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

3. Bid Submission Instructions

3.1 Online Bid Submission

1 The bidder shall submit the bid online through e-tendering Portal

https://mahatenders.gov.in

2 To view- Tender Notice, Detailed Time Schedule, Tender Document its supporting

documents etc. , kindly visit following e-Tendering website

https://mahatenders.gov.in

3 The bids submitted, shall comprise of the following 2 envelopes:

- A Two (2) envelope/ cover system shall be followed for the bid:

Envelope A:Technical Bid

Envelope B: Financial Bid

The Bid shall include the following documents:

The bidder should ensure that all the required documents, as mentioned in this

tender document, are submitted along with the bid and in the prescribed format

only.

Non-submission of the required documents or submission of the documents in a

different format/ contents may lead to the rejection of the bid submitted by the

bidder.

It shall be the sole responsibility of the bidder to ensure that all the documents

required for the Technical Bid including all annexures, technical specification

compliance sheet and Financial Bid etc. are uploaded on the portal well within time

and the TIA shall not entertain any representation from any bidder, who fails to

upload the requisite documents within the stipulated time and date on account of

any technical issues related to low internet connectivity, size of the files to be

uploaded, error with regards to uploading of correct file etc. Therefore, the bidders

are notified that they must read the instructions / information given on the

homepage of the e-tender portal and must understand all the nuances of technology

in advance.

The bidders should note that the bids will be evaluated on the basis of documents

referenced against evaluation criteria of the pre-qualification, annexures, technical

bid and compliance to technical specification only.

4 The TIA will not accept the delivery of the bids in any manner, other than that specified

in this tender document. Any bid delivered in any other manner shall be treated as

defective, invalid and rejected.

5 It is required that all the bids submitted in response to this tender document should be

unconditional in all respects, failing which the TIA reserves the right to reject the Bid.

6 It shall be the responsibility of the bidder to re-check that each page of the requisite

document uploaded as a part of the bid is stamped and duly signed by an authorized

signatory

7 Modification and Withdrawal of Bids -

Page 11: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

a) Resubmission of bid by the bidders for any number of times before the final date

and time of submission is allowed.

b) Resubmission of bid shall require uploading of all documents including price bid

a fresh.

c) If the bidder fails to submit his modified bids within the pre-defined time of

receipt, the system shall consider only the last bid submitted.

d) The Bidder can withdraw its bid before the closure date and time of receipt of the

bid by uploading scanned copy of a letter addressing to the Officer Inviting Bid

citing reasons for withdrawal. The system shall not allow any withdrawal after

expiry of the closure time of the bid.

e) The bidder should avoid submission of bid at the last moment to avoid system

failure or malfunction of internet or traffic jam or power failure etc.

3.2. Eligibility Criteria

The Bidder shall fulfill all of the following eligibility criteria independently, as on the

date of submission of bid.

3.3 Technical Bid (Envelop - A): Documents to be uploaded

The Technical bid must be submitted online as per the instructions on the portal and in

this tender document. Following documents are mandatory and should be submitted

online

a) Tender Acceptance Letter : Form -1

b) Bidder information : Form -2

c) Details of Similar Experience/Performance Statement : Form -3

d) Offer forwarding letter/tender submission letter : Form -4

Sr. No. Eligibility Criteria

1. Bidder should be a Proprietary firm /Partnership firm/Limited

Company/Corporate body legally constituted and should be registered with

the appropriate registration authority;

2. Bidder must have a minimum average annual turnover of Rs. 25 Lakhs (Rs.

Twenty five lakhs) during three financial years (FY 2015-16, 2016-17 &

2017-18 OR FY 2016-17,2017-18 & 2018-19 )

3 Bidder should be registred under GST

4 Bidder should have at lease 3 years experience in providing repair and

maintenance of Fire Protection System. 6 Bidder has not been found guilty and has not been blacklisted or debarred by

any State Government or Central Government Department/ Union Territory/

Local Authority/ Central and State Government Undertaking or Government

Organizations as on the date of submission of bid.

Page 12: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

e) Turnover certificate issued by chartered accountant firm : Form -5

f) Declaration confirming Knowledge about the site condition: Form -6

g) Declaration : Form -7

h) Registration certificate of bidder with appropriate registration authority as proprietary

firm /Partnership firm/Limited Company/Corporate body

i) GST registration certificate

3.4 Financial Bid (Envelop - B)

1 Finanacial/price offer must be submitted online at https://mahatenders.gov.in as

per the instructions on the portal.

2 Rates should be quoted in the financial Bid format as per form -9 of this tender

document and in accordance to the details and terms and conditions as mentioned in

this tender document (hence, the bidder is expected to understand the tender in all

respects and site visit).

3 Quoted price shall be inclusive of all legal dues applicable as per the law/rules

previeling in the state of Maharashtra and inclusive of all expenses and overheads

but excluding GST

3.5 Validity of Bid

The bid shall be valid for a period mentioned in clause 3 from the date of opening of

the technical bid. A bid valid for a shorter period may be rejected as non-responsive.

In exceptional circumstances, at its discretion, the TIA may solicit the bidder's consent

for an extension of the validity period. The request and the responses thereto shall be

made in writing or by email.

3.6 Corrections / errors in Financial Bid

1. The bidders are advised to exercise adequate care in quoting the prices. No excuse for

corrections in the quoted figures will be entertained after the last date for submission

of bids.

