59
Seal & Sign of the Tenderer Page 1 TIME SCHEDULE OF THE TENDER NOTE : All bid related activities (process) like tender download, bid preparation , bid submission and bid opening shall be governed by the time schedule under the key dates mentioned in the above schedule. The venue for opening of tenders will be at the Office of Jt. Managing Director, MSSIDC Ltd., Head Office, Mumbai. 1 TENDER NO. MSSIDC/MRK/DISH-BKC/E-TENDER/2015-16/04 2. Name of Work Providing & fixing modular furniture & Allied works for Office of Upper Director, Industrial Safety & Health, Pune Div. PUNE. 3 Estimated cost of work Rs.23,72,815/- 4 COST OF TENDER FORM 1. Rs.2250/- Non-refundable cost of tender form should be deposited through online payment gateway. 2. SSI registered with Dy. Director Inds. For tendered items are exempted from payment of cost of tender fee. 5 DATE OF TENDERDOCUMENTS DOWNLOAD From 02.02.2016 to 10.02.2016 upto 17.00 Hrs. The prospective bidders will be authorized to download the blank tender form from the website https://mssidc.maharashtra.etenders.in . 6 Completion Period 90 Days 7 Pre Bid Meeting 04-02-2016 at 12.00 am at HO, Mumbai 8 SCHEDULE OF E-TENDERING ACTIVITY Sr. No. Activities Start Expiry Date Time Date Time 1 Release of Tender 02.02.2016 10.00 03.02.2016 11.50 1 Online Tender document download 03.02.2016 11.51 10.02.2016 17.00 2 Online Bid preparation 03.02.2016 11.51 10.02.2016 17.00 3 Online Technical bid closing 10.02.2016 17.01 11.02.2016 17.00 4 Online Commercial bid closing 10.02.2016 17.01 11.02.2016 17.00 5 Online submission of Bid 11.02.2016 17.01 16.02.2016 17.00 6 Online Tender opening (Technical bid) 17.02.2016 11.00 18.02.2016 17.00 7 Online Tender opening (Commercial bid) 17.02.2016 11.00 18.02.2016 17.00

TIME SCHEDULE OF THE TENDER · TIME SCHEDULE OF THE TENDER NOTE : All bid related activities (process) like tender download, bid preparation , ... Managing Director, MSSIDC Ltd.,

  • Upload
    lyhanh

  • View
    226

  • Download
    0

Embed Size (px)

Citation preview

Seal & Sign of the Tenderer Page 1

TIME SCHEDULE OF THE TENDER

NOTE : All bid related activities (process) like tender download, bid preparation , bid submission and bid

opening shall be governed by the time schedule under the key dates mentioned in the above schedule. The

venue for opening of tenders will be at the Office of Jt. Managing Director, MSSIDC Ltd., Head Office,

Mumbai.

1 TENDER NO. MSSIDC/MRK/DISH-BKC/E-TENDER/2015-16/04

2.

Name of Work Providing & fixing modular furniture & Allied works for

Office of Upper Director, Industrial Safety & Health, Pune

Div. PUNE.

3 Estimated cost of work Rs.23,72,815/-

4 COST OF TENDER FORM 1. Rs.2250/- Non-refundable cost of tender form should be deposited through online payment gateway.

2. SSI registered with Dy. Director Inds. For tendered items are exempted from payment of cost of tender fee.

5 DATE OF TENDERDOCUMENTS

DOWNLOAD

From 02.02.2016 to 10.02.2016 upto 17.00 Hrs. The prospective bidders will be authorized to download the blank tender form from the website https://mssidc.maharashtra.etenders.in.

6 Completion Period 90 Days

7 Pre Bid Meeting 04-02-2016 at 12.00 am at HO, Mumbai

8 SCHEDULE OF E-TENDERING ACTIVITY

Sr.

No.

Activities Start Expiry

Date Time Date Time

1 Release of Tender 02.02.2016 10.00 03.02.2016 11.50

1 Online Tender document download 03.02.2016 11.51 10.02.2016 17.00

2 Online Bid preparation 03.02.2016 11.51 10.02.2016 17.00

3 Online Technical bid closing 10.02.2016 17.01 11.02.2016 17.00

4 Online Commercial bid closing 10.02.2016 17.01 11.02.2016 17.00

5 Online submission of Bid 11.02.2016 17.01 16.02.2016 17.00

6 Online Tender opening (Technical bid) 17.02.2016 11.00 18.02.2016 17.00

7 Online Tender opening (Commercial bid) 17.02.2016 11.00 18.02.2016 17.00

Seal & Sign of the Tenderer Page 2

1. INSTRUCTIONS TO TENDERERS

1.1 The Tenders shall be submitted online through “e” tendering process only. No tender will be accepted manually or through fax etc.

1.2 The Tender form will be available online only. No tender form shall be sold/issued manually from any of the office of the MSSIDC.

1.3 The tender document will be uploaded / released on Govt. of Maharashtra e-tendering website

https://mssidc.maharashtra.etenders.in . The tenderer is required to download the tender document from this

website as per the schedule of activities for online tender document download.

1.4 The tenderer has to pay the cost of the tender document through payment gateway tender document during tender document download stage, same way tenderer has to pay EMD through online payment gateway during online bid preparation stage.. The tender documents downloaded without payment through gateway towards cost of tender cost shall not be considered as valid tender document.

1.5 At the time of downloading the tender, the tenderer has to fill the details of payment towards the cost of the tender documents and generate e-receipt. If e-receipt is not generated, then tenderer will not be able to upload the tender document and the Corporation will not be responsible , if the tenderer fails to upload the tender document due to non generation of e-receipt.

1.6 The tenderer is required to download the tender document within the schedule of activity for online tender

document download. After expiry of the date and time for tender document download, the Corporation shall not be responsible for any failure on the part of tenderer for not downloading the document within the scheduled time even though he has paid the cost of the tender to the Corporation. In such case, the cost of the tender paid by the tenderer shall not be refunded.

1.7 During the activity of bid preparation, the tenderer is required to upload all the documents mentioned in

the terms & conditions of the technical bid by scanning the documents and uploading it in the PDF format or Zip file. This activity of uploading the documents as well as preparation of commercial bid and other Appendices enclosed with the tender, shall be completed within the schedule given for bid preparation. The tenderer will not be able to submit the technical as well as commercial documents after closing of bid preparation as per time schedule.

1.8 After bid preparation, the tenderer is required to submit the bid again during the activity of submission of bid without which the tender will not be submitted.

1.9 The tenders submitted online will be opened on the schedule date before the participants. At the time of

opening of the technical bid the tenderer should bring all the original documents which has been uploaded along with the technical bid so that same can be verified at the time of opening of technical bid, if required by the tender opening committee. If the tenderer fails to produce the original documents at the time of opening of technical bid then the decision of the committee taken on the basis of document uploaded will be final and binding on the tenderer

1.10 As the tenders are invited online, tenderers are required to upload tender as per the schedule given. The Corporation is not responsible for failure on the part of tenderer to upload tender within the time schedule. In case of any help required for this purpose the tenderer shall contact to help line of e-tendering agency M/s. SifyNex Tenders on telephone nos. 020- 3018 7500

Tenderers are requested to go carefully through the process of e-tendering given on the website of

https://mssidc.maharashtra.etenders.in , to avoid disqualification of their tender on any ground.

Seal & Sign of the Tenderer Page 3

1.11 The tenderer is required to pay tender processing fee of Rs.1054.00 per tender to e-tendering agency, M/s. SifyNex Tenders, at the time of filing of their tender through e-payment (through credit cards/debit card/net banking). Details of different modes of online payment to e-tendering service provider is as per Appendix No.03 . Non payment of fees will result in non submission of the tender and Corporation will not be responsible if the tenderer is not able to submit their offer due to non payment of processing fees to the e-tendering agency.

1.12 Any amendment to the tender will be placed on the e-tendering website of the Govt. of Maharashtra and MSSIDC Website. The tenderer will not be communicated separately regarding the amendment. The tenderer should download the amendment. The signed and sealed copy of amendments shall be uploaded during uploading of technical bid as it is being a part of technical documents. However, if the tenderer fails to upload these amendment then it will be presumed that the tenderer has quoted his/ her rates by taking the note of these amendments.

2. SUBMISSSION OF TENDER

The tender is divided in two parts and required to be submitted online only

Technical Bid (PART I) - Contains technical information such as detail drawing and technical

specifications, terms & conditions of the tender, documents required to be submitted to become

qualified for opening of commercial bid, special terms & conditions of the tender, general terms &

conditions of the tender, instructions to the tenderer for submission of the tender, other Appendices

required to be submitted by the tenderer along with the technical bid, confirmation to tender terms &

conditions. Detailed specification & drawing of the tendered items shall be as per Appendix No.01

Mandatory information required for Providing & fixing modular furniture & Allied works for Office of Upper

Director, Industrial Safety & Health, Pune Div. PUNE.

Seal & Sign of the Tenderer Page 4

Important: 1. Please type or handwrite in capital letters

2. Attach copies of the supporting documents. 3. Please use additional sheets if required. 4. All additional sheets shall have seal & signature of the tenderer.

Name of the Bidder :

Email address :

Telephone number Office :

Telephone number Mobile :

Fax No. :

Address 1 :

Address 2 :

City :

Pin code :

Year of Establishment :

Status of the Firm : Proprietary/Partnership/Pvt. Ltd./Pub. Ltd.

Names of the directors/Partners/Proprietor :

Name and address of the Bankers -1 :

Name and address of the Bankers -2 :

Name and address of the Bankers-3 :

Registration number and date with Registrar

Of Companies/Firms : Attach copy

A/c No. IFS code Branch

code

Seal & Sign of the Tenderer Page 5

PAN Card number : Attach copy

VAT Number with latest clearance : Attach copy

Certificate up to 30.9.2011

Copies of the Balance Sheet : 3 years. Attach copy

Current solvency certification from your

Banker for not less than Rs. Fifty lakhs : Attach copy

Details of Empanelment with the

Other Companies/PSUs : Attach copy

Field of activities : (1) (2) (3) (4)

Main activity :

Value of the total work done till date :Attach copies of experience certificates

(Last 3 years) if any

List/Number of Technical staff working

in the organization :

(Tenderer must have minimum one graduate

and one diploma engineer with sufficient

experience in the organization)

List / Number of other staff working in the

Organization :

(The tenderer must have other staff such

as draftsman, surveyor and other technical

staff )

Have you been ever disqualified or penalized

by MSSIDC in past for non Fulfillment

Seal & Sign of the Tenderer Page 6

of the contractual obligations.

If yes, please provide details in brief :

Have you been ever put on a holiday list/ blacklisted

Or banned by any Public Sector Undertaking/

Government ?

If yes Please provide details in brief :

3 references of whose work has been

successfully completed :

(Certificates issued by public authority

shall be enclosed)

I/We confirm that to the best of our knowledge this information is authentic and accept that any deliberate

concealment will amount to disqualification at any stage.

Seal and Signature of the Bidder/s

Date:

Place :

SECTION-1

INVITATION TO TENDERERS

Seal & Sign of the Tenderer Page 7

1.1 Online tenders on Percentage rate basis are invited in the prescribed

form by the Jt. Managing Director, M.S.S.I.D.C, Krupanidhi 9 Walchand

Hirachand Marg, Ballard Estate, Mumbai-400001 for Providing & fixing modular

furniture & Allied works for Office of Upper Director, Industrial Safety & Health, Pune Div.

PUNE.. from eligible and competent SSI units registered as Small Sale

Industries with Government of Maharashtra.

TENDER NO NAME OF WORK VALUE OF WORK EARNEST

MONEY

TIME OF

COMPLETION

MSSIDC/MRK

/DISH-

pune/E-

YENDER/15-

16/04

Providing & fixing modular furniture & Allied works for Office of Upper Director, Industrial Safety & Health, Pune Div. PUNE.

Rs. 23,75,048/-

(approx.)

Rs.24,000/-

Three

months

1.2 The successful tenderer has to pay the security deposit@ 2% towards

initial security deposit and enter into an agreement in prescribed

format with MSSIDC within 5 days of issue of letter of intent/order,

failing which Earnest Money Deposit deposited by the tenderer along

with tender shall be forfeited.

1.3 The work as detailed in this tender shall be executed and completed in

all respect within a period of 4 months from the 3rd day of signing of

agreement or from the day on which the contractor is given the site

whichever is earlier in accordance with the tender Documents,

Instructions to tenders, Technical specification, Bill of Quantities,

conditions of contract, Schedules & drawings, to the satisfaction of

Architect/ MSSIDC.

