STEM WATER DIST. & INFRA. CO. PVT. LTD., THANE















 

TENDER NOTICE NO. ______ 2022-2023 


FOR








 











 

Managing Director

STEM Water Distribution and Infrastructure Co. Pvt. Ltd.

Vardan Commercial Complex, 9th Floor, MIDC, Road No.16, Wagale Estate,

Thane (w) - 400 604.

                            STEM WATER DIST. & INFRA.CO.PVT. LTD., THANE

 

Name of Work:-

 

                            TENDER NOTICE NO.       FOR 2022 - 2023

   Sr. No.

                                         Description

Page No.

      1

Detailed Tender Notice

 

      2

Form B-1

 

      3

Condition of Contract

 

     4

General Condition of Contract

 

      5

Material Schedule – A

 

     6

Detailed Item-wise Specification

 

      7

Schedule – B

 

     8

Letter of Application

 

      9

Affidavit

 

    10

Undertaking

 

    11

Affidavit (on Rs.100/- Stamp Paper)

 

    12

Form Of Bid

 

    13

Performance of Bank Guarantee

 

    14

Letter of Acceptance

 

    15

Agreement Form

 

    16

Notice to Proceed Work

 

    17

Annexure (If Any)

 

    18

Layout / General Arrangement Drawings

 

 

 

 

 

 

 

 

 


STEM WATER DIST. & INFRA.CO.PVT. LTD., THANE

DETAILED TENDER NOTICE NO. FOR 2023-2024

Managing Director on behalf of the STEM Water Distribution & Infrastructure Co. Pvt. Ltd., Thane invites tenders through E-Tendering Two envelop System for the following work on percentage rate B-1 tender basis from experienced contractors having valid registration of a. The firm must have valid registration of Class ‘A’ and above in appropriate equivalent class in (Elect./Mech.) with MJP /PWD or any other Government Organization.

 

Sr. No.

Name of Work

Estimated cost

(In Rs.)

Earnest Money Deposit

(In Rs.)

Cost of Tender

(In Rs.)

Period of Completion

1

/-

/-

/-

Months

(Excluding GST)

(From Bidders own Bank Account)

(Including 18% GST)

Calendar months including monsoon

 

  1. Security Deposit: -

    1. Total 4% (Four) security deposit will be recovered.

    1. Initial Security Deposit will be % of estimated cost or contract value whichever is higher in the form of D.D/ Fixed Deposit Receipt/ Bank Guarantee from Nationalized /Scheduled Bank (Bank Guarantee valid up to the expiry of defect liability period) in favor of Managing Director, STEM water Distribution & Infrastructure Co. Pvt. Ltd., Thane.
    1. Deductions through R.A. Bills.: Balance % security deposit of Estimated cost or contract value whichever is higher will be recovered at the rate of 5% of the bill amount through each R.A. Bill to the extent that total required security deposit is to be recovered.
      1. Additional Performance Security Deposit: If the offer of the bidder is below of the estimated cost put to tender, the additional performance security deposit shall be furnished by the agency as below.
        1. If offer upto 10% below: 1% of estimated cost put to tender.
        2. If offer more than 10 % Below: 1% plus % below more than 10%
          (Example If offer is below 14%: 1% + (14% - 10%) = 5%)
        3. If offer more than 15% below: 6% Plus Double of the % more than 15%
          below (Example If offer is below 19% then (19%- 15%) x 2= 8%+6%= 14%)
          Additional Performance Security Deposit (APSD) shall be in the form of F.D.R. /D.D./BG of nationalized/ scheduled Bank only in the name of Managing Director, STEM. APSD should be submitted within 8 days to Managing Director from the date of intimation of letter from the STEM. No extension to 8 days period is admissible in any circumstances. APSD of successful bidder will be refunded after completion of work satisfactorily, with final bill. If L1 fails to submit APSD within stipulated period, L-2, will be asked to negotiate the offer below to L-1 and submit the APSD within 8 days offer receipt of the letter from STEM.
  1. Stamp Duty –

 

(a)

Where the amount or value set forth in such contract does not exceed rupees ten lakh.

Five Hundred rupees stamp duty

 

(b)

 

Where it exceeds rupees ten lakhs

Five hundred rupees plus one hundred rupees for every Rs.1,00,000/- or part thereof, above rupees ten lakh subject to the maximum of rupees twenty- five lakh stamp duty

The contractor whose offer is accepted will be called for execution of the agreement and shall only be liable to pay the stamp duty applicable there on.

