0% found this document useful (0 votes)
55 views37 pages

Tenderform

The document outlines the tender process for the renovation and repair of the Police Cancer Patient Guesthouse in Mumbai, with a tender fee of Rs. 4,500 and an earnest money deposit of Rs. 75,000. Bidders must submit their proposals online between 28/02/2023 and 14/03/2023, with the technical bid opening scheduled for 16/03/2023. Eligibility criteria include experience in similar projects, financial stability, and compliance with various documentation requirements.

Uploaded by

ketanbodke007
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
55 views37 pages

Tenderform

The document outlines the tender process for the renovation and repair of the Police Cancer Patient Guesthouse in Mumbai, with a tender fee of Rs. 4,500 and an earnest money deposit of Rs. 75,000. Bidders must submit their proposals online between 28/02/2023 and 14/03/2023, with the technical bid opening scheduled for 16/03/2023. Eligibility criteria include experience in similar projects, financial stability, and compliance with various documentation requirements.

Uploaded by

ketanbodke007
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

Serial No. CP/DCP HQ/CGH/e-Tender/02/2023 Price Rs.

4500/-

TENDER FORM

A) Tender No.- CP/DCP HQ/CGH/e-Tender/2/2023


B) Date of Tender Download from: - 28/02/2023 to 14/03/2023
C) Pre bid Meeting: - 03/03/2023
D) Date of Bid Submission: - 28/02/2023 to 14/03/2023
E) Technical Bid Opening Date and Time: - 16/03/2023
F) Validity of Tender Till: - 180 Days from opening of tender.

Sr. Details Earnest Tender Document Last Date and


No. Money Form Fee download Time for the
Deposit Submission of
Tender
1 2 3 4 5 6
Renovation and
1 repair of Police
Cancer patient
Rs.4,500/- 28/02/2023 to
Guesthouse at Rs.75,000/- (Non-
14/03/2023
14/03/2023
Naigaon Dadar Refundable) up to 1700 hrs.
(East), Mumbai.

General Terms and Condition

1. The Commissioner of Police, Mumbai on behalf of the Governor of Maharashtra invites (Two
Bid System) E-tender for renovation and repair of Police cancer patient guesthouse at Naigaon
Dadar (East), Mumbai for the Police department.
2. Bidder should submit EMD and Tender fee through Online Net banking.
3. Bidder should submit scanned copies of EMD and Tender fee online receipt along with the bid.
4. Tenderers are requested to submit their bid in two separate envelopes marked as “Technical
Envelope” and “Commercial Envelope” Online. Tenderer should submit all technical related
documents in the technical bid only.
5. The bidders are required to submit their bids online only. Manual bids will not be considered
under any circumstances.
6. The various activities required to be executed by the bidders to submit their online bid are
time and date locked. The bidders are requested to execute all the activity related to their bid
within prescribed time limits for each stage.
7. As per The Information Technology Act 2000 the bidders are required to sign the bid data
using class-II/class-III digital certificate. The bidders may procure the digital certificate in the
name of the authorized representative of the organization at the earliest. Bidders who may
need to procure Digital Certificates may contact DIT help desk number 24x7 Telephonic Help
Desk - Toll Free No. 1800 3070 2232 and Mobile Nos. 0-7878107985/86 For further
information please visit [Link]
8. Successful tenderers will be required to pay security deposit of as decided in the pre bid
meeting.
9. Any statutory increase or decrease by an act of state or the central Government relating of GST
and other taxes shall be borne by the bidders.
10. Duration of this e-Tender shall be for 180 days. The security deposit will be refunded to the
Tenderer if and only if his work is found satisfactory.
11. The tender submitted by the tenderers shall remain valid for a period of 120 days from the
date of opening of tenders.
12. Final right to decide the meaning of terms and conditions will be reserved by The
Commissioner of Police, Mumbai.
13. Right to reject or cancel the E-Tender without assigning any reason therefore is reserved by
“The Commissioner of Police, Mumbai”.
Page | 1
14. Tender Committee reserves the right to accept or deny the lowest or any quotations without
assigning the reason.
15. Under any situation, tender committee will not consider any request to change the rate of any
service during the whole contract period.
16. Right is reserved with The Commissioner of Police, Mumbai to revise or amend the tender
documents fully or part thereof prior to the date notified or amended for the receipt of tender.
17. Amendment if any shall be communicated in the form of corrigendum or by a letter as may be
considered suitable. Any Corrigendum if required, will be published only on
[Link]
18. Tenderers are at liberty to remain present or to authorize their representative at the opening
of technical or Commercial Bid at the time and date specified. Dates quoted for opening of
technical or commercial tender are subject to changes due to unavoidable circumstances.
19. It is responsibility of the tenderer to take back Earnest Money Deposit (EMD) after
finalization of the tender. No Interest will be paid at any cost on Earnest Money Deposit.
20. The conditions in purchase procedure Rules and Purchase Manual of Govt. Of Maharashtra,
and instructions as per Government of Maharashtra G.R. No. Bhakta. Sa 2014/[Link].82/Part
III/Udyog4 Dt. 01/12/2016 and recent amendments thereof will be applicable.
21. The Successful Tenderer has to enter into an agreement with The Commissioner of Police,
Mumbai, for the performance of the Tender.
22. Bidders who fulfill the following requirements shall ONLY be eligible to apply (Join ventures
are not accepted)
23. Proof of registration / association with Government / Semi Government / Corporate Guest
Houses & Having experience in execution of similar nature and magnitude of works.
24. The company must be registered with GST. They should also have at least 5 years post
registration experience of providing services for executed projects.
25. The bidder should be a Private / Public Limited Company registered under the companies Act,
1956 or a registered firm (Copy of registration certificate of the company to be enclosed) and
should have satisfactorily completed the works as mentioned below during the last five years
ending 31.03.2022 and ongoing works till the date.
26. Should have satisfactorily completed one Repairs Residential / Commercial / Hotel Building of
built-up area of 50,000 Square feet or more and work order value shall not be less than Rs. 80
Lakh i.e. 80% of estimated cost put to tender.
27. The bidder should have average minimum annual turnover of Rs. 2.00 Crores for contracts
during immediate last Three Consecutive Financial years and should not have incurred loss in
more than two consecutive years during the last five ending 31.03.2022 and financial net
worth of the tenderer should not be negative.
28. The bidding capacity shall be equal to or more than the above respective estimated cost. The
bidding capacity shall be worked out by following formula.
29. Should not have incurred any loss in more than two years during the last five years ending
31.03.2022
30. Net worth certificate: Net worth certificate of minimum 50% of the estimated cost put to
tender issued by certified chartered Accountants (on format prescribed in form B-1).
31. List of similar works in hand & similar works carried out by them for last 5 years indicating i)
Agency for whom executed, ii) Value of work, iii) Completion time as stipulated and actual, or
present position of the work.
32. CERTIFICATES: (Scanned copy of original certificates to be uploaded)
33. Similar work experience (Work order and Completion certificate)
34. Undertaking As Under:- (Scanned copy to be uploaded at the time of submission of bid) I/We
undertake and confirm that the contracted works shall not be got executed through sub-
contractor on back-to-back basis. Further that, if such a violation comes to the notice of
Commissioner of Police, Mumbai. I/we shall be liable to be debarred & black listed as the case
may be for bidding in future. Also, if such violation comes to the notice of department before
date of start of work, the Engineer in-charge shall be free to forfeit the entire amount of
Earnest Money Deposit / Performance Guarantee.
35. The intending bidder must read the terms and conditions as per “SECTION – 1 NOTICE
INVITING TENDERS” OF “CONDITIONS AND CLAUSES OF CONTRACT – 2021” carefully. He should
only submit is bid if he considers himself eligible and he is in possession of all the documents
required. Commissioner of Police, Mumbai. Reserves the right of Non-consideration of Tender
documents of the agencies who are not fulfilling the NIT stipulations and /or having adverse
report on the works carried out by them in the past.
Page | 2
36. Information and instructions for tenderers posted on website shall form basis of tender
document.
37. Hard copies of Technical Bid shall be submitted in Commissioner of Police, Mumbai. Before
due date and time. Hard copies shall include all documents as uploaded online.
38. OBTAINING OF STANDARD DOCUMENTS: In addition to the above, the prospective bidders are
required to possess all documents which form part of Tender Documents for the work. The
required documents (Condition of contract) can be downloaded from
[Link] website.
39. Those bidders, who are not registered on the website mentioned above, are required to get
registered. If needed, they can be imparted training for online bidding process as per details
available on the website. Certificate of Financial Turnover: At the time of submission of
bid, bidder may upload Undertaking/Certificate from CA mentioning Financial Turnover of
last 5 years and including profit &loss statements and further details if required may be
asked from the contractor after opening of technical bids. There is no needing to uploaded
entire volume in oust balance sheet.
40. Bidder must ensure to quote rate of each item. The column meant for quoting rate in figures
appears in Bold Type and the moment rate is entered, it turns Italic type. In addition to his,
while selecting any of the cells saw arming appears that if any cell is left blank the same shall
be treated as “0”. Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of
such item shall be treated as “0” (ZERO). In the schedule of quantities, if rates are not quoted
for items or if a firm quotes "NIL/N.A./Not applicable/----/ Leaving blank space etc. “Charges,
the bid shall be treated as unresponsive and will not be considered. DO NOT use vague terms.
Insert required information with clear meaning in technical bid & financial bid.
41. The Commissioner of Police, Mumbai. Reserves the right to accept/reject any prospective
application without assigning any reason.
42. Short listing of the bidders shall be subject to thorough verification of their credentials and
inspection of works carried out by them, through a Technical Evaluation Committee of
experts, constituted by Commissioner of Police, Mumbai.
43. If any information furnished by the bidder is found to be incorrect at alter stage, they shall be
liable to rejected.
44. Prospective bidder shall satisfy themselves of fulfilling all the NIT criteria before submission
of tender. Commissioner of Police, Mumbai. Reserves the right of non-consideration of tender
of the bidder not fulfilling the stipulated criteria.
45. Any Additional work needs to be executed for completion of work, DSR2021 or lasted revised
rates prevailing as per current.
46. Commissioner of Police, Mumbai. Does not guarantee opening of the tender immediately
after the closing date and time due to reasons beyond its control and hence tenders can be
opened after the due date and time also. It will however will been sure that no offers are
submitted after tender closing date and time. Bidder cannot submit/modify any offer or
attach any file to it after closing date and time as stipulated in the tender notice. System does
not permit any alternation, modification, deletion of any entry or condition, offered by the
tenderer i n the e-tender, after closure of the virtual date and time.
47. Commissioner of Police, Mumbai Will not be responsible for any kind of technical problem at
Bidder' send in case of difficulty in up loading of tender. Bidders are advised to finish the
uploading of tender well before time. No tender will be accepted by Commissioner of Police,
Mumbai. At later stage that could not be uploaded because of unforeseen technical problems.
48. Bidders who have successfully uploaded the tender documents and forwarded physical(hard)
copies of the Technical Bid before due date and time will only be considered. Please note that
bidder will have to finish both the activities to proceed further. Otherwise, bidders will be
disqualified.
49. All papers submitted with the tender should bear the signature and stamp/seal of the bidder
on every page.
50. All information in this tender shall be in English only.
51. Rate quoted should be in Indian currency only.
52. Tender containing clerical errors, typographical error/arithmetical mistake may be liable to
be rejected.
53. All the rates quoted shall be exclusive of GST.
54. Only one rate shall be offered for the Item. Multiple rates against one item shall be rejected.