1.4 EARNEST MONEY DEPOSIT :The Tenderer is required to deposit Rs.24,000/-

as Earnest Money through online payment gateway. No EMD will be

accepted manually henceforth. Earnest Money will be refunded without

any interest to be unsuccessful tenders after award of contract.

1.5 Tender documents can be downloaded from Govt. Of Maharashtra E-tender

website https://maharashtra.etenders.in as per schedule above. The

relevant drawings are available within the tender form along with

specifications and other details of items to be executed.

1.6 Rates must be quoted for complete work at site inclusive of :

(i) All costs, taxes and charges, including MVAT, Service tax, recall

tax, etc. All taxes and duties including sales Tax, E.S.I.

charges etc. As applicable. Central or octroi/LBT, Royalties etc.

On works and materials required for use in this project shall be

entirely borne & payable by the contractor. The MSSIDC will not

entertain any claim whatsoever in this respect.

(ii) MSSIDC service charges @8% of value of the work.

(iii) Contingencies @ 3% of value of the work.

Seal & Sign of the Tenderer Page 8

(iv) Architecture/ Project management Consultant Charges @3% of value

of the work.

[v] The tender shall remain valid for acceptance by MSSIDC, for a

period of 90 days from the date of opening of tender.

1.7 Total Security deposit(towards performance guarantee of the work)

shall comprise of :

a) Initial security deposit 2% (The EMD paid shall be adjusted

towards part of Initial Security Deposit).

b) Retention Money

1.8 Initial Security Deposit:

The amount of Initial security Deposit shall be 2% of the accepted

value including earnest money. The balance amount of Initial security

Deposit is to be deposited by the contractor/successful bidder with

M.S.S.I.D.C.Ltd. within 5 (five) days of intimation to him about the

acceptance of the tender by MSSIDC in the form of Demand Draft,

failing which earnest money deposited with tender shall be forfeited.

1.9 Retention Money:

The contractor/successful bidder shall be paid 92% of the verified

running bill. The 8%deduction from each running bill shall be treated

as retention money and form second part of total security deposit.

50% of the total security deposit shall be refunded to the

contractor/successful bidder after MSSIDC’s Project Management

Consultant/ Architect certifies the actual completion of work and

after the payment of final bill.

The retention money (i.e. 8% of contract value) may be refunded 14

(fourteen) days after the end of defect liability period of 12 months,

provided he has satisfactorily carried out all the work and attended

to all defects in accordance with the conditions of the contract,

including site clearance and after submission of “Defects Liability

period satisfactory Completion” Certificate from supervising

Architect/PMC and also certification of no complaints for work from

the consignee.

1.10 Earnest money of the successful tenderer will be liable to be

forfeited in the event of refusal or delay on his part in depositing

initial security deposit and signing the agreement within 5(Five)

days, of the issue of letter of award of the work.

1.11 The M.S.S.I.D.C does not bind itself to accept the lowest or any

tender, or to assign any reason for rejecting a tender thereof and

also reserves the right of accepting the whole or part of the tender

and the tenderer shall in such an event be bound to perform the

Seal & Sign of the Tenderer Page 9

contract at the same rates quoted in the tender for the various items

of the work.

1.12 Canvassing in any form in connection with the tender is strictly

prohibited and the tenders submitted by the contractors who resort to

canvassing in any form should be liable for

rejection/disqualification/ blacklisting.

1.13 The tendering firms, in case the tenderer is a partnership firm,

should upload the tender signed by all the partners. In the event of

absence of signature of any partner, it must be signed on his behalf

by a person holding power of attorney authorising him to do so and

such power of attorney should be uploaded along with the tender.

1.14 MODE OF SUBMISION OF TENDER:

The tender shall be submitted through e-tender in accordance with the

procedure detailed below:

1.14.1Envelope marked No-1 (Technical bid) shall contain following

documents/ certified copies uploaded -

Compulsory documents to be submitted alongwith the tender

A Undertaking on the letter head of tenderer unconditional acceptance of all

tender conditions.

Conditional tender shall be liable for rejection.

B Copy of SSI registration (complete set)

C Copy of VAT clearance certificates on 31.12.2014 in Form No.415.

D Copy of PAN card

E Solvency certificate up to Rs.15.00 lakh from the bankers.

F Copy of Balance sheet for last three years ending as on 31.03.2014.

G Self declaration pertaining to similar work executed in any one of consecutive

last 3 years to the tune of 50% of the tender value.

H EMD:- Exemption is granted for payment of EMD to SSI units registered with

Dy. Director (Inds.), Maharashtra for the tendered items as per Government

Purchase Manual dt.30.10.2015.

Additional documents to be submitted

1 Affidavit to be submitted on Rs.100/- Stamp Paper or Franked Paper certifying

Seal & Sign of the Tenderer Page 10

that list of machinery required for manufacturing tendered items are available at

factory side duly signed by the owner and attested by CA.

1.14.2 Envelope marked No-2(Price bid) shall contain the price schedule

i.e. bill of quantity should be uploaded with the tender.

1.15 Opening Of Tender

1.15.1 The tenders incomplete w.r.t.the compulsory documents specified in

1.16.1 shall be rejected. Their price bid will be considered for

opening.

1.15.2 The technical bid of the tender shall be opened in the office of

M.S.S.I.D.C MUMBAI at Ballard Estate in the presence of the

authorised officers of MSSIDC, Architect and tenderers or their

authorised representatives at schedule time. After opening of

technical bid of all tenderers, the price bid of eligible tenderer

will be opened.

APPENDIX SHOWING IMPORTANT TIME SCHEDULE

Seal & Sign of the Tenderer Page 11

1. ISSUE OF LETTER OF

INTENT

Within two days from the date of

opening of tender

2. PAYMENT OF INITIAL

SECURITY DEPOSIT

&SIGNING THE AGREEMENT

Within 5 days of the issue of

letter of intent/order.

3. ISSUE OF WORK/SUPPLY

ORDER

On the date of payment of security

deposit & signing the agreement.

4. DATE OF COMMENCEMENT Within 3 days of signing of the

agreement or the day on which the

contractor is given the site

whichever is earlier

5. PERIOD OF COMPLETION 4 months from the date of

Commencement of work.

6. LIQUIDATED DAMAGES 0.5% of contract amount per Week

of delay subject to the

max. of 5% of the accepted

contracted sum.

7. PENALTIES As per clause No.5.5.16

i) Interest @ 12% for delay beyond 4 Months form date of

order

ii)Interest @ 15% for delay

beyond 10 Months form date

of order

8. VALUE OF RUNNING/ON

ACCOUNT BILL

Not less than 1/5thofthe value of

the work of minimum Rs.1.00 lakh.

29. EMD Rs.24,000/-

10. INITIAL SECURITY

DEPOSIT

2% of the accepted value

of the Tender including

Earnest Money

11. TAX DEDUCTION MVAT and Income Tax will be

deducted at prevailing rates from

each bill.

12. DEFECT LIABILITY

PERIOD

12 Months after actual issue of

completion certificate.

13. PERIOD OF FINAL

MEASUREMENT

1 Week after actual

completion of work.

14 Payment of Running

Account Bill

Measurement for the work completed

to the value 20% of the total work

order shall be recorded by

Architect / PMC appointed by the

Corporation and the payment will

be released after deductions

subject to availability of funds

to Corporation from user

department i.e. Upper Director, Industrial

Safety & Health, Pune Div. PUNE.

Seal & Sign of the Tenderer Page 12

SECTION-2

INSTRUCTIONS TO TENDERERS

2.1 The tender shall examine carefully all the tender documents consisting

of:

- Invitation to Tenderers.

- Instructions to Tenderers.

- General and special conditions of contract.

- Bill of quantities.

These shall form part of the Agreement.

The tenderer is advised to visit and inspect the site at his own cost

and responsibility and to secure all necessary information which may

be required for completing the tender. Ignorance of site conditions is

notan excuse for non-performance of the contract. All costs, charges

and expenses that may be incurred by the tenderer in connections with

the preparation of his tender shall be borne by him and the

MSSIDC/Architect do not accept any liability whatsoever in this

regard.

2.2 Time is the essence of the contract and the successful tenderer is

required to complete the work in all respect within the stipulated

time of completion and hand over the same, complete in all respect to

the satisfaction of the Architect / PMC and Yashda Office, Pune.

2.3 The tender should contain Percentage rate above/below estimate basis.

All corrections in the tender shall be duly attested by initials of

the tenders. Corrections, if not attested, may entail rejection of

tender. The rates quoted by the tenders in words in “percentage rate “

will be the tender basis(and not the amounts in case of discrepancies)

in finalising the tender VIZ.

a) When there is a difference between the rates in figures & in

words, the rate in words quoted by the tenderer will be considered

as correct.

2.4 It shall be clearly understood that the rates quoted in the tender

are to be, for complete work at site, as per instructions to

Tenderers, conditions of contract, specifications and drawings, and

instructions from Architect / PMC appointed by the Corporation from

time to time, addenda referred to therein and also for all such

works as are necessary for the proper completion of the contract,

although specifications thereof may not have been made in the

specifications or drawings or tender documents. The rates shall be

firm and shall not be subject to cost escalation on account of labour

and material and, labour conditions or any other reason

whatsoever.

2.5 In the event of a tender being selected for acceptance, the

M.S.S.I.D.C. will inform the tenderer. The successful tenderer shall

also deposit the required amount of security deposit within the

prescribed time and if the tenderer fails to deposit the required

Seal & Sign of the Tenderer Page 13

amount of the security deposit within the prescribed period, the

MSSIDC may reject the tender and forfeit the Earnest Money deposited.

2.6 The tenderer shall fill up the complete form of article of agreement

before uploading of tender. Failure to comply may entail rejection

of the tender.

2.7The contract will be governed by the Indian contract Act, MVAT and all

other relevant laws, All payments due to the contractor under the

contract will be made in Indian Rupee currency.

2.8 The rates quoted shall be for complete work at site. The rates

should be inclusive of MVAT applicable, octroi Duty, Royalty, ESI or

any other tax or duty levied by any government or public bodies.

The rates shall be firm and shall not be subject to cost escalation

of labour and material and exchange variations, labour conditions and

other conditions whatsoever.

2.9 A schedule of approximate quantities for various items accompanies this

tender. It shall be clearly understood that neither the Architect/PMC

nor the MSSIDC do not accept any responsibility for the correctness

or completeness of this schedule in respect of items and quantities

and this schedule is liable to alterations by omission, deduction or

additions at the discretion of the MSSIDC in consultation with the

Architect without violating the terms of the contract.

2.10 It will be sold responsibility of contractor to get themselves

registered under Labour Law and it will be responsibility of

contractor to indemnify the Corporation in the event of prosecution

and punishments enforced by Labour Department [Central & State

Govt.].

2.11 Bill of quantity of Tender for works contained in section-5 shall be

completed and uploaded along with the tender in Price Bid. In case

of failure to do so the tender is liable to rejection.

2.12 The M.S.S.I.D.C does not bind itself to accept the

lowest or any tender, or to assign any reason for rejecting a tender

thereof and also reserves the right of accepting the whole or part of

the tender and the tenderer shall in such an event be bound to perform

the contract at the same rates quoted in the tender for the various

items of the work.

2.13 Income tax deductions will be made as per the prevailing rates from

the contractor's on running account bills and final bill.

2.14 No mobilisation advance or secured advance will be paid to the

contractor.

2.15 Power and water connection if required is to be arranged by the

contractor and all expenses at actual pertaining to electricity and

Seal & Sign of the Tenderer Page 14

water used during the course of work shall be borne by the contractor

at actual. Employer will not be responsible for providing power &

water to the contractor for execution of the work and no excuse

regarding non-availability of power and water will be entertained.

2.16 The contractor/successful bidder shall be responsible to make good

and remedy at his own expenses within such period as may be stipulated by

the MSSIDC any defect which may develop or may be noticed before the

expiry of 12 months from the certified date of completion and

intimation of which has been sent to the contractor/successful

bidder within seven days of the expiry of the said period. If in

default, the MSSIDC may get the repairs done and deduct the expenses (of

which the certificate of the MSSIDC shall be final) from any sums

that may be then or at the time thereafter may become, due to the

contractor/successful bidder, or from his security deposit, or the

proceeds of sale thereof, or of a sufficient portion thereof.

2.17 As per IBA guidelines freak rates analysis will be conducted against lower and higher rates observed in any tender and contractor will have

to submit rates analysis for such items for which freak rates have

been observed. Higher freak rates can be lowered by the Site to bring

them at par with Architect’s standard rates.