  1. Tender Programme

No. Stage

Stage Dates

Date of Time Period

1

Publishing Date

Date: On / /01-01-1970

2

Document sale start

Date: On / 01-01-1970

3

Document sale end

Date: On / 01-01-1970

4

Bid Submission start

Date: On / 01-01-1970

5

Bid Submission end

Date: On / 01-01-1970

6

Technical Bid Opening

Date: On / 01-01-1970

7

Pre Bid

Date: On / 01-01-1970

  1. The Complete bidding process will be online (e-tendering) in two bid system. All the notifications and detailed terms and conditions regarding this tender notice here after will be published on line on website http://mahatenders.gov.in
  1. Bidding documents can be loaded on the website http://mahatenders.gov.in, from Date 01/01/1970 Date 01/01/1970
  1. The Payment for Tender Form Fees and Earnest Money Deposit (EMD) must be made  online.
  1. Technical bids will be Opened on 01/01/1970 & Price Bids will be Opened on 01/01/1970 , onward at office of Managing Director STEM Water Distribution and Infrastructure Co. Pvt. Ltd. Vardan Commercial Complex, 9th Floor, MIDC, Road No.16, Wagale Estate, Thane (w) - 400 604 on web site http://mahatenders.gov.in ___
(For any technical related queries please call help desk number- 0120-4001 002/0120-4001 005/0120-6277 787)
  1. e-Tender Should submit original documents (those were uploaded during bid preparation) for verification at the time of Technical Bid opening.

 

  1. Time of Completion: () calendar months including monsoon. This will be counted from the date of work orders
  2. Cost of Blank Tender Form: Rs./- (Including 18% GST) () (Non-refundable).
  3. Validity of the Offer: 90 (Ninety) days the last date of receipt of the tender.
  4. Eligibility Criteria:
The agency shall have experience of successful completion and commissioning of the works listed below with any Govt./Semi Govt. Organization/ Government local body.

  1. Three (3) similar types of works, whose work wise cost, should not be less than 40% of the estimated tender amount .
OR
  1. Two (2) similar types of works as per 5(d) whose work wise cost, should not be less than 50% of the estimated tender amount
OR
  1. One (1) similar type of work, whose work cost, should not be less than 80% of the estimated tender amount
    1. Major items

      Sr. No

      Components in project
      Experience required

      1

      Protective Polyurethane (PU) Coating on MS Pipeline

      The firm must have experience of Protective coating/painting on MS structure/Pipeline at least minimum 21000 Sqm and above in any Govt./Semi Govt. Organization/ Government local body.
    2. Bidders who meet the minimum qualification criteria will be qualified only if their available bid capacity is more than the total bid value. The available bid capacity will be calculated as under (Bid Capacity shall be certified by UDIN Generated certificate of Chartered Accountant (CA)
    Assessed available Bid capacity = (A*N*2) – B
    Where,
    A = Maximum value of work/ turnover in anyone year during the last Seven financial years taking into
    account the completed as well as works in progress.
    N = Number of years prescribed for completion of the works for which bids are invited.
    B = Value of existing commitments and on-going works to be completed during the next 1 (One) Years (period of completion of the works for which bids are invited)
Note: While calculating turnover/ value of work, etc. at current rate, an increase of 10% per annum should be taken into consideration. Following enhancement factors will be used for the costs of works executed and the financial figures to a common base for the current value of works completed. For this purpose, contractor should submit audited financial reports for the following financial years.
  1. Manner of Submission of Tender and its Accompaniments:
Tender shall be submitted/ upload in two separate sealed Envelopes. The Tenderer shall submit the tender and documents in two sealed envelopes as below:
In continuation with Eligibility Criteria following documents are required to be uploaded in Envelop No. 1
Financial Year
Multiplying Factor
For Year 2022-2023
1.10
For Year 2021-2022
1.21
For Year 2020-2021
1.331
For Year 2019-2020
1.464
For Year 2018-2017
1.610
For Year 2017-2018
1.771
For Year 2016-2017
1.948
  1. The bidder shall submit online, required experience certificate. The certificate of experience shall have to be issued by the officer not below the rank of Executive Engineer or equivalent officer/ Chief Officer (in case of Municipal council) The certificate issued by Private Individuals/ Private Organization will not be considered.
  2. Copy of minutes of Pre-Bid minutes dully singed.
  3. The firm shall have valid GST registration No.
  4. The firm shall have valid PAN Number.
  5. Joint Venture not allowed.
  6. Self-Declaration on letter head regarding that the Contractor / Agency is not Black Listed in any Govt. / Semi Govt. Department.
  7. The statement showing the value of existing commitments and on-going works as well as the stipulated period of completion remaining for each of the works listed should be countersigned by the Engineer-in-charge, not below the rank of an Executive Engineer / General Manager or chartered account (Annexure attached)
  8. Contractor should submit machinery list along with documentary evidence regarding ownership/Hired of required machineries mentioned in statement no.2A format below.
  9. Scanned copy of tentative program of work in the form of Bar Chart shall be submitted.
  10. The Bidder should possess valid registration certificate under E.S.I.C, Act 1948 and valid registration certificate under E.P.F & M.P, Act 1952 or the bidder should apply for the same as on the date of bid submission.
  11. Qualifications and experience of key site management and technical personnel proposed for contract.
  12. While submitting the tender, the contractor should submit the tender by mentioning the following things on the manufacturers of the construction chemical company letter,
i)The contractor shall have a valid authorization lettiv align="justify">er from the manufacturer of the construction chemical company as their Authorized Applicator for executing MS structural steel/MS Pipeline protection Repair work.
ii)The Chemical product is as per the tender specifications and conditions.

