Вы находитесь на странице: 1из 57

GOVERNMENT OF MAHARASHTRA

PUBLIC WORKS DEPARTMENT

PUBLIC WORK CIRCLE, YAVATMAL

TENDER DOCUMENTS FOR

Outsourcing of P.W.Sub Dn. & Rest House Ghatanji


Distt Yavatmal ( For Year 2018-19 )

OFFICE OF THE EXECUTIVE ENGINEER


PUBLIC WORKS DIVISION, YAVATMAL

Tender Notice No. 21 W. No. 1


2
GOVERNMENT OF MAHARASHTRA
PUBLIC WORKS DEPARTMENT

OFFICE OF THE EXECUTIVE ENGINEER PUBLIC WORKS DIVISION,


YAVATMAL

Website: http://maharashtra.etenders.in , Email :yavatmal.ee@mahapwd.com


Tel.No.07232.243228,

TENDER DOCUMENTS FOR

Outsourcing of P.W.Sub Dn. & Rest House Ghatanji


Distt Yavatmal ( For Year 2018-19 )
(FOR PERIOD OF Twelve MONTHS) Rs. 5,02,632/-
.

Table of Contents

Section 1:- Brief Tender Notice

Section 2:- Detail Tender Notice

Section 3:- General Condition of Concrete (GCC)

Section 4:- Special Condition of Concrete (SCC)

Section 5:- Offer Page & Memorandum

Section 6:- Scope of Work

Section 7:- Additional Scope And Particular Conditions For …

Section 8:- Declaration

Contractor No. of Correction Executive Engineer


3

SECTION-1
E- TENDER NOTICE NO. 21. / 2018-2019
PUBLIC WORKS DEPARTMENT
TENDER NOTICE
Online Tenders (e-tender) in B-1 form for the following work are invited form the
interested parties / Registered Firms / Registered Companies /Agencies/Shop Act
/Proprietary Firm/Partnership Firms are by the Executive Engineer, Public Works
Division,Yavatmal. invited on behalf of Governor of Maharashtra Phone No.07232-
243228 E-mailyavatmal.ee@mahapwd.com GoM Electronic Tendering System
http://maharashtra.etenders.in
The details can be viewed and downloaded online directly from the GoM e-Tendering
Portal http://maharashtra.etenders.in or sub portal of Public Works Department
http://pwd.maharashtra.etenders.in

Time Limit Earnest Cost of


Estimated
Sr. Name of the for Money Blank
cost of
No. Work Completion Deposit Tender
Work (Rs.)
(Months) (Rs.) Form (Rs.)

1 2 3 4 5 6
1. Outsourcing
of P.W.Sub
Dn. & Rest
House 12 (Twelve) Rs.5500/-
Ghatanji Distt Rs. 5,02,632/- Calendar be paid Rs.500/-
Yavatmal ( For Months) online only,
Year 2018-19 )
Rs.5,02,632/-

For more details on the tender and bidding process you may please visit the above
Mentioned portal.
NOTE :-
1. All eligible / interested contractors are mandated to get enrolled on e- Tendering Portal
(http://maharashtra.etenders.in)
2. To process the tenders online, to encrypt their bid and to sign the bid hashes, bidders are
required to obtain DSC. For details bidders can contact Help Desk.
3. Contractors can contact Help Desk for any clarification of their doubts regarding the
process of Electronic Tender System. Help Desk at through E-mail ID
support.gom@nextenders.com or Phone No. 02041466666.
Online viewing of Detailed Notice Inviting Tenders :-
4. The Contractors can view the Detailed Tender Notice along with the Time Schedule (Key
Dates) for all Live Tenders released by PWD on the home page of PWD e-Tendering
Portal on http://pwd.maharashtra.etenders.in under the section Recent Online Tender.
5. Right for any amendment in the Terms & Condition of Tender and the right to reject
any or all offers without assigning any reason thereof is reserved with Competent
Authority

Executive Engineer ,
Public Works Division, Amravati

Contractor No. of Correction Executive Engineer


4

DETAILS OF WORK

Name of Work :- Outsourcing of P.W.Sub Dn. & Rest House Ghatanji Distt
Yavatmal ( For Year 2018-19 ) (FOR PERIOD OF Twelve
MONTHS) Rs.5,02,632/-

Estimated Cost Put to Tender :- Rs. 5,02,632/-

Earnest Money Deposit (EMD) Rs. 5,500 /- (to be paid online)


Security Deposit Rs. 22,000/-
Cost of Tender Form Rs. Rs.500/-
Period for Downloading Tender Refer Online Schedule on Portal
Forms http://maharashtra.etenders.in or sub portal of Public Works
Department http://maharashtra.etenders.in
Date & Time for on line bid Refer Online Schedule on Portal
preparation http://maharashtra.etenders.in or sub portal of Public Works
Department http://maharashtra.etenders.in
Place, time & date of opening of Refer Online Schedule on Portal
Technical Bid http://maharashtra.etenders.in or sub portal of Public Works
Department http://maharashtra.etenders.in
Place, time & date of opening of Refer Online Schedule on Portal
Financial Bid http://maharashtra.etenders.in or sub portal of Public Works
Department http://maharashtra.etenders.in
Note – Above Schedule is subjective & to be verified by the Tenderer himself on
web site.. Tender Schedule Flashed on Web-Site (System Generated
Schedule ) is final & binding to all Tenderers.

Contractor No. of Correction Executive Engineer


5

Government of Maharashtra
PUBLIC WORKS DEPARTMENT
INVITATION FOR TENDERS.
DETAILED TENDER NOTICE

1. TENDER SCHEDULE
Online percentage rate tenders in ‘B-1’ Form are invited by the Executive Engineer,
Public Works Division YAVATMAL

Yavatmal for the following work from Interested parties / Registered Firms / Registered
Companies /Agencies/ Shop Act /Proprietary Firm/Partnership Firms Maharashtra
state. The Name of Work, Estimated Cost, Earnest Money, Security Deposit, Time limit for
completion etc. are as under
Name of Work :- Outsourcing of P.W.Sub Dn. & Rest House
Ghatanji Distt Yavatmal ( For Year 2018-19 )
(FOR PERIOD OF Twelve MONTHS) Rs.5,02,632/-

Estimated Cost Put to Tender :- Rs. 5,02,632/-


Earnest Money Deposit (EMD) Rs. 5,500 /- (to be paid online)
Security Deposit Rs. 22,000/-
Cost of Tender Form Rs. Rs.500/-
Period for Downloading Tender Forms Refer Online Schedule on Portal
http://maharashtra.etenders.in or sub portal of
Public Works Department
http://maharashtra.etenders.in
Date & Time for on line bid preparation Refer Online Schedule on Portal
http://maharashtra.etenders.in or sub portal of
Public Works Department
http://maharashtra.etenders.in
Place, time & date of opening of Technical Refer Online Schedule on Portal
Bid http://maharashtra.etenders.in or sub portal of
Public Works Department
http://maharashtra.etenders.in
Place, time & date of opening of Financial Bid Refer Online Schedule on Portal
http://maharashtra.etenders.in or sub portal of
Public Works Department
http://maharashtra.etenders.in
Note – Above Schedule is subjective & to be verified by the Tenderer himself on
web site.. Tender Schedule Flashed on Web-Site (System Generated
Schedule ) is final & binding to all Tenderers.
2. Guidelines to Bidders on the operations of Electronic Tendering System of Public
Works Department, http://maharashtra.etenders.in
2(A) Pre-requisites to participate in the Tenders processed by PWD.
(i) Enrolment and Empanelment on [ETMS]:-
(a) Enrolment on [ETMS]:-
I. The Contractors interested in participating in the Tenders of Public
Works Department – processed using the ETMS will have to be
Enrolled on the ETMS and have obtained User ID.
II. After submission of application for Enrolment on the System, the

Contractor No. of Correction Executive Engineer


6
Authorized Representative of the Service Provider will verify the
information provided and will approve the Enrolment If the
information is found to be complete and in order.
(b) Empanelment on [ETMS]:-
I. For participating in Limited and Restricted tenders the registered
vendors have to apply for Empanelment on the sub-portal of PWD in an
appropriate class of registration.
II. After submission of application for Empanelment on the System, the
respective officer from the PWD will verify the information provided
and will approve the Empanelment If the information is found to be
complete and in order.
III. Only Empanelled Contractors with PWD will be allowed to participate
in this tender.
(c) For any assistance on the use of ETMS
I. The Contractors may obtain the necessary information on the process of
enrolment and empanelment either from Helpdesk Support Team or
may visit the information published under the link Enroll under the
section E- Tendering Toolkit for Bidders on the Home Page of the
ETMS.
II. The Users may call the below numbers:
Landline No. -
Landline No. -
Mobile No. -
(ii). Obtaining a Digital Signature Certificate (DSC):-
a. Intending Tenderers should have valid class II/ III Digital Signature Certificate
(DSC) obtained from an approved Certifying Authority authorized by the
Controller of Certifying Authorities of Government of India through their
Authorized Representatives upon receipt of documents required to obtain a DSC.
b. In case of requirement of DSC, Intending Tenderers should go to Email_address
and follow the procedure mentioned in the document Procedure for application of
DSC.
c. The DSC (Class – II or Class – III) is used to encrypt the data/ information and
electronically sign the hash value during the Bid preparation and Hash
Submission stage.
d. The DSC is required to maintain the security of the Bid Data and also to establish
the identity of the Contractor transacting on the System.
e. In case during the process of preparing and submitting a bid for a particular

Contractor No. of Correction Executive Engineer


7
Tender, the contractor loses his/her DSC (i.e. due to virus attack, hardware
problem, operating system problem, etc.), he/she may not be able to submit the
Bid online and the Department will not be responsible for that.
f. Hence, the Users are advised to store his/ her DSC securely and if possible, keep
a backup at safe place under adequate security to be used in case of need.
g. In case of online tendering, if the DSC issued to an Authorized user of a
Partnership Firm is used for signing and submitting a bid, it will be considered
equivalent to a no objection certificate / power of attorney to that User to submit
the bid on behalf of the Partnership Firm. The Partnership Firm has to authorize a
specific individual via an authorization certificate signed by a partner / partners
of the firm (and in case the applicant is a partner, all other partners if the same
form shall authorize him self for DSC) to use the DSC as per Indian Information
Technology Act, 2000. Unless the DSC is revoked, it will be assumed to
represent adequate authority of the Authority User to bid on behalf of the Firm
for the Tenders processed on the Electronic Tender Management System of
Government of Maharashtra as per Indian Information Technology Act. 2000.
h. Unless the DSC of this Authorized User will be binding on the Firm. It Shall be
the responsibility of Partners of the Firm to inform the Certifying Authority or
sub Certifying Authority, if the Authorized User changes, and apply for a fresh
DSC. The procedure for application of a DSC will remain the same for the new
Authorized User.
i. The Same procedure holds true for the Authorized Users in Private/ Public
Limited Company. In this case, the Authorization Certificate will have to be
signed by the Director of the Company or the Reporting Authority of the
Applicant.
j. For Information on the process of application for obtaining DSC, the Contractors
may visit the section DSC on the Home Page of the ETMS .
(iii) Recommended Hardware and Internet Connectivity :-
a. Intending Tenderers should install the Mandatory Components available on the
Home Page of http://maharashtra.etenders.in under the section Mandatory
Components and make the necessary Browser Settings provided under section
‘Internet Explorer Settings’
b. To operate on the ETMS, the Contractors are recommended to use Computer
System with at least 1 GB of RAM and broadband connectivity with minimum
512 kbps bandwidth.
(iv) Set up of Computer System for executing the operations on the ETMS .
a. To operate on the ETMS of GoM, the Computer System of the Contractors is

Contractor No. of Correction Executive Engineer


8
required is required be set up. The contractors are required to install Utilities
available under the section Mandatory Installation Components on the Home
Page of the System.
b. The Utilities are available for download freely from the above mentioned
section. The contractors are requested to refer to the E-Tendering Toolkit for
Bidders available online on the Home Page to understand the process of
setting up the System, or alternatively, contact the Helpdesk Support Team on
information/ guidance on the process of setting up the System.
c. The Utilities are available for download freely from the above mentioned
section. The Contractors are requested to refer to the E-Tendering Toolkit for
Bidders available online on the Home Page to Understand the process of
setting up the System, or alternatively, contact the Helpdesk Support Team on
information / guidance on the process of setting up the System.
2(B) Steps to be followed by Contractors to Participate in the E-Tenders Processed
by PWD.
(i) Preparation of Online Briefcase :-
a. In Case, the Contractors have multiple documents under the same type (e.g.
multiple work Completion Certificates) as mentioned above, the Contractors
advised to either create a single [*.pdf ]file of all the documents of same type or
compress the documents in a single compressed file in [*.zip] or [*.rar] formats
and upload the same.
(ii) Download and Purchase of Tender Documents :-
Tender Document available for free downloading from the e-tendering
portal of PWD, GoM i.e. http://maharashtra.etenders.in. However to
participate in online tender, the bidder must purchase the Tender
Documents via online mode paying the cost of Tender Fees as mentioned in
the Tender Notice. Additional information regarding the work not mentioned in
the Tender Document can be obtained from the office of the Executive Engineer
P. W. D.Yavatmal, during office hours.
(iii) Intending Tenderers are strictly advised to follow the Dates and Times allocated
to each stage under the column “Vendor Stage [Contractor stage]” as indicated in
the Time Schedule in the Detailed Tender Notice for the Tender. All the online
activities or Transaction can be take place outside the Start and End Dates and
Time of the stage as defined in the Tender Schedule. At the sole discretion of the
Tender Authority, the time schedule of the Tender stages may be extended.

