Sealed Tenders are invited in Two parts i.e. Part ‘A’ (Technical Bid) and Part ‘B’ (Financial Bid) for the following work from the contractors having adequate experience and capabilities to execute such magnitude of similar works.
Tender documents for the above work can be had from the Dept. of Maintenance & Verification Cell on any working day between 10.00 hrs and 16.00 hrs on request from the agency on their printed letterhead on the dates and payment as mentioned above per set in cash (non refundable). The tender document will not be sent by post. In case the last date of sale and / or the date of receipt and opening of tender is declared as Holiday, the respective dates shall be treated as postponed to the next working day, correspondingly.
Earnest Money should be deposited along with the Technical Bid in theform of Cash, Demand Draft, Pay Order, F. D. Receipts of the State Bank of India or Scheduled Bank in favour of Accounts Officer, TMH (Cash to be paid at TMH Cash Counter). Cheques and Bank Guarantees for Earnest Money Deposit will not be accepted.
The contractor shall be required to deposit an amount equal to 5% of the tendered value of the contract as Performance Security within the period prescribed for commencement of work in the letter of award issued to you. Performance Security may be accepted as Bank Guarantee of Scheduled Banks and State Bank of India or F. D. Receipt of The State Bank Of India or Scheduled Bank in favour of Accounts Officer, TMH. The Performance Guarantee shall be endorsed in favoured of Accounts Officer, TMH.
Tenders will be received up to 08/04/2014 at 2.30 p.m. in the Dept. of Maint. & Verification Cell, 1st floor, TMH Main Bldg., Tata Memorial Hospital, Parel, Mumbai – 400 012. Part ‘A’ will be opened on 08/04/2014 on the same day at 15.30 hours in the presence of the attending tenderers. After opening of part ‘A’ tender (Technical Bid) competent Authority shall constitute an inspection team who will visit their office & worksites of ongoing / completed works to evaluate the technical capability of the tenderers based on the following points:-
(a) Financial capability and their turn over during the last 5 years
(b) Technical capabilities of the company in the light of the subject work
(c) Nature of works executed by the tenderer during last 5 years
(d) Work or Purchase Orders alongwith completion certificate
(d) Organizational structure of the company
(e) Assets of the company required to carry out the subject work
(f) Time & quality consciousness
(g) Tendency of the company with regard making extraneous claims and disputes.
(h) Profile maintaining of site and specifications of present tender.
(Preference will be given to agencies carrying out similar types of works).
Part ‘B’ containing Financial Bid will be opened at a later date and the date of opening of Part ‘B’ of the tender will be communicated to successful tenderers who are qualified by technical evaluation.
Conditional Tender offer shall not be considered.
In case the treatment done is not found satisfactory, during the period of contract, the contract will be terminated by giving 30 days prior notice, and the Security Deposit shall stand forfeited without prejudice to rights to take any other action under the terms of contract.
The contractor shall not claim any increase in rates due to rise in cost of raw materials, operational cost etc., and all inclusive charges accepted shall be firm throughout the contract period.
Income Tax & Surcharge as applicable thereon, will be deducted from the total value of work done as per directives of Ministry of Finance. A certificate for such deduction will be issued to you by Accounts Deptt. on request.
The contractor shall abide by the general directives, and conditions of the Contract and contract Health Regulations or any other directives issued by the Management/State/Central Government any other statutory body at any time during the execution of contract. All the liabilities arising out of the any provision of labour acts in force and enacted from time to time shall be contractor’s responsibility.
The contractor shall have license of EPA & the copy of the same should be submitted and shall use chemicals approved by Central Insecticides Board of India.
The contractor shall be required to obtain a license from the Commissioner of Labour under the Contractor Labour (Regulation & Abolition) Act 1970 and the Maharashtra Contract Labour 1917 immediately and to observe and abide strictly by the rules and regulations frame there under, in case the said Act is applicable.
Contractor shall have to comply with all local State/Central and other Government rules, regulations bye-laws etc. and shall be responsible for payment for all fees, duties taxes etc. and such other dues or charges which may be liable under this contract.
Tender will be issued to those who are based in Mumbai only.
The Director / Engineer “E” (Civil), M & V Cell reserves the right to accept the work in full or in part or reject the tender in full or in part without assigning any reason thereof.