iii)Before applying the chemical product, approval of the prepared surface must be obtained from the manufacturer, then the coating work should be started.

iv)This construction chemical company products should be in the approved list of PWD or MCGM or CIDCO or MORTH or IRC or any Govt./Semi Govt. Organization/ Government local body.

  1. The contractor shall use the materials of the same company for which the authorization letter has been submitted while submitting the tender.

  2. The contractor should have submitted undertaking that, 6 years Bank guaranty will be given for free maintenance of woks after Defect Liability Period (Undertaking-II attached)

USE OF SPECILISED MACHINERY:

For carrying out structural and RCC work strengthening, replacement & anti corrosive coating work, use of specialized machinery for carrying out work shall be as mentioned below.

  1. Gas cutting set
  2. Welding machines
  3. Diesel generators
  4. Cup lock type scaffolding.
  5. Mechanical scrubbers
  6. Copper slag blasting machine with compressor
  7. Winches
  8. Hydra/Cranes
  9. Trucks
  10. Mechanical spray guns

The details of machinery as above, supplied in Envelope No.1 shall be verified by the Department, if required, by physical verification of machinery owned/ hired by the contractor, by visiting sites. Contractor should produce sufficient documentary evidence regarding ownership machinery in support of having owned/ hired the obligatory machinery. The details of the specialised machinery required to be owned/ hired and as M.O.R.T. &H direction used on the work are given (Statement 2A ) of N.I.T. In case, during physical verification of the details supplied by the bidder if it is found that the machinery is not meeting with the requirements of the Department, his tender in Envelope No.2 will not be considered for opening.

For this purpose, contractor shall give information in proforma of statement No.2A enclosed. The proforma of statement shall not be altered by contractor in any manner/case.

The contractor shall submit scanned copy of an affidavit (as per proforma given through online regarding availability of owned/ hired machinery in Technical Bid. Affidavit not confirming to the contents in prescribed format will not be accepted and EnvelopeNo.2 will not be opened.

  1. The contractor shall submit scanned copy of an affidavit (as proforma given ) regarding completeness, correctness and truthfulness of documents. Affidavit shall be compulsorily notrified. Affidavit not confirming to these conditions will not be accepted and EnvelopeNo.2 will not be opened.
  2. Scanned copy of undertaking of contractor that he had studied all tender documents conditions and especially work methodology.
  3. Scanned copy of Details of work done during last three years with the value of work unfinished. ( In formation to be given in Statement No.1)
  4. Scanned copy of Details of work of similar type and magnitude carried out by the contractor. (Information to be given in proforma of Statement No.2)
  5. Information regarding any litigation, current or during the last Seven years, in which the Bidder is involved, the parties concerned, and disputed amount.
  6. The contractor shall submit Self Declaration regarding above points with bid capacity calculation. (in following format)
SELF DECLARATION

Signature of Contractor
All above documents shall be enclosed/submitted/ uploaded in the Envelope No.1, if any, of the above documents are not found in Envelope No.1, Envelope No. 2 will not be opened. Before rejection/ decision of non- opening envelop No. 2, one chance to fulfil the requirements/ documents with in specified period will be given as per decision of STEM (Tender Evaluation Committee) to bidders.
Envelope No.2:
The second Envelope Clearly marked as Envelope No.2 with name of work shall contain only main tender including unconditional covering letter. The Tenderer should quote his offer on printed ‘B’ forms (as per E-Tender procedure at appropriate place) of the tender as percentage of estimated rates in word and figure at the appropriated place of tender documents to be submitted only in Envelope No.2. He should not quote this offer anywhere directly or indirectly in Envelope No.1. The contractor shall quote for the work as per details given in the main tender. Offer shall be unconditional. All the documents mentioned in shall be submitted/upload online on website http://mahatenders.gov.in Details and process of online submission of the tender and relevant documents are given in the website mentioned above.
The Bidders shall submit all the documents mentioned above in hard copy dully signed within 72 hrs. from last date, time of receipt in sealed envelope to the Accountant / Account Officer /Managing Director of STEM. Submission of hard copy is a requirement based on CVC guidelines & hence cannot be done
away with. However, hard copies shall be opened only if there are problems in opening / downloading of tender offers. If the contractor inadvertently or otherwise does not submit hard copy, then it shall not constitute a bar to open his e- offer. His online tender shall be opened by the tender opening authority and shall be processed. If the contractor’s offer is lowest then it shall be accepted and his downloaded tender shall be treated as hard copy.
  1. Opening of Tender:

The tenders will be opened on the date specified in the Tender Notice i.e., on 11.12.2023 at 12.00 hrs. (if possible) in the presence of the intending bidders or their authorized representative to whom they may choose to remain present. Following procedure will be adopted for opening of the Tender.