2. The quoted price shall be corrected for arithmetical errors by TIA.

3. In cases of discrepancy between the prices quoted in words and in figures, amount

written in words shall be considered.

3.7 Language

The bid should be submitted by the bidder in English language only. If any supporting

documents submitted are in any language other than English, translation of the same in

English language is to be duly attested by the bidders. For purposes of interpretation of

the bid, the English translation shall govern. If any documentary evidence for

‘Experience’ is in other languages, a true translation of the copy, attested by Notary

shall be enclosed.

3.8 Conditions under which Tender is issued

1 This tender document is not an offer and is issued with no commitment. The TIA

reserves the right to withdraw the tender document and change or vary any part thereof,

Page 13: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

at any stage. The TIA reserves the right to disqualify any bidder, should it be so

necessary at any stage.

2 The timing and sequence of events resulting from this tender document shall ultimately

be determined by the TIA.

3 No verbal conversations or agreements with any official, agent, or employee of the TIA

shall affect or modify any terms of this tender document and any alleged verbal

agreement or arrangement made by a bidder with any agency, official or employee of

the TIA shall be superseded by the definitive agreement that results from this tender

process. Verbal communications by the TIA to bidders shall not be considered binding

on it, nor shall any written materials provided by any person other than the TIA.

4 Neither the bidder nor any of the bidder’s representatives shall have any claims

whatsoever against the TIA or any of their respective officials, agents, or employees

arising out of or relating to this tender document or these procedures (other than those

arising under a definitive service agreement with the bidder in accordance with the

terms thereof).

5 Until the Contract is awarded and during the validity of the Contract, bidders shall not,

directly or indirectly, solicit any employee of the TIA to leave the office or any other

officials involved in this tender process in order to accept employment with the bidder,

or any person acting in collusion with the bidder, without prior written approval of the

TIA.

3.9 Right to the content of Bids

All bids and accompanying documentation of the Technical bids will become the

property of the TIA and will not be returned after opening of the Technical bids. The

TIA is not restricted in its rights, to use or disclose any or all of the information

contained in the bid and can do so without compensation to the bidders. The TIA shall

also not be bound by any language in the bid indicating the confidentiality of the bid, or

any other restriction on its use or disclosure.

3.9 Non-Conforming Bid

A bid may be construed as a non-conforming bid and ineligible for consideration if:

1. It does not comply with the requirements of this tender document.

2. It does not follow the format requested in this tender document or does not appear

to address the requirements as specified by the TIA.

3.10 Disqualification

The bid is liable to be disqualified in the following cases or in case the bidder fails to

meet the requirements as indicated in this tender document:

1. The bid is not submitted in accordance with the procedure and formats prescribed in

this document or treated as non-conforming bid.

2. During the validity of the bid, or its extended period, if any, the bidder increases the

quoted prices.

3. The bidder qualifies the bid with own conditions.

Page 14: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

4. The bid is submitted in an incomplete form and not quoted for all the

items/services.

5. The information submitted in the Technical bid is found to be misrepresented,

incorrect or false, accidentally, unwittingly or otherwise, at any time during the

processing of the Contract (no matter at what stage) or during the tenure of the

Contract including the extension period, if any.

6. The Financial bid is enclosed with the Technical bid.

7. The bidder tries to influence the bid evaluation process by

unlawful/corrupt/fraudulent means at any point of time during the tender process.

8. In case any one bidder submits multiple bids or if common interests are found in

two or more bidders, the bidders are likely to be disqualified,

a) The bidder fails to deposit the Performance Security in the form of Bank Guarantee or

Demand Draft or fails to enter into a Contract within specified period mentioned in the

notification of award of contract or within such extended period, as may be specified by

the TIA.

9. Any form of canvassing / lobbying / influence / query regarding short listing etc.

will be treated as disqualification. While evaluating the bids, if it comes to the

TIA’s knowledge expressly or implied, that some bidders may have colluded in any

manner whatsoever or otherwise joined to form an alliance resulting in delaying the

processing of bid, then the bidders so involved are liable to be disqualified for this

Contract as well as for a further period of four years from participation in any of the

tenders floated by the TIA.

10. If the Technical bids contains any information on price, pricing policy, pricing

mechanism or any information indicative of the financial aspects of the bid.

3.11 Acknowledgement of Understanding

By submitting the bid, each bidder shall be deemed to acknowledge that bidder has

carefully read all sections of this tender document, including all forms, schedules,

annexure, corrigendum and addendums (if any) hereto, and has fully informed itself

as to all existing conditions and limitations.

4. Bid opening and Evaluation process

4.1 Bid Opening

On the date and time specified in the tender notice following procedure will be

adopted for opening of tender for which tenderer is free to attend him self or depute

an authorized officer as his representative.

4.2 Opening of Envelop – A (Technical Bid)

Envelope No. A (Technical bid) of the tenderer will be opened in the presence of

tender opening authority and in the presence of tenderer / their representatives

through- e tendering procedure.

Page 15: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

4.3 Evaluation of Technical Bid

The evaluation of the technical bids will be carried out in the following manner:

1 The bidders' technical bid will be evaluated as per the requirements and evaluation

criteria as spelt out in Section 3.2 of this tender document. The bidders are required

to submit all required documentation in support of the criteria specified as per the

formats specified in this tender document.

2 In any case, in the event of any deviation from the factual information provided by

the bidder in technical bid, the deviation can reject the bid and also ban the bidder

from participation in any future tenders in the state of Maharashtra.