2.18The tenderer must have executed work of similar nature and have

expertise and be registered for the said work.

2.19 If the price bid of the tenderer is 15% below the estimated cost or

even lesser, in such case the successful tenderer shall be required

to pay additional security deposit of 10% of the price bid quoted by

tenderer, before signing the agreement.

2.20 The contractor will be required to submit stagewise time schedule for

completion of work awarded to him, giving the specific date of

completion of the particular stage along with the agreement duly

signed & sealed before placement of the order.

Seal & Sign of the Tenderer Page 15

SECTION-3

---------------------------------------------------------

FORWARDING LETTER ON THE LETTERHEAD OF TENDERER

----------------------------------------------------------

FROM: .....................................

.....................................

.....................................

TO :Jt.Managing Director

MSSIDC, Krupanidhi

9 WalchandHirachandMarg,

Ballard Estate, Mumbai-400001

REF: Providing & fixing modular furniture & Allied works for Office of Upper Director,

Industrial Safety & Health, Pune Div. PUNE.

Dear sir,

1. With reference to the tender invited by you, I/we hereby offer to

perform, provide, execute and complete the works in conformity

with conditions of contract, drawings and specifications for

the respective items of schedule of quantities attached hereto.

Seal & Sign of the Tenderer Page 16

2. I/we have satisfied myself/ourselves as to the location

and prevailing conditions of the site, and have read carefully the

articles of agreement, conditions of contract, specification,

general and special conditions, Technical specifications, etc. and

I/we understand that the works are to be completed within 6 months

from the date of commencement and fully understand that the time

will be the essence of the contract.

3. I/we have deposited Rs.24,000/- through online payment gateway in

favour of M.S.S.I.D.C as earnest money and fully understand that

this amount will not bear any interest.

4. I/we agree to keep the offer valid for 90 days from the date of

opening the tender.

5. Should this tender be accepted in whole or in Part, I/we hereby

agree to abide by and fulfil all the terms and conditions annexed

hereto. If I/we fail to commence the work specified in tender

documents, I/we agree that my/our earnest money deposit shall

stand forfeited. I/we also agree to pay initial 2% security

deposit (including Earnest Money) within 5 days of intimation to

us and 8% retention amount from running account bills, which will

be treated as security deposit of the accepted value.

6. All the terms and conditions contained in the notice

Inviting Tenders, Conditions of Tender, Special specifications,

General specifications for execution of the work and additional

conditions and the agreement etc. Constituting the tender

documents have been fully read by me/us and explained to me/us and

I/we hereby accept the same and sign hereunder in token of their

acceptance.

Name of the Partners/Directors of the firm

1)

2)

Yours faithfully,

Date:________________

Witness:____________

Name & sign.of Tenderers (s)

Office stamp & seal of the Tender(s)

Seal & Sign of the Tenderer Page 17

Address:__________________

__________________

__________________

Occupation:_______________

SECTION-4

CONDITIONS OF CONTRACT

5.1 DEFINITIONS

In this contract (as hereinafter defined) the following works and

expressions shall have the meaning thereby assigned to them unless the

contract described a different meaning.

i) MSSIDC' means the M.S.S.I.D.C and includes their authorised

representative to deal with any matters on his behalf.

ii)`Contractor' means the individual, firm or company whether

incorporated or not, with whom the contract is entered into and

includes the heirs, executors, administrator or successors,

permitted assignors or legal representative, as the case may

be, of such individual, firm or company, and further includes

the term successful tendered.

iv) The expression `contract’ means the documents forming the tender

and acceptance thereof and includes the Invitation to tender,

Instructions to Tenders, formal agreement executed between the

MSSIDC and the contractor, general conditions of contract

together with documents referred to therein, Technical

specifications, Drawings, and priced schedules of quantities. All

these documents, taken together shall be deemed to form one

contract and shall be complementary to one another.

Seal & Sign of the Tenderer Page 18

v) Tender' means the offer made by any individual, firm/firms or

company/companies for execution of the works.

vi)`Tendered' means the individual, firm/firms or

company/companies submitting a tender.

vii)`Acceptance of tender' means the letter or memorandum from the

MSSIDC communication to the tendered the acceptance of this

tender and includes the advance acceptance of his tender.

viii) The expression `works' or `work' where used in these

conditions shall unless here by mentioned either in the

subject or context represents to such construction, to be

constructed, taken to mean the works by or by virtue of the

contract contracted to be executed, whether temporary or

permanents, and whether original, altered substituted or

additional.

ix) `Drawings' means the drawings referred to in the tender documents

including any modifications of such drawings approved in writing

by the Architect and furnished by the contractor and approved by

the Architect.

x) `Temporary work' means all temporary works of every kind required

in or about the execution, completion or maintenance of the works.

xi) `Urgent work' shall mean any urgent measures which in the

opinion of the Resident Engineer become necessary during the

progress of the work to avoid any risk of accident or

failures or which become necessary for execution urgently.

xi)`Site means the actual place or places as described in the tender at

which the construction of works is to be carried out by the

contractor together or with so much of the area surrounding the

said place or places as the contractor shall with the consent of

the Resident Engineer, actually use in connection with the works

otherwise than merely for the purpose of access to the said place

or places.

xii) `Normal Working Hours' shall mean 9 (nine hours per day). The

specific timing would vary depending upon the seasons.

xiii) `A Day' shall mean a day 24 hours from mid-night to mid-night

irrespective of number of hours worked in that day.

xiv)`A week' shall means 7 (seven) days without regard to the number

of hours worked in any day in that week.

xv) `A month' shall mean a calendar month without regard to the number

of days in that month.

Seal & Sign of the Tenderer Page 19

xvi) `Unit' means metric units.

xvii)Terms & expressions not herein defined shall have the meanings

assigned to them in the Indian General Clauses Act,897 or the

Indian contract Act or the Indian Sale of goods Act or any

other applicable Indian Law, as the case may be.

xviii) `Approved' and `Approval' respectively mean

approved or approval in writing including

subsequent written confirmation of previous verbal

approval.

xix) `Test' means such tests as are prescribed by the

specification herein or by the Resident Engineer or his

Representative, whether performed by the contractor or by the

Resident Engineer or his representative or any agency action

under the direction of the Resident Engineer.

xx) `Act of Insolvency' shall mean any act of insolvency defined by the

presidency Towns Insolvency Act or the provincial Insolvency Act

amending such original.

xxi) `Specification' means the standard specifications for works and

materials of the MSSIDC and specifically brought out in the

tender, as amplified added to or superseded by special

specification and embodied in the contract. In absence of any

specifications for any item of the work, the relevant

specifications in CPWD and IS code shall be followed and work

shall be executed accordingly.

xxii) `Notice in writing' or written notice shall mean a notice in

written, typed or printed characters sent (unless delivered

personally or otherwise proved to have been received) by

registered post to the last known private or business address or

registered office of the addressee and shall be deemed to have

been received when in the ordinary course of post it would have

been delivered.

xxiii) `Period of Maintenance' shall means the specified period of

maintenance from the date of completion of the works, as certified

by the Architect.

xxiv) `Virtual completion' shall mean that the works are ready and fit

for occupation, including all installations as required in the

contract in complete working order to the full satisfaction of the

MSSIDC.

5.2 EXTENT OF CONTRACT

Seal & Sign of the Tenderer Page 20

5.2.1 EXTENT OF CONTRACT

The contractor shall supply at his own cost all materials

instruments, ladders, cordage, tackle, scaffolding, and temporary

works required for the proper execution of the work whether

original, altered or substituted and whether included in the

specifications or other documents forming part of the contract or

referred to in these conditions or not and which may be necessary

for the purpose of satisfying of conditions he is entitled to be

satisfied, which he is entitled to require together with

carriage, therefore to and from the works. The contractor shall

also supply survey instruments and other materials necessary for

the purpose of setting out works, and counting weighing and

assisting to the measurement or examination at any time and from

time to time of the work material, failing his so doing the same

may be provided by the Engineer-in charge at the expenses may be

deducted from any money due to the contractor, under the contract

from his security deposit or the proceeds of sale thereof. The

contractor shall also provide a sufficient portion of fencing the

lights required to protect the public from accident, and shall be

bound to bear the expenses of neglect of the above precautions,

and to pay any damages and costs which may be awarded in any such

suit, action or proceedings to any such person or which may with

the consent of the contractor be paid to compromise any claim by

any such person. In no case, the MSSIDC shall be as a party to

any such claim/claims and the contractor shall indemnify the

MSSIDC against any claim for any person on this account.

5.2.2. SUFFICIENCY OF TENDER

The contractor shall be deemed to have satisfied himself before tendering

as to the correctness and sufficiency of his tender for the work

and of his prices for the work and of his prices stated in the

schedule, which shall, except in so far as it is otherwise

provided in the contract, cover all his obligations under the

contract and all matters and things necessary for the proper

completion and maintenance of the work.

5.2.3. ASSIGNMENT OF SUB LETTING OF CONTRACT

The contractor shall not assign the contract, any part thereof

or any benefit or interest therein or there under or any claim

arising out of the contract to any other party without the prior

written consent of the MSSIDC.

5.2.4. POWER TO MAKE ALTERATIONS

Seal & Sign of the Tenderer Page 21

i) The MSSIDC shall have power to make any alterations or

additions to the stipulated specifications, drawings, designs,

and instructions that may appeal to him to be necessary or,

advisable during the progress of the work and the contractor

shall have no claim for compensation on account of such

alterations or additions. The contractor shall be bound to

carry out the work in accordance with any instructions which

may be given to him in writing signed by the Architect/PMC and

such alterations shall not invalidate the contract, and any

additional work which the contractor may be directed to do in

the manner above specified as part of the work shall be carried

out by the contractor on the same conditions 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. The time

for the completion of the work shall be extended in

the proportion that the additional work bears to the

original contract work and the certificate of the

Architect/MSSIDC shall be conclusive as to such proportions.

5.2.5. WORKS SUBJECT TO APPROVAL OF ARCHITECT

(i) All works to be executed under the contract shall be

subject the approval of the Architect who in consultation

with the MSSIDC shall be entitled to direct at what point

or points and in what manner they are to be commenced and

from time to time carried on. All material should be got

approved from Architect, without approval of Architect no

material should be used for execution of item. If it is

found so, no payment on that account will be made to the

contractor.

ii) URGENT REPAIRS AND URGENT WORKS

If by reason of any accident or failure or other event

occurring to or in connection with the work or any part

thereof the period of Guarantee, any remedial or other work or

repair shall in the opinion of Architect/ Engg. be urgently

necessary for security and the contractor is unable or

unwillingly at one to do such work or repair, the MSSIDC

may on its own get the work done remedied/repaired as the

Engineer may consider necessary. If the work or repair so

done by the MSSIDC is such which, in the opinion of the

Architect the contractor was liable to do at his own expense

under the contract, all costs and charges incurred by the

MSSIDC in doing so shall on demand be paid by the contractor

to the MSSIDC or may be deducted by the MSSIDC from any money

due or which may become due to the contractor. Provided always

that the resident engineer shall soon after the occurrence of

Seal & Sign of the Tenderer Page 22

any such emergency as may be reasonably practicable notify the

contractor thereof in writing.

5.3 ARCHITECTS STATUS AND DECISIONS

a) STATUS:

The Architects shall have the authority on behalf of the

MSSIDC to stop the work whenever such stoppage may be

necessary to ensure the proper execution of the work.

b) DECISION:

The Architect shall make decisions on all claims of the

contractor and on all other matters relating to the execution

& progress of the work or the interpretations of the contract

documents. The decision, opinion, direction of the MSSIDC with

respect to all or any of the following matters shall be final

and without appeal:

i) Variation or modification of the design

ii) The quality or quantity of works or the

additions/alterations or omissions or substitutions of

any work.

iii) Any discrepancy in the drawings or between the Drawings and/or specifications.

iv) The removal and/or re-execution of any

works by the contractor.

v) The dismissal from the work of

any persons employed thereon.

vi) The opening up for inspection of any

work covered up.

vii) The amending and making good of any

defects under defects liability

period.

viii)Approval of materials and workmanship.

ix) The contractor shall provide everything necessary for the proper

execution of the work.

x) Provided that any action under the above clauses is subject to

approval of the MSSIDC,if the

variations has any financial implications.

