100% found this document useful (1 vote)
300 views56 pages

Tender 110

This document is a tender notice for the supply and installation of HVAC systems in two wings of the Shree Vitthal Rukmini Bhakta Niwas Complex in Pandharpur, Solapur. The estimated cost of the project is Rs. 99,87,839. Interested contractors must be registered with the Public Works Electrical Department of Maharashtra in the 'A' class. Bids must be submitted online by June 26, 2019 along with an earnest money deposit of Rs. 1,00,000. The selected contractor must complete the work within 2 months.

Uploaded by

Sanket Kulkarni
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
100% found this document useful (1 vote)
300 views56 pages

Tender 110

This document is a tender notice for the supply and installation of HVAC systems in two wings of the Shree Vitthal Rukmini Bhakta Niwas Complex in Pandharpur, Solapur. The estimated cost of the project is Rs. 99,87,839. Interested contractors must be registered with the Public Works Electrical Department of Maharashtra in the 'A' class. Bids must be submitted online by June 26, 2019 along with an earnest money deposit of Rs. 1,00,000. The selected contractor must complete the work within 2 months.

Uploaded by

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

SHRI.

VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

SHRI VITTHAL RUKMINI TEMPLES COMMITTEE-


PANDHARPUR
LAW & JUDICIARY DEPARTMENT

B-1 TENDER PAPERS


( E-Tender)

-: THE WORK OF:-

SUPPLY & INSTALLATION OF HVAC SYSTEM (VRF) TO WINGS ‘A’ & ‘E’ IN
SHREE VITTHAL RUKMINI BHAKTA NIWAS COMPLEX.

Estimated Amount :- Rs. 99,87,839/-


Security Deposit :- Rs. 4,00,000/-
Earnest Money :- Rs. 1,00,000/-

Tender Notice No. 02 ( E-Tender)

2019-2020
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

DISCLAIMER

1) Detailed Time Table for the various activities to be performed in the e-tendering
process by the Tenderer for quoting their offer is giving in this Tender Document
under "Tender Schedule". Contractor should carefully note down the cut-off dates for
the carrying out each e-tendering process/activity.

,2) Every effort is being made to keep the Website up to date and running smoothly 24
X 7 by the Government and the service Provider. However, Govt. takes no
responsibility, and will not be liable for, the website being temporarily unavailable
due to any technical issue at any points of time.

3) In that event LAW & JUDICIARY DEPARTMENT will not be liable or responsible for
any damages or expenses arising from any difficulty, error, imperfection or
inaccuracy with this Website or any part thereof or any contents or any associated
services.

4) Tenderers must follow the time table of e-tendering process and get their activities of
e-tendering processes done well in advance so as to avoid any inconvenience due
to unforeseen technical problem if any.

5) LAW & JUDICIARY DEPARTMENT will not be responsible for any incomplete
nativity of e-tendering process pf the tenderer due technical error/ failure of website
and it cannot be challenged by way of appeal, arbitration and in 1 the Court of Law.

Contractors must get done all the e-tendering activities well in advance.
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

SHRI VITTHAL RUKMINI TEMPLES COMMITTEE,


PANDHARPUR.
Web -www.vitthalrukminimandir.org

E-TENDER NOTICE NO /02/ FOR 2019-2020. (Online)

Online Tenders (e-tender) in “ B-1” form for the following work is invited by the Executive Officer, SHRI

VITTHAL RUKMINI TEMPLES COMMITTEE, PANDHARPUR., (Phone no. 02186/224466) on Government of

Maharashtra Electronic Tender Management System. http://maharashtra.etenders.in from the registered in

appropriate class of LAW & JUDICIARY DEPARTMENT of Maharashtra State.

The details can be viewed and downloaded online directly from the Government of Maharashtra e-

tendering Portal http://maharashtra.etenders.in on sub portal http:// lajd.maharashtra.etenders.in

Executive Officer
SHRI VITTHAL RUKMINI TEMPLES COMMITTEE,
PANDHARPUR.
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

Tender Notice

SUPPLY & INSTALLATION OF HVAC SYSTEM (VRF) TO WINGS ‘A’ & ‘E’ IN
SHREE VITTHAL RUKMINI BHAKTA NIWAS COMPLEX.

Please Note: All bid related activities (Process) like tender Document Download, Bid
Preparation and Bid Submission will be governed by the time schedule given under Key Dates
below:
Seq
LAJD Stage Vendor Stage Start Date & Time Expiry Date & Time
No

1 Release of tender - 18-06-2019 10:00 18-05-2019 17:30

2 - Tender Download 18-06-2019 17:31 26-06-2019 11:00

3 - Bid Preparation 18-06-2019 12:31 26-06-2019 11:00

Superhash Generation &


4 - 26-06-2019 11:01 26-06-2019 17:00
Bid Lock
Executive Officer’s
Office, Tukaram
5 Pre-Bid Meeting 24-06-2016 Monday
Bhavan,
Pandharpur
Control Transfer of
6 - 26-06-2019 17:01 27-06-2019 17:00
Bid
7 Envelope 1 Opening - 28-06-2019 10:00 29-06-2019 23:00

8 Envelope 2 Opening - 28-06-2019 10:00 29-06-2019 23:00

Dates mentioned here, are scheduled dates for Bid Opening Activities. Any changes in dates of
opening of technical and commercial bids shall be notified in 'Press Notice / Corrigendum' section on
the e-Tendering sub portal of the department before opening of the same.
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

SHRI VITTHAL RUKMINI TEMPLES COMMITTEE,


PANDHARPUR
DETAILED e-TENDER NOTICE
E-TENDER NOTICE NO /10/ FOR 2018-2019. (Online)

-: NAME OF WORK:-
SUPPLY & INSTALLATION OF HVAC SYSTEM (VRF) TO WINGS ‘A’ & ‘E’ IN SHREE
VITTHALRUKMINI BHAKTANIWAS COMPLEX,
PANDHARPUR, DIST. - SOLAPUR.

1. Online percentage rate Tenders in "B-1" form are invited by the Executive Officer, Shri Vitthal Rukmini
Temples COMMITTEE, Tal. Pandharpur (Phone no. 02186/224466) for the following works on
Government of Maharashtra Electronic Tender Management System http://maharashtra.etenders.in
from the Registered contractors in appropriate class of the Public Works (Electrical) Department of
Govt. of Maharashtra State. The name of work, estimated cost, earnest money, security deposit, time
limit for completion etc. are as under

Time Cost of e-
Earnest
Sr. Estimated limit for tender Class of
Name of Work Money
No Cost Rs. Comple Form Fee Contra-ctor
Rs.
tion Rs.
SUPPLY &
INSTALLATION OF
HVAC SYSTEM (VRF) 11,800/- Contractor
Should be "A"
TO WINGS ‘A’ & ‘E’ IN
(Non- Class registered
SHREE 02 Refundable) contractor with
VITTHALRUKMINI 99,87,839/- 1,00,000/- Months the Public
1
BHAKTANIWAS (Including Works Electrical
COMPLEX, GST) Department,
PANDHARPUR (Online Govt of
Mode Only) Maharashtra.
,DIST.- SOLAPUR.