3 At any time during the bid evaluation process, the Gramvikas Bhavan committee

may seek verbal / written clarifications from the bidders. The committee may seek

inputs from their professional experts in the evaluation process.

4 The committee reserves the right to do a reference check of the past experience

stated by the bidder. Any feedback received during the reference check shall be

taken into account during the technical evaluation process.

5 The technically shortlisted bidders will be informed date and venue of the opening

of the financial bids by Gramvikas Bhavan.

4.4 Opening of Envelop - B (Financial Bid)

This envelope of technically qualified bidders shall be opened as per e-tendering

procedure after opening of Envelope No. A (Technical bid). The date and time of

opening of financial bids will be published on https://mahatenders.gov.in

4.5 Award Criteria

Evaluation of Financial bids will be based on total amount of 1st year and 2nd year

(excluding taxes) i.e. A+B quoted by the bidder. The TIA shall award the contract to

the bidder whose offer/quote has been determined to be the lowest evaluated bid and

is substantially responsive to the bidding documents. TIA may negotiate with the L1

bidder and finalise the rate.

4.6 Right to accept any Bid and to reject any or all Bids

The TIA reserves the right to accept or reject any bid, and to annul the tendering

process and reject all bids at any time prior to award of Contract, without thereby

incurring any liability to the affected bidder(s) or any obligation to inform the

affected bidder(s) of the grounds for the TIA’s action.

4.7 Notification of Award

a. Before expiry of the bid validity period, the TIA will notify the successful bidder in

writing, by registered / speed post or by fax or by email (to be confirmed by

registered / speed post immediately afterwards) that its bid have been accepted by

the Tender Inviting Authority.

b. The successful bidder, upon receipt of the acceptance letter, shall furnish the

required performance security in the form of Bank Guarantee or Demand Draft and

Page 16: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

submit an agreement in the prescribed format within ten days, failing which the

EMD will be forfeited and the award will be cancelled.

c. After cancellation of award of contract with L1 bidder, TIA will call L2 and asked

to match the rate offered by L1. If L2 accept the offer, award of contract will be

issued to L2. If L2 refuse to match rate with L1, then L3will ask to match rate with

L1 and if L3 accepts award of contract will be issued to L3 and so on. In such case

EMD submitted by L2, L3…will not be forfeited if they refuse to match the rate

with L1.

d. The Notification of Award shall constitute the formation of the Contract.

4.8 Contract Period

The Contract will be initially for a period of Two years with a provision of one year

extension subject to evaluation of the performance of bidder by gramvikas bhavan

before end of second year contract. The rates for the 3rd year, if renewed, shall be the

prevailing rates of the 2nd year quoted by the bidder. However, all other terms and

conditions will remain unchanged. The performance of the bidder/Bidder may be

evaluated every year on a continuous basis and the extension /renewal of contract will

be based on performance evaluated by gramvikas bhavan or third party inspection

report or both. The renewal of the Contract, if any, shall be solely on decision of

gramvikas bhavan.

4.9 Signing of Contract

The Contract will be signed as per tender document, after selection of the bidder. In

lieu of the same, the successful bidder will have to execute an agreement in a non-

judicial stamp paper of value Rs.500/- in favour of Chief Executive Officer,

MSRLM.

If the successful bidder fails to execute the agreement and payment of Performance

Security within the time specified or withdraws the tender, the successful bidder is

unable to undertake the contract, the Earnest Money Deposit of the successful bidder

shall stand forfeited. Such bidder(s) will also be liable for all damages sustained by

the TIA by reasons of breach of tender conditions. Such damages shall be assessed by

the TIA whose decision shall be final.

4.10 Failure to agree with Terms and Conditions of this Tender

Failure of the successful bidder to agree with the terms & conditions of the tender

document shall constitute sufficient grounds for the annulment of the award, resulting

which the TIA may call for new bids and at the same time, invoke the performance

Security of the successful bidder.

4.11 Performance Security

1 The selected bidder shall deposit the Performance Security as follows:

a. The successful bidder shall at his own expense, deposit with the TIA, a

Performance Security in the form of Bank Guarantee or Demand Draft equal to

% mentioned in 1.2.

Page 17: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

b. The Performance Security should be furnished within 15 Working Days from the

date of issue of notification of award of contract.

c. The Performance Security may be discharged/returned by the TIA upon being

satisfied that there has been due performance of the obligations of the successful

bidder under the contract. However, no interest shall be payable on the

Performance Security

d. The TIA shall also be entitled to make recoveries from the Performance Security

on the following grounds:

i. Any amount imposed as a fine for irregularities Committed by the bidder.

ii. Any amount which the TIA becomes liable to the Government /Third

party on behalf of any default of the bidder or any of his/her/their agent/

employees or staff.

iii. Any payment/fine made under the order/judgment of any court/consumer

forum or law enforcing agency or any person working on his behalf.

iv. Any other outstanding amount.

e. Once the amount under this clause is debited, the bidder shall reimburse the

performance security to the extent the amount is debited within 15 days of such

debit by the TIA failing which it will be treated as breach of agreement and may

lead to termination of agreement with forfeiture of all amounts including interest

free Performance Security in favor of the TIA.

f. The Earnest Money deposited at the time of bid submission would be given back

to the bidder on payment of Performance Security in the form of Bank

Guarantee or Demand Draft as per the details specified in this tender document

4.12 Payment Terms

Quarterly charges will be arrived at dividing the yearly amount by four quarter.