Envelope No. 1

First of all, Envelope No.1 of the Tender will be opened to verify its contents as per requirements by STEM’s Tender Evaluation Committee. If the various documents contained in this envelope do not meet the requirements of the STEM, a note will be recorded accordingly. Before rejection one chance to fulfil the requirements/ documents of envelop No.1 within specified period will be given as per decision of STEM and if not fulfilled requirements, the said Tenderer’s Envelope No.2 will not be considered for further action but the same will be rejected.
Envelope No.2
After opening of Envelope No.1 if contents of Envelope No.1 are found to be acceptable to the STEM Water Distribution & Infrastructure Co. Pvt. Ltd., Thane then only this Envelope No.2 shall be opened. The tendered rates in B-1 Form on the basis of percentage above/ below / at par of the estimated rates put to tender shall then be read out. After submission of Tender Bid (After Bid lock) and after opening of Technical Bid Envelope No.1 No request of Not to open Envelope No.2 is admissible. If bidders/contactors are complaining /at taking objections against each other OR complaining/objections on tender opening procedure then decision of M.D. STEM final and binding on bidders.
  1. GST TDS and Income Tax (At rate applicable as per entity), at the prevailing rate will be deducted from each R.A. / Final bill of the contractor till the agency has produced certificate from Income Tax Dept. to the effect that not to deduct Income Tax for this contract at source. 1% of actual value of work will be deducted from each R.A. Bill and Final Bill as a Labour cess under the provision of Building & other construction works welfare cess Act, 1996. No reimbursement on all this account will be admissible.
  2. The Bid shall be exclusive of GST & inclusive of all existing taxes, duties, levies service charges, Cess, Custom duty, State / Central excise duty other applicable taxes as amended from time to time. No extra payment on this account shall be made to the contractor. Rise in any type of taxes, duties, levies, service charges, cess etc. or new taxes, duties, levies, service charges, cess etc. imposed by Government after quoting offer are also not admissible for reimbursement. Bidder Shall quote accordingly.
  3. Intending bidder / firm should have to produce valid PAN No. and GST Registration Number. It is responsibility to contractor to upload GST invoice on portal which is issued to STEM. It is bidder’s responsibility to comply anything / everything related to Section 171 (1) of GST Act, 2017 AND other provisions of GST Act time to time in force.
  4. All bidders are cautioned that tender containing any deviation from the contractual terms and conditions. Specifications or other requirements are liable to be rejected as non-responsive. Payment of excess quantities, claims and extra items, will be made only after approval of Board of Directors OR by appropriate authority of STEM. All materials/ equipment’s to be used for this work shall be fully tested at manufacturer’s works as per International Standards. All testing, inspection charges and other expenses shall be borne by the contractor only. Bidder shall quote accordingly.
  5. i) It is entirely bidder’s responsibility to upload / submit true / valid documents and STEM will not be responsible for the same. If it is found that bidder has uploaded / submitted any false / fraudulent documents, then his offer / tender will be rejected. He will be black-listed.
    ii) Documents submitted along the R.A. Bill / Final Bill should be True / Valid. If the bidder has submitted / attached / enclosed / uploaded any false / fraudulent documents / papers then concerned bidder will be blacklisted and criminal offence as per Indian Penal Code will be registered against such bidder by STEM.
  6. Earnest Money Deposit of the unsuccessful bidder except of L1 & L2 will be returned after opening of Envelope No. 2 (Price Bid) and after issuance of work order Earnest Money Deposit of L2 will be returned.
  7. In case of dispute or difference arising between the STEM Company and the Contractor, relating to any matter arising out of or connected with this agreement, the dispute or differences shall be referred to Chairman, Board of Directors STEM as a sole Arbitrator by agreement between the parties. The venue of the arbitration shall be Thane, the language shall be English. The cost and expensed of such arbitration shall be borne equally by the parties hereto. The award of sole Arbitrator shall be binding upon the parties to the disputes.