Contractor No. of Correction Executive Engineer


9

(vi) Online Bid Preparation and Submission of Bid Hash (Seal) of Bids:
Bid preparation will start with the stage of EMD Payment which bidder has to
pay online using any one online pay mode as RTGS , NEFT or payment gaetway
For EMD payment, If bidder use NEFT or RTGS then system will generate a
challan (in two copies). with unique challan No specific to the tender. Bidder will
use this challan in his bank to make NEFT/RTGS Payment via net banking
facility provided by bidder’s bank.
Bidder will have to validate the EMD payment as a last stage of bid prepration. If
the payment is not realised with bank, in that case system will not be able to
validate the payment and will not allow the bidder to complete his Bid
Preperation stage resulting in nonparticipation in the aforesaid eTender.
Note:
* Realisation of NEFT/RTGS payment normally takes 2 to 24 hours, so it is
advised to make sure that NEFT/RTGS payment activity should be completed
well before time.
* NEFT/RTGS option will be depend on the amount of EMD.
* Help File regarding use of ePayment Gateway can be downloaded from
eTendering portal.
3 EXAMINATION OF DRAWING AND SITE CONDITIONS :
(3.1) The tenderer shall in his own interest carefully examine the drawings, conditions of
contract specifications etc.
(3.2) He shall also inspect the site and acquaint himself about the climate, physical and all
other conditions prevailing at site, the nature, magnitude, special features,
practicability of the works, all existing and required means of communications and
accesses to site, availability of housing and other facilities, the availability of labour,
materials, Power & Water, space for labour’s camp, plant, stores and Godown etc.
(3.3) He shall obtain all necessary information as to the risk, contingencies and other
circumstances, which may affect and influence the tender.
(3.4) Should there be any discrepancy or doubt or obscurity as to meaning of any of the
tender document or as to the instructions to be observed by him, he shall set forth in
writing such discrepancies, doubts obscurity and submit the same to the Executive
Engineer, Public Works Division, Yavatmal for elucidation as soon as possible.
(3.5) No claims on any of the above or any other factors will be entertained by the
Government.

Contractor No. of Correction Executive Engineer


10

4. EARNEST MONEY DEPOSIT (EMD):-.


(4.1) Earnest Money Deposit (EMD.) which should be paid online using NEFT/RTGS
or payment gateway mode as prescribed elsewhere in the Tender Document.
(4.2) The Bid Security (EMD) shall be paid online through RTGS / NEFT/Net
banking. Other
The bedder have an option of Bank Guarantee of nationalised Bank. The
original copy of the Bank Guarantee is to be deposited to the employer before
opening of technical bid, failing to which, the bid shall be considered as Non-
responsive.

(4.3) Earnest Money in any other form or cash or cheques will not be accepted.
(4.4) Any tender not accompanied by the EMD shall be rejected as non-responsive.
(4.5) The amount of EMD will be forfeited, in case a successful contractor does not
pay the amount of initial security deposit within the time specified as stipulated
by the Executive Engineer, and complete the contract documents. In all other
cases, EMD will be refunded to account provided by the bidder during the bid
preparation as given in challan under Beneficiary Account Number by
Concerned Divisional Office.
(4.6) In case of Joint Venture, Earnest money Exemption certificate in individual capacity
will not be accepted. Earnest money shall be be paid via online using NEFT/RTGS
or payment gateway mode.
5. [A] ADDITIONAL PERFORMANCE SECURITY ;- Bank Guarantee Or Demand
Draft / FDR for Additional Performance Security Deposit for Quoting Offer
More than 1% below the tender cost. (As Per GR. Dated 12.04.2017).
As per the directives laid down in Government Of Maharashtra, Public
Works Department, Marathi Resolution No.CAT 2017/PRA.KRA 8/ Bldg-2/dt.
12.04.2017 & Letter Dt. 4.9.2017, If the bidder intends to quote his offer below more
than 1 % of the Bid cost of the department then such bidder should upload a Bank
Guarantee (in the form as prescribed by Government) Or Demand Draft Or FDR from
any Schedule Bank or Nationalized Bank. This shall be uploaded in the financial
envelope (envelope No.2).
A self attested affidavit that Additional Performance Security is enclosed in envelope
No.2 shall be included in the Technical Envelope No.1 in as mentioned below.
A) If the Bidder intends to quote his offer below more than 1 % upto 10 % of the
estimated cost put to Bid then he should submit a Bank Guarantee Or Demand
Draft / FDR amounting to 1% of the Bid cost of the department towards
Additional Performance Security and scanned copy of Bank Guarantee Or
Demand Draft Or FDR shall be uploaded in Part II - Financial Bid.
B) If the Bidder intends to quote his offer more than 10 % below the estimated
cost put to Bid then he should submit Additional Performance Security 1 % for
every percent after 10 % below percentage in addition to the cost of 1%
Additional performance security mentioned above clause A for quoting below
offer, scanned copy of Bank Guarantee Or Demand Draft Or FDR shall be
uploaded in Part II - Financial Bid
(eg. If Bidder quotes his offer 14 % below the estimated cost put to bid, then he
should submit 14 - 10 = 4 % Additional Performance security + 1% Performance

Contractor No. of Correction Executive Engineer


11
security = 5 % amount of the cost put to bid as a total Additional Performance
Security.)
If the amount of Additional Performance Security as required above (under A & B) is
not submitted by the bidder along with Part II - Financial Bid, then his offer will be
treated as ''Non Responsive" and will not be considered.
1) Such Bank Guarantee Or Demand Draft or FDR shall strictly issued only by the
Nationalized Bank or Scheduled Bank in favour of the Executive Engineer, Public
Works Division, Yavatmal and DD shall be valid for the minimum period of three
months after date of submission of the tender and Bank Guarantee shall be valid for
24 months from date of completion of the work & extendable further in case of
extension in time limit.
2) The Bank Guarantee Or Demand Draft should bear the MICR and IFSC Code
Number of the issuing bank.
3) The scanned copy of this Bank Guarantee or Demand Draft or FDR shall be
uploaded in Part II - Financial Bid of the bid. The Hard Copy of this Bank Guarantee
or Demand Draft shall be submitted in the office of the concerned Executive Engineer
in "sealed envelope" within five working days from the last date of receipt of bid. The
tenderer shall write the 'Name of Work', 'E- Tender No.' and 'Tender Notice No.' on
such sealed envelope addressed to the concerned Executive Engineer.
4) If such contractor does not comply the stipulations laid down in the bid and not
qualified for the opening of his financial offer Part II - Financial Bid, the Bank
Guarantee or Demand Draft or FDR of such bidder shall be returned within 7 days
after the date of opening of the tender.
5) If the bidder comply the stipulations laid down in the tender and qualified for the
opening of his financial offer (Envelope No.2); then the Bank Guarantee Or Demand
Draft Or FDR of the other bidders (other than 1st and 2nd lowest bidder) shall be
returned /released on the date of opening of financial Bid .
6) The demand draft/ Bank Guarantee Or FDR of the 2nd lowest bidder shall be
returned / released within time limit of 30 subsequent working days or award of work
to L-1 Bidder, which ever is latter .
Performance security / Additional Performance security in the form of
DD/FDR should be drawn from bidder’s bank account only.

7) If it is found that the Bank Guarantee or Demand Draft or FDR as above submitted
by the bidder is False / Forged then the Earnest Money submitted by such bidder shall
be Forfeited and appropriate action as per the prevailing Govt. Rules will be taken
against him & he will also be Black Listed. This is also applicable for Unregistered
Bidder.
8) The work order to the successful contractor shall be issued only after the encashment of his
Demand Draft or on confirmation of Bank guarantee by the concerned Executive Engineer.
9) The amount of Additional performance security of successful contractor shall be
refunded immediately upon satisfactory completion of said work, the certificate of
which shall issued by the Executive Engineer before releasing the additional security
of said work successfully.
10) If at the time of submitting the below offer as stated above, contractor has
submitted the required Demand Draft then after completing the tender process
the Demand Draft of the Lowest bidder will be returned to him if the Bank
Guarantee of the required amount valid upto the period of the Completion of
work period submitted by the contractor
11) The amount of ADDITIONAL PERFORMANCE SECURITY of the
Contractor shall be released Immidiataly after satisfactory completion of defect
liability period, irrespectiv of demand for is released.
Note :- for calculating the amount of ADDITIONAL PERFORMANCE
SECURITY contractors offer will be calculated in percentage rounded upto two
decimal points only

Contractor No. of Correction Executive Engineer


12

6) Terms and Conditions & Procedure For Online-Payments


(6.1) The Terms and Conditions contained herein shall apply to any person (“User”) using
the services of PWD Maharashtra, hereinafter referred to as “Merchant”, for making
Tender fee and Earnest Money Deposit(EMD) payments through an online Payment
Gateway Service (“Service”) offered by ICICI Bank Ltd. in association with E
Tendering Service provider and Payment Gateway Service provider through PWD
Maharashtra website i.e. http://pwd.maharashtra.etenders.in. Each User is therefore
deemed to have read and accepted these Terms and Conditions.
(6.2) Privacy Policy
The Merchant respects and protects the privacy of the individuals that access the
information and use the services provided through them. Individually
identifiable information about the User is not willfully disclosed to any third
party without first receiving the User's permission, as covered in this Privacy
Policy.
(6.3) This Privacy Policy describes Merchant’s treatment of personally identifiable
information that Merchant collects when the User is on the Merchant’s website.
The Merchant does not collect any unique information about the User (such as
User's name, email address, age, gender etc.) except when you specifically and
knowingly provide such information on the Website. Like any business
interested in offering the highest quality of service to clients, Merchant may,
from time to time, send email to the User and other communication to tell the
User about the various services, features, functionality and content offered by
Merchant's website or seek voluntary information from The User.
Please be aware, however, that Merchant will release specific personal
information about the User if required to do so in the following cirumstances:
(a) in order to comply with any valid legal process such as a search warrant,
statute, or court order, or available at time of opening the tender
(b) if any of User’s actions on our website violate the Terms of Service or any
of our guidelines for specific services, or
(c) to protect or defend Merchant’s legal rights or property, the Merchant’s
site, or the Users of the site or;
(d) to investigate, prevent, or take action regarding illegal activities,
suspected fraud, situations involving potential threats to the security,
integrity of Merchant’s website/offerings.

Contractor No. of Correction Executive Engineer


13
(6.4) General Terms and Conditions For E-Payment
(i) Once a User has accepted these Terms and Conditions, he/ she may register
on Merchant’s website and avail the Services.
(ii) Merchant's rights, obligations, undertakings shall be subject to the laws in
force in India, as well as any directives/ procedures of Government of India,
and nothing contained in these Terms and Conditions shall be in derogation
of Merchant's right to comply with any law enforcement agencies request or
requirements relating to any User’s use of the website or information
provided to or gathered by Merchant with respect to such use. Each User
accepts and agrees that the provision of details of his/ her use of the Website
to regulators or police or to any other third party in order to resolve disputes
or complaints which relate to the Website shall be at the absolute discretion
of Merchant.
(iii) If any part of these Terms and Conditions are determined to be invalid or
unenforceable pursuant to applicable law including, but not limited to, the
warranty disclaimers and liability limitations set forth herein, then the invalid
or unenforceable provision will be deemed superseded by a valid,
enforceable provision that most closely matches the intent of the original
provision and the remainder of these Terms and Conditions shall continue in
effect.
(iv) These Terms and Conditions constitute the entire agreement between the
User and Merchant. These Terms and Conditions supersede all prior or
contemporaneous communications and proposals, whether electronic, oral, or
written, between the User and Merchant. A printed version of these Terms
and Conditions and of any notice given in electronic form shall be admissible
in judicial or administrative proceedings based upon or relating to these
Terms and Conditions to the same extent and subject to the same conditions
as other business documents and records originally generated and maintained
in printed form.
(v) The entries in the books of Merchant and/or the Payment Gateway Service
Providers kept in the ordinary course of business of Merchant and/or the
Payment Gateway Service Providers with regard to transactions covered
under these Terms and Conditions and matters therein appearing shall be
binding on the User and shall be conclusive proof of the genuineness and
accuracy of the transaction.
(vi) Refund For Charge Back Transaction: In the event there is any claim for/ of
charge back by the User for any reason whatsoever, such User shall