The payment will be made on quarterly basis after ending of the quarter within

2 weeks from the receipt of tax invoice duly certified by the Gramvikas

Bhavan authority or any other officer authorized by Chief Executive officer,

MSRLM that the work has been satisfactory completed.

Actual GST will be paid on submission of original tax invoice. Deduction towards

Income Tax as applicable under the Income Tax Act, 1961, shall be made from all

payments made to the bidder and in respect of such deductions necessary

certificates of Tax Deduction shall be given.

4.13 Scope of Work: Please see Annexure-A

Page 18: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

ANNEXURE -A

SCOPE OF WORK

The Gram Vikas Bhavan building is 6 floor building consisting of following 53

double room air conditioning rooms, one air conditioning auditorium havin seating

capacity 460 persona , 4 air conditioning training halls , one air conditioning canteen

having seating capacity about 80 persons and 33 shops . Fire alarm and fire fighting

systems are installed at Gram Vikas Bhavan.

It would be the responsibility of bidders to inspect the complete installation and get

themselves fully satisfied before quoting their rates. Additional work (if any), needed

to be carried out to make the system fully functional with their detailed specifications,

quantities and rates etc. should be included in the tendered amount /quoted rates, as

the case may be, since no payment for any extra work done for making the system

fully functional shall be made.

During the period of comprehensive maintenance contract, no payment whatsoever

towards replacement of parts, spares or consumables etc. shall be entertained. The

firm will hand over the complete system fully functional back to the department on

completion of work.

During the course of Maintenance contract, the firm will co-ordinate with the GVB

authority on regular basis for effective execution of various activities concerning the

servicing and operation of Fire Fighting and Alarm System, as per the details

/particulars of maintenance schedules mentioned in Annexure I.

The firm shall deploy one technical staff being available at Gram Vikas Bhavan. The

staff deployed should have adequate qualification and experience. The firm will also

deploy a senior engineer (having sound knowledge of Fire Fighting System), as and

when required who will visit the site at least once in a week, to take up periodic

maintenance and to ensure that the works are being accomplished as they are required

under the condition of contract. The firms Senior Engineer will hold fire safety

session for the workers and staff deployed at GVB, once in three months, to create

awareness.

NOTES:-

a. Power and water required for the services shall be provided by the GVB at no

additional charge to the contracts.

b. Bidders’may visit the site before submitting the tender so that they can themselves

see the existing system for any clarification.

Page 19: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

c. No Tool and plant for execution of services shall be supplied by the GVB.

d. Cleaning materials such as vim / surf / cotton / old dhotis, pilot lamp for indicating

lamp, pvc tape etc., gland dori, grease for pump and motors etc required for the

execution of services shall be arranged by the contractor on his own.

e. All needed accessories /spare parts consumables etc. required for proper

functioning of main / zonal control panels like resistance, capacitors, leads transistors,

and all cords shall be repaired / replaced by the contractor at no additional cost to the

department.

DETAILS OF MAINTENANCE SHEDULES (include but are not limited to)

Maintenance of Fire Alarm and Fire Fighting System: The following activities /works

/ checks will be performed by the contractor’s staff on Daily / Fortnightly / Monthly /

Quarterly / Half Yearly basis which will be dully recorded in the log book with date

and time. Also selected firm shall provide one technical staff being available 24 x 7 at

Gram Vikas Bhavan.

1. Daily Checks:

a) Check the power supply positions in respect of all the panels placed in various floors

of the multistoried building.

b) Check the LED of panels through lamp test switch.

c) Check any fault if indicated on any of the panels and rectify the same immediately.

d) Maintain the wet riser system; the contractor shall carry out the following operations.

Check water pressure in the system

Running of the fire hydrant pump and motor.

Check leakage etc. in the system.

Check of control panel.

Check of bell and siren for its proper working

2. Fortnightly Checks

Operational readiness of the entire system during mains failure.

3. Monthly Checks to ensure

a) Fire circuit of each zone from the panels.

b) Whether signals of fire and fault gets transmitted from zonal panel to main panel.

c) Performance of the hooters.

d) Performance of the manual call points.

e) Monthly cleaning of the system and draining of the same etc., as required.

4. Quarterly Checks

a) Fault circuit of each zone by actually disconnecting the wire

5. Half Yearly Checks

a) Manual cleaning of manual call points, panels , hooters, hydrant box etc.

Page 20: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

ADDITIONAL CONDITIONS OF CONTRACT

1. The firm will maintain the logbook for the maintenance works carried out as given under.

i. After each maintenance / testing, the details will be entered in the log book (maintenance)

register along with the of testing date and results achieved. The entry in the register will be

countersigned by the Engineer.

2. Without taking prior approval from the site Engineer, no fittings / materials will be removed

for the purpose of repairs. It will be the contractor’s responsibility to provide alternative serviced

temporary arrangements for such items removed during the period of repair. The item will be

repaired and into position so as ensure that the systems remains fully functional all the time.

3. The firm shall maintain all cables from main control panel to local control panel and to

detectors for each zone.

4. The system shall be maintained in working condition all the time until completion of contract.

The firm will hand over to CRRI the total system in fully functional condition at the end of

completion of contract.

5. The demonstration on the working of system shall be given, at least once in a month, to the

GVB authority.

