•  
  •  
SlideBar

Tender Notice No. TMC/MVC/ARC/2014/05. AMC Contract for Water Purifier (all makes)

 
Tender Notice No. TMC/MVC/ARC/2014/05                        

                          22/12/2014

TATA MEMORIAL HOSPITAL
ENGINEERING DEPARTMENT,
6TH FLOOR, SERVICE BLOCK,
PAREL, MUMBAI – 400 012.

NOTICE  INVITING TENDER

MAINT. & VERIFICATION CELL, 1ST FLOOR, TMH MAIN BLDG.

Sealed  limited 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.

Name of work          : AMC Contract for Water Purifier (all makes)

Estimated Cost       : - Approx. 1.60 Lacs

E. M. D.                      : Rs. 3,000/-

Contract Period      : Annual

Date of sale of tender documents: From 30/12/2014 to 08/01/2015
(excluding Saturdays, Sundays & Holidays).

Date of submission of Tender (Part A & B) – on 09/01/2015 up to 14.30 hrs.in the Dept. of Maint. & Verification Cell, 1st Floor, TMH Main Bldg., Tata Memorial Centre, Parel,  Mumbai – 400 012

Opening of Part ‘A’ (Technical Bid) – on 09/01/2015 at 15.30 hrs.
Validity of Tender   :  90 Days

Earnest Money is required to be furnished in the name of Accounts Officer, TMH by the way of Demand Draft, Pay Order or Cash. Cheque and Bank Guarantee will not be accepted. If the contractor wishes to deposit EMD in cash, then original cash receipt should be attached in the tender. Tender which are incomplete or not accompanied by EMD as specified, will not be considered.

The rates shall be inclusive of all taxes, octroi, excise, VAT etc. in force and no extra will be paid over and the quoted rates. If the rates quoted are net and M.W.C.T. has been shown separately, the same shall be reimbursed on production of proof of payment to the concerned authority only. 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 currency of the contract.

Income Tax at prevailing rates as notified by Ministry of Finance, Government of India will be recovered from the bill/s certificate for the same will be issued by the Accounts Officer on request. Any other taxes / duties will be recovered as per government notifications.

Tenders will be received up to 14.30 hrs on 09/01/2015 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 the same day at 15.30 hours in the presence of the attending tenderers. After opening of part ‘A’ tender, 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) Annual Turnover certified by chartered accountant for last 3 years (b) List of similar works carried out during last 3 years (c) Performance Certificate       (d) Time & quality consciousness (e) Profile maintaining of site and specifications of present tender (f) the agency should be Mumbai based.

Tender document will not be sent by post. Canvassing in connection with tender / quotation is strictly prohibited.(Preference will be given to agencies carrying out similar types of works).

Part ‘B’ containing Financial Bid of tender 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  involving visit to the contractors ongoing / completed work sites,  office.

Conditional Tender offer shall not be considered.                                                       

The security deposit (10% of the Tendered value) will be collected by deduction from the running bills of the contractors at the rate of 10% of gross amount of the bill and the earnest money deposited at the time of tender will be treated as part of the security deposit. The security deposit will also be accepted in the form of Bank Guarantee or Fixed Deposit receipts of scheduled banks or State Bank of India. The security deposit shall be endorsed in favour of Accounts Officer, TMH.

The job entrusted is to be completed in accordance with the time schedule. In case the work done is not found satisfactory the contract will be terminated by giving 30 days 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 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 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.

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.

ENGINEER ‘E’ (CIVIL)
 (MAINT. & VERIFICATION CELL)

 

SPECIAL TERMS & CONDITIONS

SPECIAL TERMS & CONDITIONS

1. All material used shall be good quality having I.S.I. mark and of approved make and shall be approved by the Engineer ‘E’ (Civil) before use.

2. Materials to be used which are purchased from outside shall be stamped by the Security Dept. before entering TMH.

3. All fitting and fixture should be heavy quality and I.S.I. make.

4. All extra items will be based on the prevailing market rates and on the production of original bills and or any other documentary evidence so required.

5. The work should be attended within 24 hrs after receiving the complaint and no work shall be taken up without written approval from the undersigned.

6. No Godown facility or wash place will be given to the contractor to store material in TMH complex.

7. Any deviation in the specification / quantity should be brought to the notice.

D. KORGAONKAR                                                        R. R. RODRIGUES
JR. A. O.                                                                          ENGINEER ‘E’ (CIVIL)

TO BE SUBMITTED ALONG WITH FINANCIAL BID

I / We / M/s  _______________________________________________________

Hereby agree with:

  1. The rates given in the schedule of quantities.

OR

  1. The rates given in the schedule of quantities will be plus / minus __________ (%) percent & inclusive of VAT  

AND / OR  __________ (%) Extra as VAT

( ___________________________________________________________ )
(Should be written in words and figures)

Note: Please Tick whichever is applicable.

 

 

 

Contact Us

TATA MEMORIAL HOSPITAL
Dr. E Borges Road, Parel, Mumbai - 400 012 India
Phone: +91-22- 24177000, 24177300, 24161413
Fax: +91-22-24146937
E-mail : msoffice@tmc.gov.in(for patient care and queries)/cash@tmc.gov.in(for accounts related)/fundraising@tmc.gov.in (for donors and donation related)/registrar@tmc.gov.in(for education and training)/hrd@tmc.gov.in(for administrative - HRD matters) This email address is being protected from spambots. You need JavaScript enabled to view it.

1152355 (21)