Seal & Sign of the Tenderer Page 23

c) DISMISSAL:

The contractor shall on the report of the Architects

immediately dismiss from the works within 24 hours any person

employed thereof by him, who may, in the opinion of Architects

on behalf of the MSSIDC, be incompetent or misconduct’s

himself and such person shall not be re-employed on the works

without the permission of the Architects or the MSSIDC.

5.4 DIRECTIONS REGARDING DRAWINGS AND DESIGN :

5.4.1 DRAWINGS& SPECIFICATIONS

a) Drawings and instructions including revisions, as the Architect

may furnish to the contractor shall form partof this contract.

b) Only figured dimensions and detailed drawings shall be followed.

The contract shall verify all dimensions in the field before any

work is commenced and obtain instructions of the Architects in case

of any discrepancy.

5.4.2 ACTION WHERE NO SPECIFICATIONS:

In case of any work for which there are no specifications in the

contract, such work shall be carried out in accordance with the

directions of the MSSIDC.

5.4.3 DIRECTION FOR EXECUTION OF WORK:

5.5.1 SETTING OUTS:

The contractor shall be responsible for the true and proper setting

out of the works in relation to the original points, lines and

levels of reference give by the MSSIDC in writing and for

correctness subject as above mentioned of all the positions,

levels, dimensions and alignments of all parts of the work and for

the provision of all necessary instruments, appliances and labour in

connection therewith. If at any time during the progress of the

work, the contractor on being required to do so by the Engineer

shall at once rectify such errors to the satisfaction of MSSIDC or

their representatives. The checking of any setting out or line or

level by the Architect or their representatives shall not in any way

relieve the contractor of his responsibility for the correctness

thereof and the contractor shall carefully protect and preserve

all bench marks, site burjies etc. used in setting out all the work.

5.5.2. WORK TO BE COMPLETED TO THE SATISFACTION OF THE MSSIDC

The contractor shall execute, complete and guarantee the work in

accordance with the contract to the satisfaction of the

Seal & Sign of the Tenderer Page 24

Architect/PMC and shall comply with and adhere strictly to his

instructions and directions on matters (whether mentioned in the

contractor not) touching or connecting the work.

If in case it is found that work executed is not upto the

specifications or rates charged are on abnormally higher side as

compared with market rates then MSSIDC reserves right to make

payment to the contractor after making proper reduced rate analysis

of specifications and rate and it will be binding on contractor to

accept payments at the rates finalized by the MSSIDC.

5.5.3 ENGAGEMENT OF LABOUR:

The contractor/successful bidder shall employ labour in sufficient

numbers either directly or through sub-contractors/successful

bidder, where such Subletting is permitted to maintain the required

rate of progress and quality to ensure workmanship of the degree

specified in the contract and to the satisfaction of the

Architect/MSSIDC. The contractor/successful bidder shall not employ

in connection with the works any person who has not completed his

fifteenth year of age.

The contractor/successful bidder shall comply with the provisions of

the payment of wages Act, 1936, Minimum wages Act, 1948, workmen's

compensation Act, 1923, Industrial Dispute Act, 1947, Maternity

Benefit Act, 1961 and mines Act, 1952, the Employees State Insurance

Act, 1948, safety code and Labour Welfare Act, MSSIDC's Liability

Act, 1938, contract Labour (Regulations and Abolishing) Act or

rules, or any modifications thereof under from time to time. The

contractor/successful bidder shall indemnify the MSSIDC against any

payment to be made under and for observance of the Regulations

aforesaid without prejudice to his right to claim indemnify from his

sub-contractors/successfulbidder. The contractor/successful

biddershall provide and maintain at his own expenses all lights,

guards, fencing and watching when and where necessary or required by

the MSSIDC for the protection of the works or for the safety and

convenience of those employed on works or the public.

5.5.4 DISRUPTION OF PROGRESS:

The contractor/successful bidder shall give written notice to the

MSSIDC whenever planning or progress of the works is likely to be

delayed or disrupted unless any further drawings or order, including

a direction, instruction or approval, is issued by the MSSIDCs

within a reasonable time. The notice shall include details of the

drawings or order required and of why and by when it is required and

of any delay or disruption likely to be suffered if it is late. If,

by reason of any failure or inability of the MSSIDCs to issue within

a time reasonable in all circumstances any drawing or order request

by the contractor/successful bidder, the work suffers delay then the

Seal & Sign of the Tenderer Page 25

MSSIDC Shall take such delay into account in determining any

extension of time to which the contractor/successful bidder is

entitled under provisions of contract here of, however, no other

compensation will be admissible on this account.

5.5.5. RECTIFICATION OF DEFECTS:

If it shall appear to the MSSIDC or his representative in charge of

the works that any work has been executed with unsound, imperfect or

unskilful workmanship or material of any inferior description, the

contractor/successful bidder shall on deemed, in writing from the

MSSIDC specifying the work materials or articles complained of shall

rectify or remove and reconstruct work so specified in part, as the

case may require.MSSIDC reserve rights to rectify defects by

appointing another contractor if in case contractor do not rectify

defects within stipulated time limit specified by the MSSIDC and the

cost of rectification by employing other contractor will be

recovered from the contractor’s payment.

5.5.6 SAMPLES:

Samples of all basic materials to be used in works, as per the

schedule of quantities, shall be submitted for approval of MSSIDC,

within one week of commencement of contract. No material of which

samples have to be submitted shall be used in the work, unless they

have been approved in writing, by the Architect/MSSIDC.

5.5.7 COST OF SAMPLES:

The cost of preparing samples and workmanship will be borne by the

contractor/successful bidder except for such exclusions as are

specifically mentioned in the specifications laid down in contract.

5.5.8 TESTING OF SAMPLES :

Contractor will have to forward the test reports of all the raw

material samples being used in the work froma laboratory /

institutions recognized by the Government and testing charges of

these samples will have to be borne by the contractor. In case of

rejection of the samples, contractor will have to discard that batch

/ lot of raw material, for which no compensation will be paid to the

contractor.

5.5.8 FREE ACCESS TO WORK SITE:

The contractor/successful bidder shall provide all necessary and

reasonable Facilities and free access to the works and his records

at site of work to the Architects, Resident Engineer and their

Seal & Sign of the Tenderer Page 26

representatives. He shall provide facilities and space to the

satisfaction of the MSSIDC or his representative for inspection of

any part of work.

5.5.9 INSPECTION OF WORK:

All work under or in course of execution or executed in pursuance

of the contract shall at all times be open to inspection and

supervision of the MSSIDC / Architect appointed by MSSIDC /

Officials of Yashda and the contractor/successful bidder shall at

all times during the usual working hours, and at all other times

which reasonable notice of the intention of the MSSIDC or his

representatives to visit works shall have been given to the

contractor/successful bidder, either himself be present to receive

orders and instructions, or have a responsible agent duly accredited

in writing present for that purpose, orders to the

contractor's/successful bidder’s agent shall be considered to have

the same force as if they had been given to the

contractor/successful bidder himself.

5.5.10 PREPARATION OF CONSTRUCTION PROGRAMME SCHEDULE:

As and when sufficient planning information is available, the

contractor/successful bidder in consultation with the MSSIDC shall

prepare a programme schedule of the activities.

Contractor/successful bidder should prepare Bar-charts & critical

path method analysis of the project activities as well as cash flow

statements in the light of the tendered quantities and their rates

respectively. Under no circumstances shall this schedule be prepared

later than one week of finalisation of contract. Throughout the

work, all programmes, schedule and charts shall be revised wherever

any significant change occurs. The contractor/successful bidder

shall also submit monthly progress chart to the MSSIDC.

5.5.11 SITE ORDER BOOK:

The contractor/successful bidder shall maintain a site order book at

the site of the works wherein the instructions of the MSSIDC or his

representatives shall be recorded. The site order book shall be the

property of the MSSIDC and the instructions recorded therein shall be

deemed to have the same force and effect as if they had been given to

the contractor/successful bidder himself. The contractor/successful

bidder or his representative on the site must sign the book in taken

of his having persuade the orders given therein.

5.5.12 HINDRANCE REGISTER:

A Hindrance Register shall be maintained at the site of work where

in the contractor/successful bidder shall notify the items affected

Seal & Sign of the Tenderer Page 27

and the execution of work, the date on which the delay occurred was

cleared. These entries shall be initiated by the MSSIDC as well.

5.5.13 SUSPENSION OF WORK:

The contractor/successful bidder shall on the written order of the

MSSIDC suspend the progress of the work or any part thereof for such

time or times and in such a manner as the MSSIDC may consider

necessary and shall during such suspension properly protect and

secure the work as considered necessary in the opinion of the MSSIDC

or his representative in-charge of the work. No compensation shall

be payable to the contractor/successful bidder on whatsoever account

for the suspension of work.

5.5.14 EXTENSION OF TIME FOR COMPLETION:

If the contractor/successful bidder shall desire an extension of

the time for completion of the work, on his having been unavoidable

hindered in its execution or any other ground, he shall apply in

writing to the MSSIDC within 3 days of the date of starting of the

hindrance on account of which he desires such extension as

aforesaid. The Architect in consultation with MSSIDC shall, if any,

in his opinion be necessary or proper. Extension granted shall be

without prejudice to the right of the `MSSIDC' to recover

compensation for delay as per provisions of para. 5.5.15

5.5.15 LIQUIDATED DAMAGES FOR DELAY:

The time and date stipulated in the contract for the

completion of the work or any part or stage thereof shall be

deemed to be the essence of the contract. The work shall,

throughout the stipulated period of the contract, be carried out

with all intelligence. If the contractor/successful bidder fails to

complete the work within the time prescribed or within the extended

time under the contract, he shall pay to the MSSIDC on demand

amount without prejudice to other rights and remedied the MSSIDC

may have against the contractor/successful bidder, a sum

equivalent to 0.5% of contract value as liquidated damages for

such fault, and not as a penalty for every week or part thereof

for which the works remain unfinished after the stipulated date

of completion provided that the total liquidated damages payable

shall not exceed 5% of the accepted contract price. The MSSIDC

may, without prejudice to any other method of recovery, deduct

the amount of such damages from any money due or which become

due to the contractor/successful bidder. The recovery or deduction

of such damages shall not relieve the contractor/successful bidder

from any obligations and liabilities under the contract.

5.5.16 PENALTY :

Seal & Sign of the Tenderer Page 28

If the contractor fails to complete the contacted work within

stipulated time schedule as per the supply order placed by MSSIDC,

then in addition to the liquidated damages mentioned at clause No.

5.5.15, MSSIDC will charge penalty as follows.

1. Penal interest @ 12% p.a. as charged by consignee i.e. Public

Health Department, Govt. of Maharashtra, to MSSIDC for delay in

completion of work, if work delayed beyond four month from date of

supply order.

2. If work is delayed beyond Ten months from the date of supply

order of MSSIDC, the contractor will be required to pay additional

penal interest @ 3% p.a.[i.e. total 15%] as charged by the

consignee i.e. Public Health Department to MSSIDC for delay in

completion of the work.

5.5.17 DEFECTS LIABILITY PERIOD

The contractor/successful bidder shall be responsible to make good

and remedy at his own expenses within such period as may be

stipulated by the MSSIDC any defect which may develop or may be

noticed before the expiry of 12 months from the certified date of

completion and intimation of which has been sent to the

contractor/successful bidder within seven days of the expiry of the

said period. If the contractor or his work people, or servants

shall break, deface, injured, or destroy any part of a building

road, road curbs, in enclosure water pipes, cables, drains,

electric or telephone posts or wires , trees, or grass and

cultivated ground contiguous to the premises on which the work or

any part of it is being executed or if any damage shall happen

to the work, while in progress, from any cause whatsoever or any

inspection become apparent in it within six months after final

certificate or other of its completion shall have been given by

the Architects as a seal, the contractor/successful bidder shall

make the same good at his own expense, or in default, the other

representatives may cause the same to be made good by other work

meant and deduct the expenses(of which the certificate of the

Architect shall be final) from any sums that may be then or at the

time thereafter may become, due to the contractor/successful

bidder, or from his security deposit, or the proceeds of sale

thereof, or of a sufficient portion thereof.

5.6 1. SECURITY DEPOSIT:

The security deposit shall be made by the contractor/successful

bidder as per para 1.9 of the Invitation to tenderers.

5.6.2 FORFEITED OF SECURITY DEPOSIT:

The above said security deposit shall be liable to forfeited,

wholly or in part at the sole discretion of the MSSIDC if the

Seal & Sign of the Tenderer Page 29

contractor fails to carry out the work or fails to perform or

observe any of the conditions of the contract.