6. All materials to be used for repair and replacement of parts shall be from the approved list and

of ISI make.

7. The check list and test requirements mentioned in the tender documents are of general nature

and indicative only. In case specific checks and additional tests, under the overall guidelines of

Concern Fire department are considered necessary for efficient working of the equipment system

towards ensuring its functioning all the time, whether included in the tender specification / bill of

quantities or not will be brought out at tendering stage itself. No claim whatsoever shall be

entertained for such reasons.

9. The firm shall depute to site one qualified Engineer to check the whole system at least once

every month. A proper record will be maintained duly signed by the Engineer and countersigned

of the Employer concerning such visits. The firm shall submit a list of persons deployed for the

work.

10. The firm will demonstrate proper working of the complete fire fighting system by testing the

system, the firm will also carry out mock drill once in a month or as and when required by the

GVB. A compressive drill also be done, once during the contract period, where firms Senior

Engineer will also be present. The firm shall be responsible for proper working condition of the

fire system all the time and all parts found defective / damaged will have to be replaced free of

cost by the firm. In the event of failure of fire fighting system at the hour of need, the firm shall

be fully responsible lapses and will have to meet all the losses uncured due to failure of fire

fighting system.

11. The firm shall be responsible for supplying and maintaining all accessories, equipment, and

panels, installed and being operated any loss or damage to the system components, line valves

etc, due to faulty operation or any other reason shall be the responsibility of contractor and he

will have to either replace the same or make good of the damages as the case may be In case of

hydrant pipes, if the damages are caused due to 3rd party or due to ageing, the decision of GVB

authority shall be final with regard to admissibility of such payment as an additional payments.

12. The Engineer in charge or his representative shall have full access to all installation at all

time.

Page 21: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

13. Maintaining liaison with the Fire Department in case of fire and tests to be conducted to

check the operation / readiness of the system shall be contractor’s responsibility.

14. Responsibility of providing all spares and consumables items required for operation of the

system shall be that of contractor only.

15. Contractor will remove any staff from the duty if he not found competent for the job .

16. Non-deployment of competent staff / engineer service / and undue unjustified delays in

rectification of any faults noticed and unsatisfactory maintenance of the complete fire system

shall be treated as breach of the contract. Such situations, GVB may consider imposing penalty

or deduction of money from the payment to be made to the firm. The decision of GVB in this

regard shall be final and binding on the part of contractor.

17. The servicing of pumps, and motors shall be done twice in a year. (i.e. during the Ist quarter

and 3rd quarter) to the full satisfaction of Engineer and not extra payment shall be made on this

account. The water and electricity required for their running and maintenance will be provided to

contractor by GVBat no cost.

18) Contractor is resposnsible to carry out the fire safety audit of the Gram Vikas Bhavan

Building from the licenced agency under fire safety& life hazards rule 2006 once in every six

months or as per the rules and reglations.

LIST OF MAIN EQUIPMENTS INSTALLED AT GRAM VIKAS BHAVAN

1) Main fire pump 60 HP: - 1 No.

2) Sandby pump79 HP with diesel engine: -1 No.

3) Jocky pump 10 HP - 1 No.

4) Booster pump 12.5 HP.- 1 No.

5) Control Panel - 1 No.

6) Double headed hyydrant valves - 17 nos.

7) Sluice valve - 150 mm - 1 No.

8) NRV 150 MM-4 , 100MM - 2 80MM-2

9) Butterfly valves - 150mm-4, 100mm- 3 , 80mm-2

10) Foot valves- 200mm-2, 150mm -1, 80mm-1

11) Fire brigade header siamese coonnection - 4 Nos.

12) Yard hydrant - 7 Nos.

13) Conventional Pendent sprinkler-304 Nos.

14) Side wall sprinkler - 60 Nos.

15) Photo electric smoke detectors -176 Nos.

16) Conventional manual points-24 Nos.

17) Electronic hooters - 24 Nos.

18) Fire Alarm Control Panel 18 Zones- 1 No.

19) Zone microprocessor Fire alarm control panel - 1 no.

20) Remote response indications - 91 Nos.

21) CO2 Fire Extinguishers 4.5 Kg.-25 Nos.

22) DCP Fire Extinguishers 5 Kg. - 25 Nos.

23) Foam type Fire Extinguishers 50 lit.-2 Nos.

24) Fire Buckets - 8 Nos.

Page 22: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

TENDER FORMS

Page 23: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

Form -1

TENDER ACCEPTANCE LETTER

(To be given on Letter Head)

Date:

To,

Chief Executive Officer Maharashtra State Rural Livelihoods Mission

5th Floor,CIDCO Bhavan South wing CBD Belapur

Navi Mumbai -400614

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No: ________________________

Name of Tender / Work: Annual Maintenance Contract (AMC) of Fire Alarm and Fire Fighting System

Installed installed/ erected at Gram Vikas Bhavan, Kharghar, Navi Mumbai.

Dear Sir,

1. I/ We have downloaded / obtained the tender document(s) for the above mentioned

‘Tender/Work’ from the web site(s) namely: https://mahatenders.gov.in and /or www.umed.in as

per advertisement, given in the above mentioned website(s).

2. I / We hereby certify that I / we have read the entire terms and conditions of the tender documents of all pages (including all documents like annexure(s), schedule(s), etc.,), which form

part of the contract agreement and I / we shall abide hereby by the terms / conditions / clauses contained therein.