Page | 3
55. The bidder’s hall quote rate switch shall remain valid for acceptance by Commissioner of
Police, Mumbai. for a period of 12 months or stipulated time limit as mentioned in the tender
documents
56. Only lowest offer may be considered for financial negotiations. Executed work will be
inspected and if satisfied Commissioner of Police, Mumbai Office may award the work.
57. Performance Guarantee: Performance Guarantee will have to be submitted at the rate of
10% of the contract value valid for 2 Months after completion of work to be submitted
within 15 days of issue of Letter of Intent.
58. Security Deposit will be deducted @10% of work order value from the running bills and will be
refunded after completion of defect liability period of decided by the purchase committee.
59. Submission of more than one Tender by a particular Tenderer under different names is
strictly prohibited. In case it is detected later that this condition has been violated all the
tenders submitted by tenderer would be rejected or cancelled and earnest money or security
deposit will be forfeited in addition to such legal action as may be deemed fit and proper.
60. Canvassing in connection with tender/quotation is strictly prohibited.
61. The Commissioner of Police, Mumbai. Reserves right to reject any or all the quotations or allot
part of the work to different agencies.
62. Mode of measurement will be as per the guidelines laid in the departmental conditions of
contract & technical.
63. Awarding workorder will be strictly as per" prequalification criteria" as uploaded along with
the tender documents. Payment s chedule & Milestone schedule as per the prequalification
criteria uploaded in the tender.

Have read the above instructions carefully and understood in right perspective.

Page | 4
Envelope No. 1 (Technical Bid)
The Technical Bid Envelope should contain the following:

1. Tender Fee Rs. 4,500/- should be submitted online through online net banking.
2. EMD Rs. 75,000/- should be submitted online through online net banking.
3. Copy of Private/Public limited Company registered under the companies Act, 1956
registration certificate of the company to be enclosed.
4. Income tax return (Last 5 Years by CA)
5. VAT/GST/Sales Tax clearance Certificate of Previous year (Financial year 220-21) if
applicable.
6. Experience Certificate of previous five years.
7. Similar work experience (Work order and completion certificate)
8. Scanned copy of original PAN card
9. Net worth certificates minimum 50% of the estimated. (Certified by CA)
10. Turnover certificate (Last 5 Years certified by CA)
11. Shop Act License if applicable.
12. (All the documents mentioned above should be self-attested and certified by CA where
ever applicable)
I agree with all the above terms and conditions.

Date: -
Place: - (Name, Signature and Rubber seal of Bidder)

Page | 5
POLICE CANCER GUEST HOUSE
Brihanmumbai Police Committee (BPC)
Dahivalkar Buva Marg, Front of Police Head Quarter, Naigaon Dadar (East), Mumbai – 400014

Name of work:- Repair of external plaster, Repair of damaged parts of external columns, beams,
External wall painting and waterproofing, provision of chambers in ground level for drainage and
rain water, repair and provision of rainwater pipes, creation of slope in existing terrace,
waterproofing of terrace, change of sanitary pipes of WC and bath traps, provision of pipes to
dispose condensed water released from AC indoor unit into chambers, testing of materials and
royalty charges. Repair, waterproofing and creation of slopes and slabs and chajjas, removal of
vegetative growths and filling and finishing of the cracks caused by the growth.