2. Tender form, conditions of contract, specifications and contract drawings can be downloaded from the
e-Tendering portal of LAW & JUDICIARY DEPARTMENT, Government of Maharashtra i.e. https://
lajd.maharashtra.etenders.in after entering the details, payment of Rs. 11,800/- should be paid online
using payment gateway. The fees of tender document will be non refundable. Further information
regarding the work can be obtained from the above office.
3. Attested EMD Exemption certificate, Affidavit on Rs. 100/- stamp paper in prescribed form given in
Annexure I sworn before Executive Magistrate / Notary, Additional Performance Security Deposit
(If required), should be submitted in sealed covers addressed to the Executive Officer, SHRI VITTHAL
RUKMINI TEMPLES COMMITTEE with the name of the work written at the top of the envelope will be
received in the office of the Executive Officer, SHRI VITTHAL RUKMINI TEMPLES COMMITTEE
during Bid Opening. Bids 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.
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

4. The offer of the Contractor shall remain valid for acceptance for a minimum period of 30 days
from the date fixed for opening of Envelope No. 2 ( Main Tender) and thereafter until it is
withdrawn by the Contractor by notice in writing duly addressed to the authority opening
the tender and sent by Registered Post Acknowledgement Due.
5. The tender notice shall form a part of the contract agreement.
6. The tenders are invited on the public works Departmental design only.
7. The tenderer if firm or company shall in their forwarding letter mention the names of all the
partners of the firm or the company ( as the case may be) and the name of the partner who holds
the power attorney if any, authorizing him to conduct transaction on behalf of the Firm or Company.
8. Right is reserved to revise or amend the contract documents fully or part thereof prior to the
date notified or amended for the receipt of tender. Such deviations/ amendments if any, shall
be communicated in the form of corrigendum or by a letter as may be considered suitable.
9. The tenderer shall enter his percentage rates in words and figures " below / above". In case
there is difference between percentage written in figures and words, the lower offer will be taken
as final.
10. No pages should be removed from, added in or replaced in the Tender.
11. Right is reserved to reject any or all tenders without assigning any reason thereof.
12. Tenders who do not fulfill all or any conditions or are incomplete in any respect are liable to
summary rejection.
13. The Tenderer may, in the forwarding letter, mention any points he may wish to
make clear but right is reserved to reject the same of the whole of the tenders if the same become
conditional tender thereby.

Executive Officer
SHRI VITTHAL RUKMINI
TEMPLES COMMITTEE, PANDHARPUR.
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

SHRI VITTHAL RUKMINI TEMPLES COMMITTEE, PANDHARPUR.

Original Agreement No. : B-1/

Name of Work : SUPPLY & INSTALLATION OF HVAC SYSTEM (VRF) TO


WINGS ‘A’ & ‘E’ IN SHREE VITTHALRUKMINI
BHAKTANIWAS COMPLEX, PANDHARPUR
,DIST.- SOLAPUR.

Name of Contractor :

Number & Date of Work :


Order

Amount put to Tender : Rs. 99,87,839/-

Percentage quotes :

Amount of Contract :

Date of Commencement :

Time stipulated for : 02 (TWO Months)


Completion of work

Date of completion as per :


Agreement

Actual date of completion :

Reference to sanction of :
Tender.
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

DETAILS OF WORK

Name of Work: SUPPLY & INSTALLATION OF HVAC SYSTEM (VRF) TO WINGS ‘A’ & ‘E’ IN
SHREE VITTHALRUKMINI BHAKTANIWAS COMPLEX, PANDHARPUR,
DIST.- SOLAPUR.

Estimated cost of work : Rs. 99,87,839/-

Earnest Money : Rs. 1,00,000/-

Term Deposit Receipt of Schedule Bank / Nationalized Bank / State Bank of India Challan or
Valid E.M.D. Exemption Certificate duly attested shall be uploaded at the time of submission.
Total Security Deposit 4% ( Four Percent).

(i) Initial Security Deposit : Rs. 2,00,000/-


(ii) and Further Security Deposit to be deducted from bills. : Rs. 2,00,000/-

Total Security Deposit : Rs. 4,00,000,/-

Registration Class of Contractor : Class-A (Electrical Contractor)


SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

TO BE FILLED BY THE CONTRACTOR


I / We have quoted my / our offer in percentage rate in words as well as figures. I /We
further undertake to enter into contract in regular “B-1” Form of LAW & JUDICIARY DEPARTMENT.

Name and signature of Contractor :-

Power of Attorney holder With complete Address :-

:
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

G ENE R AL

a) Time limit : The work is to be completed within time limit as specified in the Notice
inviting tender which shall be reckoned from the date of written order of commencing the
work and shall be inclusive of monsoon period.
b) Tender Rate : No alteration in the form of tender and the schedule of tender and no
additions in the scope or special stipulation will be permitted. Rates quoted for the tender
shall be taken as applicable to all leads and lifts.
c) Tender Units : The tenderers should particularly note the unit mentioned in the
Schedule "B" on which the rates are based . No change in the units shall be allowed.
In the case of difference between rates written in figures and words , the correct rate
will be the one, which is lower of the two.
d) Correction : No corrections shall be made in the tender documents. Any
corrections that are to be made by crossing the incorrect portion and writing the
correct portions above with the initials of the tenderer.
e) All pages of tender documents , conditions, specifications, correction slips , etc. shall be
initialed by the tenderer.The tender should bear full signature of the tenderer, or his
authorized power of attorney holder in case of Firm.
f) The tendered rates shall be inclusive of all taxes, rates and cases and shall also be inclusive
of all livable in respect of works contract in provision of the Maharashtra Sales Tax/VAT on
transfer of property in goods involved in the execution of works contract Act, 1985
(Maharashtra Act No. XIX of 1985) Maharashtra Act XIX of 1985 clause regarding
turnover tax vide PWD Circular No. CAT 1086/CR-330/Bldg-2 dated 10.06.87.Tender
rates must be inclusive of GST
g) The Income Tax @ 2.30% or percentage in force from time to time or at the rate as
intimated by the competent Income Tax authority shall be deducted from bill
amount whether measured bill, advance payment or secured advance
h) Royalty :- Royalty shall be recovered from R.A. Bills, if Challans of revenue authority is
not submitted at the rates in force from time to time or at the rate as intimated by the
competent Revenue and Forest Department Authority.
i) Employees provident fund Act, minimum wages Act, etc. will be applicable on tenderer. The
amount payable arising due to these will be whole responsibility of the tenderer .Temples
committee will be not be responsible for such any payment.
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

2.0 EARNEST MONEY :

2.1 The EMD Rs. 1,00,000/- if applicable shall be paid via online mode or if exemption
Certificate is available then valid certificate of exemption from payment of earnest money
should be Scanned from original copy, Additional (performance ) Security (if required )
(Copy to be Submitted as per the tender schedule).
2.2 Scanned copy of Valid earnest money exemption certificate will also be accepted
in lieu of earnest money deposit,. The tenderers who are exempted from payment of
earnest money deposit should attach attested copy of certificate from Government of
Maharashtra regarding exemption from the payment of earnest money.

2.3 Tender of those who do not deposit earnest money in one of the above
acceptable forms shall be summarily rejected. Earnest money in any other form of
cash or Cheque will not be accepted.

2.4 The amount of earnest money will be refunded to the unsuccessful tenderer on deciding
about the acceptance or otherwise of the tender or on expiry of the validity period
whichever is earlier.
In case of the successful tenderer, it will be refunded on his paying the initial
security deposit and completing the tender documents or will be transferred towards a part
of security deposit to be paid after awarding of the work. If successful tenderer does
not pay the security deposit in the prescribed time limit and complete the
agreement bond, his earnest money deposit will be forfeited to the Committee.

2.5 Earnest money of the un-successful tenderers will be refunded on their


application only after an intimation of rejection of their tender is sent to them or on the
expiry of the validity period whichever is earlier.

3.0 TENDERING PROCEDURE

3.1 Blank Tender Forms

Tender Forms can be purchased from the e-Tendering Portal of LAW & JUDICIARY
DEPARTMENT, Government of Maharashtra i.e. https:// lajd.maharashtra.etenders.in after
paying Tender Fees via online mode as per the Tender Schedule.

3.2 Pre-Tender Conference (if applicable)


3.2.1 Online or in the office of Executive officer on the DT. 26/06/2019 raised any technical
points on or before up to 1 2 . 00 pm. Pre-tender conference is open to all
prospective tenderers who have downloaded tender form before the date of Pre-tender
Conference. wherein prospective Tenderers will have an opportunity to obtain
clarifications regarding the work and the Tender Conditions. The prospective tenderers
may also post their queries only using post query option for the tender.