  8. The contractor’s those who are black listed or cancelled/divroposed to cancel their registration from STEM/ Government/Semi Government/ Local Authorities/ Municipal Corporation / PUC etc. they are not eligible to quote the bid/offer. If fake documents are submitted by bidders (i.e., BG / FDR / Reg. Certificate / experience certificate or any other documents) during bid submission the bidder's EMD will be forfeited & liable for black listing action.
  9. A consistent history of litigations/awards against the Bidder will result in rejection of the bid. Suppression of any information or material in this regard would be construed as a fundamental breach and STEM reserves its right to take appropriate action including cancellation of the bid, forfeiting of bid security etc., as may be deemed fit by STEM at any time without requiring to give any notice to the applicant in this regard.
  10. All other rules regarding Insurances, Workman’s compensation, Labour, ESIC, EPF, Medical Exp. facility etc. shall be binding on the contractor. The contractor shall be responsible to pay compensation to his staff, labours according to labour compensation rules, labour laws, on account of any accident and loss of limb, or life, property due to accident etc. Bidder shall quote accordingly. STEM will not be responsible if any liability arise in future for Non-Compliance of any laws and related amendments by the contractor.The successful bidder shall submit valid registration certificate under E.S.I.C., Act 1948, if the tenderer has more than 10 employees /persons on his establishment (in case of production by use of energy) and 20 employees/persons on his establishment (in case of production without use of energy) to STEM as and when demanded. In case of less employees/persons mentioned above then the successful bidder has to submit an undertaking to that effect on Rs. 500 stamp papers. The successful bidder shall submit valid registration certificate under E.P.F. &M.P., Act 1952, if tenderer has more than 20 employees/persons on his establishment, to STEM as and when demanded. In case if the successful bidder has less employees/persons mentioned above then the successful bidder has to submit an undertaking to that effect on Rs. 500 stamp papers.
  11. Contractor shall take out all necessary Insurance Policy / Policies so as to provide adequate insurance cover for execution of the awarded contract work and for total contract work and for total contract value and for complete contract period compulsorily from the Directorate of Insurance, Maharashtra State, Mumbai Only. Under any circumferences, insurance from any other insurance company will not be accepted. Insurance policies also for extended period and up to DLP to be drawn and borne by contractor. Bidder/ Contractor shall quote accordingly.
  12. The bidder shall bear all costs associated with the preparation and submission of his Bid, and the STEM will in no case be responsible and liable for those costs, including Cost of Tender form.
  13. The Bidder, at the Bidder's own responsibility and risk is encouraged to visit and examine the Site of Works and its surroundings and obtain all information that may be necessary for preparing the Bid and entering into a contract of the Works. The costs of visiting the Site shall be at the Bidder's own expense. The bidder is expected to examine carefully all instructions, conditions of contract, contract data, forms, terms, technical specifications, bill of quantities, forms, Annexes and drawings in the Bid Document. (Including minutes of Pre bid if any) Failure to comply with the requirements of Bid Documents and offer shall be at the bidder's own risk.
  14. Bids shall remain valid for a period not less than 90 days after the deadline date for bid submission specified. A bid valid for a shorter period shall be rejected by the STEM as non- responsive. In exceptional circumstances, prior to expiry of the original validity, STEM may request that the bidders may extend the period of validity for additional period. The request and the bidders' responses shall be made in writing. A bidder may refuse the request without forfeiting his bid security.
  15. STEM will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question and will declare the firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract with any other agencies, if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for the contract, or in execution.
  16. Conditional Tender will be rejected. Right to reject any or all tenders without assigning any reason thereof is reserved by the Competent Authority of STEM whose decision will be final and binding on tenderers.