3. The corrigendum(s) issued from time to time by department/ organization too has also been taken into consideration, while submitting this acceptance letter.

4. I / We hereby unconditionally accept the tender conditions of above mentioned tender

document(s) / corrigendum(s) in its totality / entirety.

5. I / We do hereby declare that our Firm has not been blacklisted/ debarred by any Govt.

Department/Public sector undertaking/Private organization.

6. I / We certify that all information furnished by the our Firm is true & correct and in the event

that the information is found to be incorrect/untrue or found violated, then department/ organization shall without giving any notice or reason therefore or summarily reject the bid or

terminate the contract, without prejudice to any other rights or remedy including the forfeiture of the full said earnest money deposit /Security deposit or both absolutely.

Date:

Place:

Signature of authorized person Full Name & Designation:

Firm/Company’s Seal

Page 24: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

Form -2

BIDDER INFORMATION (To be given on Letter Head)

Date: ______________

S. No. Particulars/Details

1 Name of the Bidders/ Firm

Communication Address

2

Telephone No. Office

Mobile

3 Fax

E-Mail

Website

Authorised Person - Name

4 Designation

Mobile

E-Mail ID

Alternate Authorised Person - Name

5 Designation

Mobile

E-Mail ID

6 EPF code

7 ESI Registration Number

8 PAN

9 GST Registration No.

10 Tender Fee Paid / Exempted Rs.

11 Earnest Money Deposit EMD paid / Exempted Rs.

Average Annual Turnover for three years

2015-16,2016-17 & 2017-18 OR 2016-17,2017-18 & 2018-19

12

Furnish the names with address & telephone

nos. of three responsible persons who will be

in a position to certify about the

13 services/quality as well as the past

Performance of your organization.

14 Whether you accept all the terms and

conditions of the tender; Yes/No

Page 25: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

Form -3

Performance Statement (To be given on Letter Head) Description of similar work of Annual Maintenance and operations Maintenance for Fire Fighting Equipments and Hydrant Systems executed during the last 3 years

Sl. No.

Name & Address of the client

Name and Location of work

Value of Work (In lakh)

Contract Period (from_To__ _)

Completion/ Performance Certificate enclosed ‘Yes’ or ‘No’

Any other informatio n you would like to give

(Fill up the above table & Enclose legible copies of the supporting documents i.e. work order and invoice

copies OR satisfactory completion certificate issued by the client else tender will be rejected)

Date:

Place:

Signature of authorized person

Full Name & Designation: Firm/Company’s Seal

Page 26: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

Form -4

OFFER FORWARDING LETTER/TENDER SUBMISSION LETTER

(To be given on Letter Head)

________________________________________________________________________

Offer Reference No…………………………… Dated:……………………..

To,

Chief Executive Officer Maharashtra State Rural Livelihoods Mission

5th Floor,CIDCO Bhavan South wing CBD Belapur

Navi Mumbai -400614

Dear Sir,

Sub: Submission of Offer against Tender Specification No:……………………………….

I/We hereby offer to carry out the work detailed in the Tender Specification issued by MSRLM for

Gramvikas bhavan ,Kharghar, Navi Mumbai in accordance with the terms and conditions thereof.

I/We have carefully perused the following listed documents connected with the Tender documents and

shall abide by the same.

i) Amendments/Clarifications/Corrigenda etc. issued in respect of the Tender documents by

MSRLM. ii) Notice Inviting Tender (NIT)/ (Technical Bid)

iii) Financial Bid iv) Documents referred to in tender document

v) Forms and Procedures

Should our Offer be accepted by MSRLM for Award, I/we further agree to furnish ‘Security Deposit’ for

the work as provided for in the Tender Conditions within the stipulated time as may be indicated by

MSRLM.

I/We further agree to execute all the works referred to in the said Tender documents upon the terms

and conditions contained or referred to therein and as detailed in the appendices annexed thereto.

I/We have deposited/depositing herewith the requisite Earnest Money Deposit (EMD) as per details

furnished in the tender document.

Authorised Representative of Bidder

Signature:

Name:

Address:

Place: Date:

Page 27: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

Form -5

Format for submission of Turnover certificate on CA firms letter head

TO WHOMSOEVER IT MAY CONCERN This is to certify that M/s. (name of bidders firm) is having registered office at (detailed office address of bidder). The turnover of M/s. (Name of bidders firm) for the three financial years based on Audited Statement is as under

Sr. No. *Financial Year Turnover in lakhs

1

2

3

Average Turnover

Signature of the Chartered Accountant Name of the Firm Registration No. Date: Place: (Seal of the Chartered Accountant)

*please mention turnover for 3 financial years either 2015-16, 2016-17 & 2017-18 OR 2016-17,

2017-18 & 2018-19

Page 28: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

Form -6

DECLARATION CONFIRMING KNOWLEDGE ABOUT SITE CONDITIONS

(To be given on Letter Head)

To,

Chief Executive Officer Maharashtra State Rural Livelihoods Mission

5th Floor, CIDCO Bhavan South wing

CBD Belapur Navi Mumbai -400614

Dear Sir,

Sub: Declaration confirming knowledge about Site conditions

Ref: i) NIT/Tender No………………………………..,

ii) All other pertinent issues till date

I/We ______________________________hereby declare and confirm that we have visited the site as

referred in Tender Specifications and acquired full knowledge and information about the site conditions and other conditions prevalent at and around the site. We further confirm that the above information

is true and correct and we shall not raise any claim of any nature due to lack of knowledge of Site conditions.