LIST OF DOCUMENTS

Name of The Agency


Sr. No. List of Documents Page No.
Technical Bid (Hard copy also to be submitted)
1 E.M.D. for Rs. 75,000/-
2 Facia Page
3 List of Documents
4 Notice Inviting Tender
5 General Instruction
6 Acceptance form
7 Check List
8 Vender Details
9 NEFT Details
10 Special Conditions of Contract
11 Compliance form – 1
12 Compliance form – 2
13 Compliance form – 3
14 Form 3A-1
15 Form 3A-2
16 Form 3B
17 Form 3C
18 Form 3D
19 Form 3E
20 Form 3F
21 Form 3G
22 Form 3H
23 Form 3I
24 Form 3J
25 Form 4A
26 Form B1
27 Annexure I
28 Book containing Conditions of Contract
Financial Bid: to be filled ONLINE ONLY

Note
1 Hard copy of Technical Bid is to be submitted and endorsed at Desk-13, Office of the
Commissioner of Police, Mumbai. Before last date of submission and must be signed with
stamp/seal on all
2 It may please be noted that both hard copy and soft copy of technical bid are required i.e.
Uploaded version in Tender wizard and Hard copy submission before due date and time. If
agency unable to do so will be disqualified.
3 EMD in original is to be submitted in envelop along with hard copy o technical bid. EMD is not
submitted along with bid will be disqualified.

Page | 6
POLICE CANCER GUEST HOUSE

Brihanmumbai Police Committee (BPC)


Dahivalkar Buva Marg, Front of Police Head Quarter, Naigaon Dadar (East), Mumbai – 400014

ACCEPTANCE FORM

NAME OF THE
AGENCY

To,
The Commissioner of Police, Mumbai
Dr. DN Road, Opp. Crawford Market,
Mumbai - 400 001
TenderRef:<>

Name of Work: Repair of external plaster, Repair of damaged parts of external columns,
beams, External wall painting and waterproofing, provision of chambers in ground
level for drainage and rain water, repair and provision of rainwater pipes, creation of
slope in existing terrace, waterproofing of terrace, change of sanitary pipes of WC and
bath traps, provision of pipes to dispose condensed water released from AC indoor unit
into chambers, testing of materials and royalty charges. Repair, waterproofing and
creation of slopes and slabs and chajjas, removal of vegetative growths and filling and
finishing of the cracks caused by the growth.

I/We read the various conditions to tender including general conditions and here by
agree to abide by the said conditions. I/we also agree to keep this tender open for
acceptance for a period of 120 (One hundred Twenty) days from the date fixed for
opening the same and in default thereof. I/we will be liable for forfeiture of my/our
“Security Deposit” to Police Cancer Guest House . I/We will execute the work as per
the quoted rates and hereby bind myself/ourselves to execute the work in all respects
during the period of contract from the date of issue of letter of acceptance of the
tender. I/we also hereby agree to abide DAE general conditions of the contract as
amended from time to time and to carry out the work according to the drawings,
specifications and special conditions of the contract laid down by Commissioner of police,
Mumbai.

A sum of __________ is hereby forwarded as Earnest Money via online transfer/net


banking through receipt no. ___ dated __________ for Rs. __________. The full value of Earnest
Money shall stand forfeited without prejudice to any other rights to remedies if: -

A) I/We do not execute the contract documents immediately after getting information
form BPC.

B) I/We do not commence the work within 15 days after issue of the letter including
work order to that effect. Until a formal agreement is prepared and executed,
acceptance of this tender shall constitute a binding contract between us subject to
modifications, as may be mutually agreed between us indicated in the letter of
acceptance of my / our offer for this work.

Page | 7
POLICE CANCER GUEST HOUSE

Brihanmumbai Police Committee (BPC)


Dahivalkar Buva Marg, Front of Police Head Quarter, Naigaon Dadar (East), Mumbai – 400014
CHECK LIST FOR LIST OF DOCUMENTS SUBMITTED

NIT No.
NAME OF WORK Repair of external plaster, Repair of damaged parts of external
columns, beams, External wall painting and waterproofing,
provision of chambers in ground level for drainage and rain water,
repair and provision of rainwater pipes, creation of slope in existing
terrace, waterproofing of terrace, change of sanitary pipes of WC
and bath traps, provision of pipes to dispose condensed water
released from AC indoor unit into chambers, testing of materials and
royalty charges. Repair, waterproofing and creation of slopes and
slabs and chajjas, removal of vegetative growths and filling and
finishing of the cracks caused by the growth.
Name of Agency
Sr. N0 Particulars Remarks
Name of the Bidder
Postal address
Contact with STD code
Fax with STD code
Name of Contact person
Mobile No
e-mail ID
Below given documents to be scabbed and Details to be Scan copy
upload in the website -------------- date within fill-up attached
the period of submission “YES” OR
“NO”
1 Financial Turn Over Certified by CA
2016-17
2017-18
2018-19
2019-20
2020-21
2 Profit & Loss Statement Certified by C A
2016-17
2017-18
2018-19
2019-20
2020-21
3 Net worth certificate (on prescribed format)
4 List of Similar Works carried out in last years Attach scanned
i) Agency for whom executed copy separately
ii) Value of Work
5 List of similar works in Hand indicating: Attach scanned
i) Agency ii) Value of Work copy separately
iii) Stipulated time of completion/
present position
6 List of Construction Plants and Attach scanned
Machinery: copy separately
7 List of details of technical & administrative Attach scanned
personnel to be copy separately
8 Certificates:
i) Registration Certificate if Attach scanned
copy
ii) Certificates of Work Experience Attach scanned
copy separately
Page | 8
iii) Certificates of Registration for GST. Attach scanned
copy separately
iv) PAN (Permanent Account Number) Attach scanned
Registration copy separately
v) Turn over Certificate (Last 5 Years by CA) Attach scanned
copy separately
vi) Income Tax Return/Profit and Loss Attach scanned
Statement (Last 3 Years by CA) copy separately
9 Undertaking that the eligible similar work(s) Attach scanned
have not been executed through another copy separately
contract or on back to on agency's
back basis: letter head
10 NEFT towards Cost of Tender Processing Fee Attach scanned
copy separately
11 Demand Draft of any scheduled Attach scanned
Nationalized Bank towards EMD copy separately
12 Conditions of the Contract Book: To be Submit signed
downloaded from copy along with
www……….[Link] technical bid
13 I/WE certified that our
TECHNICAL BID is compliant with tender

Date Seal and Signature

Page | 9
POLICE CANCER GUEST HOUSE
Brihanmumbai Police Committee (BPC)
Dahivalkar Buva Marg, Front of Police Head Quarter, Naigaon Dadar (East), Mumbai – 400014

Vendor Details

Tender No
Name of Repair of external plaster, Repair of damaged parts of external columns, beams,
work
External wall painting and waterproofing, provision of chambers in ground level
for drainage and rain water, repair and provision of rainwater pipes, creation of
slope in existing terrace, waterproofing of terrace, change of sanitary pipes of WC
and bath traps, provision of pipes to dispose condensed water released from AC
indoor unit into chambers, testing of materials and royalty charges. Repair,
waterproofing and creation of slopes and slabs and chajjas, removal of vegetative
growths and filling and finishing of the cracks caused by the growth.