3.2.2 The prospective tenderers are free to ask for any additional information or
clarification either in writing or orally concerning the work, and the reply to the same
shall be uploaded on the portal http://lajd.maharashtra.etenders.in and this clarification
referred to as Common Set of Conditions/Deviations (C.S.D.), shall form part of
tender documents and which will also be common and applicable to all tenderers.
The point/points if any raised in writing and/or verbally/ online by the contractor in
pretender conference and not finding place in C.S.D. issued after the pre- bid
conference, is/are deemed rejected. In such case the provision in NIT shall prevail. No
individual correspondence will be made thereafter with the contractor in this regard
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

3.2.3 The tender submitted by the tenderer shall be based on the clarification, additional
facility offered (if any) by the Department, and this tender shall be unconditional.
Conditional tenders shall be summarily REJECTED.

3.2.4 All tenderers are cautioned that tenders containing any deviation from the
contractual terms and conditions, specifications or other requirements and
conditional tenders will be treated as non responsive. The tenderer should clearly
mention in forwarding letter that his offer (in envelope No. 1& 2) does not contain any
conditions, deviations from terms and conditions stipulated in the tender.

3.2.5 Tenderers should have valid Class II / III Digital Signature Certificate (DSC) obtained
from any Certifying Authorities. In case of requirement of DSC, interested
Bidders should go to
http://maharashtra.etenders.in/mah/DigitaICertLasp and follow the procedure
mentioned in the document 'Procedure for application of Digital Certificate'.
3.2.6 The Tenderers have to make a payment of Rs 1058/- online as service charges for the
use of Electronic Tendering during Online Bid Data Decryption and Re- encryption
stage of the Tender.
3.2.7 For any assistance on the use of Electronic Tendering System, the Users may call the
below numbers:
Landline No. - 020 - 25315555

3.2.8 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'

3.3 Guidelines to Bidders on the operations of Electronic Tendering System of LAW


& JUDICIARY DEPARTMENT.

All the contractors registered in appropriate class and willing to participate in e-


tendering process shall enroll their name/ Firm on the portal

http://maharashtra.etenders.in for download of tender documents etc.

3.4 Pre-requisites to participate in the Tenders processed by lajd:

1. Enrolment and Empanelment of Contractors on Electronic Tendering System:

The Contractors interested in participating in the Tenders of LAW & JUDICIARY


DEPARTMENT -processed using the Electronic Tendering System shall be
required to enroll on the Electronic Tendering System to obtain User ID.

After submission of application for enrolment on the System, the application


information shall be verified by the Authorized Representative of the Service Provider.
If the information is found to be complete, the enrolment submitted by the Vendor shall
be approved.

For participating in Limited and Restricted tenders the registered vendors have to apply
for empanelment on the sub-portal of lajd in an appropriate class of registration. The
empanelment will have to be approved by the respective officer from the Temples
Committee. Only empaneled vendors will be allowed to participate in such tenders.

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 Electronic Tendering System.
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

2. Obtaining a Digital Certificate:

The Bid Data that is prepared online is required to be encrypted and the hash value of
the Bid Data is required to be signed electronically using a Digital Certificate (Class
- II or Class - III). This is required to maintain the security of the Bid Data and also to
establish the identity of the Contractor transacting on the System.

The Digital Certificates are issued by 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 Digital
Certificate.

Bid data / information for a particular Tender may be submitted only using the Digital
Certificate which is used to encrypt the data / information and sign the hash value
during the Bid Preparation and Hash Submission stage. In case during the process of
preparing and submitting a Bid for a particular Tender, the Contractor loses his/her
Digital Signature Certificate (i.e. due to virus attack, hardware problem, operating
system problem); he / she may not be able to submit the Bid online. Hence, the
Users are advised to store his / her Digital Certificate securely and if possible, keep
a backup at safe place under adequate security to be used in case of need.

In case of online tendering, if the Digital Certificate 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 of the firm (and in case the
applicant is a partner, another partner in the same form is required to authorize) to use
the digital certificate as per Indian Information Technology Act, 2000.

Unless the Digital Certificate 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. The Digital Signature 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 Digital Signature Certificate. The
procedure for application of a Digital Signature Certificate will remain the same for the
new Authorized User.

The same procedure holds true for the Authorized Users in a 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.
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

For information on the process of application for obtaining Digital Certificate,


the Contractors may visit the section Digital Certificate on the Home Page of the
Electronic Tendering System.

3. Recommended Hardware and Internet Connectivity:

To operate on the Electronic Tendering System, the Contractors are


recommended to use Computer System with at least 1 GB of RAM and
broadband connectivity with minimum 512 kbps bandwidth.

4. Set up of Computer System for executing the operations on the Electronic


Tendering System:

To operate on the Electronic Tendering System of Government of


Maharashtra, the Computer System of the Contractors 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.

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.

5. Payment for Service Provider Fees:

In addition to the Tender Document Fees payable to Temples Committee, the


Contractors will have to pay Service Providers Fees of Rs.1,092/- through online
payments gateway service available on Electronic Tendering System. For the list
of options for making online payments, the Contractors are advised to visit the link E-
Payment Options under the section ‘E-Tendering Toolkit for Bidders’ on the Home
Page of the Electronic Tendering System.

3.5 Steps to be followed by Contractors to participate in the e-Tenders


processed by PWD

1. Preparation of online Briefcase:

All Contractors enrolled on the Electronic Tendering System of Government of


Maharashtra are provided with dedicated briefcase facility to store documents / files in
digital format. The Contractors can use the online briefcase to store their scanned
copies of frequently used documents / files to be submitted as a part of their bid
response. The Contractors are advised to store the relevant documents in the
briefcase before starting the Bid Preparation and Hash Submission stage.
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

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.

It is mandatory to upload the documents using the briefcase facility. Therefore, the
Contractors are advised to keep the documents ready in the briefcase to ensure timely
bid preparation.

Note: Uploading of documents in the briefcase does not mean that the documents
are available to Temples Committee at the time of Tender Opening stage unless the
documents are specifically attached to the bid during the online Bid Preparation and
Hash Submission stage as well as during Decryption and Re- encryption stage.

2. Online viewing of Detailed Notice Inviting Tenders:

The Contractors can view the Detailed Tender Notice along with the Time Schedule
(Key Dates) for all the Live Tenders released by lajd on the home page of lajd e-
Tendering Portal on http:// lajd.maharashtra.etenders.in under the section Recent Online
Tender.

3. Download of Tender Documents:

The Pre-qualification / Main Bidding Documents are available for free downloading. However to
participate in the online tender, the bidder must purchase the bidding documents via online
mode by filling the cost of Tender Form Fee.

4. 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 get way .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 preparation. If the payment is not realized with bank, in that case
system will not be able to validate the payment and will not allow the bidder to complete his Bid
Preparation stage resulting in nonparticipation in the aforesaid e-Tender.
Note: * Realization 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 e-
Payment Gateway can be downloaded from e-Tendering portal.

PG. 15
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

Notes:

a. The Contractors upload a single document or a compressed file containing multiple


documents against each unloadable option.
b. The Hashes are the thumbprint 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 Digital
Certificate issued any Certifying Authority. The Contractors are required to obtain
Digital Certificate in advance.
d. After the hash value of bid data is generated, the Contractors cannot make any change /
addition in its bid data. The bidder may modify bids before the deadline for Bid

Preparation and Hash Submission as per Time Schedule mentioned in the Tender
documents.
e. This stage will be applicable during both, Pre-bid / Pre-qualification and
Financial Bidding Processes.

5. 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 Contractors has lapsed, the Tender will be closed by the Tender
Authority.

The Tender Authority from Temples Committee shall generate and digitally sign the
Super Hash values (Seals).

6. Decryption and Re-encryption of Bids (submitting the Bids online):

After the time for generation of Super Hash values by the Tender Authority from
Temples Committee has lapsed, the Contractors have to make the online payment of
Rs. 1,092/- towards the fees of the Service Provider.

After making online payment towards Fees of Service Provider, the Contractors are
required to decrypt their bid data using their Digital Certificate and immediately
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.

Note: The details of the Processing Fees shall be verified and matched during the
Technical Opening stage.

At this time, the Contractors are also required to upload the files for which they generated
the Hash values during the Bid Preparation and Hash Submission stage.