Contractor No. of Correction Executive Engineer


14
immediately approach Merchant with his/ her claim details and claim refund
from Merchant alone. Such refund (if any) shall be effected only by
Merchant via payment gateway or by means of a demand draft or such other
means as Merchant deems appropriate. No claims for refund/ charge back
shall be made by any User to the Payment Gateway Service Provider(s) and
in the event such claim is made it shall not be entertained.
(vii) In these Terms and Conditions, the term “Charge Back” shall mean,
approved and settled credit card or net banking purchase transaction(s) which
are at any time refused, debited or charged back to merchant account (and
shall also include similar debits to Payment Gateway Service Provider's
accounts, if any) by the acquiring bank or credit card company for any
reason whatsoever, together with the bank fees, penalties and other charges
incidental thereto.
(viii) Refund for fraudulent/duplicate transaction(s): The User shall directly
contact Merchant for any fraudulent transaction(s) on account of misuse of
Card/ Bank details by a fraudulent individual/party and such issues shall be
suitably addressed by Merchant alone in line with their policies and rules.
(ix) Server Slow Down/Session Timeout: In case the Website or Payment
Gateway Service Provider’s webpage, that is linked to the Website, is
experiencing any server related issues like ‘slow down’ or ‘failure’ or
‘session timeout’, the User shall, before initiating the second payment,,
check whether his/her Bank Account has been debited or not and accordingly
resort to one of the following options:
(x) In case the Bank Account appears to be debited, ensure that he/ she does not
make the payment twice and immediately thereafter contact Merchant via e-
mail or any other mode of contact as provided by Merchant to confirm
payment.
(xi) ii. In case the Bank Account is not debited, the User may initiate a fresh
transaction to make payment.
(xii) However, the User agrees that under no circumstances the Payment
Gateway Service Provider shall be held responsible for such
fraudulent/duplicate transactions and hence no claims should be raised to
Payment Gateway Service Provider No communication received by the
Payment Gateway Service Provider(s) in this regard shall be entertained by
the Payment Gateway Service Provider.
(6.5) Limitation of Liability

Contractor No. of Correction Executive Engineer


15
(i) Merchant has made this Service available to the User as a matter of convenience.
Merchant expressly disclaims any claim or liability arising out of the provision
of this Service. The User agrees and acknowledges that he/ she shall be solely
responsible for his/ her conduct and that Merchant reserves the right to
terminate the rights to use of the Service immediately without giving any prior
notice thereof.
(ii) Merchant and/or the Payment Gateway Service Providers shall not be liable for
any inaccuracy, error or delay in, or omission of (a) any data, information or
message, or (b) the transmission or delivery of any such data, information or
message; or (c) any loss or damage arising from or occasioned by any such
inaccuracy, error, delay or omission, non-performance or interruption in any such
data, information or message. Under no circumstances shall the Merchant and/or
the Payment Gateway Service Providers, its employees, directors, and its third
party agents involved in processing, delivering or managing the Services, be liable
for any direct, indirect, incidental, special or consequential damages, or any
damages whatsoever, including punitive or exemplary arising out of or in any way
connected with the provision of or any inadequacy or deficiency in the provision
of the Services or resulting from unauthorized access or alteration of transmissions
of data or arising from suspension or termination of the Services.
(iii) The Merchant and the Payment Gateway Service Provider(s) assume no liability
whatsoever for any monetary or other damage suffered by the User on account
of:
(a) the delay, failure, interruption, or corruption of any data or other
information transmitted in connection with use of the Payment Gateway or
Services in connection thereto; and/ or
(b) any interruption or errors in the operation of the Payment Gateway.
(iv) The User shall indemnify and hold harmless the Payment Gateway Service
Provider(s) and Merchant and their respective officers, directors, agents, and
employees, from any claim or demand, or actions arising out of or in connection
with the utilization of the Services.
(v) The User agrees that Merchant or any of its employees will not be held liable by
the User for any loss or damages arising from your use of, or reliance upon the
information contained on the Website, or any failure to comply with these
Terms and Conditions where such failure is due to circumstance beyond
Merchant’s reasonable control.
(6.6) Miscellaneous Conditions :

Contractor No. of Correction Executive Engineer


16
(i) Any waiver of any rights available to Merchant under these Terms and Conditions
shall not mean that those rights are automatically waived.
(ii) The User agrees, understands and confirms that his/ her personal data including
without limitation details relating to debit card/ credit card transmitted over the
Internet may be susceptible to misuse, hacking, theft and/ or fraud and that
Merchant or the Payment Gateway Service Provider(s) have no control over
such matters.
(iii) Although all reasonable care has been taken towards guarding against
unauthorized use of any information transmitted by the User, Merchant does
not represent or guarantee that the use of the Services provided by/ through it
will not result in theft and/or unauthorized use of data over the Internet.
(iv) The Merchant, the Payment Gateway Service Provider(s) and its affiliates and
associates shall not be liable, at any time, for any failure of performance, error,
omission, interruption, deletion, defect, delay in operation or transmission,
computer virus, communications line failure, theft or destruction or
unauthorized access to, alteration of, or use of information contained on the
Website.
(v) The User may be required to create his/ her own User ID and Password in order
to register and/ or use the Services provided by Merchant on the Website. By
accepting these Terms and Conditions the User agrees that his/ her User ID and
Password are very important pieces of information and it shall be the User’s
own responsibility to keep them secure and confidential. In furtherance hereof,
the User agrees to;
(a) Choose a new password, whenever required for security reasons.
(b) Keep his/ her User ID & Password strictly confidential.
(c) Be responsible for any transactions made by User under such User ID and
Password.
(vi) The User is hereby informed that Merchant will never ask the User for the
User’s password in an unsolicited phone call or in an unsolicited email. The
User is hereby required to sign out of his/ her Merchant account on the Website
and close the web browser window when the transaction(s) have been
completed. This is to ensure that others cannot access the User’s personal
information and correspondence when the User happens to share a computer
with someone else or is using a computer in a public place like a library or
Internet café.
(6.7) Debit/Credit Card, Bank Account Details

Contractor No. of Correction Executive Engineer


17
(i) The User agrees that the debit/credit card details provided by him/ her for use
of the aforesaid Service(s) must be correct and accurate and that the User shall
not use a debit/ credit card, that is not lawfully owned by him/ her or the use
of which is not authorized by the lawful owner thereof. The User further
agrees and undertakes to provide correct and valid debit/credit card details.
(ii) The User may make his/ her payment(Tender Fee/Earnest Money deposit) to
Merchant by using a debit/credit card or through online banking account. The
User warrants, agrees and confirms that when he/ she initiates a payment
transaction and/or issues an online payment instruction and provides his/ her
card / bank details:
(a) The User is fully and lawfully entitled to use such credit / debit card,
bank account for such transactions;
(b) The User is responsible to ensure that the card/ bank account details
provided by him/ her are accurate;
(c) The User is authorizing debit of the nominated card/ bank account
for the payment of Tender Fee and Earnest Money Deposit.
(d) The User is responsible to ensure sufficient credit is available on the
nominated card/ bank account at the time of making the payment to
permit the payment of the dues payable or the bill(s) selected by the
User inclusive of the applicable Fee.
(6.8) Personal Information
(i) The User agrees that, to the extent required or permitted by law, Merchant
and/ or the Payment Gateway Service Provider(s) may also collect, use and
disclose personal information in connection with security related or law
enforcement investigations or in the course of cooperating with authorities
or complying with legal requirements.
(ii) The User agrees that any communication sent by the User vide e-mail, shall
imply release of information therein/ therewith to Merchant. The User
agrees to be contacted via e-mail on such mails initiated by him/ her.
(iii) In addition to the information already in the possession of Merchant and/ or
the Payment Gateway Service Provider(s), Merchant may have collected
similar information from the User in the past. By entering the Website the
User consents to the terms of Merchant’s information privacy policy and to
our continued use of previously collected information. By submitting the
User’s personal information to us, the User will be treated as having given
his/her permission for the processing of the User’s personal data as set out
herein.

Contractor No. of Correction Executive Engineer


18
(iv) The User acknowledges and agrees that his/ her information will be managed
in accordance with the laws for the time in force.
(6.9) Payment Gateway Disclaimer
The Service is provided in order to facilitate payment of Tender Fees/Earnest
Money Deposit online. The Merchant or the Payment Gateway Service
Provider(s) do not make any representation of any kind, express or implied, as
to the operation of the Payment Gateway other than what is specified in the
Website for this purpose. By accepting/ agreeing to these Terms and
Conditions, the User expressly agrees that his/ her use of the aforesaid online
payment service is entirely at own risk and responsibility of the User.

7 Manner of Submission :
7.1Uploading of Formats, Templates and Tender Documents:-
(e) The Intending Tenderer shall prepare the Bids in the Templates provided
online as part of tender. The Templates shall be either Documents based (in
which the Intending Tenderer is required to attach the relevant documents
separately) or Forms Based (in which the Intending Tenderer is required to
fill in the information in given Formats).
(f) The required Documents (single document or a compressed file containing
multiple document having size of each document not more than 5 MB)
available in Brief Case shall be attached against each up loadable option in
the Document Based Templates.
(g) The Information being filled in the Form Based Templates shall be
encrypted using a valid class II / III DSC.
(h) The Formats/ Templates shall be uploaded in Envelope No.1 (Technical
Bid) on the sub-Portal http;//pwd.maharashtra.etender.in
1. Scanned Copy from the original copy of PAN Card, Shop Act Certificate
( for House Keeping ), /G.S.T Ceertificate/ Service Tax Registration
Certificate supporting the legal validity of Bidder.
2. Scanned copy from original copy of Registration documents of firm,
proprietorship firm/Partnership Firm/Pvt. Limited Company or any other
company as the case may be.
3. Scanned copy from original copy of Food and Drugs Administration
(FDA) Certificate of Maharashtra, Maharashtra Value Added Tax
Certificate ( VAT).

Contractor No. of Correction Executive Engineer


19
4. Scanned copy from original copy of Professional Tax Certificate ,
Employee State insurance corporation ( ESIC ) , Employee Provident Fund
( EPF ) , Maharashtra Labour Welfare Board ( MLWB).
5. Scanned copy from original Experience Certificate of minimum 12
months, providing House Keeping in Govt/Semi Govt or any Institution.
6. Scanned copy from original of income Tax Return of Last Three Years
i.e.2014-15,2015-16 & 2016-17
7. Scanned copy from Original of solvency certificate @ 20 % of Estimated
cost from a Nationalised Bank or Scheduled bank.

Note – 1 - All the uploaded Scanned Copies of the necessary Certificates shall be
legible. Non readable uploaded scanned copies shall not be considered.
Even though the bidder meet the above qualifying criteria, they are subject to
be disqualified if they have made :-
~ Misleading or False representation in the form, statements and
attachments submitted in proof of the qualification requirements
and/or
~ Record of poor performance such as abandoning the works, not
properly completing the contract, inordinate delays in completion,
litigation history of financial failure etc.
Note:- The downloaded Tender Document along with detailed set of conditions
issued / additional stipulations (C.S.D.) shall be signed by the Intending
Tenderer (In the event of Tender being submitted by Firm, it must be signed by
the Nominated partner or person holding power of attorney to sign the bid)
submit the same to Division Office before award of work.
Note:- Since the working of Rest house can not be stopped for the want of staff, the
successful bidder must recruit & deploy necessary trained staff as mentioned
in the tender i.e. date of starting of work .Failing this, the work order will
automatically be cancelled & EMD & Security Deposit will be forfeited .

(e) Envelope No. 2 Tender (Financial Bid)


The Intending Tenderer must quote his offer in form of percentage of Estimated
Rates only at the appropriate place provided online.
(7.2) ONLINE Submission:-
(i) Submission of online Tender Documents {uploading of Formats &
Templates} (in Env no1) and Tender Documents (in Enve. no 2)} shall be
followed by Digitally signed Bid Hashes (Seals) within the Tender Time
Schedule (Key Dates)

Contractor No. of Correction Executive Engineer


20
(ii) Then the Intending Tenderer is required to enter the date and encrypt the data
using the DSC.
(iii)The Hashes are the Thumbprint of electronic Data and are based on one – way
algorithm. The Hashes establish the unique identity of Bid Data.
(iv) The Bid hash values are digitally signed using valid Class – II or Class – III
DSC issued any Certifying Authority.
(v) After the hash value of bid data is generated, the intending Tenderer cannot
make any change / additions in his bid data.
Note -
(a) The Contractor upload a single document or a compressed file containing
documents against each upload able option.
(b) The Hashes are the thumbprint data of electronic data and are based on one
– way algorithm. The Hashes establish the unique identity of Bid Data.
(c) The Bid Hash values are digitally signed using valid – Class II or Class III
DSC issued any Certifying Authority. The Contractors are required to
obtain DSC in advance
(d) After the hash value of bid data is generated, the intending Tenderer cannot
make any change / additions in his bid data
(f) The Step by step procedure as per system requirement must be followed.
8. Dead line for Submission of Tender
The Engineer-in-Charge may at his discretion extend the deadline for
submission of tender by issuing an addendum in which case, all rights and
obligations of the Government and Tenderers previously subjected to the
original dead line shall therefore be subjected to new deadline as extended.