[Link]. List of Documents to be scanned & uploaded within Details (to be given
the period of bid submission mandatorily)
1 Name/Title of the Bidder/Type of
2 We have quoted for all the items in financial bid in the
prescribed format of the Tender documents (say
'Yes/No') (Partial/Incomplete offers are liable for
rejection)
3 Full Address
4 Name of the person authorized to deal/undertake
business for and on behalf of the Bidder
5 Telephone & Mobile N umber
6 Fax. No.
7 Email Address
8 Legal entity of Bidder whether
Firm/Society/Company/SSI unit
9 Establishment Registration Number
10 Authority with whom Registered
11 Main Business of the Bidder
12 Authorized area of Operation in India
13 Name & Address of Bankers
14 PAN No./TAN No.
15 GST Registration Number:
16 No. of Man power employed by Bidder
17 a) Scientific
18 b) Technical
19 c)Administrative
20 d)Financial
21 Experience of the Bidder in dealing with the tendered
item/works
22 Performance Certificates/ Work Completion
Certificates
23 Qualifying experience any one of the followings.
24 a) Should have satisfactorily completed Three
Hostel/Residential/Commercial/Hotel buildings of
built-up area of 7840 Square Meter or more each
with tower building minimum 12 floors and above etc
and work order value shall not be less than Rs. 0.65
Cr. Each i.e., 40% of estimated cost put to tender.

Page | 10
b) Should have satisfactorily completed similar
Hostel/Residential/Commercial/Hotel buildings of
built-up area of 4 0 0 0 Square Meter or more each
with tower building minimum 4 floors and above etc.
and work order values hall not be less than Rs1.5 Cr
each i.e. 60% of estimated cost put to tender.
c) Should have satisfactorily complete done
Hostel/Residential/Commercial/Hotel building of
built-up area of 4 0 0 0 Square Meter or more with
tower building minimum 4 floors and above etc. and
work order value shall not be less than Rs1.3Cr each
i.e., 80% of estimated cost put to tender.
25 Turnover in the last 5 years
2017-18
2018-19
2019-20
2020-21
2021-22
26 Average Turn Over for Last 5 Years,
27 Net worth certificated (on prescribed format Form
B1)
28 Details of work orders in the las t 3 years, amount,
Name of Authority, Completion Period etc.(separate
sheet)
29 List of plant & machinery of bidder (attach separate
sheet)
30 Demand Draft/BG/FDR Number for EMD, Amount,
Date, Bank, etc.
31 Is there any deviations of specification/type etc. in
any of the items of Financial Bid Deviations, if any,
shall be mentioned in Technical Bid. The agency has to
quote separately for those items and enclose with
Financial Bid)

Certified that the above information is correct & true to the best of my knowledge and
belief. Nothing has been concealed and fabricated and in case any information is found
incorrect. I, the under signatory will be personally responsible.

Date signature
Name of authorized person for bidder with

Page | 11
POLICE CANCER GUEST HOUSE
Brihanmumbai Police Committee (BPC)
Dahivalkar Buva Marg, Front of Police Head Quarter, Naigaon Dadar (East), Mumbai – 400014

NEFT FORM

APPLICATION FORM FOR DEPOSITING PAYMENT AGAINST BILLS IN BANK ACCOUNT BY ELECTRONIC
1 Name of the Bidder
2 Bidder Address & Other Particulars
3 PAN NO.
4 GST NO.
5 Mobile No.
6 Email ID
7 Account Holder's Name (Title of the Account)
8 Bank Account No.
9 Bank Name, Branch & Address
10 9-Digit MICR code of the bank
11 Account type (SB/CURRENT)
12 IFSC Code (attach Xerox copy of cheque)

Certified that the particulars furnished above are correct as per our records.

Bank Stamp: Signature of the authorized official from the bank.


Date:

Note: Xerox copy of cheque may be attached, without which the form will not be accepted.

Page | 12
POLICE CANCER GUEST HOUSE
Brihanmumbai Police Committee (BPC)
Dahivalkar Buva Marg, Front of Police Head Quarter, Naigaon Dadar (East), Mumbai – 400014

SPECIAL CONDITIONS OF CONTRACT

Name of the
Agency
1 Eligibility Criteria:
a) The firm should also have their registered office preferably in Mumbai/Navi
Mumbai/Thane. The company must be registered. They should also have at least 5
years post registration experience of providing construction repair services for
executed projects.
b) It must be noted that the tenderer should not have been blacklisted by any Government
Agency/Public Sector in India under any contractual relation with them or facing
process of penal action as such on complaints of quality. The Commissioner of Police,
Mumbai reserves the right for insisting upon submission of Satisfactory Performance
Certificate issued by any such agency.
c) A firm is not eligible to participate in this project while under sanction by DCSEM. Similarly,
at the time of submission of bid document, the firms black- listed/ debarred in participating
in any procurement activities by any Government organization or Public Sector or UT in
India/ Foreign Government are not allowed to bid & will be disqualified on submission
d) There shall be a screening/verification committee appointed by The Commissioner of
Police, Mumbai to examine the list of documents and to verify credibility of the
tenderer based on the performance certificate issued/site visit and desirable as per
terms & conditions attached to the Tender and to report in details on the eligibility of
tenderers for further examination to the competent authority. The Tenderers are
required to produce the original documents for verification if required for the
screening/verification committee.
e) Tenderer who carried out similar nature and magnitude of work i.e., repairs work
for building i.e. providing comprehensive services (including civil, electrical,
mechanical, plumbing, HVAC, security, landscaping, external services, Storm water
drain, interior designing and etc.).
f) Awarding work order will be strictly as per "prequalification criteria/NIT" as
uploaded along with the tender documents. Payment Schedule & Milestone schedule
as per the prequalification criteria uploaded in the tender.
g) Bidders should have preferably their office / technical support team preferably in
the vicinity of Navi Mumbai/Mumbai area (MMRDA)/ Thane. The company must be
registered with ROC. They should also have at least 5 years post registration
experience of providing architectural services for executed projects.
h) Competent Authority reserves right to accept or reject the offer in whole or in part
and award the work in whole or in part, as per norms/policies accepted by the
center.

Page | 13
2 Scope of Work:
a) Requirements sheet as per data provided/interaction with Office of the
Commissioner of Police for approval by The Commissioner of Police, Mumbai.
b) Contractor has to visit & survey the site/ allocated building.
c) Submit Preliminary schemes stages of repairs (Bar Chart)
d) Detail scope of work will be strictly as per "prequalification criteria/NIT" as
uploaded along with the tender documents.
f) Review Construction Phase process
g) Submitting all necessary as built drawings after completion
h) Submitting occupation certificate from user bodies
i) Submitting completion certificate
3 PRICE BID
a) The tenderer should quote the price exclusive of all taxes and levies of the each
items on the Schedule of Quantity enclosed with the tender documents and
signature & stamp thereon each page, in separate sealed cover, super scribing name
of work indicating ‘PRICE BID’.(Price bid submitted other than above form will be
rejected). Partial/Incomplete offers are liable for rejection as the entire work is
considered as one work and L1 will be decided by adding rates / amounts quoted
for entire items of Schedule of Quantity as composite work. If the tenderer does not
qualify himself in the technical bid, the price bid offered will not be entertained. In
case of unsuccessful bidders in the technical bid, price bid will not be opened and
would be returned (if required). Price Bid is only in the form of ONLINE version.
b) Those who has not been shortlisted technical bid as per “prequalification criteria/NIT’
as uploaded along with the tender document will not be considered for opening of
financial bid.
c) In the schedule of quantities, if rates are not quoted for items or if a firm quotes
‘NIL/N.A/Not Applicable/------/ Leaving blank space etc.” charges, the bid shall be
treated as unresponsive and will not be considered.
d) Validity of rates : 180 Days from the opening of the tender
e) Defect Liability Period : 7 Years after completion / handing over of project
f) Stipulated time for completion of work : 60 days from the issue of work order
4 LIQUIDITED DAMAGE
a) Successful tenderer will have to commence/execute the work as per the order placed
by email/soft copy/LOI/Work order with in the stipulated time period mentioned in
the order. In failure to do so, the performance security submitted by the firm will
be forfeited. In the event of the contractor fail to comply with conditions of this
contract, he shall be liable to pay as per" prequalification criteria/NIT" as uploaded
along with the tender documents.