PG. 16
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

The Bid Data and Documents of only those Contractors who have submitted their Bid
Hashes (Seals) within the stipulated time (as per the Tender Time Schedule), will be
available for decryption and re-encryption and to upload the relevant documents from
Briefcase. A Contractor who has not submitted his Bid Preparation and Hash Submission
stage within the stipulated time will not be allowed to decrypt / encrypt the Bid data /
submit documents during the stage of Decryption and Re encryption of Bids (submitting the
Bids online).

7. Short listing of Contractors for Financial Bidding Process:

The Tendering Authority will first open the Technical Bid documents of all Contractors
and after scrutinizing these documents will shortlist the
Contractors who are eligible for Financial Bidding Process. The shortlisted Contractors
will be intimated by email.

8. Opening of the Financial Bids:

The Contractors may remain present in the Office of the Tender Opening Authority at
the time of opening of Financial Bids. However, the results of the Financial Bids of all
Contractors shall be available on the l a j d e-Tendering Portal immediately after the
completion of opening process.

9. Tender Schedule (Key Dates):

The Contractors are strictly advised to follow the Dates and Times allocated to each stage
under the column "Contractor Stage" as indicated in the Time Schedule in the Detailed
Tender Notice for the Tender. All the online activities are time tracked and the Electronic
Tendering System enforces time-locks that ensure that no activity or transaction can 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
Terms and Conditions For Online-Payments
The Terms and Conditions contained herein shall apply to any person (“User”) using the
services of lajd 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 lajd Maharashtra website i.e. http://
lajd.maharashtra.etenders.in. Each User is therefore deemed to have read and accepted
these Terms and Conditions.
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.
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.

PG. 17
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

Please be aware, however, that Merchant will release specific personal information about the
User if required to do so in the following circumstances:
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.
General Terms and Conditions For E-Payment
1. Once a User has accepted these Terms and Conditions, he/ she may register on Merchant’s
website and avail the Services.
2. 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.
3. 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.
4. 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.
5. 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.
6. 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 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.
7. 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.
8. 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.
9. 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:
i. In case the Bank Account appears to be debited, ensure that he/ she does not make the
PG. 18
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

payment twice and immediately thereafter contact Merchant via e-mail or any other mode of
contact as provided by Merchant to confirm payment.
ii. In case the Bank Account is not debited, the User may initiate a fresh transaction to make
payment. 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.
Limitation of Liability
1. 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.
2. 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.
3. 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:
(I) 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
(ii) any interruption or errors in the operation of the Payment Gateway.
4. 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.
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.
Miscellaneous Conditions :
1. Any waiver of any rights available to Merchant under these Terms and Conditions shall not
mean that those rights are automatically waived.
2. 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.
3. 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.
4. 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.
5. 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;
i. Choose a new password, whenever required for security reasons.
ii. Keep his/ her User ID & Password strictly confidential.
PG. 19
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

iii. Be responsible for any transactions made by User under such User ID and Password.
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.
Debit/Credit Card, Bank Account Details
1. 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.
2. 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:
i. The User is fully and lawfully entitled to use such credit / debit card, bank account for
such transactions;
ii. The User is responsible to ensure that the card/ bank account details provided by him/
her are accurate;
iii. The User is authorizing debit of the nominated card/ bank account for the payment of
Tender Fee and Earnest Money Deposit
iv. 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.
Personal Information
3. 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.
4. 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.
5. 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 Web site 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.
6. The User acknowledges and agrees that his/ her information will be managed in accordance
with the laws for the time in force.
7. 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

PG. 20
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

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.

3.6 HVAC Works

3.6.1 ENVELOPE NO 1 (DOCUMENTS REQUIRED):

Sr. Type of
Brief detailed of document required
no. Document

The first envelope clearly marked as envelope No.-1 shall contain forwarding letter clearly indicating the
following documents.
1. The Blank Tender Fees and EMD if applicable will be paid via online mode or if Compulsory
exemption certificate is available then valid certificate of exemption from payment of
earnest money should be Scanned from original copy.
Scan Copy Registered Electrical Contractor of P.W.D. Govt. of Maharashtra or Compulsory
2
C.P.W.D. in Class “A‟, Valid Company/ Firm Registration Certificate.
4 Scan Copy of Valid G.S.T. Registration. Compulsory
Scan Copy of Permanent Account Number (PAN) allotted by Income Tax Department Compulsory
5
in the name of firm.
6 Scan Copy of Partnership Deed in case of Partnership Firm, Memorandum / Article of If Applicable
Association in case of Company & Power of Attorney.
7 Scan copy of Details of work tendered for & in hand. (Information to be given in Compulsory
Statement- I) (work orders & completion certificate must be attached)
8 Scan copy of the magnitude of works done by the Contractor in Government / Non- Compulsory
Government Sector, out of which the magnitude of one single similar type of work
done by the Contractor not less than Rs 30/- Lakhs (30% of Tender amount)
9 Scan copy Statement showing average Annual Turnover for the last three years Compulsory
(2015-16, 2016-17, 2017-18) of magnitude of Certificate from the registered
chartered accountant, not less than Rs.105/- Lakhs (100% of Tender amount)
(Work Completion Certificate & Performance Certificate )
10 Scan copy of List of Tools and Plant and Machinery available with the Tenderer Compulsory
which will be used for this work.
11 Scan copy of Details of Technical persons on the roll of Tenderer. (Recent copy of Compulsory
muster should be attached in support)
12 Scan Copy of acknowledged income tax return filed last three financial years. Compulsory
(Financial Year 2015-16, 2016-17, 2017-18)
13 Scan copy of The bidder should provide affidavit duly notarized (On Rs. 100/-stamp Compulsory
paper), verifying that neither the Tenderer, nor the OEM have been black listed/
banned / suspended.
14 Scan copy of the affidavit duly notarized (On Rs. 100/-stamp paper), stating that Compulsory
documents submitted in Envolope-1 are true.

PG. 21
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

3.6.2 ONLINE ENVELOPE No.2 TENDER (FINANCIAL BID)

The second online envelope "Envelope No.2" shall contain only the main tender
including the Common Set of Conditions / Deviation issued by the Department after the
pre-tender Conference. A tender submitted without this would be considered as invalid.

The Tenderer should quote his offer duly signed in terms of percentage of
estimated rates at the appropriate place of tender documents to be submitted
only in Envelope No.2 He should not quote his offer any where directly or indirectly
in Envelope No. 1. The contractor shall quote for the work as per details given in
the main tender and also based on the detailed set of conditions issued /
Additional stipulations made by the Department as informed to him by a letter
from Chief Engineer / Superintending Engineer after Pre-Tender Conference. His
tender shall be unconditional.

3.7 SUBMISSION OF TENDER:-

Refer to Section 'Guidelines to Bidders on the operations of Electronic Tendering


System of Public Works Department' for THE WORK OF- SUPPLY & INSTALLATION
OF HVAC SYSTEM (VRF) TO WINGS ‘A’ & ‘E’ IN SHREE VITTHAL RUKMINI
BHAKTANIWAS COMPLEX.

3.8 OPENING OF TENDER:-

On the date, specified in the Tender Schedule, following procedure will be adopted for
opening of the Tender.

(A) ENVELOPE No.1 :- ( Documents)

First of all Envelope No.1 of the tender will be opened online to verify its contents as
per requirements. If the various documents contained in this envelope do not meet
the requirements of the Department, a note will be recorded accordingly by the tender
opening authority and the said tenderers Envelope No. 2 will not be considered for
further action and the same will be recorded.
The decision of the tender opening authority in this regard will be final and binding on
the contractors.

PG. 22
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

B) ENVELOPE No.2: (Financial Bid)

This envelope shall be opened online immediately after opening of Envelope No.1,
only if contents of Envelope No.1 are found to be acceptable to the Department. The
tenderedratesin Schedule 'B' or percentage above/below the estimated
rates shall then be read out. in the presence of bidders who remain present at the time of
opening of Envelope No.2.
b) Earnest money of minimum Rs. 1,000,000/-shall be paid via online using NEFT/RTGS or
payment gateway mode.After Tender opening, the EMD of the unsucessfull bidder will be
returned to account provided by the bidder during the bid prepration as given in challan
under Beneficiary Account Number.