  17. In case of any clarification required with respect to contradictory provisions in B-1 form and other papers of tender, provision stated in this tender notice from Sr. No.1 to 25 above shall stands supersedes to effect contradictory provisions and shall prevail.
  18. GOODS AND SERVICES TAX (G.S.T.)
    1. a) Bidder shall quote his rate excluding GST.
  1. GST shall be paid on the amount of bill of the work done as per prevailing guideline rate of GST during the period of work done as applicable.
  2. The rate quoted by the contractor shall be deemed to be inclusive of the Labour Welfare Cess and other taxes (other than GST) that the contractor will have to pay for the performance of contract. The employer will perform such duties in regard to the deduction of such taxes at source as per applicable law.
    1. a) The contractor should get himself acquainted with GST act 2017.
b) Amount of GST 2% i.e., CGST and SGST each 1% will be deducted at source (TDS).
 
  1. RIGHT RESERVED

  1. Right to reject any or all tenders without assigning any reason thereof is reserved by the competent authority, whose decision will be final and legally binding on all the tenderer.
 
 
 
 

Managing Director

STEM WATER DISTRIBUTION & INFRASTRUCTURE CO. PVT. LTD., THANE
PERCENTAGE RATE TENDER AND CONTRACT FOR WORKS
 
DEPARTMENT : STEM Water Distribution & Infrastructure Co. Pvt. Ltd.
DIVISION: Operation/ Project/ FDC
 
 
 
 
GENERAL RULES & DIRECTIONS FOR THE GUIDANCE OF CONTRACTORS
1
All works, proposed to be executed by Contract, shall be notified in a Form of invitation to tender, pasted on a Notice Board hung up in the office of the Managing Director/ Published in News Paper's. This form will state the works to be carried out as well as the date of submitting and opening tenders, and the time allowed for carrying out the work, also the amount of earnest money to be deposited with the tender, and the amount of the security deposit to be deposited by the successful Tenderer and the percentage, if any, to be deducted from bills. Copies of any other documents required in connection with the work shall be signed by the Managing Director for the purpose of identification and shall also be open for Inspection by Contractors at the office of the Managing Director during office hours/ Available On-line. Where the works are proposed to be executed according to the specifications recommended to a Contractor and approved by a competent authority on behalf of the STEM Water Distribution & Infrastructure Co. Pvt. Ltd., Thane, such specifications, with designs and drawings shall form a part of the accepted tender.
2
In the event of the tender, being submitted by a firm, it must be signed by Partner thereof, and in the event of the absence of any Partner, it shall be signed on his behalf by a person holding a power of attorney authorizing him to do so.
2. A (i)
The Contractor shall pay along with the tender the sum of Rs.3,35,000 /- (Rupees Three lakh Thirty-Five thousand only) as and by way of Earnest Money. The said amount of earnest money shall not carry any interest whatsoever. The contractors should have to submit EMD as per E- Tendering procedure.
(ii)
In the event of his tender being accepted to the provisions of Sub-Clause (iii) below, the said amount of Earnest Money Deposit shall be appropriated towards the amount of security deposit payable by him under conditions of General Conditions of Contract if the contractor request so in writing.
(iii)
If after submitting the tender, the Contractor withdraws his offer or modifies the same, or if after the acceptance of his tender, the Contractor neglects to furnish the balance amount of Security Deposit without prejudice to any other rights and powers of the STEM, Contractor shall be entitled to forfeit the full amount to the Earnest Money deposited by him.
(iv)
In the event of his tender not being accepted, the amount of Earnest Money deposited by the Contractor shall unless it is prior thereto forfeited under the provisions of Sub-Clause (iii) above, be refunded to him on his passing receipt therefore.
3
Receipts for payments made on account of any work, when executed by a firm should also be signed by all the partners except where the contractors are
described in their tender as firm, in which case the receipt shall be signed in the name of the firm by one of the partners, or by some other person having authority to give effectual receipts of the firm.
4
Any person who submits a tender shall fill up usual printed form stating to what percentage above or below the rates specified in Schedule-B (Memorandum showing Item of work to be carried out) he is willing to undertake the work. Only one rate or such percentage on all estimated rates/scheduled rates shall be named, tenders which propose any alterations in the works specified in the said form of invitation to tender or in the time allowed for carrying out the work or which contain separate percentage over estimated rates / schedule rates for different sub-work or item, or which contain any other conditions, of any sort which are not filled with the percentage as the space provided for the purpose and not signed at proper place in the printed B-1 Tender Form will be liable for rejection. No printed form of tender, shall include a tender for more than one work. But, if the contractors who wish to tender two or more works, they shall submit a tender for each work separately. Tenders shall have the name and number of the work to which they refer, written outside the Envelopes/ As per e- tender procedure.showing Item of work to be carried out) he is willing to undertake the work. Only one rate or such percentage on all estimated rates/scheduled rates shall be named, tenders which propose any alterations in the works specified in the said form of invitation to tender or in the time allowed for carrying out the work or which contain separate percentage over estimated rates / schedule rates for different sub-work or item, or which contain any other conditions, of any sort which are not filled with the percentage as the space provided for the purpose and not signed at proper place in the printed B-1 Tender Form will be liable for rejection. No printed form of tender, shall include a tender for more than one work. But, if the contractors who wish to tender two or more works, they shall submit a tender for each work separately. Tenders shall have the name and number of the work to which they refer, written outside the Envelopes/ As per e- tender procedure.
STEM Water Dist. & Infra. Co. Pvt. Ltd., Thane
STEM WATER DISTRIBUTION & INFRASTRUCTURE CO. PVT. LTD., THANE
PERCENTAGE RATE TENDER AND CONTRACT FOR WORKS
 
DEPARTMENT : STEM Water Distribution & Infrastructure Co. Pvt. Ltd.
DIVISION: Operation/ Project/ FDC
 
 
 