9. Close for bidding (Generation of Super Hash Values) :

After the expiry of the cut off time of Bid Preparation and Hash
Submission stage to be completed by the Intending Tenderer has lapsed, the
Tender will be closed by the Tender Authority. The Step by step procedure as
per system requirement must be followed.

The Tender Authority from PWD shall generate and digitally signed the
Super Hash values (Seals).

10. Decryption and Re-encryption of Bids (Submitting the Bids online) :-

The Intending Tenderers are expected to get themselves fully conversant with the

Contractor No. of Correction Executive Engineer


21
GoM E-Tender System and latest changes therein. However brief details about E-
Tender System, it’s requirements, necessary procedure regarding purchase of
Tender Forms, downloading of Tender Forms, Submission of Tender Documents,
quoting offer etc, has been mentioned below;

(10.1) After the time for generation of Super Hash values by the Tender Authority
from PWD has lapsed, And After making online payment towards Fees of Service
Provider, the Contractors are required to decrypt their bid data using their DSC and
immediately re-encrypt their bid data using the Public Key of the Tendering
Authority. The Public Key of the Tendering Authority is attached to the Tender
during the Close for Bidding stage.

(10.2) At this time, the Intending Tenderer are also required to upload the files for
which they generated the Hash Vales during the Bid Preparation and Hash
Submission stage.

(10.3) The Bid Data and Documents of only those Intending Tenderer who have
submitted their Bid Hashes (Seals) within the stipulated time (as per the
Tender Schedule), will be available for decryption and re-encryption and to
upload the relevant documents from Briefcase.

(10.4) A Intending Tenderer who has not submitted his Bid Preparation and Hash
Submission stage within the stipulated time will not be allowed to decrypt/ re-
encrypt the Bid Data / submit documents during the stage of Decryption and
Re-encryption of Bids (submitting the Bids Online)

(10.5) The Step by step procedure as per system requirement must be followed.

11. Receipt of Tender After Deadline

The Tenderer will have to carry out their respective tasks within the deadline
defined in the Tender Schedule.

12. Department will not be responsible, For non Enrolment and non Empanelment of
ETMS, non submitting / uploading tender online due to failure of internet
services, or power supply or any other unforeseen or foreseen reasons/causes
what-so-ever. No claims on any of the above or any other factors in the regards
will not be entertained.

13. Opening of Technical Bid (Envelope No. 1)

Contractor No. of Correction Executive Engineer


22
(13.1) Tenders will be opened as per the Tender Schedule, in the presence of such
intending Tenderers or his/ their authorized representatives who may be
present at that time.

(a) All tenders are to be received on-line so Tender Opening Authority not able
to know who have submitted tender. Therefore it is not possible to
communicate the date and time of Tender opening to Tenderer. Hence it is
responsibility of Tenderer remain keep in touch with concerned office to
know the date and time of Tender Opening to present for Tender Opening.
Therefore all Tender Opening Procedure will be done in the presence of such
tenderer who may wish to be present or their representatives. No claim or
any grievances will be entertain what-so-ever by the Tender Opening
Authority in this regards.

(b) The Tendering Authority will first open the Envelope – I documents of all
Intending Tenderer and after scrutinizing these documents will shortlist
the Intending Tenderer who are eligible for Financial Bidding Process.
The Shortlisted Tenderers will be intimated by e-mail.

(c) The Contents in Envelope No. 1 will be verified by the Tender opening
authority to check their validity as per requirements. If any particular
document of any tender is either missing or does not meet the
requirements as specified above then a above to that effect will be
recorded by the tender opening authority at the time of short listing of
Envelope – 1.

14. Opening of Financial Bid (Envelope No. 2)

(14.1) The Envelope No. 2 of the tenderer whose Envelope No. 1 dose not contain the
specified documents or any of the specified document is missing or do not
satisfy the requirements, such tenders will be rejected. The Envelope No. 2 of
such tender shall not be opened and a note to that effect will be made online at
the time of short listing of Envelope -1

(14.2) After the analysis and scrutiny of documents and evaluation with respect to
Departmental Requirement is over, the tender opening authority shall intimate
the date and time of opening of Envelope No. 2 to the Eligible Tenderers. The
Envelope No. 1 shall be opened as per tender schedule.

Contractor No. of Correction Executive Engineer


23
(14.3) The Envelope No. 2 of Eligible Tenderers shall be opened serially. The
percentage above or below over the estimated cost put to tender by the
Department quoted by each Eligible Tenderers shall then be read out by tender
opening authority and shall be reflected online for information of those present
/ participated.

15. Tender Liable for Rejection.

Tender is liable for outright rejection if on opening it is found that –

(a) The Tenderer has not strictly followed the procedure laid down for
submission of tender.

(b) If the tender is CONDITIONAL

(c) If the Tenderer has quoted his offer anywhere else other than specified
place provided.

(d) The Tenderer has not uploaded the documents or Failed to fill the
templates as stated

(e) Any Corrections, modifications, additions, omission or any type of


changes in main tender document or CSD is not permissible and if it is
found at any stage the tender shall be rejected by forfeiting the Security
Deposit.

16. The Contractor will have to sign the tender papers and the drawings C.S.D.
according to which the work is to be carried out. He shall also have to give a
declaration to the effect that he has fully studied the plans, specifications, local
conditions and availability of labour and materials and that he has quoted his
rates with due consideration to all these factors and same shall submit to
Concerned Division office before award of work

17. The acceptance of the tender may be intimated to the Contractor


telegraphically or otherwise (even may be by e-mail) and either by the Officer
competent to accept the tender or any authority in the department including
Government and such intimation shall be deemed to be an intimation of
acceptance of the tender given by the authority competent to accept the tender

18. SECURITY DEPOSIT :-


(18.1) The Total Security Deposit to be paid shall be 4% (Four Percent) of amount
put to tender.

(18.2) The Successful tenderer shall have to pay, half of the Security Deposit

Contractor No. of Correction Executive Engineer


24
preferably in the form of F.D.R. or in the form of Bank Guarantee (in the
form as prescribed by Govt.) from any Scheduled Bank in favour of
Executive Engineer, Public Works Division, Yavatmal within 10 days of
acceptance of tender, and the balance security deposit will be recovered from
running account bills at the percentage as shown in item (d) of the
memorandum in printed B-1 form or as may be decided by the Executive
Engineer during course of execution of the work looking to the position and
circumstances that may prevail, whose orders will be final and binding on the
contractor.

(18.3) The Security Deposit for the due performance of the contract shall be as
detailed in the tender documents elsewhere. Fifty percent of the Security
deposit will have to deposited within ten days of the acceptance of the tender
and the Balance Security Deposit will be recovered from the Running Bills at
the rates as specified in the tender form on the cost of work as per CSR
prevailing at the time of acceptance of tender. Amount of total security
deposit to be paid shall be 4% (Four Percent) of the cost of work worked out
as per D.S.R. 2015-16 of respective District.

(18.5) In the event of the tenderer to pay cash security deposit within 10 days (unless
extended in writing by the Executive Engineer,) from the date of receipt of
notice (sent by Registered Post) of acceptance of his tender, the amount of
EMD shall be forfeited to Government and the acceptance of his tender, shall
be considered withdrawn. Except that in the event of the notice of acceptance
of the tender not being issued within 90 days of the date of opening of
Envelope No. 2 (financial bid). The tenderer shall have the option (to be
intimated in writing in good time before the expiry of 90 days period) of
withdrawing his tender, in which case the earnest money should be refunded
in full. All the tenders shall remain open for acceptance for 120 days from the
date fixed for opening of envelope No.2 (financial bid) and thereafter until it
is withdrawn by the tenderer by notice in writing as per condition No2 of the
Memorandum on

19. Income Tax :-

Income tax @ 2.00 % and surcharge thereon or at the rates amended from
time to time as intimated by competent Income tax authority shall be deducted
from bill amount, whether measured bills, advance payment or secured
advance.

Contractor No. of Correction Executive Engineer


25
20. BUILDING & OTHER CONSTRUCTION WORKERS WELFARE CESS:-

Building & other Construction workers welfare cess @ 1% or at the rates


amended from time to time as intimated by the competent authority of Building
and other construction workers welfare Act, 1996 shall be deducted from bill
amount, whether measured bill, advance payment or secured advance.

21. The contractor whose tender is accepted is required to note that no foreign
exchange will be released by the Department.

22. The e-notice-inviting tender and shall form part of the tender agreement.

23. The Tender Authority is interested to make payment of contractor’s bill through
ECS / NEFT system. For this purpose contractor should open his Bank Account,
having core banking facility only.

24) Government of Maharashtra Department of Industries, Energy and labour


Mantralaya Mumbai GR No BCA -2009/ Case No 108/ Labour –7 A Dt 17.6.2010
4.

(A) Cess @ 1% (One percent) shall be deducted at source, from every bill of the
contractor by the Executive engineer under Building and other construction for
workers welfare, cess act 1996.
(B). Contractor shall submit a certificate to the effect that “All the payments to the labour/staff
are made in bank accounts of staff linked to Unique Identification Number (AADHAR
CARD).” The certificate shall be submitted by the contractor within 60 days from the
commencement of contract. If the time period of contract is less than 60 days then
such certificates shall be submitted within 15 days from the date of commencement of
contract
25 - Bidder shall quote his rate excluding G.S.T
The rates quoted by the Contractor shall be deemed to be inclusive of the
labourwelfare 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

26 Payment of G.S.T
1) Bidder shall quote his rate excluding G.S.T
2) G.S.T shall be payable on the accepted contract value.
3) G.S.T shall be paid to contractor on the amount of bill of work
done which material cost are involved as per prevailing rate of GST during
the period of work done.

Contractor No. of Correction Executive Engineer


26
AFFIDAVIT
(be submitted duely notirezed along-with the Tender Fees’s DD / Pay order & EMD)

I .................................. age ........ years ......... is resident of ......................... do hereby

Solemnly stated on oath that, I am the sole Proprietor / Owner/Power of Attorney Holder of

the firm / Company ..................................................,

That I have submitted on line Tender for the work ............. (Name of work) ..... on

portal http://maharashtra.etenders.in of P.W.D,

That have carefully gone through, read, thoroughly studied and understood all terms

& condition, specification included in the tender document (Tender Form, Detail Tender

Notice, conditions and specifications common set of Deviations drawings etc.) I hereby

accept all theses conditions, I agree to abide by the terms & condition in the tender document

and agree to execute the work a per terms and conditions, specifications laid down in the

tender document.

I do here by state on oath that the documents uploaded by in Envelope No. 1 of this

tender are true, correct and bonafied, There are no errors and omissions in the uploaded

documents.

In case in future, if it is found that, any of the uploaded document /information is

false / wrong I will be personally responsible for the same and I will be liable for legal action

against me.

(Name address and signature of Tenderer)

[ The Scanned copy should be uploaded in Envelope No.


1 And The Original Copy of the Bond of the above
affidavit should be submitted when demanded by this
office or before award of work to Concerned Division
Office )

Contractor No. of Correction Executive Engineer


27

SECTION-3
GENERAL CONDITIONS OF CONTRACT (GCC)

1. DEFINITIONS

1.1 General

Dated

In this Contract including the Schedules the following words and expressions shall
(unless the context requires otherwise) have the meaning assigned to them in this
Schedule.

"Agreement" The word "Agreement" and "Contract" has been used interchangeably.

EMD Earnest Money Deposit

“GoM” Government of Maharashtra

Party The word "party" means the Successful Bidder/Contractor to whom the
work of Outsourcing of P.W.Sub Dn. & Rest House Ghatanji Distt Yavatmal ( For
Year 2018-19 )

Client "Executive Engineer Public Works Department, Amravati.

Letter of Shall mean the intent of the Client to engage the successful bidder for
Acceptance (LoA) catering of food and non-alcoholic beverage services in its premises.

'Confidential Shall mean all information that is not generally known and which is
Information' obtained/received during the tenure of the contract and relates directly
to the business /assets of Client including the information having the
commercial value.

1.2 CONFIDENTIALITY

1.2.1 The Contractor shall take all precautions not to disclose, divulge and / or
disseminate to any third party any confidential information, proprietary information
on the Client's business or security arrangements (including but not limited to the
Assignment Instructions, Schedules and other subsequent Agreements) and/or
business of the Client. The obligation is not limited to any scope and the Contractor
shall be held responsible in case of breach of the confidentiality of Client's
information.

1.2.2 If the Contractor receives enquiries from Press / News / Media/ Radio /
Television or other bodies / persons, the same shall be referred by the Contractor to
Client immediately on receipt of such queries.

Contractor No. of Correction Executive Engineer


28
2. SIGNING OF CONTRACT AGREEMENT

2.1 The successful Bidder shall enter into contract and shall execute and sign the
Contract Agreement in accordance with the Articles of Agreement before
commencement of the services.

2.2 The competent authority of the Client shall sign the Contract agreement and return
a copy of the same to the successful bidder.

2.3 The Contractor shall be providing catering of food and non-alcoholic beverage
services in Client's premises as per the details given herein, or any other location
as required by the Client to be read with the Special Conditions of Contract,
Assignment Instructions and Schedule of Requirements.