3.9 EARNEST MONEY:

Earnest Money in the form of cheques or any other form except above will not be accepted.
(iii) The amount will be refunded to the unsuccessful tenderers on deciding about the acceptance

or otherwise of the tender. In case of successful tenderer, it will be refunded on his paying initial

Security Deposit and completing the tender documents in form B-1.

(iv) 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. The Security Deposit, additional security deposit etc. in the form of T.D.R. / F.D.R.

issued in the name of Joint Venture Company drawn by scheduled bank having branches in

Maharashtra and endorsed, in the name of The Executive Officer, Shri.Vitthal

Rukmini Mandire Samiti. for the period of one year will be considered

3.10 SECURITY DEPOSIT:

3.10.1 The successful tenderer shall have to pay 50% initial security deposit in cash or in shape
of National Saving Certificate or Fixed Deposit Receipt or Bank Guarantee in favor of
The Executive Officer, Shri. Vitthal Rukmini Temples Committee,
Pandharpur or Bank Guarantees from a Nationalized / Scheduled Banks in the
enclosed form and complete the contract documents failing which his earnest money
will be forfeited to Government. The balance 50% security deposit will be recovered from
the R.A. bill at 4% of the bill amount. Amount of total Security Deposit to be paid shall be
4% of the cost of accepted tender or estimated cost put to tender whichever is higher.

Initial Security Deposit may be in Bank Guarantee Form in format of tender d o c u m e n t


f o r f u l l p e r i o d o f c o m p l e t i o n o f work a n d it should b e extendable up to expiry of
valid extension if any as directed by Engineer-in charge.

3.10.2 All compensation or other sums payable by the Contractor under the terms of this contract
or any other contract or on any account may be deducted from his Security Deposit or from
any sums which may be due to him or may become due to him by Government on any

PG. 23
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

account and in the event of the security being reduced by reason of any such above
noted deductions, the Contractor shall within 10 days of receipt of notice of demand from
the Engineer-in-charge make good the deficit.

3.10.3 There shall be no liability on the Department to pay any interest on the Security
Deposited by or recovered from the Contractor.

3.10.4 The Security Deposit shall be refunded after completion of defect liability period prescribed
for this contract.

3.10.5 In case the tender offer the rates more than 15% Below/above of tender amount, he shall to
pay additional security deposit at the rate of 15% of the amount exceeding 15%
below/above of the tender amount before acceptance of tender for assurance of good
performance if the work such additional security deposit shall paid in the form of team
deposit receipt valid for 18 month of any schedule Bank or nationalized bank EMD shall be
forfeited to the government. If additional security deposit is not remitted additional security
deposit shall be refunded along with final bill. (Reference: - Irrigation Department. Circular
No. Appendix 1097 (105/97) Mantralaya, Mumbai Dated 22 May 1998)

3.11 The tenders who do not fulfill the condition of the notification and the general rules and
directions for the guidance of contractor in the agreement form or are incomplete in any
respect are likely to be rejected without assigning any reason therefore.

3.12 (a) The Tenderers shall be presumed to have carefully examined the drawings,
conditions and specifications of the work and have fully acquainted themselves with all
details of the site, in general with all the necessary information and data pertaining to the
work, prior to tendering for the work.

(b) The data whatsoever supplied by the Department along with the tender documents
are meant to serve only as guide for the tenderers while tendering and the Department
accepts no responsibility whatsoever either for the accuracy of data or for their
comprehensiveness.

3.13 POWER OF ATTORNEY:

If the tenderers are a firm or company, they should in their forwarding letter mention the
names of all the partners together with the name of the person who holds the power of
Attorney, authorizing him to conduct all transactions on behalf of the body, along with the
tender.

3.14 The contractor or the firms tendering for the work shall inform the Department if they appoint
their authorized Agent on the work.

3.15 No foreign exchange will be released by the Department for the purchase of plants and
machinery for the work by the Contractor.

3.16 Any dues arising out of contract will be recovered from the contractor as arrears of Land
Revenue, if not paid amicably. Moreover, recovery of Government dues from the
Contractors will be affected from the payment due to the Contractor from any other
Government works under execution with them.

3.17 All pages of tender documents, conditions, specifications, correction slips etc. shall be
initialed by the tenderer. The tender should bear full signature of the tenderer, or his
authorized power of Attorney holder in case of a firm.

PG. 24
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

3.18 The Income Tax at 2.00 % including surcharge or percentage in force from time to time or at
the rate as intimated by the competent Income Tax authority shall be deducted from bill
amount whether measured bill, advance payment or secured advance.

3.19 The successful tenderer will be required to produce, to the satisfaction of the specified
concerned authority a valid concurrent license issued in his favor under the provisions
of the Contract Labour (Regulation and Abolition) Act
1970 for starting the work. On failure to do so, the acceptance of the tender
shall be liable to be withdrawn and also liable for forfeiture of the earnest money.

3.20 The tenderer shall submit the list of apprentices engaged by the Contractor under
Apprentice Act.

3.21 VALIDITY PERIOD

The offer shall remain open for acceptance for minimum period of 120 days from the Date
of opening of Envelope No.2 (Financial Bid) and thereafter until it is withdrawn by the
contractor by notice in writing duly addressed to the authority Opening the tender and sent
by Registered Post Acknowledgment due.

3.22 The contractor will have to sign the hard copy of the tender papers and the drawings
according to which the work is to be carried out. The contractor 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 the
consideration to all these factors.

PG. 25
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

Project :- “ Shri Vitthal Rukmini Temples Committee’s –


Shri Vitthal Rukmini Bhakta Niwas
At Pandharpur Dist. Solapur

TECHNICAL SPECIFICATION
ENGINEERING BLOCK

VARIABLE REFRIGERANT FLOW /VARIABLE REFRIGERANT VOLUME


GENERAL:

Unit shall be air cooled split type multi-system air conditioner consisting of one outdoor unit
multi indoor units, each having capability to cool independently for the requirements of the
rooms.

Up to 16 different type and capacity indoor units to be connected to one refrigerant circuit
and controlled individually.

Compressors shall be equipped with inverter scroll controller and capable of changing the
rotating speed to follow variations in cooling load.

The unit supplied should be suitable for 415+/-10 Volts. If required the vendor should check
the voltage personally at site before submitting their offer.

Outdoor unit shall be suitable for mix-match connection of following models.


 Ceiling mounted ducted type
 Ceiling mounted cassette type (one way flow)
 Ceiling mounted cassette type (four way flow)
 Ceiling mounted low static duct type.
 Wall mounted type
 Floor standing type

Outdoor unit.

The outdoor unit shall be a factory assembled unit housed in a sturdy weather proof casing
constructed from rust-proofed mild steel panels coated with a baked enamel finish and a coil
guard.

The outdoor unit shall have multiple of Scroll inverter compressors and be able to operate
even in case that one of the compressors is out of order.

The connectable range of indoor units shall be from 0.8HP to 37.5 HP with all outdoor units.

PG. 26
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

The noise level shall not be more than 48 dB(A) normal operation for the cassette while for
High wall and exposed units it shall be 37dB(A) measured horizontally 1m away and 1.5m
above ground.

The outdoor unit shall be modular in design and should be allowed for side by side
installation.

Compressor:

The compressor shall be highly efficient Scroll type and capable of Inverter control. :

 All outdoor units shall have multiple steps of capacity control to meet load
fluctuation and indoor unit individual control. All parts of compressor shall be
sufficiently lubricated stock. Forced lubrication may also be employed.
 Oil heater shall be provided in the compressor casing.
 The Variable compressor shall be at Nominal Capacity at Indore condition.
 Compressor shall be deliver 100% capacity as per mentioned in the BOQ @ 43 Deg
C. (Pandharpur- Solapur)

Heat Exchanger:

The heat exchanger shall be constructed with copper tubes mechanically bonded to
aluminum fins to form a cross fin coil the coils and the aluminum fins shall be covered by anti-
corrosion resin film.

The unit shall be provided with necessary number of direct driven low noise level propeller
type fans arranged for vertical discharge. Each fan shall have a safety guard.