 
GENERAL RULES & DIRECTIONS FOR THE GUIDANCE OF CONTRACTORS
1
All works, proposed to be executed by Contract, shall be notified in a Form of invitation to tender, pasted on a Notice Board hung up in the office of the Managing Director/ Published in News Paper's. This form will state the works to be carried out as well as the date of submitting and opening tenders, and the time allowed for carrying out the work, also the amount of earnest money to be deposited with the tender, and the amount of the security deposit to be deposited by the successful Tenderer and the percentage, if any, to be deducted from bills. Copies of any other documents required in connection with the work shall be signed by the Managing Director for the purpose of identification and shall also be open for Inspection by Contractors at the office of the Managing Director during office hours/ Available On-line. Where the works are proposed to be executed according to the specifications recommended to a Contractor and approved by a competent authority on behalf of the STEM Water Distribution & Infrastructure Co. Pvt. Ltd., Thane, such specifications, with designs and drawings shall form a part of the accepted tender.
2
In the event of the tender, being submitted by a firm, it must be signed by Partner thereof, and in the event of the absence of any Partner, it shall be signed on his behalf by a person holding a power of attorney authorizing him to do so.
2. A (i)
The Contractor shall pay along with the tender the sum of Rs.3,35,000 /- (Rupees Three lakh Thirty-Five thousand only) as and by way of Earnest Money. The said amount of earnest money shall not carry any interest whatsoever. The contractors should have to submit EMD as per E- Tendering procedure.
(ii)
In the event of his tender being accepted to the provisions of Sub-Clause (iii) below, the said amount of Earnest Money Deposit shall be appropriated towards the amount of security deposit payable by him under conditions of General Conditions of Contract if the contractor request so in writing.
(iii)
If after submitting the tender, the Contractor withdraws his offer or modifies the same, or if after the acceptance of his tender, the Contractor neglects to furnish the balance amount of Security Deposit without prejudice to any other rights and powers of the STEM, Contractor shall be entitled to forfeit the full amount to the Earnest Money deposited by him.
(iv)
In the event of his tender not being accepted, the amount of Earnest Money deposited by the Contractor shall unless it is prior thereto forfeited under the provisions of Sub-Clause (iii) above, be refunded to him on his passing receipt therefore.
3
Receipts for payments made on account of any work, when executed by a firm should also be signed by all the partners except where the contractors are
described in their tender as firm, in which case the receipt shall be signed in the name of the firm by one of the partners, or by some other person having authority to give effectual receipts of the firm.
4
Any person who submits a tender shall fill up usual printed form stating to what percentage above or below the rates specified in Schedule-B (Memorandum showing Item of work to be carried out) he is willing to undertake the work. Only one rate or such percentage on all estimated rates/scheduled rates shall be named, tenders which propose any alterations in the works specified in the said form of invitation to tender or in the time allowed for carrying out the work or which contain separate percentage over estimated rates / schedule rates for different sub-work or item, or which contain any other conditions, of any sort which are not filled with the percentage as the space provided for the purpose and not signed at proper place in the printed B-1 Tender Form will be liable for rejection. No printed form of tender, shall include a tender for more than one work. But, if the contractors who wish to tender two or more works, they shall submit a tender for each work separately. Tenders shall have the name and number of the work to which they refer, written outside the Envelopes/ As per e- tender procedure.showing Item of work to be carried out) he is willing to undertake the work. Only one rate or such percentage on all estimated rates/scheduled rates shall be named, tenders which propose any alterations in the works specified in the said form of invitation to tender or in the time allowed for carrying out the work or which contain separate percentage over estimated rates / schedule rates for different sub-work or item, or which contain any other conditions, of any sort which are not filled with the percentage as the space provided for the purpose and not signed at proper place in the printed B-1 Tender Form will be liable for rejection. No printed form of tender, shall include a tender for more than one work. But, if the contractors who wish to tender two or more works, they shall submit a tender for each work separately. Tenders shall have the name and number of the work to which they refer, written outside the Envelopes/ As per e- tender procedure.
5
The Managing Director or the competent authority or General Manager or his duly authorized Assistant shall open tenders in the presence of contractors who have submitted tenders or their representatives who may be present at the time, and he will enter the amounts of the several tenders in a comparative statement in a suitable, form. In the event of a tender being accepted, the contractor shall for the purpose of identification, sign copies of the specification and other documents mentioned in Rule-1. In the event of tender being rejected, the Managing Director shall arrange to refund the amount of the earnest money deposited to the tenderer, on his giving a receipt for the return of the money.
6
The officer competent to dispose of the tenders shall have the rights of rejecting all or any of the tenders. (MD- STEM/ BoD- STEM).
7
No receipt for any payment alleged to have been made by a contractor in regard to any matter relating to this tender or the contract shall be valid and binding on STEM Water Distribution & Infrastructure Co. Pvt. Ltd., Thane unless it is signed by the Managing Director.
8
The memorandum of work to be tendered for the schedule of materials to be supplied by the STEM Water Distribution & Infrastructure Co. Pvt. Ltd., Thane (hereinbefore and after called as "STEM" for brevity) and their rates shall be filled in and completed by the office of the Managing Director before the tender form is issued. If a form issued to an intending Tenderer has not been so filled in and completed, he shall request the said office to have this done before he completes and delivers his tender.
9
All work shall be measured net by standard measure and according to the rules and customs of the Stem Water Distribution & Infrastructure Co. Pvt. Ltd., Thane without reference to any local custom.
10
Under no circumstances shall any contractor be entitled to claim enhanced rates for items in this contract.
11
Every registered contractor should produce along with his tender certificate of registration as approved contractor in the appropriate class and renewal of such registration with date of expiry. (Now as per Detail Tender Notice and as per PWD G. M GR’s Circulars in force.)
12
The measurements of work shall be taken according to the usual methods in use in the Stem Water Distribution & Infrastructure Co. Pvt. Ltd., Thane and no proposals to adopt alternative methods will be accepted. The Managing Director’s decision as to what is the usual method in use in the Stem Water Distribution & Infrastructure Co. Pvt. Ltd., Thane will be final.