2.4 The Client shall pay the charges as agreed between the Client and the Contractor
at the time of bidding process. A schedule of charges shall be annexed to the
Articles of Agreement after finalizing the amount at the conclusion of Bidding
process.

2.5 The Contractor shall provide catering of food and non-alcoholic beverage services
in the Client's premises to its entire satisfaction and it is the sole responsibility of
the Contractor that the work is executed in all respects in accordance with the
Contractor's obligations.

3. COMMENCEMENT OF SERVICES

The Contract shall become legally binding and in force only upon:

3.1 Submission of Security Deposit

3.2 The Contractor shall commence of Outsourcing of VIP MAIN BUILDING &
ANNEX Circuit House with Circuit house premises Amravati. For period ……… in
Client's premises within 10 days from the date of receipt of Notice to Proceed

4. CONTRACTOR'S OBLIGATIONS

4.1 The Contractor shall provide services for Outsourcing of VIP MAIN BUILDING
& ANNEX Circuit House with Circuit house premises Amravati. at Client's premises
as per Schedule of Work / Requirements (Section 3) which may be amended from
time to time by the Client during the Contractual period and it shall always form part
and parcel of the Contract. The Contractor shall abide by such assignments as
provided by the Client from time to time.

4.2 The Contractor shall provide Housekeeping, Catering of food and non-alcoholic
beverage services through its uniformed and trained personnel for the performance of
its services hereunder and these personnel deployed shall be employees of the
Contractor only and the Client shall not in any manner be liable and all statutory
liabilities shall be paid for by the Contractor.

4.3 The Client shall have the right, within reason, to have any personnel removed who
is considered to be undesirable or otherwise and similarly the Contractor reserves the

Contractor No. of Correction Executive Engineer


29
right to remove any personnel with prior intimation to the Client, emergencies,
exempted.

4.4 The Contractor shall cover its personnel for personal accident and death insurance
while performing the duty and the Client shall own no liability and obligation in this
regard.

4.5 The Contractor shall exercise adequate supervision to ensure performance of


catering of food and non-alcoholic beverage services in accordance with Schedule of
Requirements.

4.6 The Contractor shall issue identity cards / identification documents to all its
personnel who will be instructed by the Contractor to display the same.

4.7 The personnel of the Contractor shall not be the employees of the Client and they
shall not claim any salary or allowances, compensation, damages or anything arising
out of their deployment/duty under this Contract. The Contractor shall make them
known about this position in writing before deployment under this agreement.

4.8 The Contractor shall also provide at its own cost all benefits statutory or
otherwise to its personnel and the Client shall not have any liability whatsoever on
this account. The Contractor shall also abide by and comply with the Labour laws,
and Minimum Wages Laws, Contract Labour (Regulations Abolition Act) .

4.9 The Contractor shall provide minimum of two sets each of uniform to its
personnel at its own cost.

4.10 Adequate supervision shall be provided to ensure correct performance of the


services in accordance with the prevailing requirements agreed upon between the two
parties.

4.11 All necessary reports and other information shall be supplied immediately as
required and regular meetings will be held with the Client.

4.12 The Contractor shall not deploy any person below the age of 18 years old.
Manpower engaged for the purpose shall be pre-trained in requisite fields.

4.13 Contractor's Personnel

4.13.1 The Contractor shall at all times ensure that it has sufficient, suitable and
qualified personnel to supervise the Client’s premises at the Client’s Site and in
sufficient number to undertake the responsibilities imposed upon the Contractor under
the Contract and to provide full attention for executing the work thereof.

4.13.2 The Contractor shall submit its Organisation Chart, showing therein the details
of key personnel with their full contact details. The Contractor shall also keep
informing the Client of any change in its organization or its personnel.

4.13.3 The personnel engaged by the Contractor shall be dressed in neat and clean
uniform (including proper name badges).

Contractor No. of Correction Executive Engineer


30
5. CONTRACTOR'S LIABILITY

5.1 The Contractor shall completely indemnify and hold harmless the Client and its
employees against any liability, claims, losses or damages sustained by it or them by
reason of any breach of contract, wrongful act or negligence by the Contractor or any
of its personnel engaged for providing Housekeeping and catering of food and non-
alcoholic beverage services to the Client.

5.2 The Contractor shall not be liable in any way whatsoever and the Client hereby
expressly waives any right to, any loss, injury, damage, cost or expense of whatsoever
nature directly or indirectly:

5.2.1 Caused by, resulting from or in connection with any Act of Terrorism or any
Biological or Chemical Contamination or any Nuclear Risks;

5.2.2 consisting of, caused by, resulting from or in connection with any loss, damage,
destruction, distortion, erasure, corruption or alteration of Electronic Data from any
cause whatsoever (including but not limited to Computer Virus) unless such loss,
damage, destruction, distortion, erasure, corruption or alteration of Electronic Data
was due to the negligence or default of the Contractor or any of its personnel engaged
for providing Housekeeping and catering of food and non-alcoholic beverage services
to the Client.

5.3 The Contractor shall not Sub-Contract or Sub-let, transfer or assign the contract or
any other part thereof. In the event of the contractor contravening this condition,
Client shall be entitled to place the contract elsewhere on the contractors risk and cost
and the contractor shall be liable for any loss or damage, which the Client may sustain
in consequence or arising out of such replacing of the contract.

6. CLIENT'S OBLIGATIONS

6.1 The Client shall comply with and fulfill the recommendations (if any), if deemed
necessary by the Client, made in writing by the Contractor in connection with the
performance of the Services. The Client shall notify the Contractor of any dishonest,
wrongful or negligent acts or omissions of the Contractor's personnel or agents in
connection with the Services as soon as possible after the Client becomes aware of
them.

6.2 To enable the Contractor to provide Housekeeping and catering of food and non-
alcoholic beverage services, the Client shall ensure that their staff is available to
provide such assistance.

6.3 The Client shall not be under any obligation for providing empanelment to any of
the personnel of the Contractor after the expiry of the contract. The Client does not
recognize any employee-employers relationship with any of the workers of the
Contractor.
(7) Conflicting relationships

(i) the Contractor have an obligation to disclose any situation of actual or potential
conflict that impacts their capacity to serve the best interest of the department or that
may reasonably be perceived as having this effect. failure to disclose said situations
may lead to the disqualification of or the termination of its Contract.

Contractor No. of Correction Executive Engineer


31

(8) Fraud and Corruption.


(a) defines, for the purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice” means the offering, giving, receiving, or soliciting,


directly or indirectly, of anything of value to influence improperly the
action of another party i.e. public official ;

(ii) “fraudulent practice” is any act or omission, including misrepresentation,


that knowingly or recklessly misleads or attempts to mislead, a party to
obtain financial or other benefit or to avoid an obligation

(iii) “collusive practice” is an arrangement between two or more parties


designed to achieve an improper purpose, including to influence
improperly the actions of another party

(iv) “coercive practice” is impairing or harming or threatening to impair or


harm directly or indirectly any party or the property of the party to
influence improperly the actions for a party.

(v) “Obstructive practice “ is

(aa) deliberately destroying falsifying, altering or conceasling of evidence


material to he invesrigation or making false statements to investigation in
order to materially impede a Bank inverstgation into allegations of a
corrupt, frauduent, coercive, of collusive practice and / or threatening,
harassing, or intimidating any party to prevent it from disclosing its
knowledge of matters relevant to the investingation or from pursuing the
investigation, or

(bb) acts intended to materially impede the exercise of the Bank’


inspection and audit rights provided for under paragraph 1.7.1 below

(b) will reject a proposal for award if it determines that the contractor recommended
for award has directly or through an agent, engaged in corrupt, fraudulent,
collusive, coercive, or obstructive practies in competing for the contract in
question

(c) will cancel the contract if it determines at any time that the contractor were
engaged in corrupt, fraudulent, collusive, or coercive practices during the
execution of that contract.

(9) Liability of contractor for any damage done in or outside work area

Compensation for all damages done intentionally or unintentionally by contractor's


labour whether in or beyond the limits of Government shall be estimated by
the Engineer-in-charge or such other officer as he may appoint and the estimates of
the Engineer-in-charge subject to the decision of the Superintending Engineer on
appeal shall be final and the contractor shall be bound to pay the amount of the
assessed compensation on demand, failing which, the same will be recovered from
the contractor as damages & will be deducted by the Engineer-in-charge from any
sums that may be due or become due from Government to the contractor under this
contract or otherwise.
The contractor shall bear the expenses of defending any action or other legal
proceedings that may be brought by any persons for injury sustained by him owing to

Contractor No. of Correction Executive Engineer


32
neglect of precautions to prevent the spread of fire and he shall pay any damages and
cost that may be awarded by the court in consequence.
(10) Direction and control of the Executive Engineer

All works to be executed under the contract shall be executed under the
direction and subject to the approval in all respects of the Executive Engineer,
of the Division, for the time being, who shall be entitled to direct at what point or
points and in what manner they are to be commenced , and from time to time
carried on

(11) Direction and control of the Executive Engineer

Except where otherwise specified in the contract and subject to the powers
delegated to him by Govt. under the code, rules then in force. The decision of the
Executive Engineer of the Division for the time being shall be final, conclusive, and
binding on all parties to the contract upon all questions relating to the meaning
clauses, and instructions here in before mentioned and as to the quality of
workmanship or materials used on the work, or as to any other question, claim, right,
matter, or things whatsoever, if any way arising out of, or relating to the contract,
instructions, orders, or other conditions or otherwise concerning the works, or the
execution or failure to execute the same, whether arising during the progress of the
work or after the completion or abandonment thereof.

(12) Compensation under the workmen's compensation act.

The contractor shall be responsible for and shall pay compensation to his workmen
payable under the Workman’s Compensation Act 1923 (VIII th of 1923) (hereinafter
called the said act) for injuries caused to the workmen. If such compensation is
payable/paid by the Government as principal under subsection (1) of section 12 of the
said Act on behalf of the contractor it shall be recoverable by Government from the
contractor under subsection (2) of the said section. Such compensation shall be
recovered in the manner laid down in clause 1 above.
(12) A :- The contractor shall be responsible for and shall pay the expenses of
providing medical aid to any workmen who may suffer a bodily injury as
a result of an accident. If such expenses are incurred by Government the
same shall be recoverable from the contractor forthwith and be deducted
without prejudice to any other remedy of Government from any amount
due or that may become due to the contractor.
(12) B- :- The contractor shall provide all necessary personnel safety equipment and
first aid apparatus available for the use of the persons employed on the
site, and shall maintain the same in condition suitable for immediate use
at any time and shall comply with the following regulations in connection
therewith:-
(a) The workers shall be required to use the equipment so provided by
the contractor and the contractor shall take adequate steps to ensure
proper use of the equipment by those concerned.
(b) When work is carried on in proximity to any place where there is a
risk of drowning all necessary equipment shall be provided and kept

Contractor No. of Correction Executive Engineer


33
ready for use and all necessary steps shall be taken for the prompt
rescue of any person in danger.
Adequate provision shall be made for prompt first-aid treatment of
all injuries likely to be sustained during the course of the work.
12(C) - The contractor shall duly comply with the provisions of "The Apprentices Act
1961 (III of 1961), the rules made there under and the orders that may be
issued from time to time under the said Act and the said rules and on his
failure or neglect to do so, he shall be subject to all the liabilities and penalties
provided by the said act and said rules.

13 Minimum age of persons employed, the employment of donkeys and/or other


animals and the payment of fair wages

(i) No contractor shall employ any person who is and the payment person who
is under the age of 18 years.
(ii) The Engineer-in-charge or his agent is authorised to remove from the work
any person or animal found working which does not satisfy these conditions
and no responsibility shall be accepted by Government for any delay caused
in the completion of the work by such removal.
(iii) The contractor shall pay fair and reasonable wages to the workmen employed
by him in the contract undertaken by him. In the event of any dispute
arising between the contractor and his workmen on the grounds that the
wages paid are not fair and reasonable, the dispute shall be referred without
delay to the Executive Engineer who shall decide the same. The decision of
the Executive Engineer, shall be conclusive and binding on the contractor
but such decision shall not in any way affect the conditions in the contract
regarding the payment to be made by Government at the sanctioned tender
rates.
(vi) Contractor shall provide drinking water facilities to the workers. Similar
amenities shall be provided to the workers engaged on large work in urban
areas.
(v) Contractor to take precaution against accidents which take place on account of
labour using loose garments while working near machinery.

(14) Method of payment

Payment to Contractor shall be made by cheque drawn on any treasury within


the division convenient to them, provided the amount exceeds Rs.10. Amount
not exceeding Rs.10 will be paid in cash

(15) Any contractor who does not accept these conditions shall not be allowed to
tender for works

Contractor No. of Correction Executive Engineer


34
(16) " The tender rates are inclusive of all taxes, rates cesses and are also be inclusive of
the tax livable in respect of transfer of property in goods involved in the execution
of a work contract under the provisions of rule 58 of the Maharashtra Value Added
Tax Act 2005 for the purpose of levy of Tax.

(17) The rates to be quoted by the contractor must be inclusive of Service Tax. No
extra payment on this account will be made to the contractor.