I/We, hereby offer to carry out works as detailed in above mentioned Tender Specification, in accordance with Terms & Conditions thereof.

Yours faithfully,

(Signature, Date & Seal of Authorized

Representative of the Bidder)

Date:

Place:

Page 29: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

Form -7

DECLARATION

(To be given on Letter Head)

To, Chief Executive Officer

Maharashtra State Rural Livelihoods Mission 5th Floor, CIDCO Bhavan South wing

CBD Belapur

Navi Mumbai -400614

Ref: 1) NIT/Tender No.______________________

Dear Sir,

1. We have carefully read and understood all the terms and conditions of the tender and hereby convey our acceptance to the same.

2. The information / documents furnished along with the above offer are true and authentic to

the best of my knowledge and belief. We are well aware of the fact that furnishing of any false

information / fabricated document would lead to rejection of our tender at any stage besides liabilities towards prosecution under appropriate law.

3.We have apprised our self fully about the job to be done during the currency of the period of

agreement and also acknowledge to bear consequences to of nonperformance or deficiencies in

the services on our part.

4.We have no objection, if enquiries are made about the work listed by us.

5.We have not been under suspension/termination/banned/blacklisted in the preceding 3 years, till

last date of submission of bid, by any PSU/Govt. Departments/PSU Banks/ MSRLM/ or any other organization where we have worked. Further, if any of the partners/directors of our organization

/firm is blacklisted or having any criminal case against them, our bid/offer shall not be considered. At any later point of time, if this information is found to be false, MSRLM may terminate the

assigned contract immediately.

6.We have not been found guilty by a court of law in India for fraud, dishonesty or moral

turpitude.

7.We agree that the decision of MSRLM in selection of Bidders will be final and binding to us.

Date:

Place:

Signature of authorized person

Full Name & Designation:

Company’s Seal:

Page 30: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

Form -8

CONTRACT AGREEMENT FORMAT

(To be executed on Non-judicial Stamp Paper of Rs.100/-)

This agreement made this day of ….. day of ……, 2017 between MSRLM incorporated under the

Society registration Act ,1860, having its Registered Office at 5th Floor,CIDCO Bhavan south wing ,CBD

Belapur,Navi Mumbai -400614 (hereinafter referred to as “MSRLM”, which expression shall unless repugnant to the context and meaning thereof includes its successors and assigns) of the ONE PART.

AND

M/s ……Name and address of Bidder ……………….. (hereinafter referred as “Bidder”) of the SECOND

PART which expression shall unless repugnant to the context and meaning thereof includes its successors and assigns) of the SECOND PART.

AND WHEREAS

A. MSRLM is desirous of availing the services for ………………..(Name of work)………… hereinafter referred to as “(The work)” at Gramvikas Bhavan ,Kharghar ,Navi Mumbai (hereinafter referred to as

“Gramvikas Bhavan”);

B. The Bidder has represented that the Bidder is sufficiently equipped to carry out and possesses

extensive experience in the field of (……Name of work……) in accordance with the terms and conditions prescribed in this regard;

C. In response to an invitation of NIT/Tender No. ……… dated …………….. issued by MSRLM for

(Name of Work)……….., the Bidder submitted his/their offer dated ……….. and whereas MSRLM relying

upon the representation of the Bidder has accepted the offer of the Bidder on the terms and conditions specified in the Letter of Intent No./Award

Letter/Work Order No. …………… dated …………. read with the reference cited therein and also

the terms and conditions laid down in the NIT issued/ published in the newspapers and

mentioned in MSRLM website www.umed.in and or http://mahatenders.gov.in

D. The tender documents including the notice letter, inviting tender, instruction to bidder, General Conditions of Contract, Special Conditions of Contract, corrigendum/addendum if any, Bill of Quantities

(BOQ)/Price schedules, General obligation, Specifications, Drawings, Plans, Time schedule of completion

of jobs, Acceptance of Letter of Intent/Award letter/Work order and any statement of agreed variations, if any, shall be read as “Mutatis Mutandis” form part of this Contract though separately set out herein

and are included in the expression " the Contract" wherever herein used.

NOW THEREFORE, THIS AGREEMENT WITNESS AS FOLLOWS:

1. This Agreement shall come into force with effect from ………… and shall remain in force till

2. That the Bidder shall carry out/ execute the work of (…name of work…) more particularly

described in the Tender specifications of NIT- ………..(….name of work…..) read with scope of work, ITB, special/general terms and conditions as per the tender, various declarations submitted as part of

bid by the Bidder which form a part of the Contract.

Page 31: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

3. The Bidder has furnished to MSRLM Security Deposit equivalent to 5% of the average contract

value of 1st year and 2nd year in the form of Demand Draft/Pay Order/Bank Guarantee for sum of

Rs…………./-, towards satisfactory performance and completion of the Contract.

4. That in consideration of payments to be made to the Bidder by MSRLM in accordance with LOI

/Work order dated ………….. given by MSRLM prior to this agreement, the Bidder hereby covenants and undertakes with MSRLM that the Bidder shall execute and carry out the work in conformity, in all

respects with the terms and conditions specified in this Agreement and the documents submitted by

him, governing the same.

5. That the Bidder shall be deemed to have carefully examined the workload specified in the

tender document ,physical site visit and in this Agreement and the documents submitted/governing the same and also to have satisfied himself as to the nature and character of work to be executed buy him.