Refrigerant circuit

The refrigerant circuit shall include an accumulator, liquid and gas shut off valves, sight glass
and a solenoid valve. All necessary safety devices shall be provided to ensure the safety
operation of the system. The refrigerant piping /interconnecting cabling has to on in steel
tray.

The equipment must have in built refrigerant stabilization control for proper refrigerant
distribution.

Refrigerant should be R410a Only.

SAFETY DEVICES:

The following safety devices shall be part of the outdoor unit. High pressure switch, low
pressure switch, fan motor safety thermostat, inverter, overload protector, over current
relay, under voltage monitor fusible plugs, fuses.

PG. 27
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

OIL RECOVERY SYSTEM.

Unit shall be equipped with an automatic oil recovery system to ensure stable operation with
long refrigerant piping.

The system must be provided with oil balancing circuit to avoid poor lubrication.

INDOOR UNIT.

Each indoor unit shall be of ceiling mounted ducted type or ceiling mounted cassette type or
High wall type as specified in scope of work. It shall have electronic control valve which
control refrigerant flow rate in respond to load variations of the room. The fan shall be DIDW
of the dual suction multi blade type and statically and dynamically balanced to ensure low
noise and vibration free operation.

 The address of the indoor unit shall be set automatically in case of individual and group
control.
 In case of centralized control, it shall be set by liquid crystal remote controller.

The units shall be ceiling mounted type. The housing of the unit shall be of powder coated
galvanized steel and shall include pre-filter, fan section, coil section etc. The body shall be
light in weight and shall be able to suspend from four corners.

The fan shall be aerodynamically designed DIDW centrifugal type. The fan shall be mounted
directly on motor shaft having supported from housing. The fan shaft shall be statically and
dynamically balanced. The fan shall be direct driven type.

The cooling coil shall be of seamless copper tubes and shall have continuous aluminum fins.
The tubes shall be staggered in the direction of airflow. The fins shall be uniformly bonded to
the tubes by mechanical expansion of the tubes. The coils shall be tested against leaks.

Unit shall have filter cleanable type of resin net (with mold resistant) fixed to an integrally
molded plastic frame. The filter should be slid away type but neatly inserted.

Unit shall have an external supply air outlet flange for connection to damper and duct and
with fresh air intake provision (if required), low gas level detection system.

Each unit shall have an electronic expansion valve which control refrigerant flow rate in
respond to load variations of room. Each unit shall also have a pressure sensor.

The computerized PID control shall be used to maintain a correct room temperature. Each
unit to be provided with microprocessor thermostat for cooling or cooling and heating.

Each unit shall be with wired remote/cordless controller LCD type. The LCD remote controller
shall memorize the latest malfunction code for easy maintenance.

PG. 28
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

CEILING MOUNTED CASSETTE TYPE UNIT

The unit shall be ceiling mounted type. The unit shall include pre-filter, fan section and DX-
coil section. The housing of the unit shall be powder coated galvanized steel. The body shall
be light in weight and shall be able to suspend from four corners. The fan shall be
aerodynamically designed diffuser turbo fan type.

Unit shall have an external attractive panel for supply and return air. Unit shall have four way
supply air grilles on sides and return air grille in center.

Each unit shall have high lift drain pump, fresh air intake provision (if specified) Low gas
detection system and very low operating sound.

All the indoor units regardless of their difference in capacity should have same decorative
panel size for harmonious aesthetic point of view. It should have provision of connecting
branch ducts.

WALL MOUNTED SPLIT TYPE UNIT

The units shall be complete with motors, fans, cooling coils, condenser coils, control package,
cleanable filter, facia grille and casing

INSULATION:

Scope:
The Scope of this section comprises supply and fixing of insulation as specified. All insulating
materials in the form in which it is used and under the condition anticipated shall not ignite,
support combustion or release toxic gases when subject to fire or heat including adhesives.

All adhesives used to stick insulation shall also be non-flammable.

All materials used for acoustical insulation shall be resin bonded fiber glass of density and
thickness as specified or indicated on the drawing. All materials used for acoustical insulation
shall be Armaflex closed cell electrometric nitrite rubber class ‘O’. All sun exposed roof shall
have photothermal under deck insulation of the density and thickness specified.
Manufacturers’ recommendation for application & safety shall be strictly adhered to.

CONTROL:

Each unit shall be provided with Corded /Cordless remote for ON/OFF, temperature setting,
fan speed, louver oscillation.

PG. 29
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

TESTING, BALANCING & COMMISSIONING

Compressors/Condensers/Evaporators etc.

 Complete unit shall be factory tested for leaks.


 Complete unit shall be factory tested for performance at rated conditions.
 All controls shall be tested for proper functioning and set for design value.

Indoor Units:

Blowers

 Dynamic/static balancing of impeller.


 Performance test as per applicable codes.

Coils
 Pneumatic test or as per manufacturer.

Instruments and Controls

 Visual examination.

For Associates Works at Site:

 Inspection of raw materials to be used for fabrication and assembly and inspection of
manufacturer’s certificates.

 Pressure testing of pipe fit used for the refrigerant and water services.

 Pressure testing, leak testing of complete piping network. Condenser for refrigerant/
services.

 Checking of electrical circuits (power & controls) and checking functioning of controls
of refrigerant systems and other circuits of air conditioning system.

 Checking of calibration of controls and instrumentation

 Checking of assemblies for electrical control panel, instruments panels, local


panels (dimensional and functional) annunciator panels etc.

 Inspection of complete electrical installation at site.

 Installation of main equipment’s like compressor, condenser, evaporator.

 Performance testing of complete A.C. System as per specifications.

PG. 30
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

Electrical Equipment:
 Electrical Contractor Scope of work, excluding specified in HVAC BOQ
Performance Tests:

 The installation as a whole shall be balanced and tested upon completion, and all
relevant information, including the following shall be submitted to the architects.
 Electrical current readings, in amperes of full and average load running, and starting,
together with name plate current of each electrical motor.
 Continuous recording over a specified period, of ambient wet and dry bulb
temperatures under varying degrees of internal heat loads and use and occupation,
in each zone of each part of the building.
 Daily records should be maintained of hourly readings, taken under varying degrees of
internal heat load and use and occupation, of wet and dry bulb temperatures. The
current and voltage drawn by each machine.
 Any other readings shall be taken which may subsequently be specified by the
architect.
Miscellaneous:
 The above tests are mentioned herein for general guidance and information only
but not by way of limitation to the provisions of conditions of contract and
specification.
 The date of commencement of all tests listed above shall be subject to the approval of
the Engineer and in accordance with the requirements of this specification.
 The contractor shall supply the skilled staff and all necessary instruments and carry
out any test of any kind on a piece of equipment, apparatus, part of system or on a
complete system if the architect requests such a test for determining specified or
guaranteed data as given in the specification or on the drawings.
 Any damage resulting from the tests shall be repaired and/or damaged
material replaced, all the satisfaction of the Engineer.
 In the event of any repair or any adjustment having to be made, other than normal
running adjustment, the tests shall be void and shall be recommended after the
adjustment or repairs have been completed.
 The contractor must inform the Engineer when such tests are to be made, giving
sufficient notice, in order that the Engineer or his nominated representative may be
present.
 Complete records of all tests must be kept and 3 copies of these and location drawings
must be furnished to the Engineer.
 The contractor may be required to repeat the test as required, should the ambient
conditions at the time not given, in the opinion of the architect, sufficient and
suitable indication of the effect and performance of the installation as a whole or of
any part, as required.

PG. 31
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

TECHNICAL DATA SHEET TO BE FILLED IN BY THE TENDERER

Sr. No. Description Unit

1. Variable Refrigerant Flow Air-cooled units


1.1 Outdoor units

1.1.1 Make and model

1.1.2 HP of Outdoor Unit

1.1.3 Capacity (each) Tons (Nominal)

1.1.4 Quantity Nos.

1.1.5 Type --

1.1.6 Permissible length of


Refrigerant piping

1.1.7 Type of compressor --

1.1.8 No. of compressor No.

1.1.9 No. of inverter compressor

1.1.10 Air entering temp. On Deg C


Condenser

1.1.11 Dimension of Machine mm


(H x W x D)

1.1.12 Current characteristic --

1.1.13 Power input (Total) kW


As per specified IDU connection

1.2 Indoor Units


1.2.1 Manufacturer --

1.2.1.1 Type --

1.2.1.2 Capacity Tons

1.2.1.3 Airflow Min/Max. cfm

PG. 32
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

1.2.2 Sound level Hi/Lo

1.2.3 Overall Dimensions lxwxh

1.2.4 Unit weight kg

1.2.5 is remote controller


(Corded) provided
For each indoor unit Yes/No.