(18) The contractor shall employ unskilled labour to be employed by him on the said
work only from locally available labours and shall give preference to those
persons enrolled under Maharashtra Government and Self Employment
Department’s Scheme

Provided, however, that if the required unskilled labour are not available locally, the
contractor shall in the first instance employ such number of persons as is available
and thereafter may with previous permission in writing of the Executive Engineer-in-
charge of the said work, obtain the rest of his requirement of unskilled labour from
out side the above scheme.

(19) The contractor shall pay the labourers (skilled and unskilled) according to the
wages prescribed by the Minimum Wages Act of 1948 applicable to the area
in which the work of contract is located. The contractor shall comply with the
provision of the Apprentices Act 1961 and the rules and orders issued there
under from time to time, if he fails to do so his failure will be a breach of the
contract and Superintending Engineer, may in his discretion may cancel the
contract, The Contractor shall be liable, for any precautionary liability, arising
on account of any violation bt him of the provision of Act.
The contractor shall pay labourers skilled and unskilled according to the
wages prescribed by the Minimum Wages Act of 1948 applicable to the area
in which work lies.

(20) Work to be executed in accordance with, orders, etc.

The contractor shall duly comply with all the provisions of the Contract Labour
(Regulation and Abolition) Act 1970, (37 of 1970) and the Maharashtra Contract
Labour (Regulation and Abolition ) Rules, 1971 as amended from time to time and all
other relevant statutes and statutory provision concerning payment of wages
particularly to workmen employed by the contractor and working on the site of the
work. In particular the contractor shall pay wages to each worker employed by him
on the site of the work at the rates prescribed under the Maharashtra Contract Labour
(Regulation And Abolition) Rules 1971. If the contractor fails or neglects to pay
wages at the said rates or makes short payment and the Government makes such
payment of wages in full or part thereof less paid by the contractor, as the case may be,
the amount so paid by the Government to such works shall be deemed to be an arrears
of land revenue and Government shall be entitled or deduct the same from the amount
payable by the Govt. to the contractor here under or from any other amounts payable to
him by the Government.

21 - Work to be executed in accordance with specifications, Drawings, orders, etc.

The contractor shall execute the whole and every part of the work in the most
substantial and workmanlike manner, and both as regards materials and every other
respect in strict accordance with specifications. The contractor shall also conform

Contractor No. of Correction Executive Engineer


35
exactly, fully and faithfully to the designs, drawings and instructions in writing relating
to the work assigned be by the Junior Engineer- in-charge of the rest house or deputy
Engineer in charge of the rest house.

Alterations in specifications and designs not to invalidate contracts

The Junior Engineer- in-charge of the rest house or deputy Engineer in charge shall
have power to make any alterations in or additions instructions that may appear to him
to be necessary or advisable during execution, and the contractor shall be bound to
carry out the work in accordance with any instructions in this connection which may be
given to him And if the additional and altered work includes any class of work for
which no rate is specified in this contract ,then such class of work shall be carried out
at the rates mutually agreed upon between the Engineer-in-charge and contractor which
ever are lower.

22. VALIDITY OF CONTRACT

The contract, if awarded, shall be initially for a period of Twelve Months from the
date of award subject to continuous satisfactory performance monitored by Executive
Engineer Public Works Division,Amravati. In case of breach of Contract or in the
event of not fulfilling the minimum requirements / statutory requirements, the Client
shall have the right to terminate the contract forthwith in addition to forfeiting the
Security Deposit amount deposited by the contractor and initiating administrative
actions for black listing etc. solely at the discretion of the competent authority of the
office of the Client. The period of three years can be further extended, subject to
satisfactory services at the sole discretion of the office of the Client.
(22.1) RATE FOR RENEWABLE PERIOD
Rates for renewable period at the rates (i) derived from the rates entered in the current
schedule of rates and in the absence of such rates (ii) at the rate prevailing in the
market the said rates being increased or decreased as the case may be, by the
percentage which the total tendered amount bears to the estimated cost of the work as
put to tender, based upon the schedule of rates applicable to the year in which the
tenders were invited. (For the purposes of operation of this clause, this cost shall be
taken, as arrived at CSR 2017-18 for Amravati District)

23. PAYMENTS

23.1 After selection of the Successful bidder as Contractor, a price schedule shall be
annexed to the Articles of Agreement according to which all payments shall be
made to the Contractor by the Client for the House Keeping, Front Office
Management, Reception and catering and Laundry Services & Allied Services.

23.2 The prices in the Price Schedule shall be inclusive of any service tax, education
cess, secondary and higher education cess or any other applicable taxes as may
be levied by the Government from time-to-time on service contracts.

23.3 The Contractor shall raise invoice @ accepted rate, per month and submit the
same to Client by 5th of every following month. The Client shall make all
endeavour to make payments within 15-20 days from the date of the receipt of
the invoice to the Contractor.

23.4 The cost of the Contract shall remain valid for a period of Ten Month.

Contractor No. of Correction Executive Engineer


36
23.05 After expiry of the initial period of Ten Months, if the contractor shall if
ordered in writing by the Executive Engineer, to carry out the continue on the
same conditions as and in accordance with specifications in the tender and
at the rates (i) derived from the rates entered in the current schedule of rates
and in the absence of such rates (ii) at the rate prevailing in the market the said
rates being increased or decreased as the case may be, by the percentage by
which the tender is accepted.
23.6 In addition to the Contract payments, the Client shall pay for any additional
services required by the Client, which are not specified in the Contract. .

23.7 All payments shall be made in Indian Currency by means of Bank ECS/Account
Payee Cheque.

23.8 Client shall be entitled to deduct in accordance with Applicable Law, Income
Tax or withholding tax or other deductions (as the case may be), from any
payments made to the Contractor, and the amount so deducted shall be
deemed to be a payment made to the Contractor. Client shall provide a
certificate certifying the deduction so made.

23.9 No payment shall be made in advance nor any loan from any bank or financial
institution recommended on the basis of the order of award of work.

24. FORCE MAJEURE - OBLIGATIONS OF THE PARTIES

24.1. "Force Majeure" shall mean any event beyond the control of Client or of the
Contractor, as the case may be, and which is unavoidable notwithstanding the
reasonable care of the party affected, and which could not have been
prevented by exercise of reasonable skill and care and good industry practices
and shall include, without limitation, the following:

(i) War, hostilities, invasion, act of foreign enemy and civil war;

(ii) Rebellion, revolution, insurrection, mutiny, conspiracy, riot, civil


commotion and terrorist acts;

(iii) Strike, sabotage, unlawful lockout, epidemics, quarantine and plague;

(iv) Earthquake, fire, flood or cyclone, or other natural disaster.

As soon as reasonably practicable but not more than 48 (forty-eight) hours


following the date of commencement of any event of Force Majeure, an
Affected Party shall notify the other Party of the event of Force Majeure
setting out, inter alia, the following in reasonable detail:

24.2 the date of commencement of the event of Force Majeure;

24.3 the nature and extent of the event of Force Majeure;

24.4 the estimated Force Majeure Period,

24.5 reasonable proof of the nature of such delay or failure and its anticipated effect
upon the time for performance and the nature of and the extent to which,

Contractor No. of Correction Executive Engineer


37
performance of any of its obligations under the Contract is affected by the Force
Majeure.

24.6 the measures which the Affected Party has taken or proposes to take to
alleviate/mitigate the impact of the Force Measure and to resume performance
of such of its obligations affected thereby.

24.7 any other relevant information concerning the Force Measure and / or the rights
and obligations of the Parties under the Contract.

25. TERMINATION

This Contract may be terminated forthwith by either party by giving written notice to
the other if:

25.1 The other party is in material breach of its obligations under this Agreement and
/ or, in the case of such breaches capable of being remedied, fails to remedy that
breach within thirty days of receiving notice of such breach.

25.1.1 The Executive Engineer will assess the performance and make necessary
recommendations either to continue the mentioned contract with rectification of
defects if any or to cancel the contract. He will also be responsible for making
recommendations for continuation of contract after every Eight Months.

25.2 The Contract may be terminated forthwith by the Client by giving written notice
to the Contractor, if:

25.2.1 In case of breach of any of terms and conditions of the Contract by the
Contractor, the Competent Authority of the Client shall have the right to cancel
the Contract without assigning any reason thereof, and nothing will be payable
by the Client and in that event the security deposit shall be forfeited and
encashed.

25.2.2 the Contractor does not provide House Keeping, Front Office Management,
Reception and Catering and allied services satisfactorily as per the requirements
of the Client or / and as per the Schedule of Requirements

25.2.3 the Contractor goes bankrupt and becomes insolvent.

26. DISCLAIMER

The relatives / near relatives of employees of the Client are prohibited from
participation in this bid. The near relatives for this purpose are defined as:

(a) Members of a Hindu Undivided Family.

(b) Their husband or wife.

(c) The one is related to the other in the manner as father, mother, son/s), son's
wife (daughter-in-law), daughter(s) & daughter's husband (son-in-law),
brother(s) & brother's wife, sister(s) and sister's husband (brother-in-law)

Contractor No. of Correction Executive Engineer


38
27. INSOLVENCY

27.1 The competent authority of the office of the Executive Engineer Public Works
Division, may at any time by notice in writing summarily terminate the contract
without compensation to the contractor in any of the following events, that is to
say:-

If the contractor being an individual or if firm, any partner in the contractor's firm,
shall at any time be adjudged insolvent or shall have a receiving order or orders for
administration of his estate made against him or shall take any proceedings for
liquidation or composition under any insolvency not for the time being in force or
shall make any convenience or assignment of his efforts or enter into any
arrangements or composition with his creditors or suspend payment of if the firm be
dissolved under partnership act, or

i) If the contractor being a company shall pass a resolution or the court shall
make an order for the liquidation of the affairs or a receiver of Manager on
behalf of the debenture holder shall be appointed or circumstances shall have
arisen which entitled the court or debenture holders to appoint a receiver or
Manager.

ii) If the contractor commits any breach of this contract not herein specifically
provided for: Provided always that such determination shall not prejudice
any right of action or remedy which shall have accrued or shall accrue
thereafter to the Client and provided also that the contractor shall be liable to
pay the Client for any extra expenditure, he is thereby put to but shall not be
entitled to any gain.

28. CURRENCIES OF BID AND PAYMENTS

13.1 The Bidder shall submit his price bid / offer in the form of percentage
below/above the estimated cost. and payments under this contract will be made in
Indian Rupees.

29. GOVERNING LAWS AND SETTLEMENT OF DISPUTE

14.1 Any claims, disputes and or differences (including a dispute regarding the
existence, validity or termination of this Contract) arising out of, or relating to this
contract including interpretation of its terms shall be resolved through Superintending
Engineer of Circle. However, if the disputes are not resolved by the discussions as
aforesaid within a period 30 days, then the matter will be referred Chief Engineer.

14.2 Jurisdiction of Court: This Contract is governed by the laws of Republic of India
and shall be subject to the exclusive jurisdiction of the courts in Maharashtra in
Amravati only. .

Contractor No. of Correction Executive Engineer


39

SECTION-4
SPECIAL CONDITIONS OF CONTRACT (SCC)

1. The special conditions of Contract shall supplement the "Instructions to the


Bidders" as General Conditions of the Contract (GCC) as contained in Section 3.

2. INDEMNIFICATION:

The successful bidder is solely liable to fully indemnify and keep Client indemnified
against all loses/penalties/awards/decrees arising out of litigation/claims/application
initiated against the Client on account of acts of omission/commission attributable to
the Contractor and which are punishable under the provisions of various Central
Labour and Employment Acts as amended from time to time. Client shall be vested
with sole discretion to determine damages/ loss suffered on account of above from the
dues payable from security deposit as performance Guarantee or from either the
personal property of bidder or property owned by his firm/company by way of
initiating suitable legal litigation against the Contractor at any point of time.

3. LABOUR LAW COMPLIANCES

3.1 The engagement and employment of labourers and payment of wages to them as
per existing provisions of various labour laws and regulations is the sole responsibility
of the Contractor and Client shall not incur any liability or additional expenditure
whatsoever for personnel deployed.

3.2 The contractor shall be liable for any legal dispute / case / claims that arises or
may arise during currency of the contract due to non-compliances of labour or other
related laws.

3.3 The contractor shall be responsible for compliance of all the laws rules/regulations
and Govt. instructions that are/will be applicable to and aimed to protect the interest
of the employees/worker engaged by it and shall ensure payment of all the statutory
dues/liabilities as may have arisen during the past 'or' may arise during the course of
performance of contract.

4. OFFICIAL RECORDS:

4.1 The Contractor shall maintain complete official records of disbursement of wages
/ salary, in respect of all the staff deployed in Client's office.

4.2 The Contractor shall maintain a personal file in respect of all the staff who is
deployed in Client's office. The personal file shall invariably consist of personal
details such as name, address, date of birth, sex, residential address (Temporary /
Permanent) and all grievances recorded by the staff vis-a-vis action taken etc.