5.6.3. INTEREST ON THE SECURITY DEPOSIT:

No interest would be payable by the MSSIDC to the

Contractor/successful bidder on the security

held in deposit.

5.6.4 RESPONSIBILITIES FOR THE STRUCTURAL ADEQUACY:

The contractor/successful bidder shall comply with the provisions

of the Contract and with due cares and diligence, execute and

Maintain the work and provide all labour, including supervisions of

all works, structural plans and other things whether of temporary

or permanent nature required for such execution and maintenance in

so far as the necessity for providing these, is specified or is

reasonably inferred from the contract. The contractor/successful

bidder shall take full responsibilities for the adequacy,

suitability and safety at site of all works and methods of the

constructions provided.

5.7 MEASUREMENT AND PAYMENTS:

5.7.1 A bill supported with measurement details shall be submitted

by the contractor/successful bidder monthly to the Architect for

all works executed in the previous period and the Architect or

his representative shall verify the requisite measurement for the

purpose of having the same verified for the claim as far as

admissible, if possible before the expiry of 15 days from the

presentation of the bill. All measurements to be taken in duplicate

and all bills, shall be submitted in triplicate along with

contractor's/successful bidder’s copy of each.

All such intermediate payments to the contractor/successful bidder

shall be regarded as payments by way of advance against the final

payment only and not as payments for work actually done and

completed and shall not preclude the requiring of bad, unsound and

imperfect or unskilful work to be removed and taken away and

reconstructed or re-erected, or be considered as an admission of

due performance of the contract or any part thereof in any respect,

or the actual of any claim not shall it conclude, determine of

affect in any way the powers of the Architect under these

conditions or any of them as per the final settlement or adjustment

of the account or otherwise, or in any other way very from the

contract.

5.7.2 FINAL BILL:

Seal & Sign of the Tenderer Page 30

Final bill supported with consolidated measurement of the full work

executed shall be submitted by the contractor/successful bidder

within 1 month of completion of work.

When the final bill has been verified and corrected, the Architect will

give seven days notice to the contractor/successful bidder to

countersign the bill in token of acceptance, the

contractor/successful bidder shall countersign the bill within the

above seven days or intimate in writing his intention to

dispute. If the contractor/successful bidder fail to take

approximate action as above within the period prescribed, the bill

finalised by the MSSIDC or his representative shall be final and

binding on the contractor/successful bidder and the

contractor/successful bidder shall have no right to

dispute the same.

5.7.3. CLAIM FOR INTEREST:

No claim for interest will be entertained by the MSSIDC with

respect to any moneys or balances which may be in its hands owing

to a dispute between itself and the contractor/successful bidder

or with respect of any delay on the part of the MSSIDC in making or

final payments or otherwise.

5.7.4REIMBURSEMENT OF VARIATIONS IN PRICE:

Prices and rates quoted by the bidders shall be

considered as firm for the complete work and entire duration of

the contract. No claim for extra payment due to any rise in

rates of raw material and labour or due to whatsoever reasons,

shall be considered.

5.8 GUARANTEES:

5.8.1QUALITY OF WORK:

The contractor/successful bidder shall guarantee that the

materials and workmanship are the best of their respective kinds for

the service intended and that all items of work will be free from

all inherent defects in workmanship and materials. He shall

also guarantee that the works will not fail in any respect due to

quality of materials, workmanship and methods of construction.

The specification assumes a proper degree of skill on the part of

contractor/successful bidder and workmen employed. The

contractor/successful bidder shall consult the Architect or his

representative, whenever in his judgement variation in the methods of

construction or in the quality of material would be beneficial or

necessary to fulfil the guarantee called for. Such variations may be

Seal & Sign of the Tenderer Page 31

made by the contractor/successful bidder only when authorised by the

MSSIDC.

5.8.2 REJECTION:

If during the `Period of Guarantee' as defined under clause 5.8.1

hereof, any work or material shall fail in any respect to meet

the above guarantee, the contractor/successful bidder which will

meet the above guarantee, immediately.

5.8.3 COST OF EXECUTION OF WORK OR REPAIR ETC:

All work of repair shall be carried out by the contractor/successful

bidder at his own expense if the necessity thereof shall in the

opinion of the MSSIDC be due to the us or of materials or workmanship

not in accordance with the contract or on account of neglect or

failure on the part of the contractor/successful bidder to comply with

any obligations expressed or implied on the contractor's/successful

bidder’s part under the contract.

5.8.4 REMEDY ON CONTRACTOR'S/successful bidder’s FAILURE TO CARRY OUT

THE WORK REQUIRED:

If the contractor/successful bidder shall fail to do any such work as

aforesaid required by the MSSIDC shall be entitled to carry out such

work which the contractor/successful bidder should have carried out,

at the contractor's/successful bidder’s own cost. The MSSIDC shall be

entitled to recover from the contractor the cost thereof or may deduct

the same from any money due or that may become due to the

contractor/successful bidder.

5.8.5 CERTIFICATE OF COMPLETION OF WORKS:

On completion of the work, the contractor/successful bidder shall be

furnished with a certificate, but no such certificate be given nor

shall the work be considered to complete until the contractor shall

have removed from the area of the premises (to be distinctly marked by

the MSSIDC/Architect in the site plan which, the work shall be

executed) all scaffoldings, surplus materials, and rubbish and clean

the dirt from all wood work, doors, windows, walls, floors or other

parts of any building, in or upon which the work was executed, or of

which he may have had in possession for the purpose of the execution

hereof. If the contractor/successful bidder shall fall to comply with

the requirements of the clause as to the removal of scaffolding,

surplus materials and rubbish and cleaning off dirt on or before the

date fixed for the completion of the work, the MSSIDC/Architect may at

the expenses of the contractor/successful bidder remove such

Seal & Sign of the Tenderer Page 32

scaffoldings, surplus materials, and rubbish and dispose of the same

as he thinks fit, and the contractor/successful bidder shall forthwith

pay the amount of all expense so incurred, and shall have no claim in

respect of any such scaffolding or surplus materials aforesaid, except

for any sum actually by the sale thereof.

5.8.6 PERIOD OF GUARANTEE FOR COMPLETE WORK:

The period of Guarantee for the work shall be twelve months starting

from the date of issue of the completion certificate.

5.8.7 CONTRACT VALID DURING GUARANTEE PERIOD:

This contract shall remain valid and in force until the expiry

of guarantee period.

5.9 RESCINDING/TERMINATE CONTRACT:

5.9.1 RESCINDING CONTRACT:

In any case in which under any clause or clauses of this contract

the contractor/successful bidder has rendered himself liable to pay

compensation amounting to the whole of his security deposit in hands

of MSSIDC (whether paid in one sum or deducted by instalments) the

MSSIDC shall have power to adopt any of the following course, as

deemed best suited to the interests of MSSIDC.

(a) To rescind the contract (of which rescission notice in writing to

the contractor under hand of the MSSIDC shall be conclusive

evidence), and in which case the security deposit of the

contractor/successful bidder shall stand forfeit and be absolutely

at the disposal of the MSSIDC.

(b) To employ a contractor paid by the MSSIDC and to supply

materials to carry out the work, or any part ofthe work, debiting

the contractor/successful bidder with the cost of the labour and

the price of the materials (of the amount of which cost and price

certificate of MSSIDC shall be final and conclusive against the

contractor/successful bidder) and crediting him with the value of

the work done, in all respects in the same manner and at the same

rates as if it had been carried out by the contractor/successful

bidder under the terms of the contract. The certificate of the

MSSIDC as to the value of the work done shall be final and

conclusive against the contractor/successful bidder.

(c) To measure up the work of the contractor/successful bidder, and to

take such part of the work of the contractor/successful bidder as

shall be not executed out of his hands, and to give it to another

contractor to complete in which case any expenses which may be

incurred in excess of the sum which would have been paid to the

Seal & Sign of the Tenderer Page 33

original contractor/successful bidder if the whole work had been

executed by him (of the amount of which excess certificate in

writing of the MSSIDC/Architect shall be final and conclusive)

shall be borne and paid by the original contractor/successful

bidder and may be deducted from any money due to him by MSSIDC

under the contract or otherwise, or form his security deposit or

the proceeds of sale thereof, or a sufficient part thereof.

(c) In the event of any of the above course being adopted by the

MSSIDC the contractor/successful bidder will have no claim to

compensations to any loss sustained by him by reason of his

having purchased any materials, or entered into any engagements

or made any advance on account of the execution of the work or

performance of the contract. and in case of the provisions. A

foresaid the contractor/successful bidder shall not be entitled

to be paid for any work actually performed under this contract

unless and until the MSSIDC/Architect shall have certified in

writing the performance of such work and the value payable

in respect and he shall only be entitled to be paid the value

so certified.

5.9.2. TERMINATION OF CONTRACT:

Contractor/successful bidder who shall have no claim to any payment

or compensation whatsoever on account of any profit or advantage,

which would have derived from the execution of the work in full

amount of the work got having been carried out, either shall he have

any claim or compensation by reason of any alterations having been

made in the original specification, or the designs and

instruction which shall involve any curtailment of the work

originally contemplated.

5.9.3. JURISDICTION:

The contract and its operation shall be governed by the laws of

India for the time being in force, irrespective of the place of

delivery of materials the place of execution of work or place of

payment under this contract shall be deemed to have been entered

into Mumbai.

5.9.4 BYE LAWS OF LOCAL AUTHORITIES:

The contractor/successful bidder shall confirm to the provisions of

any Government Acts which relate to works and to the regulations on

bye-laws of any local authorities or building authorities. The

contractor/successful bidder shall give all such notices required by

the said Act or laws, etc. and pay all fees payable to such

authorities and allow for these contingencies in his tendered

Seal & Sign of the Tenderer Page 34

rates including fees for encroachment, stacking charges, cost of

restorations, etc. and all other fees payable to the local

authorities. The contractor/successful bidder shall keep the MSSIDC

indemnified against all penalties and all liabilities for every

kind of breach of any such Act, Rules, Regulations or Bye-laws.

Contractor/successful bidder shall comply with all laws and

statutory regulations dealing with the employment of labour such as:

5.9.5 ARBITRATION :

In case of any dispute or difference arising out of or in relation to

this contract or order, the same shall be referred to the sole

arbitration of Managing Director of the Corporation. For all

arbitration proceeding, the law on Arbitration shall apply. For any

other dispute apart from above-mentioned reference, the same shall be

dealt by the Court of Law at Mumbai.

5.9.6 FORCE MEAJURE

Neither contractor/successful bidder nor, MSSIDC shall be considered

in default in performance of their obligations if such performance is

prevented or delayed by event such as but not to war, hostilities

revolution, riots, civil commotion, strikes, lockout, conflagrations,

epidemics, accidents, fire, storms, floods, droughts, earthquakes or

ordinances or any act of god or for any other cause beyond the

reasonable control of the party affected or prevented or delayed.

However a notice is required to be given within 10 days from the

happening of the event with complete details to the other party to the

contract, if it is not possible to serve a notice, within the shortest

possible period without delay.

(ii) As soon as the cause of force major has been removed the party

whose ability to perform its obligations has been affected, shall

notify the other such cessation and the actual delay incurred in

such affected activity adducing necessary evidence in support

thereof.

(iii) From the date of occurrence of a case of force major obligations of the party affected shall be suspended during the continuance

of any inability so caused. With the cause itself and inability

resulting there from having been removed, the agreed time of

completion of the respective obligations under this agreement

shall stand extended by a period equal to the period of delay

occasioned by such events.

(iv) Should one or both parties be prevented from fulfilling the

contractual obligations by a state of force major lasting to a

period of 6 months or more the two parties shall each other to

decide regarding the future execution of this agreement.

5.9.7 :LOCAL LAWS, ACTS, REGULATIONS :

Seal & Sign of the Tenderer Page 35

The contractor/successful bidder shall strictly adhere to all

prevailing labour laws inclusive of contract labour (regulation and

abolition act of 1970) and other safety regulations. The contractor

shall comply with the provision of all labour legislation including

the latest requirements of all the Acts, laws, any other regulations

that are applicable to the execution of the project.

(i) Minimum wages Act 1948 (Amended)

(ii) Payment of wages Act 1936 (Amended)

(iii)Workmen’s compensation Act 1923 (Amended)

(iv) Contact labour regulation and abolition act 1970 and central rules

1971 (Amended)

(v) Apprentice act 1961 (Amended)

(vi) Industrial employed (standing order) Act 1946 (Amended)

(vii)Personal injuries (Compensation insurance) act 1963 and any other

modifications

(viii)Employees provided fund and miscellaneous provisions Act 1952 and

amendment thereof

(ix) Shop and establishment act

(x) Any other act or enactment relating there to and rules framed there

under from time to time.