13

The tendering Contractor shall furnish a declaration along with the tender showing all works for which he has already entered into contract, and the value of the work that remains to be executed in each case on the date of submitting the tender such certificate shall be in the proforma attached in the tender document.

14

Every Tenderer shall furnish along with the tender information regarding the Income-tax Circle or Ward of the district in which he is assessed to Income-tax, the reference to the number of the assessment and the assessment year and a valid Income-tax clearance certificate.

15

In view of the difficult position regarding the availability of foreign exchange, no foreign exchange would be released by the Stem Water Distribution & Infrastructure Co. Pvt. Ltd., Thane for the purchase of plant and machinery or any other purpose for the execution of the work contracted for.

16

Every contractor / bidder should furnish along with tender a statement showing previous experience and technical staff employed by him.

17

Successful Tenderer will have to produce to the satisfaction of the accepting authority a valid and current license issued in his favour under the provision of Contract Labour (Regulation and Abolition Act, 1973) before starting work failing which acceptance of the tender will be liable for withdrawal and Earnest Money / Security Deposit will be forfeited to Stem Water Distribution & Infrastructure Co. Pvt. Ltd., Thane.

18

The contractor shall comply with the provisions of the Apprentices Act 1961 and the rules and orders issued there under from time to time. If he fails to do so, his failure will be a breach of the contract and the Managing Director, STEM Water Dist. & Infra. Co. Pvt. Ltd., Thane may, in his discretion cancel the contract. The Contractor shall also be liable, for any pecuniary liability arising on account of any violation by him of the provisions of the Act.

in figure as well as in words.

I/We hereby tender for the execution for the Stem Water Distribution & Infrastructure Co. Pvt. Ltd., Thane (hereinbefore and hereinafter referred to as "STEM" of the work specified in the underwritten memorandum within the time specified in such memorandum at__________________________________________________________________________________________________________________________________________percent below/above ( in figure and word) to the estimated rates entered in Schedule B (memorandum showing items of work to be carried out) and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule 1 hereof and in clause 12 and the annexed conditions of contract and agree that what materials for the work are provided by the Stem Water Distribution & Infrastructure Co. Pvt. Ltd., Thane such materials and the rates to be paid for them shall be as provided in Schedule ‘A’ here. As per E-Tender Procedure)

 

MEMORANDUM

1.(A)

Name of Work:

 

a) If several sub works are included, same should be detailed in a separate list.

 

B)

Estimated cost ( Including GST ): Rs./-

C)

Earnest money : Rs. /-

c) The amount of earnest money to be deposited shall be in accordance with the provision of paras 206 and 207 of the MPW Manual/ As per PWD, GR dtd. 27/09/2018.

D)

Security deposit: Total 4% of estimated cost

d) This deposit shall be in accordance with the paras 213 and 214 of the MPW Manual/ As per PWD, GR Dtd. 27/09/2019. C/R.CAT/2017/PK-08/E2.

 

% Initial Security Deposit shall be in form of FDR / DD from any Nationalized / Scheduled Bank-

Balance % Deductions through R.A. Bills.

 

E)

-

e) -

F)

Additional Performance Security Deposit/ D.D./ FDR/ B.G. of any Nationalised/ As per PWD GR dtd. 29.09. 2018.Circular Dt.26.11.2018 (At/2017/DK-8/EM-2)

f) If additional security deposit

 

 

i) If offer upto 10% below

1% of estimated cost put to tender.

 

ii) If offer more than 10%

1% plus ____% below more than 10% (e.g. If offer is below 14% : 1% + (14% -10%) = 5%)

 

iii) If offer more than 15% below

6% Plus Double of the % more than 15% below (e.g. If offer is below 19% then (19% - 15%) x 2= 8% + 6%= 14%)

G)

Time allowed for the work from date of written order to completion