4.3 The Contractor shall also prepare a register indicating all payments / dues in
respect of all the personnel.

Contractor No. of Correction Executive Engineer


40
5. CODE OF CONDUCT:

The Contractor shall strictly observe that its personnel:


Are trained in and exhibit international manners and etiquettes
Are always smartly turned out and vigilant.
Are punctual and arrive at least 15 minutes before start of their duty time .
Take charges of their duties properly and thoroughly.
Perform their duties with honesty and sincerity.
Read and understand their post and site instructions and follow the same.
Extend respect to all Officers and staff of the office of the Client.
Shall not drink alcohol while on duty, or come drunk and report for duty.
Will not gossip or chit chat while on duty.
Will never sleep while on duty post.
Will not read newspaper or magazine while on duty.
Will immediately report if any untoward incident misconduct or misbehavior
occurs, to Vendor Control and the Client.
When in doubt, approach concerned person immediately.
Get themselves checked by security personnel whenever they go out.
Do not entertain visitors.
Shall not smoke in the office premises.
Report any suspicious activity having security implication to the Client’s
representative at site.
5.1 CONFIDENTIALITY

The phone number and movement plans of the client shall not be given to
anyone.
The following information about the client shall not be given to anyone.
o Car make, color and number of any officer(s)/official(s).
o Telephone no/ any other information.
o Location and movement plans.
o Meetings and conference schedules.
o Site plan of the premises.
o Travel details of the clients.
o Assets of the office.

5.2 FRISKING/ CHECKING PROCEDURES

All contractor’s staff will be thoroughly frisked at the time of entry and their leaving
the office premises.

6.A. PERIOD OF THE CONTRACT:

The contract shall remain valid for a total period of Twelve months from the date of
issue of work order

The contract can be terminated by the Executive Engineer for


unsatisfactory performance as against the performance standards prescribed after
giving an opportunity to the contractor. The decision of the Executive
Engineer shall be final in this regard.

In case of deficiency of service the Executive Engineer may at any time terminate
the agreement. In the event of such cancellation, security deposit amount of the
contractor will be forfeited to the Government apart from any other liquidated

Contractor No. of Correction Executive Engineer


41
damages that may be due. The decision of Executive Engineer shall be final in the
matter. .

The Contract is terminable after giving at least three months notice in writing with
reasons from either side in the normal course.

7. The persons deployed by the Contractor should be properly trained, have


requisite Experience and skills for carrying out a wide variety of housekeeping work
using appropriate materials and tools/equipments.

8. The Contractor should ensure the Health and safety measures of the
employees. Government may also conduct health check up of the staff deployed at
regular intervals.

9. The Contractor will be responsible for supply/


installation/refilling/maintenance of All such items/equipments used in wash rooms
and other areas for housekeeping purposes provided by the Clint.

10. The Contractor must employ adult and skilled labour only. Employment of
child labour will lead to the termination of the contract. The Contractor shall engage
only such workers, whose antecedents have been thoroughly verified, including
character and police verification and other formalities. The Contractor shall be fully
responsible for the conduct of his staff.

11. In case of breach of any terms and conditions attached to the contract, the
Security Deposit of the Contractor will be liable to be forfeited by Government
besides annulment of the contract.

12. The Contractor must provide standard liveries to its housekeeping


staff/supervisors/managers. The staff shall be in proper uniform as approved by GoM
and with their identity properly displayed. Samples of liveries will have to be
submitted by the Contractor for approval of Executive Engineer.

13. Government will provide space at free of cost for a store room to the
Contractor in the premises. The storekeeper/supervisor deployed by the contractor
will store all their liveries, materials, equipments in the store room

14. Government will ensure that the office rooms, committee rooms, etc. are open
at designated hours for cleaning/housekeeping work.

15. The Contactor shall:

a. Provide tissues boxes and hand towels in Officers rooms.


b. Provide toiletries, liquid soap dispensers, toilet roll dispensers, etc. in wash rooms,
toiletries, C-Fold Towel dispensers, Jumbo Roll dispensers, Soap dispensers etc. in all
designed wash rooms and garbage bins/bags, etc. in all work station wash rooms and
pantries.
c. Arrange for garbage disposal bins and other material required for segregation and
disposal of waste in a professional manner.
e. Provide Waste Management Services when applicable including all equipment,
disposables containers, trolleys etc. complete in all respects.

Contractor No. of Correction Executive Engineer


42
Variations

The Government official incharge may order variations in the scope or quantum of
work through a written variation order. The payment for the variation shall be worked
out on the basis of contract rates for personnel and prorate for additional areas for
equipments, toiletries etc.

Payment Procedure:

Bill will be raised in the first week of the succeeding month in triplicate.

Liquidated damages:

Whenever and wherever it is found that the cleanliness is not up to the mark, it will be
brought to the notice of the supervisory staff of the Contractor by Executive Engineer
and if no action is taken within ONE hour, liquidated damages @ ` 500/- per
complaint shall be imposed. The decision of Superintending Engineer in charge shall
be final, in this regard.

Manpower

a. Any misconduct/misbehavior on the part of the manpower deployed by the


contractor will not be tolerated and such person will have to be replaced by the
contractor at his own costs, risks and responsibilities immediately.

b. The Contractor should ensure to maintain adequate number of personnel and also
arrange a pool of stand by housekeeping staff/supervisor. in case any housekeeping
staff/supervisor absences from the duty, the reliever of equal status shall be provided
by the Contractor from an existing pool of housekeeping staff. In case if suitable
substitute is not provided by the contractor, the amount equal to 350/- Per absentee
per day will be deducted from the payment due to contractor in his monthly payment.

Materials

Any deviation in the material quality and quantity quoted will invoke penalty as
decided by the competent authority. For proper maintenance, suitable cleaning
material which are environment friendly, no harmful to humans and property should
be used.
Risk Clause

The Contractor shall at all times have standby arrangements for carrying out the work
under the Contract in case of failure of the existing arrangement.

Executive Engineer, reserve the right for termination of the contract at any time
by giving one month Written notice, if the services are found unsatisfactory and
also has the right to award the contract to any other selected tenderers at the
cost, risk and responsibilities of Contactor and excess expenditure incurred on
account of this will be recovered by GoM from the Contractor Security Deposit
or pending bill or by raising a separate claim.

• Contractor and its staff shall take proper and reasonable precautions to preserve
from loss, destructions, waste or misuse the areas of responsibility given to them by

Contractor No. of Correction Executive Engineer


43
the Government and shall not knowingly lend to any person or company any of the
effects or assets of the Government under its control.

• In the event of loss/damage of equipments etc. at the premises of the Government


due to negligence/carelessness of Contractor staff, if established after a joint enquiry,
then the Contractor shall compensate the loss to Government. within one week or as
instructed by Executive Engineer or his subordinate.

• The Contractor or its representative/s shall meet Executive Engineer regularly to


take feedback regarding the Housekeeping services. The Contractor will also maintain
a suggestion book for comments on the services rendered by it.

• The Contractor shall, in performing its part of this Agreement, ensure the safety of
the building and the persons working in or visiting the Government's premises and
shall indemnify Government for any loss or damage caused by any act of the
Contractor or its employees or staff etc.

• The Contractor shall not assign or sublet this Agreement or any part thereof to any
third part without the approval of the Government. However, he may use the services
of associates for providing the services in which case the contractor shall be
responsible for the performance and all acts of the associates as though they were his
own.

• In every case the Contractor shall make alternative arrangements for meeting his
contractual responsibilities of the Sub Contractor/Associate.

• Measure of success will be based on the feedback from External Customers will be
recorded and be submitted by the Contractor.

• Appointment of Facility Manager will be done in consultation with Executive


Engineer and must be approved by them.

• Training on behavior aspects and ethics must be done regularly. Government's ways
of working should be communicated to all contract staff. Training report of the same
must be submitted once in a month.
Dispute Settlement:
It is mutually agreed that all differences and disputes arising out of or in connection
with this Agreement shall be settled by mutual discussions and negotiations if such
disputes and differences cannot be settled and resolved by discussions and
negotiations then the same shall be referred to the Superintending Engineer of Circle
whose decision shall be final and binding on both the parties.

Contractor No. of Correction Executive Engineer


44

SECTION-5

I / we hereby tender for the execution the Governor of

Maharashtra (here in before and hereinafter referred

to as "Government/Client") of the work specified in

the under written memorandum within the time

specified in such memorandum at the rate quoted by

♣ In figure as well as me at specified place provided online in envelope No


in words
. (E-2) and in accordance in all respects the annexed

conditions of contract

Contractor No. of Correction Executive Engineer


45

(a) If several sub-works are 1. (a) General Description


included they should be Outsourcing of P.W.Sub Dn. & Rest House Ghatanji
Distt Yavatmal ( For Year 2018-19 ) (FOR PERIOD OF
detailed in separate list . Twelve MONTHS) Rs.5,02,632/-

(b) Estimated cost: Rs. 5,02,632/-

(C)The amount of earnest - money (c) Earnest Money: Rs 5,500/-


to be deposited shall be in
accordance with the provisions
of paras 206 & 207 of the
M.P.W. Manual.
(d) This deposit shall be in (d) Security Deposit
accordance with paras 213 and i)cash (not less than the Rs. 11,000/-

214 of M. P. W. Manual. amount of earnest money)

ii) To be deducted from


current bills Rs. 11,000/-
Total Rs. 22,000/-

e) This percentage where no (e) Percentage, if any to be deducted from bills so as


security deposit is taken to make up the total amount required as security
will vary from 5 to 10% deposit by the time, half the work, as measured by
according to the the cost is done.
requirements of the Case 4 (four) percent
Where security deposit is taken (f) Time allowed for the work from date of written
see note to Clause 1 of order to commence 12 (Twelve) calendar months
conditions of contract. (Including Monsoon Season)
(f) Give schedule where
necessary showing dates by
which the various items are to
be completed.

Contractor No. of Correction Executive Engineer


46

2) I / We agree that this offer shall remain open for


acceptance for a minimum period of 120 days from the
date fixed for opening the "same” means envelope No.2 and
thereafter until it is withdrawn by me/us by notice in
writing duly addressed to the authority opening the
tenders and sent by registered post A. D. or otherwise
delivered at the office of such authority.
“Treasury” Challan No.-------------
dated________________ in / or Term Deposit Receipt for a
period of one year receipt No. …………………….. dated
……… in respect of sum of [Rupees …………………………..
only.) representing the earnest money is herewith
forwarded. The amount of earnest money shall not bear
interest and shall be liable to be forfeited to the
Government should I/We fail to (i) abide by the stipulation
to keep the offer open for the period mentioned above or
(ii) Sign and complete the contract documents as required
by the Engineer and furnish the security deposit as specified
in item (d) of the memorandum contained in paragraph (i)
above within the time limit laid down in Clause (1) of the
annexed General conditions of contract. The amount of
earnest money may be adjusted towards the security deposit
or refunded to me/us if so desired by me/us in writing,
unless the same or any part thereof has been forfeited as
aforesaid.

3) I / We have secured exemption from payment of earnest


money after executing the necessary bond in favour of the
Government a true copy of which (exemption certificate
with bond) is enclosed herewith. Should any occasion for
forfeiture of earnest money for this work arise due to
failure on my/our part to (i) abide by the stipulation to keep
the offer open for the period mentioned above or (ii)sign
and complete the contract documents and furnish the

Contractor No. of Correction Executive Engineer


47
security deposit as specified in item (d) of the
Memorandum contained in paragraph (i) above within the
time limit laid down in clause (1) of the annexed General
conditions of the contract the amount payable by me/us
may at the option of the Engineer, be recovered out of the
amount deposited in lumpsum for securing exemption in
so far as the same may extend in terms of the said bond and
in the event of the deficiency out of any other moneys
which are due or payable to me/us by the Government
under any other contract or transaction of any nature
whatsoever or otherwise.
4) Should this tender be accepted I / We here by agree to
abide by and fulfil all the terms and provisions of the
conditions of contract annexed hereto so far as applicable,
and in default thereof to forfeit and pay to Govt. the sums
of money mentioned in the said conditions.
◎Signature of ◎Contractor..............................................Address ........................
Contractor
...........................................................................................................
before
submission of ....................................................................................
tender.
# Signature of Date the................ the day of .......................2016.
witness to
# (Witness)......................................................
contractor's
signature. Address:.............................................................................................
.....
(Occupation).......................................................
The above tender is hereby accepted by me for and on behalf of the Governor of

Maharashtra.

…………………………………………………………………………………………

…………………………………………………………………………………………

………………………………………………………..

Executive Engineer,
Public Works Division,Yavatmal.
Signature of the officer by whom accepted

Dated Day of ........................ 2016 ....................

Contractor No. of Correction Executive Engineer


48
Resources Requirement
The Contractor should have following manpower for operation.
Number of Manpower to be deployed / Daily
SR.NO DESCRIPTION OF ITEM No of Unit
1 Providing Services as Office Cleaner boys 04

2 Providing Services as Toilet cleaner boys 04

3 Providing Services as Campus Cleaner 02

Note :- If during the operative period of the Contract (including renewal period )
Contractor needs to deployed extra manpower according to situation such
as VIP’s and / or VVPI’s program / stay in the Circuit House before
taking prior permission of Engineer in charge. The payment of extra
manpower deployed by the contractor shall be paid separately as per
sanction of Engineer in charge.