1.3 Local Remote Controller

1.3.1 Detail of operation --

SCOPE & design requirements

SUBMITTAL – FABRICATION DRAWING

The contractor shall prepare all necessary general arrangement and fabrication drawings and
these shall be submitted to the Consultant for comments before manufacture is commenced.
The verification and site checking of all dimensions shall be the responsibility of the HVAC
contractor.

The following details are required for review and approval before commencing any
installation.

 For each drawing, all supply of copper piping & machine work must be accompanied by
computer generated detailed Schedule of materials indicating all relevant pipe sizes,
dimensions and quantities. In addition, summary sheets are also to be provided.

All cutting, folding notching, beading, shearing operations must be done by machines
(CAD/CAM equipment preferred) for accuracy of parts and speed of fabrication. Fabricator to
supply brochures and other documentation showing list of equipment used, manufacturing
processes involved and also Quality Assurance Plan for approval. Exercise special care to
provide light fittings well fabricated, well braced duct work system.

Quality assurance program submittal for ducting & Insulation:

a) Typical piping details, access door details, flexible connections details


b) Typical piping support details,
c) Typical insulation details
d) Material specifications.

PG. 33
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

Quality assurance program submittal and job site inspection.

The consultant/Owner or their authorities reserves the right to peruse the weights,
dimensions etc., of the insulation material supplied. Samples of all insulation materials
specified in various forms shall be submitted by the Contractor. The customer/consultant
shall have the right to reject all supplies, which do not conform to the specification and to the
samples so approved. Each lot of insulation material delivered at site shall be accompanied
with manufacturer’s test certificates for thermal conductivity values and density. Samples of
insulation material at each lot delivered at site shall be subjected at random for approval,
shall be gotten tested for thermal conductivity and density at contractor’s cost. All insulation
work shall be carried out by skilled workman, specially trained in this kind of work.

Sample of sheet from each lot selected at random by the Employer shall be subject to
approval and get tested for thickness and zinc coating at HVAC contractor expenses. Further
any duct run which in the opinion of the Owner/ owner’s representative is of poor
workmanship and not installed properly shall be removed from site and new ducting shall be
provided at HVAC contractor’s cost.

CLEANLINESS DURING DELIVERY & HANDLING

Copper piping shall be stored and handled as per manufacturer’s instruction. During erection,
open ends left on pipes shall be covered with polyethylene sheet or waste sheet at open ends
to prevent ingress of dust and builders rubble inside. All piping work and plant is to be
cleaned thoroughly internally before it becomes inaccessible due to the progress of works.

The contractor shall provide and neatly erect all copper pipe work as shown on drawings or
as may be required to carry out the intent of these specifications and drawings and this work
shall meet with the approval of the

Employer / Engineer-in-charge, in all its parts and details.

PG. 34
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

SPECIAL CONDITIONS OF CONTRACT.

1.0 EXECUTION OF WORK:

The rates furnished in the Schedule of Quantities will apply for the entire
project.
Any item of work which is not covered in the Schedule of Quantities (read with
the General Conditions of Contract) which may be required to be carried out
on site shall be executed by the Contractor and payment for such items of
work shall be made as per the terms indicated in the tender.

No material of any kind will be supplied by the Employer and the Contractor
must take his own arrangements to procure all the required materials
conforming to the relevant Indian Standard Specifications. In the absence of
any Indian Standard Specification for any material, such material shall be the
best of its kind and approved by the Consultant. All materials (including water)
proposed to be used on the works should be got tested by the Contractor at
his cost as may be required by the Consultant from approved laboratory and
test results shall be submitted to Consultant for approval. Only those materials
(including water) approved by the Consultant are to be used on the Works.

2.0 SUPERVISION OF WORK:

The Contractor execution in charge is required to be at site during all working


hours, a competent full time engineer acceptable to the Consultant/Employer
who will be responsible to the Employer for the conduct of the work and who
has authority to receive and act on such instruction as the
Consultant/Employer may give.

3.0 EMPLOYMENT OF LABOUR:

The Contractor will be expected to employ on the Work skilled employees with
Experience of that particular work.

All incidental expenses towards employment of all kinds of labor necessary for
the execution of the works such as compliance with all legislations in respect of
wages and welfare schemes as applicable (such as payment of Minimum
wages, Regulation and Control of contract Labor, ESI scheme, Provident Fund,
etc.) shall be responsibility of the Contractor.

The normal hours of work on the site are from 08.00 hours to 18.00 hours .
Specific permission of the Employer shall be taken for working outside the
normal working hours and on holidays.

All employees of the Contractor, while on duty within the premises, shall wear
Identification badges provided by the Contractor consistent with the security
Rules of the Employer.
PG. 35
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

The Contractor shall ensure that all notices displayed on the Site and any
Instructions issued by the Employer are strictly adhered to by the
Contractor’s Employees.

None of the Contractor’s staff or workmen will be allowed to remain at Site


Except when they are on duty.

4.0 REPORTING:
From the Date of Commencement of the Contract, the Contractor must report
the following information to the Employer in writing. until the Date of
Completion:

Progress achieved.
Expected dates for completion of various phases of the work.

Any actual or potential delay in schedule caused by the action or inaction of


the Employer/Consultant and other Contractors working on site.

5.0. COMPLETION OF WORK:


Before finally leaving the Site upon completion of the works, the Contractor
Shall remove at his cost all his infrastructural facilities like huts, display and
Notice boards, plants, tools, equipment’s, scaffolding and rubbish etc., and the
Site left clean and tidy.

The work shall be deemed to be completed in so far as the Employer is


concerned only upon the Employer providing a Completion Certificate.

6.0 WORKING AND SAFETY REGULATION:


The Contractor will observe all statutory and legal requirement by Central and
State Governments and local bodies applicable to the work as well as any local
Regulations applying to the site made over by the Employer or other authority.

Particular attention is drawn of the following:

a) In case of accident, the Employer will be informed in writing forthwith.


b) The Contractor will strictly follow regulations laid down by Factory
Inspector, Government and State authorities in this regard.
b) Fencing all Contractor’s plant, platform, excavations, pits and providing
Proper access ladder with hand rail for worker to climb to different
levels.
c) Suitable temporary platform with necessary scaffolding/supporting to
be
Installed to protect from falling objects and weld/cutting flame while
working
d) Compliance with all electricity regulations.
e) Compliance with statutory requirements for inspection and testing of
all
PG. 36
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

Lifting appliances and auxiliary lifting gear.

No excavation will be started without the permission of the Employer who will
Inform the Contractor of the position of any pipes or cables known to be
buried
In the area. All excavations must be effectively railed off at all times, or
completely boarded over and properly marked during the hours of darkness
by red warning lamps, and using flame proof warning lamps in non-smoking
areas. During the hours of darkness heaps of debris or material which cannot
be immediately removed must be heaped in such a way so as to leave
adequate pathway.

The Contractor will notify the Employer of his intention to bring on to the site
Any equipment such as space heating or welding apparatus, or any container
Holding or any container holding liquid or gaseous fuel or other substance
which might create a hazard. The Employer will have the right to prohibit the
use of such equipment or to prescribe the conditions under which such
equipment may be used.

The Employer will have the right to inspect any construction plant, and to
forbid its use if in his opinion it is unsuitable or unsafe. No claim arising
therefrom shall Be made by the Contractor nor entertained by the Employer.

The Contractor or anyone acting on his instructions will not bring on to the site
Any radio-active substance or any apparatus using such substance or any X-ray
Apparatus until written permission and direction regarding the use of such
Equipment has been received from Employer.