Page | 14
5 ARBITRATION
a) In the event of any dispute arising between Commissioner of Police, Mumbai and the
contractor in any matter covered by this contract or arising directly or indirectly there
from or connected or concerned with the said contract in any manner of the
implementation of any terms and conditions of the said contract, the matter shall be
referred to the Commissioner of Police, Mumbai may himself act as sole arbitrator or
may name as sole arbitrator an officer of Commissioner of Police, Mumbai no
withstanding the fact that such officer has been directly or indirectly associated with
this contract and the provisions of the Indian Arbitration Conciliation Act, 1996 shall
apply to such arbitration. The contractor e x pre ss ly agrees that the arbitration
proceedings shall be held at MUMBAI/ NAVIMUMBAI.
6 Commissioner of Police, Mumbai /THE TENDER COMMITTEE / TENDERING AUTHORITY /
UNDERSIGNED RESERVE THE RIGHT:
a) To reject any/or all the Tenders at any stage without as signing any reason there of and
not accept the lowest Tenders.
b) To invite fresh offers from the open market or negotiate with other tenderers quoting
higher rate to come down to the lowest rate of the item offered by the competitors in
the tenders.
c) To procure any item of the tender directly from State/Central govt. Undertaking at
government rate even if a tender of other parties for the same item has been offered/
accepted / approved.
d) To reject abnormally low price of an item quoted by the tenderer in the Tender with
some mollified intention.
e) Officer authorized on behalf of the Commissioner of Police, Mumbai. Does not bind
himself/herself to accept the lowest or any other offer & reserve the right to cancel,
reduce or split the contract on more than one source without assigning any reason for
such action.
f) The commissioner of Police, Mumbai. Reserves right to accept the tender in full or part
without as signing any reason.
7 RISK PURCHASE
a) In the event of failure to execute the contract to the satisfaction of the engineer in-
charge he has the reserves the right:
b) To reject any part of the contract executed and withhold payment for such portion of
the contract till such time the defects are rectified to the satisfaction of the Engineer in –
charge
c) To terminate the contract by giving 2 weeks' notice in writing without assigning any
reason and to get the contract executed by other agency at the risk and cost of the
Contractor.
8 GENERAL LIEN
a) Whenever under this contract any sum of money is recoverable from and payable
by the contractor, Commissioner of Police, Mumbai shall been titled to recover
such sum by appropriating in part or in whole the security deposit of the
contractor, if a security is taken from the contractor. In the event of the security
being insufficient or if no security has been taken from the contractor, the balance
or the sum recoverable, as may be shall be deducted from any sum due to the

Page | 15
contractor or which at any time thereafter m a y be come due to the contract or
under this or any other contract with the Commissioner of Police, Mumbai. Should
this sum be not sufficient to cover the full amount recoverable, the contract or shall
pay to the Commissioner of Police, Mumbai on demand the remaining due balance.
9 RECTIFICATION OF WORK/REPLACEMENT OF DEFECTIVE SUPPLY
a) In any supply item or any part of work is found defective or fails to meet the
requirements of the contract before it is accepted, the Commissioner of Police,
Mumbai s ha ll give the contractor a notice setting forth details of such defects or
failures and the contractor shall forth with arrange to set right the defective work
or replace the defective supply by the good one to make it comply with the
requirement soft he contract. This in any cases hall be completed within a period
not exceeding one month from the date of the initial report pointing out the defects.
There placement or rectification shall be made at site by the contractor at free of
cost. Should the contractor fail to do the needful within this stipulated time frame,
Commissioner of Police, Mumbai reserves the right to reject the work/equipment
in full or in part and get it replaced at the cost of the contractor. The cost of any
such replacement made by the Commissioner of Police, Mumbai shall be deducted
from the amount payable to the contractor against this workorder.
10 TERMINATION FOR DEFAULT
a) The Commissioner of police, Mumbai, may without prejudice to any other remedy for
breach of contract, by written notice of default, sent to the contractor, for termination
of this contract in whole or in part;
b) If the bidder fails to deliver any or all the work within the time period(s) specified in the
contract, or any extension thereof granted by the Commissioner of Police Mumbai.
c) If the bidder fails to perform any other obligation(s) under the contract.
d) If the bidder in either of the above circumstances, does not remedy his failure with in a
period of 15 days (or such longer period as Mumbai Police may authorize in writing)
after receipt of the default notice from Mumbai Police on a notice period of 30 days.
e) In the event of Mumbai Police terminate the contract in whole or in part pursuant to
above para the Mumbai Police may execute the work upon such term and in such
manner as it deems appropriate work similar to those undelivered and bidder shall be
liable to PCGH for any excess cost for such similar work. However, the bidder shall continue
the performance of the contract to the extent not terminated.
11 ADDITIONAL OR EXTRA WORK
a) The Commissioner of Police, Mumbai reserves the right to place extra items other than
schedule quantity for completion of given work order. In such cases the Engineer In-
charge calculate the expenditure for supply and execution of such work by taking
quotation from local agency and adding applicable levies, labor charges, incidental
expenditure, profit etc. as per the normal procedure to arrive suitable rate. He may
also obtain the expenditure of the extra item either from 2 021 DSR/Analysis of rates
manual/If rates not available in DSR then the work order executed for government
organization for similar work in the recent past. If the quantity of work is exceedingly
more than 10%, Engineer-in-Charge should be informed the same and execution should
be done only after prior approval

Page | 16
b) The Commissioner of Police, Mumbai also has the reserve to modify the quantity of
items in work order to add/reduce/cancel as per the site requirements. Such
additional quantity will be settled at the same rate and terms & conditions of the order
on completion of work after taking final joint measurement.
c) Bidder to inform in advance before e x e c u t i n g additional/substitute quantity .
Prior approval for the same should be obtained from Commissioner of police, Mumbai
before execution
12 PAYMENT TERMS
Payment terms of department are given below.
a) In consideration of the Services performed by the Contractor under this Contract, the
Client shall make to the Contractor such payments and in such manner as is provided by
Clause Table 4 Bin Prequalification requirement/NIT.
b) Payment term other than above mention will not be accepted.
13 FAIR WAGES
The bidder shall pay the monthly wages to the labors employed by him as per the
minimum wages enforced by Labor Enforcement Authority of India on time to time in
front of a Mumbai Police official, together with ESIC, Provident Fund, and Bonus etc. As
applicable. The contractor will forward his bills for the work executed by him by
attaching copies of salary slip signed by the worker for the current/previous month for
early settlement of his bills.
14 Other Special conditions (These conditions over rule other condition specified any
where
a) The work to be carried out as per the instruction of Engineer-in charge.
b) Material delivery challans to be submitted along with running and final bills
c) Deployed workers must have company I cards and should follow all safety as per the
labor laws.
d) No mobilization or secured advance will be paid to contractor
e) The consultant should depute Supervisor/Engineer at site during execution of works
for checking of construction activity as per GFC drawing as per the instructions given by
Eengineer-in charge.

I have read the above instructions carefully and understood in right perspective and agreed.

Date Seal and Signature

Page | 17
Compliance form – 1

Tender
No.
Name of Repair of external plaster, Repair of damaged parts of external columns, beams, external wall painting
work and waterproofing, provision of chambers in ground level for drainage and rain water, repair and
provision of rainwater pipes, creation of slope in existing terrace, waterproofing of terrace, change of
sanitary pipes of WC and bath traps, provision of pipes to dispose condensed water released from AC
indoor unit into chambers, testing of materials and royalty charges. Repair, waterproofing and
creation of slopes and slabs and chajjas, removal of vegetative growths and filling and finishing of the
cracks caused by the growth.