5.9.8 :ACCIDENTS :

The contractor/successful bidder shall immediately on occurrence of

any accident at or about the site or in connection with the execution

of the work report such accident to the MSSIDC / consultant. The

contractor/successful bidder shall also such report immediately to the

competent authority whenever such report is required to be lodged by

the law and take appropriate actions thereof.

5.9.9. INSURANCE IN RESPECT OF DAMAGE TO PERSONS AND PROPERTY;

The contractor/successful bidder shall be responsible for all injury

to persons, animals or things and for all structural and decorative

damage to property, which may arise from the operation or neglect of

himself or of any approved sub-contractor/successful bidder’s or

Employees, whether such injury or damage arise from carelessness,

accident or any other cause whatsoever in any way connected with the

Seal & Sign of the Tenderer Page 36

carrying out of this contract. The contractor/successful bidder

shall indemnify the MSSIDC and hold him harmless in respect of all and

any expenses arising from any such injury or damage under any Acts of

Government or otherwise and also in respect of any compensation of

damages consequent upon such claims.

NOTE:

The above terms and conditions are only suggestive, finalization of

terms and conditions will be done only at the time of or after issuing

letter of intent.

*********************

Seal & Sign of the Tenderer Page 37

COMMERCIAL BID

ENVELOP II

Providing & fixing modular furniture & Allied works for Office

of Upper Director, Industrial Safety & Health, Pune Div. PUNE.

We hereby quote our rates__________% Below/Above the estimated

cost mentioned above, which is inclusive of all taxes/duties, MSSIDC 8%

service charges, 3.% Architect charges, 3% contingency charges etc.

(Percentage in words…………………………………………………………

…………………………………………………………………………………………..

………………………………..Below/Above)

Seal & Sign of the Tenderer Page 38

PROPOSED INTERIOR WORKS FOR DISH OFFICE AT PUNE

Architect - Ar. Design Ideas

SUMMARY OF ESTIMATED COST OF INTERIOR ,ELECTRICAL MODULAR WORKS

SEC. DESCRIPTION OF ITEM AMOUNT(Rs.)

A INTERIOR WORK ( PARTITION) Rs. 11,14,037.14

B MODULAR FURNITURE Rs. 6,09,927.36

C ELECTRICAL WORK Rs. 6,51,083.42

TOTAL COST Rs. 23,75,047.92

NOTE :-

5. Rates are inclusive of taxes.

Authorised Signatory

Seal & Sign of the Tenderer Page 39

PROPOSED INTERIOR WORKS FOR DISH OFFICE AT PUNE

Architect - Ar. Design Ideas

SUMMARY OF INTERIOR WORK

SEC. DESCRIPTION OF ITEM AMOUNT(Rs.)

1 DISMANTLING AND DIMOLITION WORK Rs. 19,827.80

2 BRICK WORK AND CONCRETE WORK Rs. 0.00

3 CARPENTARY WORK Rs. 7,39,893.50

4 DOOR Rs. 1,40,656.76

5 FALSE CEILING AND WALL FINISHING

WORK

Rs. 76,847.50

6 PAINTING Rs. 27,201.67

7 IRON WORK Rs. 0.00

TOTAL - (A to C) Rs. 10,04,427.23

NOTE :-

5. Rates are inclusive of taxes.

Authorised Signatory

Seal & Sign of the Tenderer Page 40

INTERIOR WORK AT DISH OFFICE AT PUNE

Rate Reference:PWD Pune Region 2014-15

SR. NO

DSR Ref No

DESCRIPTION QTY. UNIT RATE (Rs.)

AMOUNT (Rs.)

A DISMANTLING AND DEMOLITION WORK

1a Dismantling 6” thk, brick wall carefully by using chisel to cut & making good wall edges with 1:4 cement plaster including removal of debris from site.

1b DSR 15.7.4

8.37 CU.M

761.54 6374.09

3 Dismantling existing Electrical fittings, wires, Data cables, fittings etc. including removal of debris from site 1.00 LS

10000.00 10000.00

4 DSR 15.12

Dismantling and removing doors, windows wherever required in a manner which facilitates easy fixing of new doors and windows without undue expense. the rate shall include removal of debris from site. 17.64 Smt

195.79 3453.71

TOTAL FOR DISMANTLING & DEMOLITION

19827.80

C CARPENTARY WORK

Seal & Sign of the Tenderer Page 41

3a MARKET RATE

Providing & fixing full height Partition/low height partition with 8mm clear glass in Fast Track Dry wall construction in sandwhich panels of 3000 x 600 x 50 mm thick made out of light weigth concrete core sandwhiched between two fibre reinforced cement facing sheets. The boards to be minimum 39 kg per sqm weight, flexural strength 58 kg/sqcm, Thermal conductivity 0.21 Sound transmission co efficient 33 db, Fire rating of 1 hour, Fire propogation index 3.7 & class P inginitability. The boards to be fixed in top & bottom proprietory GI channels & to be tongue & grooved into each other. The joints to be finished with proprietory jointing compound & jointing tape as per manufacturers instructions, finished complete as per satisfaction of the engineer in charge.

A 2ND FLOOR 36.20

Sqm

2500.00 90487.50

B 3 RD FLOOR (LHS) 43.82

Sqm

2500.00 109550.00

C 3 RD FLOOR (RHS) 63.04

Sqm

2500.00 157605.00

3b Providing & fixing full height Partition/low height partition with 8mm clear glass in Fast Track Dry wall construction in sandwhich panels of 3000 x 600 x 50 mm thick made out of light weigth concrete core sandwhiched between two fibre reinforced cement facing sheets. The boards to be minimum 39 kg per sqm weight, flexural strength 58 kg/sqcm, Thermal conductivity 0.21 Sound transmission co efficient 33 db, Fire rating of 1 hour, Fire propogation index 3.7 & class P inginitability. The boards to be fixed in top & bottom proprietory GI channels & to be tongue & grooved into each other. The joints to be finished with proprietory jointing compound & jointing tape as per

Seal & Sign of the Tenderer Page 42

manufacturers instructions, finished complete as per satisfaction of the engineer in charge.

A 2ND FLOOR 46.97 Sqm

3000.00 140895.00

B 3 RD FLOOR (LHS) 8.48 Sqm

3000.00 25452.00

C 3 RD FLOOR (RHS) 16.97 Sqm

3000.00 50904.00

3c Providing & fixing Toughened Glass Partition with 8 mm thick toughened clear glass fixed on a TW frame of size 65 x 38 mm of height varying from 900 to 2100mm. The cost to include that for TW verticals at max 900mm c/c and horizontals at about 1050mm c/c. The glass to be fixed with TW beading of size 12 x 12mm. All exposed wood work to be finished in melamine polish of approved shade and colour. The glass partition to have frosting pattern in film about 30 % of glass area.

2ND FLOOR 0.00 Sqm

6000.00 0.00

3d Providing & fixing Modular Partition with 60 mm thick Aluminum frame of height 1200mm. The partition shall be panel bsed and shall have raceways for the provision of electrical and data wiring separately. All sections and end caps to be powder coated in aproved colour. The cost to include that for white marking boards, soft boards, glass, etc.

30.00 Sqm

5500.00 165000.00

TOTAL FOR CARPENTARY

739893.50

Seal & Sign of the Tenderer Page 43

D DOOR

1 8 / 18 BDT 34 PAGE NO-120

SOLID DOORS

a 0.9m x 2.1m 30.00 Sqm

2126.05 63781.50

Providing & Fixing solid core flush door in single leaf 35 mm thickcommercial type of exterior grade as per detailed drawings, approved commercial plywood facing on both side s without glazing and venetians ,all necessary beads,moulding and lipping ,chromium plated fixtures and fastenings,handles on both sides and finishing with one coat of primer complete without frame.

2 1a / 18 BDT PAGE NO-119

DOOR FRAME WITH JAMB LINING

Providing and fixing frame with / without ventilator of size as specified with Ghana teakwood for doors and windows including chamfering, rounding, rebating, iron holdfast of size 300mm x 40mm x 5mm with oil painting, etc. complete. Spec. No.: As directed by Engineer in charge.

Country Teak wood frame

Size 0.90m x 2.10m Ht 0.79 Cum

97092.31 76875.26

TOTAL FOR DOORS

140656.76

E FALSE CEILING & WALL FINISHING WORK

Seal & Sign of the Tenderer Page 44

2 12/17 BDR PAGE NO-113

providing and fixing in position gypsum board false ceiling with 12.5mm thick gypsum boards screwed /fixed to the under structure of suspended G.I grid constructed and suspended from the main ceiling consisting of ceiling sections of size 25x50mm maximum center to centre distance of 600mm perimeter channel and intermediate channels at maximum center to center distance 1 200 mm galvanized grid should be fixed to reinforced cement concrete slab . the gypsum board should be fixed to galvanized iron grid with necessary screws. the boards should be taped and fill from under side to give smooth, seamless ceiling .The rate should include necesary additional ceiling sections and intermediate channels .Additional intermediate channels should be fixed to straps hangers for additional support to prevent strapping at every 1200mm item to be completed in all respect including neccessary sleeves for ducts finishing of all joints cut out and including labour ,material ,lifts etc complete

29.81

Sqm

817.09

24359.50

3 MARKET RATE

Providing and fixing tiled false ceiling of approved materials of size 595x595 mm in true horizontal level, suspended on inter locking metal grid of hot dipped galvanized steel sections ( galvanized @ 120 grams/ sqm, both side inclusive) consisting of main "T" runner with suitably spaced joints to get required length and of size 24x38 mm made from 0.30 mm thick (minimum) sheet, spaced at 1200 mm center to center and cross "T" of size 24x25 mm made of 0.30 mm thick (minimum)

Seal & Sign of the Tenderer Page 45

sheet, 1200 mm long spaced between main "T" at 600 mm center to center to form a grid of 1200x600 mm and secondary cross "T" of length 600 mm and size 24x25 mm made of 0.30 mm thick (minimum)sheet to be interlocked at middle of the 1200x600 mm panel to form grids of 600x600 mm and wall angle of size 24x24x0.3 mm and laying false ceiling tiles of approved texture in the grid including, required cutting/making, opening for services like diffusers, grills, light fittings, fixtures, smoke detectors etc. Main "T" runners to be suspended from ceiling using GI slotted cleats of size 27 x 37 x 25 x1.6 mm fixed to ceiling with 12.5 mm dia and 50 mm long dash fasteners, 4 mm GI adjustable rods with galvanised butterfly level clips of size 85 x 30 x 0.8 mm spaced at 1200 mm center to center along main T, bottom exposed width of 24 mm of all T-sections shall be pre-painted with polyester paint, all complete for all heights as per specifications, drawings and as directed by Engineer-in-charge. 58.32 sqm

900.00 52488.00

F PAINTING

1 6b / 15 BDP 6A PAGE NO-107

PLASTIC EMULSION

345.2865 Smt

78.78 27201.67

Providing & applying plastic emulsion

paint on walls, columns & ceilings. The

rate shall include scrapping, levelling &

preparing the surface. Primer coat +

(minimum) 2 coats to get evenly

spread quality finish (roller finish) of

approved make , quality & finish shall

be provided.

Seal & Sign of the Tenderer Page 46

TOTAL FOR FALSE CEILING AND WALL FINISHING

76847.50

TOTAL FOR INTERIOR FURNISHING

977225.56

Add 8% MSSIDC charges

78178.04

Add 3% Consultants Fees

29316.77

Add 3% contingencies

29316.77

TOTAL COST

1114037.14

General Notes for Interior Work

1 The cost of items in the schedule of quantities to include that for Adhesive for paasting laminate or any other material otherwise mentioned to be pasted.

2 Where ever Glass has to be fixed & requires to be glued, the cost to include that for necessary adhesive like Araldite or equivalent.

3 Where ever Plastic, Rubber, Cork Sheets have to be pasted the cost to include that for necessary Rubber Solution.

4

All exposed surfaces in Loose Furniture to be finished with Laminate 1.5mm thick laminate & all hidden surfaces to be finished with 0.8 mm thk laminate. All other surfaces without laminate finish such as edges of ply, which are finished with TW lippings, rear surfaces of loose furnitures abutting against a partition, etc to be finished with French Polish.

5 All exposed edges of Plywood to be finished with TW Lippings 6 mm thick of width matching the thickness of the plywood as required.