List of Cleaning Materials (Quantity Per Month)

Sl.No. Items Qty.


1. Hygienic Surface cleaner 20 Ltr
2. Glass Cleaner 5 Ltr
3. Soft Broom 10 Nos
4. Hard Broom 10 Nos
5. Spray Bottle 12 Nos
6. Surface line scale Remover 5 Ltr
7. Furniture maintance 5 Nos
8. Room Freshners 17 Nos
9. Dust Bin Bag 417 Nos
10 Hand Gloves 10 Nos
11 Mask 10 Nos
12 Plastic Brush 10 Nos
13 Duster Cloth 167 Nos.
14 Toilet Roll 08 Nos
15 Nylon Scrubber 20 Nos
16 Steel Scrubber 20 Nos
17 Toilet bowl Cleaner 02 Nos
18 Bathroom Cleaner 04 Nos
19 Toilet Hycum Bands 167 Nos
20 Napthin Ball 1 Nos
21 Odonil 12 Nos
22 Toilet Soap 200 Nos
23 Bath soap 200 Nos

Contractor No. of Correction Executive Engineer


49
Note -
The required quantities of cleaning material and aids for the month shall be procured
and shall be stored in the store room and issue to the staff daily as required.
Computerized records shall be maintained which shall be opened to inspection by
GoM staff during working hours.

Covered trolleys, Dustbins, dustpan, mops, buckets, wipers, gloves, dusters,


scrubbers, sponge, brooms, brushes, safety gear etc. to be provided by the Contractor
as required.

House Keeping Service

The aim and objective is to provide a high level of a clean, hygienic and presentable
look to the entire area. Pre designated managers / supervisors of the contractor will
supervise the awarded work. The contractor has to ensure that the staff deployed is
dressed in neat and clean uniform approved by the officials. Executive Engineer will
monitor the entire work and staff deployed by the selected tenderers.

(a) Daily services

Housekeeping / cleaning services should be done daily 7-days a week at


regular intervals, so that the areas covered under the contract remain, spic and span all
the time, working hours should be adjusted in such a manner that cleaning work do
not cause inconvenience to the guests. Contractor will arrange manpower for special
VIP visits.

1. Cleaning, dusting, vacuuming and disinfecting of floors, walls and ceilings,


removal of waste and any other garbage from the entire area covered under the
contract ( such as halls, conferences rooms, committee rooms, office rooms, cabins,
cubicles, etc. ).

2. Sweeping, cleaning, mopping with disinfectant cleaner of area covered under the
contract including all staircases, cabins, lobbies, reception, training rooms, office
rooms, meeting rooms, security office and other areas as covered in the contract.

3. Cleaning of baskets, wastepaper baskets, cob-webs, etc. and disposing off all the
collecting refuse at designated site on daily basis.

4. Dusting of computer systems and their peripherals, all doors and windows,
furniture, fixtures, fans, equipments, accessories etc. and cleaning of all window
glasses and grills. Cleaning and dusting of window panes / Venetian blinds/curtains.

5. Spraying Room Fresheners in all rooms on a daily basis at regular intervals.

6. Scrubbing / cleaning of toilets, wash basins, sanitary fittings, glasses, toilets, floors,
etc.

7. Cleaning and disinfecting all vitreous fixtures including toilets, bowls, urinals,
sinks, toilet seats, containers etc. Brush thoroughly to include below water level and
under rims including areas at hinges and cistern handles. Re-stock toiletries, which
include liquid hand soap, toilet rolls, air fresheners, sanitary cubes, naphthalene balls

Contractor No. of Correction Executive Engineer


50
in toilets, etc. after daily check-ups in the morning, afternoons and on call basis
during daytime.

8. Cleaning and dusting of electrical switchboards, light fixtures, fans, air conditioner
vents, overhead light fixtures, projectors, fire-fighting equipments, nameplates, plant
boxes, doormats etc.

9. Placing garbage bags in all garbage bins to avoid stains and stinks and clear them
on daily basis.

10. check and remove hairs, dust, dirt or any such object from anywhere in area
covered under the contract.

11. Cleaning, dusting, scrubbing of pantries, reception, security rooms, training halls,
committee rooms, computer labs, etc.

12. Cleaning of all open areas between the building and boundary including sweeping
of roads, lawns, paths, cleaning open drains etc. as directed by the Additional
Resident Commissioner.

(b) Waste Disposal Management

The contractor will ensure collection, mechanized screening / segregation of dry and
wet garbage in the earmarked area. The contractor will also ensure segregation of bio
degradable and non bio degradable garbage. Finally, the contractor will arrange to
suitably transport and dispose garbage from the earmarked area to the nearest
corporation bin outside each premise.

The contractor shall keep suitable size and specification bins at the collection area.

The contractor will employ his staff for the collection / disposal work. The garbage
will have to be disposed off at least twice a day. The contractor will also arrange for
the garbage bags, prepare a flowchart indicating the method of collection / disposal,
etc.

(c) Weekly Services

The deep cleaning of the entire area will be done by the contractor once a week as
under:-

1. Dusting of entire area including windows / windowpanes / doors / ledges, etc.

2. Thorough cleaning / sweeping / washing / mopping with disinfectant cleaners of all


floors, staircases and toilets. Scrubbing of all floors and ceramic tiles base. Cleaning
of ceiling and high walls, removal of wash stains on walls, cleaning of roofs, porches
etc.
3. Cleaning of sanitary fittings, toilets drain pipes etc. in the toilets with standard
cleaning material.
4. Cleaning of all windows glasses and grills with detergents / cleaning agents.
5. Washing of outside area with High Pressure Jet Machine.
6. Clean all chrome fittings, glass frames, soap holders etc. to a shiny finish.
7. The Tenderer will make a cleaning programme and submit to GoM for weekly
cleaning so that GoM’s concerned official / Incharge for the particular area can be

Contractor No. of Correction Executive Engineer


51
deputed on the day of cleaning to make the area available and supervise the cleaning
work.
8. The contractor will work in the specified area mentioned in the scope of work.
9. The contractor will provide the duty register to GoM as required.

(e) Housekeeping Monitoring and Control

For better management and smooth services the following monitoring mechanism will
be adopted by the contractor.

1. Toilets Checklist

This is to be attached on the back of the toilet door. It is to be filled up by the


contractor
supervising staff on duty daily.

2. Management / Housekeeping Service Requirements / Complaints Report


This is to be filled up by the management and administrative staff of the contractor
who receive / observe the complaints / requirements for any of the services. All
suggestion, complaints related to services or staff deployed by the contractor will be
registered at the on the computer provided to the contractor and reported to caretaker.
The contractor will take immediate action to resolve the same failing which the
penalty clause will be invoked.

3. Housekeeping Services Complaints Register


This register is to be completed on the basis of information received by the
housekeeping Manager through the inspection of the site, material on site, attendance
sheet of the staff, weekly report, client letter / fax / e-mail, verbal complaints from
Manager, etc. and necessary action is to be taken.

4. Catering Services
1. Fully equipped kitchen with modern gadgets and 3dining halls in the respected Rest
Houses will be placed under the disposal of successful Bidder for providing
catering services.
2. Fix kitchen & equipment, furniture will be provided the Contractor which shall be
utilized for providing catering services, to the Guests in the Rooms or in the
dinning hall of the respected 1 Circuit Houses
4. No. commercial activities in the premises shall be permissible.
5. In Addition to local Maharashtrian Food items the contractor shall also provide
Indian, , Continental food Items as per the Guest’s demand.
6. The Quality of Food Production and Services of Food shall be supervised by
subordinate staff of Executive Engineer.
7. Quality and Quantity Food and service must be of acceptable standards.
8. Standards of cleanliness to be maintained in the kitchen and dining area must
comply to acceptable standards
9. Prompt and efficient room service to the Guest shall be responsibility of the
Contractor.
10. The contractor shall make good the loss caused to the permanent / temporary
fixtures let for their use during the contract period. The Resident Commissioner

Contractor No. of Correction Executive Engineer


52
shall not be responsible to compensate to the contractor for any loss, or damage of
any kind of its own assets due to theft or loss made in the course of operation of
the intended activity. The contractor has to make good the loss by him/her self.
11. The Executive Engineer reserves rights to alter any of the Terms and
Conditions and to make additions to the existing one and in either case this will
be treated as part of the agreement to be executed.
SECTION – 7
ADDITIONAL SCOPE AND PARTICULAR CONDITIONS FOR GUEST
HOUSE

In case of any differences, these particular conditions of contract supersede the


General conditions of contract. The services shall be provided round the clock on all
days, including holidays:-

The Services include:-


(i) Cleaning of the whole premises including toilets and open areas.
(ii) Wet moping of covered areas.
(iii) Cleaning of window panes and door panels.
(iv) Cleaning and dusting of furniture and fittings.
(v) Vacuum cleaning of all carpets and upholstered furniture.
(vi) Cleaning/sweeping of the entire complex including open space, lawns and land
area
(vii) Maintaining Lawns, Gardens, Trees if any by plantation, watering, refurbishing
of lawn and landscaping, Trimming/ lopping of trees, mowing of lawn etc.
(viii) Maintaining and cleaning drainage system and undertaking repairs thereto
(ix) Deploying qualified and trained people for front office management, operation of
telephone and PBX and Reception/hospitality along with and under the
command of Government staff/contractual appointees as the case may be.
(x) Any other work within the scope of the Manual prescribed for the purpose.

1. ROOM: The contractor shall be responsible for routine cleaning of the guest rooms
everyday in the morning and evening. The contractor shall also maintain cleanliness
in the rooms throughout the day and shall clean the room thoroughly on guest check
out and keep it ready for the next arrival.

(a) THE ROUTINE CLEANING WILL INCLUDE

• Dusting of the furniture in the room including bed, chair, table TV, fridge, etc.

• Sweeping and mopping the entire room with disinfectant solution.

• Cleaning of Toilet and bathroom with a bathroom cleaning solution.

(b) CLEANING OF DISCHARGE OF AN INPATIENT WILL INCLUDE

• Wiping of the furniture and fixtures in the room with a soap solution.

• Sweeping and mopping the entire room with a disinfectant solution.

• Cleaning of Toilet and bathroom with a disinfectant/bathroom cleaning solution.

Contractor No. of Correction Executive Engineer


53
• Reporting any maintenance required in the room.

2. CLEANING OF OFFICES / COMMON UTILITY SPACE/ ROOMS

• The contractor shall remove trash from office dustbins and change the trash liner
every evening before closing hours.

• The offices shall be dry dusted and swept after the closing hours.

• Vacuum cleaning shall be done on carpet and upholstery.

• The worktables shall be cleaned with soap solution in the morning.

• The office shall be mopped with soap solution in the morning.

• Office staff rest rooms / toilets shall be cleaned using soap solution and kept odour
free deodorizer.

3. CLEANING OF CRITICAL AREAS

• All the dustbins shall be washed and lined with colour coded bags in the morning.
The trash
bags shall be changed when it is full.

• The floor shall be thoroughly mopped with a specialized soap solution.

• Toilets / bathrooms shall be cleaned with soap solution and kept odour free using
deodorizer cubes.

• The common area shall be swept and mopped in the morning and at regular intervals
to keep them clean.

4. GLASS WINDOWS and DOORS

• The contractor shall have his staff to clean glass with appropriate soap solution on
weekly basis.

• Internal Glasses shall be wiped with dry cloth to remove fingerprints at regular
intervals.

5. GARBAGE DISPOSAL

The contractor shall collect garbage in specified colour coded bags from all dustbins
and garbage bins existing inside the premises and shall dispose the garbage at the
designated area within the specified location.

Contractor No. of Correction Executive Engineer


54

SECTION-8
DECLARATION

1. I, the undersigned certify that I have gone through the terms and conditions
mentioned in the tender document and undertake to comply with them.

2. The rates quoted by me are valid and binding on me during the period of validity of
the tender.

3. I, the undersigned hereby bind myself to the Executive Engineer Public Works
Division,Amravati, Government of Maharashtra, during the period of contract.

4. The Security deposited by me shall remain in the custody of the Executive


Engineer Public Works Division,Amravati till the expiry of the contract. The
performance Security Deposit will not carry any interest.

5. The conditions herein contained shall form part of and shall be taken as included in
the agreement itself.

6. I shall be responsible to provide all legal benefits to eligible personnel employed by


me.

7. I shall abide by the provisions of Minimum Wages Act 1948 and Contract Labour
Act 1970 and other Labour Laws applicable from time to time.

8. Should any lapses occur from me or on my workers part, while discharging the
services, GoM may cancel my contract and award the work to another agency and the
cost difference may be recovered from me.

09. There is no vigilance/CBI or court case pending against the firm.

10. The decision of the Executive Engineer Public Works Division, Amravati
regarding acceptance/rejection of tender will be final and binding upon me.

Signature of Contractor

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

Contractor No. of Correction Executive Engineer


2

Contractor No. of Correction Executive Engineer

Вам также может понравиться