Name of the Vendor


Item No. Description We have read We have
all item quoted
specification against
(Yes/No) each item
(Yes/No)
1.0 Repair of external plaster, Repair of damaged parts of
external columns, beams, External wall painting and
waterproofing, provision of chambers in ground level for
drainage and rain water, repair and provision of rainwater
pipes, creation of slope in existing terrace, waterproofing of
terrace, change of sanitary pipes of WC and bath traps,
provision of pipes to dispose condensed water released from
AC indoor unit into chambers, testing of materials and
royalty charges. Repair, waterproofing and creation of slopes
and slabs and chajjas, removal of vegetative growths and
filling and finishing of the cracks caused by the growth.

Page | 18
Compliance Form – 2

Tender No.
Name of Repair of external plaster, Repair of damaged parts of external columns, beams,
work external wall painting and waterproofing, provision of chambers in ground level for
drainage and rain water, repair and provision of rainwater pipes, creation of slope in
existing terrace, waterproofing of terrace, change of sanitary pipes of WC and bath
traps, provision of pipes to dispose condensed water released from AC indoor unit
into chambers, testing of materials and royalty charges. Repair, waterproofing and
creation of slopes and slabs and chajjas, removal of vegetative growths and filling and
finishing of the cracks caused by the growth.

Name of the Vendor


Sr. No. Description Compliance
from agency
Yes/No
1 We have understood technical requirements and understood the same in
right perspective.
2 We have quoted for all the items in Financial Bid in the prescribed format of
the tender documents
3 We have read the financial bid thoroughly before filling it and understood
the same in right perspective
4 We understood that partial/incomplete/vague offers are liable for
rejection.
5 We have understood the eligibility criteria as well as criteria for identifying
lowest bidder
6 There are deviations from our(bidder) side
7 Deviations have been mentioned on separate page and attached with
technical bid in detail. Deviation is supported with necessary documents,
catalogues etc.
8 We have noted that accepting or rejecting the deviation and consequently
rights to qualify and disqualify the agency remains with competent
authority of Mumbai Police.
9 We have understood and accepted that accepting the tender & issuing order
in full or in part will be decided by the Mumbai Police-------------------
competent authority as per policy of the center.

Date Signature

Page | 19
Compliance Form – 3

Tender
No.
Name of Repair of external plaster, Repair of damaged parts of external columns, beams, external wall painting
work and waterproofing, provision of chambers in ground level for drainage and rain water, repair and
provision of rainwater pipes, creation of slope in existing terrace, waterproofing of terrace, change of
sanitary pipes of WC and bath traps, provision of pipes to dispose condensed water released from AC
indoor unit into chambers, testing of materials and royalty charges. Repair, waterproofing and
creation of slopes and slabs and chajjas, removal of vegetative growths and filling and finishing of the
cracks caused by the growth.

Name of the Vendor


Sr. No. Description Compliance from
agency Yes/No
1 Was the applicant ever required to suspend assignment for a
period of more than six months continuously after you
commenced the assignment? If so, give the name of the project
and reasons of suspension of work
2 Has the applicant or any constituent partner in case of
partnership firm, ever abandoned the awarded work before its
completion? If so, give name of the project and reasons for
abandonment.
3 Has the applicant, or any constituent partner in case of
partnership firm, ever b e e n debarred/black l i s t e d f o r
t e n d e r i ng in a ny organization at any time? If so, give details
4 Has the applicant or any consultant partner in case of
partnership firm, ever been convicted by a court flaw? If so, give
details
5 Has the applicant Association/tie-ups with Foreign Partner
6 Has your firm during last five years?
a) Default on a contract?
b) Been declared bankrupt?
c)Assigned a contract for the benefit of creditors?
d)Been a party to litigation involving the non-payment on account
of wages, materials, equipment or
e) Black listed.
Note If so, give details for how many years black listed with
documentary evidence to be submitted
If Compliance found Yes, then bidder shall be disqualified in
further tendering process.

Date Signature

Page | 20
Form 3A-1 Repair
Tender No.

Name of Work: Repair of external plaster, Repair of damaged parts of external columns, beams,
external wall painting and waterproofing, provision of chambers in ground level for drainage and
rain water, repair and provision of rainwater pipes, creation of slope in existing terrace,
waterproofing of terrace, change of sanitary pipes of WC and bath traps, provision of pipes to
dispose condensed water released from AC indoor unit into chambers, testing of materials and
royalty charges. Repair, water proofing and creation of slopes and slabs and chajjas, removal of
vegetative growths and filling and finishing of the cracks caused by the growth.

LETTER OF TRANSMITTAL

Name of bidder

To,
The Commissioner of Police, Mumbai
Dr. DN Road, Opp. Crawford Market,
Mumbai - 400 001

Sub - Submission of tender documents for the Structural Repairs of Existing G+2 floor RCC Building
along with External & Internal Plaster, Plumbing, Gypsum punning, Ceiling, Internal & External
Painting, Electrical Cladding & Waterproofing complete at Dahivalkar Buva Marg, Front of Police
Head Quarter, Naigaon Dadar (East), Mumbai

Sir,
Having examined the details given in the Tender documents for the above work, I/W e
hereby submit the tender document and other relevant information.
I I/We hereby certify that all the statements made and information supplied in the enclosed all
forms (as upload on the portal) and accompanying statement are true and correct.

ii. I/We have furnished all information and details necessary for technical evaluation and have no
further pertinent information to supply

iii. I./We submit the requisite certified Turnover/Net worth certificate and authorize the
Director, to approach the CA issuing the Turnover/Net worth certificate to confirm the
correctness there of individual, employers, firms and corporation to verify our competence
and general reputation.

iv. I/We submit the following certificates in support of our suitability, technical
knowhow capability for having successfully completed the following works:

S.N. Name of work Certified by / from

Date Seal of Applicant Signature(s) of Applicant(s)

Page | 21
Form 3A-2 Repair
Tender No.

Name of Work: Repair of external plaster, Repair of damaged parts of external columns, beams, external
wall painting and waterproofing, provision of chambers in ground level for drainage and rain water, repair
and provision of rainwater pipes, creation of slope in existing terrace, waterproofing of terrace, change of
sanitary pipes of WC and bath traps, provision of pipes to dispose condensed water released from AC
indoor unit into chambers, testing of materials and royalty charges. Repair, waterproofing and creation of
slopes and slabs and chajjas, removal of vegetative growths and filling and finishing of the cracks caused by
the growth.

TECHNICAL PROPOSAL SUBMISSION FORM

FROM: (Name of Firm) TO: (Name of Address of Client)


Sir,

Subject: Service for

We, the undersigned, offer to provide the ----------------- for the above in accordance with your NIT
(Reference & date) and our Proposal. We are hereby submitting our Proposal which includes this
Technical Proposal and a Financial Proposal on e-tender portal.

We understand you are not bound to accept any proposal you received. We remain.

Yours faithfully

Signature

(Authorized Representative) Full Name

Designation

Address

Page | 22
Form 3B Repair
Tender No.