6 All hidden Wood/ Plywood surfaces to be painted with Anti Termite Paint of approved manufacturer & specifications.

7 All drawers & Keyboards to be mounted on Telescopic Channels of required length.

8 Cost for Plumbing fittings & fixtures to include that for all necessary hardware, glues, comounds, etc as required.

9 All rates are inclusive of Taxes

10

The site shall be cordoned off by the contractor using metal sheets.Also safety measures such as covering of external sides of building with hessian cloth shall be considered as part of contract.

11 The cost to include that for all necessary scaffolding, centering, staging & all necessary hardware wherever required.

Seal & Sign of the Tenderer Page 47

12 The rate are inclusive of taxes.

Seal & Sign of the Tenderer Page 48

RATE ANALYSIS OF DISH OFFICE AT PUNE

Item Description Nos L B H Qty Remarks

A DISMANTLING AND DEMOLITION WORK

1a Dismantling 6” thk, brick wall carefully by using chisel to cut & making good wall edges with 1:4 cement plaster including removal of debris from site.

1b

Specification same as above but for 9” thk and above Brick walls.

1 0.9 2.1 1.89

Required for door opening

3 0.9 2.4 6.48

8.37

8.37 (Additional 10%)

2 Dismantling and removing doors and windows wherever required in a manner which facilitates easy fixing of new doors and windows without undue expense. the rate shall include removal of debris from site.

2 1.8 2.5 9 2 Door

2 2.4 1.8 8.64 2 WINDOW

TOTAL 17.64

17.64 (Additional 10%)

B BRICK AND CONCRETE WORK

1 9" THK BRICK WALL

Providing second class burnt brick masonry with conventional/ IS type bricks in cement mortar 1:6 in super structure including striking joints racking out joints, watering and scaffolding etc. complete as per the instructions of the engineer in charge. Cost to include that for erection in Arches (Flat & circular) & including the neceaasry cutting/ shearing of bricks in shape.

6 1 2.5 15 multipurpose hall

TOTAL 3.45

3.45 (Additional 10%)

2 Providing & fixing full height Partition/low height partition with 8mm clear glass in Fast Track

Seal & Sign of the Tenderer Page 49

Dry wall construction in sandwhich panels of 3000 x 600 x 50 mm thick made out of light weigth concrete core sandwhiched between two fibre reinforced cement facing sheets. The boards to be minimum 39 kg per sqm weight, flexural strength 58 kg/sqcm, Thermal conductivity 0.21 Sound transmission co efficient 33 db, Fire rating of 1 hour, Fire propogation index 3.7 & class P inginitability. The boards to be fixed in top & bottom proprietory GI channels & to be tongue & grooved into each other. The joints to be finished with proprietory jointing compound & jointing tape as per manufacturers instructions, finished complete as per satisfaction of the engineer in charge.

(2nd floor) 1 4.6 2.8 12.88

1 3.2 2.8 8.96

3 3.75 2.8 31.5

1 7 2.8 19.6

1 4.8 2.8 13.44

1 2.9 2.8 8.12

6 0.9 2.1 11.34 (-DOOR)

TOTAL 83.16

(3rd floor) (LHS)

1 5.05 2.8 14.14

1 2.27 2.8 6.356

1 4.55 2.8 12.726

1 2.8 2.8 7.84

2 2.57 2.8 14.392

1 2.25 2.8 6.3

5 0.9 2.1 9.45 (-DOOR)

TOTAL 52.304

(3rd floor) (RHS) 2 2.58 2.8 14.42

2 2.35 2.8 13.16

1 2.58 2.8 7.21

1 5 2.8 14

1 6.8 2.8 19.04

2 4.2 2.8 23.52

6 0.9 2.1 11.34 (-DOOR)

TOTAL 80.01

3b Providing & fixing Glass Partition with 8 mm thick clear glass fixed on a TW frame of size 65 x 38 mm of height varying from 900 to 2100mm. The cost to include that for TW verticals at max 900mm c/c and horizontals at about 1050mm c/c. The glass to be fixed with TW beading of size 12 x 12mm. All exposed wood work to be finished in melamine polish of approved shade and colour. The glass partition to have frosting pattern in film about 30 % of glass area.

(2nd floor) 5 1.5 3 22.5

1 4 3 12

1 6 2 12

TOTAL 46.5

Seal & Sign of the Tenderer Page 50

3rd floor LHS ) 2 1.4 3 8.4

TOTAL 8.4

(3rd floor RHS) 4 1.4 3 16.8

TOTAL 16.8

5

Providing & fixing Vertical Blinds / roller blinds 100 mm wide fixed on Aluminum powdercoated track with approved fabric of approved shade & colour as per manufacturers specifications and as per the directions of the engineer in charge.

3 2.4 1.5 10.8 2nd floor

window

4 1.15 1.8 8.28 3 rd floor

(LHS)

2 2.4 1.8

8.64 Back side window ( 3 RD FLOOR)

3 1.15 1.8 6.21 3 rd floor

(RHS)

TOTAL 33.93

I Providing and applying POP Punning on walls and columns (average 10 mm thk). The rate shall include scrapping, levelling and preparing the surface. The rate shall be inclusive of all types of grooves above the skirting, around the window and door frames.

1 3.8 3 11.4 2nd floor

1 13 3 39 2nd floor

1 7 3 21 2nd floor

1 13 3 39 2nd floor

3 2.4 1.5 10.8 (-2nd floor

WINDOW)

1 6.7 3 20.1 3rd floor

1 7.6 3 22.8 3rd floor

2 10 3 60 3rd floor

1 15 3 45 3rd floor

7 1.2 1.8 15.12 (-3rd floor

window)

2 2.4 1.8 8.64 (-3 rd floor

window)

4 0.9 2.1

7.56 (- 2nd and 3rd floor door)

2 9 3.5 63 3rd floor

storage area

2 8 3.5 56 3rd floor

storage area

2 2.4 2

9.6 (-3rd floor storage window)

2 1.8 2.4

8.64 (- 3rd floor storage door)

TOTAL 316.94

2 gypsum false ceiling

2 4.8 0.6 5.76

2 nd floor main 120sq.ft cabin

2 2.9 0.6 3.48 2 nd floor main

Seal & Sign of the Tenderer Page 51

120sq.ft cabin

2 5.4 0.15 1.62

2 nd floor main 120sq.ft cabin (vertical)

6 4.45 0.4 10.68

3rd floor 120sq.ft cabin

6 2.2 0.4 5.28 3rd floor 120 sq.ft cabin

3 6.65 0.15 2.9925

3rd floor 120 sq.ft cabin ( vertical)

TOTAL 29.8125

3 modular ceiling

3 3 1.8 16.2

2 nd floor 100 sq.ft cabin

1 3.6 1.8 6.48

2 nd floor 120 sq.ft cabin

3 3 1.8 16.2

3nd floor 100 sq.ft cabin

3 3.6 1.8 19.44

3nd floor 120 sq.ft cabin

TOTAL 58.32

Providing& Fixing as pper drawing for second class doors, windows, fan lights, etc including all mouldings, rebating, holdfasts, and finishing with one coat of primer complete.

Country Teak wood frame

Size 0.90m x 2.1m Ht,

18 5.1 0.79178

TOTAL 0.79178

0.79 (Additional 10%)

Seal & Sign of the Tenderer Page 52

RETROFITTING & INTERIOR WORK(MODULAR FURNITURE )DISH OFFICE AT PUNE

SR. NO.

DESCRIPTION ESTI. QTY.

UNIT

RATE AMOUNT

A Ground floor

1 Straight Work Station

Providing & Installing Straight type work stations of size 1050 x 600 mm x 750 mm ht, made out of 18mm thick edge banded Laminate finish ply top/ 25 mm thick edge banded particle board fixed on the modular partitions as specified above including the cost of fixing brackets, screws, hardware, etc. The cost to include that for 1 nos drawer box of overall size 450 mm x 450 mm x 650 mm (ht) with 3 nos drawers on telescopic channels, central lock, 1 nos key board & CPU trolley & wire manager as per drawings & directions.

23 Nos. 9000 207000

2 Full Ht Storage- Size 400 mm/375mm deep

Providing and fixing storage units of full height/ Low height as per drg. They shall consist of ¾” thk.comm. ply top, sides, bottom, shelves and shutters. The bottom of the storages shall be at 3” from FFL. The top of storages shall touch the false ceiling level or 7'-0" ht. A back side of ¼” thk. Marine ply shall be provided. ¾” thk. Marine. Ply shutter with self closing hinges of hafele make(full ovel open) & PVC lipping /T.W Lipping matching with approved laminate on all the edges. Division of the shutters shall be made equally according to the length of the storages. All the external surfaces shall be finished with 1.0mm thk. Laminate (suede finish) of approved make.

¾” thk. Comm. Ply shelves supported on battens at 16” interval shall be provided.Alternatively three drawers 8" deep will be provided alongwith shelves as per drawing and directions. All inner surfaces shall be finished with 0.8 mm white laminate of approved make including the shutters. Rate shall be inclusive of all necessary approved fittings like hinges(Hafele make), locks(Godrej make/Vijayan), 6" long brushed finish handles(kich -neki make-CHR103),tower bolts,magnets ,Steel strips ,S.S rods for hangers (2 nos) etc and any miscellaneous hardware items.

32 sqm 7532 241024

Seal & Sign of the Tenderer Page 53

4 Working Table for Officer

a Providing & Installing Officer Table in 18 mm thick BWR grade plywood for top, verticals, drawer fronts, shelves, shutters, aprons, 12 mm thk BWR grade ply for drawer sides, 6mm thick BWR plywood drawer bottom. The exposed surfaces of plywood finished with laminate 1 mm thick finish. The internal surfaces to be finished with 0.6mm thick laminate. The exposed edges of plywood to be finished with 1 mm thick PVC edge band of width matching the thickness of the ply and shade matching the positive side laminate. The cost to include that for all necessary hardware such as telescopic channels, handles, hinges, locks, etc and also that for 1 nos metal key board tray and 1 nos CPU trolley. Overall size of table to be 1800 x 750 x 750 mm (ht) and . Cost to include that for side credenza of size 1000 x 375 x 750mm(ht).

1 No. 18000.00 18000

b Providing & Installing Officer Table in 18 mm thick BWR grade

plywood for top, verticals, drawer fronts, shelves, shutters, aprons, 12 mm thk BWR grade ply for drawer sides, 6mm thick BWR plywood drawer bottom. The exposed surfaces of plywood finished with laminate 4 mm thick with melamine polish finish. The internal surfaces to be finished with 0.6mm thick laminate. The exposed edges of plywood to be finished with 6 mm thick TW lipping of width matching the thickness of the ply. The cost to include that for all necessary hardware such as telescopic channels, handles, hinges, locks, etc and also that for 1 nos metal key board tray and 1 nos CPU trolley. Overall size of table to be 1500 x 600 x 750 mm (ht). Cost to include that for side credenza of size900 x 375x 750mm(ht).