6. That the Bidder shall carry out the services of the said work to the complete satisfaction of the officer nominated by MSRLM for this purpose.

7. That MSRLM shall be entitled to deduct from the Bidder’s running bills or otherwise income tax or such other taxes as provided in the Income Tax or law of land.

8. That it is hereby agreed by and between the parties that non-exercise, forbearance or omission of any of the powers conferred on MSRLM and/ or any of its authorities will not in any manner

constitute waiver of the conditions hereto contained in these presents and the liability of the Bidder with

respect to compensation payable to MSRLM or Bidder’s obligations shall remain unaffected.

9. The Bidder shall duly comply in all respects, with the provisions of all statues, rules and

regulations applicable to it and/or its employees including but not limited to the Minimum Wages Act, Employees Provident Fund and Miscellaneous Provisions Act, Employees State Insurance Act, Payment

of Bonus Act, Contract Labour (Regulation & Abolition) Act or other statutory rules, regulations, bye-laws as applicable or which become applicable in future.

10. That the payments made to the Bidder’s employees or otherwise, under statutory obligations,

on behalf of the Bidder, shall be liable to be adjusted /recoverable from the payments accrued to the Bidder.

11. That all documents signed/submitted/agreed upon by the Bidder specified in the scope of work, ITB, special/general terms and conditions as per the tender, various declarations submitted as

part of the bid, will form part of this Contract.

12. The Bidder shall at all times be solely responsible and/or liable to issue and maintain adequate

insurance for the life and safety of its employees and shall ensure that the said insurance policies do not

lapse.

13. The Bidder shall indemnify and keep indemnified MSRLM against all claims, demands, suits

and proceedings whatsoever that may be brought or made against MSRLM by or behalf of any person, body, authority, whomsoever and all penalties, levies, taxes, losses, damages, costs, charges and

Page 32: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

expenses and all other liabilities of whatever nature which MSRLM may now hereafter be liable to pay or

sustain by virtue of or as a result of the performance or non-performance by the Bidder of any of the

terms and conditions of this Agreement or applicable laws. 14. The Contract hereby agrees that it shall not assign or transfer or sub-contract this

Agreement or part thereof to any third party under any circumstances.

15. Notwithstanding anything contained herein above, MSRLM shall have the right to terminate

this Agreement at any time during its currency by giving two months’ notice to the Bidder without assigning any reason and MSRLM shall be entitled to recover any money becoming due under this

Agreement from the Bidder.

16. Any dispute or difference of any nature whatsoever regarding any right, liability, act,

omission of either of parties hereto arising out of or in relation to this agreement or any matter

incidental thereto shall be referred to the arbitration of a single arbitration as per the provisions of the Arbitration & Conciliation Act, 1996. The Arbitrator shall be appointed by the CEO of MSRLM and the

parties shall bear the costs of such arbitration in equal shares. Such arbitration shall be held at Mumbai and the courts at Mumbai alone shall have the jurisdiction to deal with the arbitration

proceedings and the awards in accordance with law.

In witness hereof, the parties hereto have respectively set their signatures in the presence of:

Signed by: ___________________________

For and on behalf of the Contractor or by an authorized person or holding a valid Power of

Attorney in the presence of Signed by: _________________________ Signed by: ___________________________

For and on behalf of the Bidder for and on behalf of MSRLM in the presence of

by an authorized person or holding a

valid Power of Attorney in the presence of

1.

Witness:_____________________________

Name: ______________________________

Address:_____________________________

Date: _______________________________

2.

Witness:_____________________________

Name: ______________________________

Address:_____________________________

Date: _______________________________

Page 33: REQUEST FOR BID - maharashtra.gov.in · k) All eligible bidders need to be registered on the following portal to generate login credentials and to download the bid documents for online

Form -9

Financial Bid

(On bidders letter head)

To

Chief Executive Officer

Maharashtra State Rural Livelihoods Mission

5th Floor, CIDCO Bhavan, South Wing CBD Belapur, Navi Mumbai – 400614

Maharashtra

Subject: Submission of Financial Bid for Providing Repairing and Comprehensive Maintenance Contract (AMC) of Fire Alarm and Fire Fighting System Installed installed/ erected at Gram Vikas Bhavan, Kharghar, Navi Mumbai Dear Sir, We hereby offer the below financial quote for Providing Bi Annual Maintenance Contract (AMC) of Fire Alarm, Fire Fighting System and other equipment related to fire fighting Installed installed/ erected at Gram Vikas Bhavan, Kharghar, Navi Mumbai as per the terms and conditions described in the tender document.

Job Description Comprehensive amount in Rs. (excluding GST)

Comprehensive

amount for 1st year

(excluding GST)

Comprehensive

amount for 2nd year

(excluding GST)

Total amount

of 1st and 2nd

year (excluding GST)

Providing repairing and comprehensive Maintenance Contract

for Fire Fighting Equipments ,Hydrant Systems ,Smoke detectors , fire alarm

system and other systems installed at

Gramvikas Bhavan ,Kharghar,Navi Mumbai as per the details mentioned

in the annexure A

We agree to provide above mentioned services to Gramvikas Bhavan in accordance with the terms & conditions mentioned in the tender documents as per the rates mentioned above We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in bribery or collusive agreements with competitors.

Date: Seal:

Authorised signatory

Place:

Name

Stamp