Name of Work: Structural Repairs of Existing G+2 floor RCC Building along with External & Internal
Plaster, Plumbing, Gypsum punning, Ceiling, Internal & External Painting, Electrical
Cladding & Waterproofing complete at Dahivalkar Buva Marg, Front of Police Head Quarter,
Naigaon Dadar (East), Mumbai

Name of the Bidder

ORGANISATIONAL STRUCTURE

1 Name & Address of the applicant: Points


Attributed
2 Telephone No./Telex No./Fax No/Email/Website
2.1 Name & Address of Contractor with his/her valid
registration no.
3 Legal status of the applicant (attach copies of original
i. An individual 2
ii. A proprietary firm with 5 Staff 3
iii. A firm in partnership with 10 Staff 4
iv. A limited company or Corporation with 15 Staff 5

Page | 23
Form 3C Repair

Format of Curriculum Vitae (CV) for proposed staff

1 Proposed Position
2 Name of firm
3 Name of staff
4 Profession
5 Date of Birth
6 Years with Firm
7 Nationality
8 Membership of professional group/club
9 Detailed tasks assigned
10 Key Qualifications
(Give an outline of staff member's experience and training most pertinent to tasks
on assignment. Describe degree of responsibility held by staff member on
relevant previous assignments and give dates and locations. Use up to half a page)
11 Education:
(Summarize college/university and other specialized education of staff member,
giving names of the institutes, dates attended and degrees obtained. Use up to a
quarter pages).
12 Employment Record:
(Starting with present position, list in reversed order, and every employment
held. List all positions held by staff member since graduation, giving dates, names
of employing organization, title of positions held and location of assignments.
13 Present assignment
Expected date of completion of present assignment, if applicable.
Languages:
(Indicate proficiency in speaking, reading and writing of each language by “excellent”
“good”, “fair” or “poor”)
14 Certification:
I, undersigned, certify that to the best of my knowledge and belief, these data correctly
describe me, my qualifications and my experience. -
Date (Day/Month/Year)

(Signature of the staff member & Authorized representative of the firm)

Page | 24
Form 3D Repair

DETAILS OF ALL WORKS OF SMIMILAR NATURE O ASSIGNMENT COMPLETED DURING THE LAST SEVEN YEARS
ENDING LAT DATE

SIMILAR NATURE OF ASSIGNEMENT COMPLETED


Sr. No. Description 1 2 3
1 Name of work / project and location
2 Name & Address of Employer / Organization
3 Name of the Consultant
4 Work Order value Rs. Cr.
5 Built up area Sqm.
6 Date of commencement as per contact
7 Stipulated date of completion
8 Actual date of completion
9 Name and address / telephone number of
officer to whom reference may be made
10 Remarks / Scope of Repair work contract

Note: Bidder shall provide of only those works which fulfils qualifying criteria under attribute B1
Indicate gross amount claimed and amount awarded by the Arbitrator Agency can provide list of
work done other than above in last 7 years on separate pages as an Additional information.

Page | 25
FORM “3E” REPAIR
PERFORMANCE REPORT OF WORKS REFERRED TO IN FORM “3E” Contractor

Sr. No Detail Information


1 Name of work/Project & Location.
2 Name of the Consultant
3 Agreement No
4 Work order value Rs. Cr
5 Built Up Area Sq m
6 Date of start
7 Date of Completion
(i)Stipulated date of completion
(ii)Actual date of completion
8 Amount of compensation levied for
delayed completion, if any.
9 Overall performance of the Consultant Very Good /Good /Fair/ Average

(a)Quality of work Very Good /Good /Fair/ Average

(b)Technical Proficiency Very Good /Good /Fair/ Average

(c)Resource fullness Very Good /Good /Fair/ Average

(d)General behavior Very Good /Good /Fair/ Average

Note: Performance Certificate issued by the Organization for whom the Repair work works was done is
required in the above format. However, in the performance certificate grading is not given then if
shall be considered an GOOD provided there are no adverse remarks.
***Scanned images of documentary evidence to be uploaded one-portal

Page | 26
Form 3F – Repair
I FINANCIAL INFORMATION

Financial Analysis, details to be furnished duly supported by figures in balance


sheet/profit and loss account for the last five
Sr. No. Particulars Financial Year
2017-18 2018-19 2019-20 2020-21 2021-22
1 Gross Annual turnover on Repair work (In Lakhs)
2 Net Worth
3 Certified by (Name of CA)

II Financial arrangements for carrying out the proposed work


III Copy of the PAN card
IV GST No
V The following certificates are enclosed

A Current Income Tax Clearance Certificate / Profit & Loss account


B Net worth Certificate @15% of contract value to be declared from Chartered Accountant of
Applicant, duly signed & stamped.
Note: The scanned image of certificate issue by chartered accountant for gross annual turnover &
profit /loss and documentary evidence with respect to PAN card GST etc. shall be uploaded
on e-portal.

Page | 27
Form 3G – Repair
PARTICYLARS OF LITIGATIONS HISTORY

Name of the Contractor

Consultant, including associate should provide information on any history of litigation or resulting from
Contracts executed in the last seven years or currently under execution as required in this tender
document.

Year Name of Client Cause of Matter under Award for or Against Disputed Amount
litigation dispute the Applicant

Page | 28
FORM 3H Repair

Tender No.
Name of Repair of external plaster, Repair of damaged parts of external columns, beams, external
work wall painting and waterproofing, provision of chambers in ground level for drainage and
rain water, repair and provision of rainwater pipes, creation of slope in existing terrace,
waterproofing of terrace, change of sanitary pipes of WC and bath traps, provision of
pipes to dispose condensed water released from AC indoor unit into chambers, testing of
materials and royalty charges. Repair, waterproofing and creation of slopes and slabs
and chajjas, removal of vegetative growths and filling and finishing of the cracks caused
by the growth.
FORM ‘3I’ Arch
DETAILS OF TECHNICAL & ADMINISTRATIVE PERSONNEL TO BE DEPLOYED FOR THE WORK

Name of the
Bidder
Sr. No Designation Total Number Name Qualifications Professional How these Remarks
Number available experience would be
for this and details of involved
work work carried this work
out
1 2 3 4 5 6 7 8 9

Signature of Bidder

Page | 29
FORM 3J Repair
Tender No.

Name of Repair of external plaster, Repair of damaged parts of external columns, beams, external wall
work
painting and waterproofing, provision of chambers in ground level for drainage and rain
water, repair and provision of rainwater pipes, creation of slope in existing terrace,
waterproofing of terrace, change of sanitary pipes of WC and bath traps, provision of pipes to
dispose condensed water released from AC indoor unit into chambers, testing of materials
and royalty charges. Repair, waterproofing and creation of slopes and slabs and chajjas,
removal of vegetative growths and filling and finishing of the cracks caused by the growth.
FORM ‘3J’ Repair
PROJECTS UNDER EXECUTION OR AWARDED
Sr. No. Description 1 2 3
1 Name of work /project and location
2 Name & Address of Employer/
organization
3 Work order value in Rs.
4 Date of commencement as per
contract
5 Stipulated date of completion
6 Up to date percentage progress of
work
7 Name and address/ telephone
number of officer to whom reference
may be made.
8 Remarks / Scope of Repair work
contract

Page | 30
FORM 3K
Tender No.
Name of work Repair of external plaster, Repair of damaged parts of external columns, beams,
external wall painting and waterproofing, provision of chambers in ground level for
drainage and rain water, repair and provision of rainwater pipes, creation of slope in
existing terrace, waterproofing of terrace, change of sanitary pipes of WC and bath
traps, provision of pipes to dispose condensed water released from AC indoor unit
into chambers, testing of materials and royalty charges. Repair, waterproofing and
creation of slopes and slabs and chajjas, removal of vegetative growths and filling
and finishing of the cracks caused by the growth.
CERTIFICATE OF ETHICAL PRACTICE

1. I/We assure the Centre that neither I/We nor any of my/our staff shall do nay act/s. which are
Improper / illegal during the currency of the contact awarded to us.