3 No. 15000.00 45000

4 Chairs

Providing & Supplying Revolving chairs with height adjustment on Gas

lift, Synchro Tilt, Moulded Rigid foam seat & Back, Rigid PVC body, Adjustable Handles. Fabric upholstery of Basic Price Rs 250/- per RM ( 1200mm width)

Officer's Chair 3 No. 8000 24000 Staff chairs 0 No. 4500 0 Visitor's chair 0 No. 2500 0 TOTAL FOR MODULAR FURNISHING 535024.00

Add 8% MSSIDC charges 42801.92 Add 3% Consultants Fees 16050.72 Add 3% contingencies 16050.72

TOTAL COST FOR MODULAR FURNISHING 609927.36

Seal & Sign of the Tenderer Page 54

DISH OFFICE OF ELECTRICAL ESTIMATE (Rate Reference PWD DSR 2012-13)

Sr No DSR Ref Item Description Qtty Unit Rate Amount

1 1-1-7

Supplying & erecting I.S.I. mark Rigid P.V.C. conduit 20 mm. dia. with necessary accessories in wall/floor with chiselling appropriately as per specification No: WG-MA/CC, para no. 1.2.1 250 Rm 93.93 23482.50

2 1-1-9

Supplying & erecting I.S.I. mark Rigid P.V.C. conduit 25 mm. dia. with necessary accessories in wall/floor with chiselling appropriately as per specification No: WG-MA/CC, para no. 1.2.1 40 Rm 109.08 4363.20

3 1-1-11

Supplying & erecting I.S.I. mark Rigid P.V.C. conduit 32 mm. dia. with necessary accessories in wall/floor with chiselling appropriately as per specification No: WG-MA/CC, para no. 1.2.1 20 Rm 140.39 2807.80

4 1-1-13

Concealing of provided ISI mark G.I. pipe/H.G. screwed conduit/PVC pipe in wall/floor/false ceiling complete as per specification No:WG-PW/CW 185 Rm 52.52 9716.20

6 1-3-4

Supplying & erecting mains with 2x1.5 sq.mm F.R.L.S copper PVC insulated wire laid in provided conduit/trunking/inside pole/Bus bars or any other places as per specification No: WGMA/BW 414 Rm 37.37 15471.18

7 1-3-6

Supplying & erecting mains with 2x2.5 sq.mm F.R.L.S copper PVC insulated wire laid in provided conduit/trunking/inside pole/Bus bars or any other places. as per specification No: WGMA/BW 500 Rm 54.54 27270.00

8 1-3-8

Supplying & erecting mains with 2x4 sq.mm F.R.L.S copperPVC insulated wire laid in provided conduit/trunking/inside pole/Bus bars or any other places. as per specification No: WG MA/BW 396 Rm 77.77 30796.92

9 1-6-4

Supplying & erecting mains with 2x2.5 sq.mm.and earth wire 1.5 sq.mm FRLS PVC copper wire in rigid PVC conduit min.20mm dia. as per specification No: WG-MA/PC, para no. 1.4.1 260 Rm 130.29 33875.40

10 1-6-6

Supplying & erecting mains with 2x4 sq.mm.and earth wire 2.5 sq.mm FRLS PVC copper wire in rigid PVC conduit min.20mm dia, as per specification No: WG-MA/PC, para no. 1.4.1 580 Rm 158.57 91970.60

11 1-8-1

Supplying and erecting modular type switch 6A / 10A ISI mark approved make duly erected on provided plate and box with wiring connections complete. 139 Nos 86.86 12073.54

12 1-8-2

Supplying and erecting modular type switch 16A ISI mark approved make duly erected on provided plate and box with wiring connections complete. 20 Nos 123.22 2464.40

Seal & Sign of the Tenderer Page 55

13 1-8-3

Supplying and erecting modular type bell-push 6A / 10A ISI mark approved make duly erected on provided plate and box with wiring connections complete 4 Nos 110.09 440.36

14 1-8-10

Supplying and erecting modular type 3 pin 6A multi socket with safety shutter ISI mark approved make duly erected on provided plate and box with wiring connections complete. 110 Nos 101.00 11110.00

15 1-8-11

Supplying and erecting modular type 3 pin 6 / 16A multi socket with safety shutter ISI mark approved make duly erected on provided plate and box with wiring connections complete. 20 Nos 158.57 3171.40

16 1-8-15

Supplying and erecting modular type telephone socket one gang with safety shutter ISI mark approved make duly erected on provided plate and box with wiring connections complete. 26 Nos 81.81 2127.06

17 1-8-17

Supplying and erecting modular type computer Jack RJ 45 with safety shutter ISI mark approved make duly erected on provided plate and box with wiring connections complete. 45 Nos 135.34 6090.30

18 1-8-19

Supplying and erecting modular type buzzer 230 / 250V ISI mark approved make duly erected on provided plate and box with wiring connections complete 1 Nos 112.11 112.11

19 1-8-23

Supplying and erecting modular type electronic step regulator for fan two module ISI mark approved make duly erected onprovided plate and box with wiring connections complete. 6 Nos 401.98 2411.88

20 1-8-25

Supplying and erecting modular type blanking plate one module ISI mark approved make duly erected on provided plate & box. 20 Nos 23.23 464.60

21 1-8-26

Supplying and erecting modular type blanking plate two module ISI mark approved make duly erected on provided plate & box 10 Nos 32.32 323.20

22 1-8-35

Supplying and erecting unbreakable concealed type modular switch box with double mounting plate for 1/2 module duly erected flush to wall with required chiseling and finishing with cement morter / POP as per required to match the backgroundin an approved manner. 10 Nos 195.94 1959.40

23 1-8-37

Supplying and erecting unbreakable concealed type modular switch box with double mounting plate for 3 module duly erected flush to wall with required chiselling and finishing with cement morter / POP as per required to match the background in an approved manner. 10 Nos 227.25 2272.50

Seal & Sign of the Tenderer Page 56

24 1-8-38

Supplying and erecting unbreakable concealed type modular switch box with double mounting plate for 4 module duly erected flush to wall with required chiselling and finishing with cement morter / POP as per required to match the background in an approved manner. 40 Nos 257.55 10302.00

25 1-8-39

Supplying and erecting unbreakable concealed type modular switch box with double mounting plate for 6 module duly erected flush to wall with required chiselling and finishing with cement morter / POP as per required to match the background in an approved manner. 40 Nos 349.46 13978.40

26 1-8-40

Supplying and erecting unbreakable concealed type modular switch box with double mounting plate for 8 module duly erected flush to wall with required chiselling and finishing with cement morter / POP as per required to match the background in an approved manner. 5 Nos 416.12 2080.60

27 1-8-41

Supplying and erecting unbreakable concealed type modular switch box with double mounting plate for 12 module duly erected flush to wall with required chiselling and finishing with cement morter / POP as per required to match the background in an approved manner. 2 Nos 469.65 939.30

28 1-8-46

Supplying and erecting 6 to 32 A SPMCB suitable to fix in 1 module of modular switch in provided box complete & dulyconcealed with necessary material and connected. 22 Nos 173.72 3821.84

29 1-10-2

Supplying & erecting telephone cable 2 pair with 0.5 mm dia. laid in provided PVC casing / conduit asper specification No. WG-TW 520 Rm 19.19 9978.80

30 1-110-6

Supplying & erecting telephone cable 10 pair with 0.5 mm dia. laid in provided PVC casing / conduit asper specification No. WG-TW 25 Rm 59.59 1489.75

31 1-11-1

Supplying, erecting & commissioning Main Distribution Frame (MDF) Box 50x50 pairs as per specification No. WG-TW 1 Nos 1875.57 1875.57

32 1-11-12 Supplying, erecting & commissioning Junction box suitable for 10 pairs as per specification No. WG-TW 1 Nos 582.77 582.77

33 1-12-1

Supplying & installing UTP networking Cat-6 cable suitable for LAN / WAN Computer net-working as per specification No. WGCOC/NC 810 Rm 43.43 35178.30

34 1-12-8

Supplying and erecting FR grade, PVC armoured multimode armoured multimode Optical Fibre Cable with 6 fibres, with core dia 50/125 μm (OM3) suitable for 1 GBps ethernet distance at 850 nm of wavelength, on wall/ceiling or laid in provided pipe/trench as per specification No. WG-COC/OFC LSZH 25 Rm 243.41 6085.25

Seal & Sign of the Tenderer Page 57

35 1-15-1

Dismantling the existing light, fan, bell, clock, independent plug point, wiring including circuit mains of all types along with accessories etc.complete as per specification No: WG-DM/PW 10 Nos 6.06 60.60

36 1-15-2

Dismantling the existing Telephone / Lan / Wan / TV cables and wires of all sizes along with casing-capping / conduit complete as per specification No: WG-DM/PW 10 Rm 3.03 30.30

37 1-15-3

Dismantling the existing Aluminium/copper mains,submains wiring upto 10 sq.mm. along with accessories etc.Complete as per specification No: WG-DM/PW 10 Rm 2.02 20.20

39 2-4-30

Supplying and erecting approved make recessed / surface PLL mirror optic square / rectangular fitting suitable for 2 x 11 to 18W compact fluo.lamp with PL Wings with electronic ballast having pf > 0.9 , fixed in false ceiling / on ceiling as per specification no. FG-IDF/MOF 20 Nos 891.83 17836.60

40 2-1-12 Supplying and erecting T5 14/18 W energy efficient fluroscent tube. 12 Nos 136.35 1636.20

41 2-1-17 Compact flou lamp 18 W 230V to be used with provided ballast 40 Nos 148.47 5938.80

42 2-4-5

Supplying & erecting approved make 1 x 36/40W white stove enamelled / powder coated, decorative end caps box type fluo.fitting with 40 W electronic ballast having pf>0.9 fixed at ceiling or on wall as per specification No. FG-IDF/BFF 2 Nos 606.00 1212.00

43 2-1-10 Supplying and erecting T8 Fluroscent tube day light 1200mm 36 W 2 Nos 57.57 115.14

44 2-12-5

Supplying and erecting fan hook box of 10 mm M.S. round bar bounded to the R.C.C. bars upto 50 mm length each side and pierced through a 16 S.W.G. thick aluminium/M.S. Bowl 100 mm dia. or equivalent square size and having depth upto 75 mm complete erected with duly painted by one coat of red oxide paint and two coats of paint erected in position and without any leakage of slurry of cement concrete on either side of the box and positioned to the bottom level of the slab. 24 Nos 138.37 3320.88

45 2-12-6

Supplying and erecting ‘B’ grade G.I.pipe/M.S. pipe down rod duly painted for fan complete erected with PVC two core flexible cable 24/0.2 mm copper PVC wire. 24 Nos 194.93 4678.32

46 2-13-3

Supplying and erecting regular/ standard model Ceiling fan of 1200 mm. sweep complete erected in position as per specifcation no. FG-FN/CF 24 Nos 1811.94 43486.56

Seal & Sign of the Tenderer Page 58

48 5-2-11

Supplying and erecting metal clad distribution board approved make 415/500V, 6 way, 32A. per way & neutral bar connector complete erected on iron frame/ wooden plank or Board as per specification No. SW-SWR/MDB 2 Nos 4369.26 8738.52

49 5-2-13

Supplying and erecting metal clad distribution board approved make 415/500V, 8 way, 32A. per way & neutral bar connector complete erected on iron frame/ wooden plank or Board as per specification No. SW-SWR/MDB 1 Nos 5620.65 5620.65

50 5-3-2

Supplying, erecting & marking SPMCB 6A to 32A, C-series (for motor/power) in provided distribution board as per specification No. SW-SWR/MCB 50 Nos 174.73 8736.50

51 5-3-3

Supplying, erecting & marking SPMCB 6A to 32A, B- series (for lighting) in provided distribution board as per specification No. SW-SWR/MCB 10 Nos 163.62 1636.20

52 5-3-18

Supplying, erecting & marking TPN MCB 40A to 63A, C- series in provided distribution board as per specification No. SW-SWR/MCB 3 Nos 1300.88 3902.64

53 5-4-20

Supplying & erecting original 1.25 mm CRCA sheet metal enclosures with 20A. 2 pin plug & earth socket and 20A. 3 pin plug top with 20A/30A single pole MCB complete erected on angle iron frame. 15 Nos 883.75 13256.25

54 5-5-1

Providing & erecting 3 Pole MCCB upto 100A, 415V capacity with S.C. rating 25 kA (Ics=100% of Icu), thermal setting with provided leads on iron frame/wooden board as per specification No. SW-SWR/MCCB 1 Nos 6403.50 6403.50

55 7-1-20

Supplying, erecting & terminating PVC armoured cable 3½ core 70 sq mm aluminium conductor with continuous 8.35 sq mm (10 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/AL 20 Rm 486.82 9736.40

56 7-7-6

Supplying & erecting Siemens type brass cable glands for 3½ core 70 sq mm for PVC armoured cable as per specification No. CB-GL 2 Nos 95.95 191.90

57 7-10-5

Supplying & erecting crimping type aluminium lugs for cable 70 sq mm complete as per specification No. CB-CL/AL 1 Nos 16.16 16.16

58 9-1-6

Providing earthing with Copper earth plate size 60 x 60 x 0.315 cm with funnel with a wire mesh for watering and brick masonry block C.l. cover with minimum 25 kg of maintenance free earth conductivity enhancing mineral earthing compound complete with all materials, testing & recording the results as per specification no ESE -LA 1 Nos 20004.06 20004.06

Seal & Sign of the Tenderer Page 59

59 9-2-3

Supplying and erecting G.I. strip of required size used for earthing on wall and/or any other purpose with necessary GI clamps fixed on wall painted with bituminous paint in an approved manner with joint required. as per specification No (EA-EP). 20 Kg 159.58 3191.60

60 9-2-4

Supplying and erecting Annealed bare copper wire of high purity of different sizes used for earthing on wall with necessary copper clamps fixed on wall/cable/conduit with screws in an approved manner. 45 Kg 894.86 40268.70

Total 571125.81 Add 3 % Contingencies 17133.77

Add 3% PMC Fees 17133.77

Add 8% MSSIDC Service Charge 45690.06

Grand Total 651083.42