2. Neither I/We nor anybody on my/our behalf shall indulge in any corrupt activities / practices in my
/ Our dealing with the Centre. I/We shall have no conflict of Interest in any of our jobs / contracts at
the Centre.

3 I/We have no conflict of interest in any of our jobs/contracts at the Centre

Signature

Note: Scanned image of above certificate shall be uploaded on the e-portal.

Page | 31
FORM 3L

Tender No.
Name of Repair of external plaster, Repair of damaged parts of external columns, beams, external wall
work painting and waterproofing, provision of chambers in ground level for drainage and rain
water, repair and provision of rainwater pipes, creation of slope in existing terrace,
waterproofing of terrace, change of sanitary pipes of WC and bath traps, provision of pipes to
dispose condensed water released from AC indoor unit into chambers, testing of materials
and royalty charges. Repair, waterproofing and creation of slopes and slabs and chajjas,
removal of vegetative growths and filling and finishing of the cracks caused by the growth.
CERTIFICATE

I --------------------------------------------------------------- working as --------------------------in this organization and


authorized to issue this certificate and certify that:
1. We have gone through the contents of advertisement and related documents for this and fulfill all
the eligibility criteria.
2. All relevant documents are uploaded on e-tender portal.
3. The details and contents are authenticated and based on actual work carried out by our agency,
as per record.
4. We have understood that in case it is found that our agency is not fulfilling any of the laid down
Criteria, or relevant details/supporting documents are not found to be uploaded; we shall not be
given any opportunity for any clarifications and shall be evaluated based on available documents.

Signature of Authorized Signatory

Name Date
Designation

(Please Affix Rubber Stamp)

Note: Scanned image of the above certificate shall be uploaded by the bidders in the E-tender portal.

Page | 32
FORM 4A
Tender No.
Name of work Repair of external plaster, Repair of damaged parts of external columns, beams, external
wall painting and waterproofing, provision of chambers in ground level for drainage and
rain water, repair and provision of rainwater pipes, creation of slope in existing terrace,
waterproofing of terrace, change of sanitary pipes of WC and bath traps, provision of
pipes to dispose condensed water released from AC indoor unit into chambers, testing of
materials and royalty charges. Repair, waterproofing and creation of slopes and slabs
and chajjas, removal of vegetative growths and filling and finishing of the cracks caused
by the growth.
CERTIFICATE

From Name of Firm To (Name & Address of Client)

We, the undersigned, offer to provide the Repair work services for the above subject work in accordance
with your letter inviting Offer Ref. No.----------------------------------------dt----------------------------- and our
Proposal (Technical & Financial)

We undertake that, in completing for if the award is made to us in executing the above contract, we shall
strictly observe the Laws “prevention of Corruption Act 1988” against Fraud & Corruption.

We understand you are not bound to accept any proposal you receive. We remain,

Signature

Name
Designation

(Note: This from shall be submitted in the form of soft copy on the e-portal)

Page | 33
FORM B - 1
Tender No.
Name of work Repair of external plaster, Repair of damaged parts of external columns, beams,
external wall painting and waterproofing, provision of chambers in ground level
for drainage and rain water, repair and provision of rainwater pipes, creation of
slope in existing terrace, waterproofing of terrace, change of sanitary pipes of WC
and bath traps, provision of pipes to dispose condensed water released from AC
indoor unit into chambers, testing of materials and royalty charges. Repair,
waterproofing and creation of slopes and slabs and chajjas, removal of vegetative
growths and filling and finishing of the cracks caused by the growth.
CERTIFICATE
Name of the Vendor

Form “B—1”

FORM FOR CERTIFICATE OF NET WORTH FROM CHARTERED ACCOUNTANT.

“It is to certify the as per the audited balance sheet and profit & loss account during the financial year-----
---------the Net Worth of M/s.--------------------------------------------------------(Name of registered Address of
individual / firm / company) as on -------------------------------------(the relevant date) is Rs.----------------------
- after considering all liabilities. It is further certified that the Net Worth of the company has not eroded
by more than 30% in the last three years ending on --------------------------------- (the relevant date)”.

Signature of Chartered Accountant.

Name of Chartered Accountant

Membership No. of ICAI

Date and Seal

Page | 34
Annexure I
(To be printed & executed on Letter head of the bidder)
Non-Black listing Self Certificate

This is to certify that M/s.------------------------------------------------------- has not been

blacklisted by any Central/State Government Department/ organization in last 5 years. We

understand that we are libel for disqualification in case firm is blacklisted / debarred or

suppressing pertaining to the same.

Page | 35
Envelope No. 2 (Commercial Bid)
The Technical Bid Envelope should contain the following:

Name of Work: Repair of external plaster, Repair of damaged parts of external columns, beams,
external wall painting and waterproofing, provision of chambers in ground level for drainage and
rain water, repair and provision of rainwater pipes, creation of slope in existing terrace,
waterproofing of terrace, change of sanitary pipes of WC and bath traps, provision of pipes to
dispose condensed water released from AC indoor unit into chambers, testing of materials and
royalty charges. Repair, waterproofing and creation of slopes and slabs and chajjas, removal of
vegetative growths and filling and finishing of the cracks caused by the growth.
FINANCIAL BID
Name of
Agency

Sr. No. Description Quote in percentage (%) (Plus or Minus)


Quote in words Quote in figures
1.0 Repair of external plaster, Repair of
damaged parts of external columns, beams,
external wall painting and waterproofing,
provision of chambers in ground level for drainage
and rain water, repair and provision of rainwater
pipes, creation of slope in existing terrace,
waterproofing of terrace, change of sanitary pipes
of WC and bath traps, provision of pipes to dispose
condensed water released from AC indoor unit
into chambers, testing of materials and royalty
charges. Repair, waterproofing and creation of
slopes and slabs and chajjas, removal of vegetative
growths and filling and finishing of the cracks
caused by the growth.
Time Limit shall be 60 days from the issue
of work order after completion of construction
activities of Repair building whichever is later, if
required time extension without any cost
escalation. (Only -------- months for completion of -
----------------------------------------------------------------
excluding GST.
Note: Financial bid only mentioned online xls BOQ format in the financial envelop it will be considered for financial
evolution.

1. Only L1 (Lowest Bid) agency will be considered for issuing the work order.
2. Guideline for quoting the rates
3. For AT par on SOR = Put zero percentage (e.g., 0%)
4. For Minus on SOR = Put minus sign before the figure (e.g., -5%)
5. For Plus on SOR = Put Plus sign before the figure (e.g., + 5%)
Page | 36
6. In case of no sign is put (+/-) it will be treated as plus (+)
7. The agency is requested to visit the site for ascertaining type and extent of works
8. Rate shall be quoted inclusive of all taxes excluding GST which will be paid extra as applicable.
9. Material required at site should be assessed by the agency and bill will not be settled for excess
/ supplied items.
10. Bill will be settled as per Stage wise payment shall be made to the consultant based on mile
stone Set out of the Tender document.
11. Professional tax will be deducted from RA Bills as per ministry of Finance Notification.
12. Deviations/suggestions may be put on separate page in order to attain higher qualify
performance Competent authority reserves full right to accept or reject any kind of changes.
13. Payment will be released for consumed quantity on satisfactory completion on providing
necessary certifications / documentation.
14. Agency has to get a sample approved from Engineer-in-charge before any supply of item.

Date and Place (Name, Signature and Rubber seal of bidder)

Page | 37

You might also like