The Contractor will meet all requirements and act on the instructions of the
Employer where it is necessary to operate a “Permit-to-Work “system.

Where it is necessary to provide and/or store petroleum products or


petroleum Mixtures and explosives, the Contractor shall be responsible for
carrying out such provision and /or storage in accordance with the rules and
regulations laid down in Petroleum Act, 1934, Explosive Act 1948 and
Petroleum and Carbide of Calcium Manual published by the Chief Inspector of
Explosive of India. All such storage shall have prior approval of the Employer.
In case any approvals are necessary from the Chief Inspector of Explosives or
any statutory authorities the Contractor shall be responsible for obtaining the
same.

The Contractor shall have his own firefighting extinguishers and equipment’s
as Per statutory requirements and normal safety regulations.

The Contractor shall be solely responsible for providing all necessary safety
Notices and safety equipment and PPE for the labor that, may be required
under applicable Central,
PG. 37
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

State or Local legislations and such other safety requirements as may be


Deemed necessary by the Employer/Consultant.

Adherence to PPE: Workers and supervisors will be allowed inside the factory
premises only with the P.P.E prescribed by Safety Department

7.0 ELECTRICAL SAFETY REGULATIONS:


In no circumstances will the Contractor interfere with fuses and electrical
Equipment/installation belonging to the Employer.

All Electrical equipment’s/ tools and tackles should be good condition.

Notes for Handing Over

Following instructions / documents shall be supplied in Triplicate (with soft copies


also) During handing over of the site. The final payment against commissioning shall be
released only after completion of the following activities / submission of documents.

A. Air Balancing of the entire system report.


B. As built drawings of the following.
a. Ducting drawing with air quantities indicated for various areas.
b. Plant room / equipment layout.
c. Refrigerant/Ch. water piping layout..
d. Electrical wiring drawing.
e. Electrical Panel drawing

Only those drawing shall be submitted as per the system installed at site.

C. Temperature readings chart, recorded during air balancing (indoor & outdoor).

D. Compressor HP/LP Settings for all compressors in the equipment.

E. Maintenance Manual / Operation Manual.

F. Operating Instruction Board duly laminated.

G. Official Handing Over Report.

H. All submittal (initial test reports) for any BOQ items should be incorporated in this
Document.

All the above shall be handed over (spiral binding set) to the Consultant which shall be
Then forwarded to the Client after duly checking of the same.

8. Warranty : The tenderer has to give 12 month’s comprehensive warranty on the


entire work (High Side + Low Side) from the date of handing over of the equipments to
the client.
PG. 38
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

Delivery Period : 2-3 Weeks from the date of the receipt of the PO by the tenderer.

Completion Period : The total job shall be completed and commissioned within 8
weeks from the date of the receipt of the PO by the tenderer.

Payment Terms : 10% advance against Advance Bank Guarantee, 50% against the
delivery of the material at the site duly certified the concerned authority, 20% against
the installation duly certified the concerned authority, 10% against the commissioning
and handing over and 10% against PBG valid for the period of 1 year from the date of
Handing over the job to the client.

PG. 39
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

SCHEDULE- B

"A" Wing - BILL OF QUANTITIES

The work includes supply, fabrication, erection, testing and commissioning of the complete air-conditioning plant. The
schedule of quantities required for the project has been listed below. The Tenderer Shall fill in the columns of rate and
amount and submit the same along with the proposal. The Tenderer shall clearly adhere to the Technical Specifications,
attached separately & the List Of Approved Makes. No deviations will be accepted by the Owner/Buyer.
TOTAL
UNIT RATE
AMOUNT
SR.NO ITEM DESCRIPTION UNIT QTY
SUPPLY INSTALLATION SUPPLY INSTALLATION

Supply of VRV/ VRF Outdoor


Condensing Units of
following actual capacities
complete with Inverter
Scroll Compressors,
Standard Compressor,
Condenser Coil, Condenser
Fan with VFD, Necessary
Refrigerant Piping with
1
necessary interlocks, Oil
return circuit,
Microprocessor Controller
etc., Capable of running on
R410c / R407a Refrigerant.
(Necessary combination to
submit by the contractor /
supplier), (With Multikits
wherever required)
Note- Derating to consider
as per Phandarpur (solapur)
condition and the
equipment should deliver
actual capacities as
mentioned in BOQ. OEM
confirmation required along
with quote. 43 Deg C.
1.1 68 HP Nos 1 1335000 0 1335000 0

Supply of VRV/ VRF Indoor


Units of following types
complete with Evaporator
Cooling Coil, Blower with
Blower Motor, Electronic
Expansion Valve, Drain
Pump, Inbuilt Controller for
2
communication with the
main microprocessor in the
out door unit, Corded and
Cordless Remote Controller
Facility, Necessary
Refrigerant Piping with
necessary interlocks.
A Hi Wall Type Indoor Unit

PG. 40
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

2.1 1.3 TR - 448 CFM Nos 34 15600 0 530400 0


2.2 1.5 TR - 500 CFM Nos 17 16000 0 272000 0

Supply of Remote Controller


for the VRV/ VRF Indoor
Units of following types
complete with Inbuilt
3
Controller for
communication with the
main microprocessor in the
out door unit.
3.1 Cordless Remote Controller Nos 51 1200 0 61200 0
3.2 Corded Remote Controller RO 0 2650 0 0 0
Central / Master Remote
Controller with required
3.3 Nos 1 35000 0 35000 0
cabling for Various Indoor
Unit mentioned in Sr. No. 2

Supply of Copper Refnet


Joints for the VRV/ VRF
Indoor Units as per the site
4 layout requirements and as Nos 52 6000 0 312000 0
per the manufacturers
design standard
requirements.

Sub Total for Equipment


2545600.0 0.0
Side
GST 28 % 712768.0
Total with GST 3258368.0 0.0
Grand Total with GST -
3258368.00
Supply + Installation

PG. 41
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

"A" Wing - BILL OF QUANTITIES

The work includes supply, fabrication, erection, testing and commissioning of the complete air-conditioning plant. The
schedule of quantities required for the project has been listed below. The Tenderer Shall fill in the columns of rate and
amount and submit the same along with the proposal. The Tenderer shall clearly adhere to the Technical Specifications,
attached separately & the List Of Approved Makes. No deviations will be accepted by the Owner/Buyer.
TOTAL
UNIT RATE
SR.NO ITEM DESCRIPTION UNIT QTY AMOUNT
SUPPLY INSTALLATION SUPPLY INSTALLATION
Unloading, Installation,
Testing, lifting, shifting &
Commissioning of VRV/ VRF
Outdoor Units of following
type & capacities complete
with Rigging, Anchor
Fasteners, Threaded Rods, 2
1
Layered 10mm thick Ribber
Rubber Pads with 24 Gauge
GI Shim in-between, GI Nuts
& Bolts etc., The outdoor
unit shall be supported in all
the four corners and bolted
through to the M S Stand.
1.1 68 HP Nos 1 0 70000 0 70000

Unloading, Installation,
Testing, lifting, shifting &
Commissioning of VRV/ VRF
Indoor Units of following
type & capacities complete
2
with Anchor Fasteners,
Threaded Rods, Rubber
Gourmets, GI Nuts & Bolts,
Canvass for Hide Away Units
etc.,
A Hi Wall Type Indoor Unit
2.1 1.3 TR - 448 CFM Nos 34 0 3000 0 102000
2.2 1.5 TR - 500 CFM Nos 17 0 3000 0 51000

Installation, Testing &


Commissioning of Remote
Controller for the VRV/ VRF
Indoor Units of following
3 types complete with Inbuilt
Controller for
communication with the
main microprocessor in the
out door unit.
3.1 Cordless Remote Controller Nos 51 0 350 0 17850
3.2 Corded Remote Controller Nos 0 0 350 0 0
Central / Master Remote
Controller with required
3.3 Nos 1 0 6000 0 6000
cabling for Various Indoor
Unit

PG. 42
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

Installation, Testing &


Commissioning of Copper
Refnet Joints for the VRV/
VRF Indoor Units as per the
4 Nos 52 0 1000 0 52000
site layout requirements
and as per the
manufacturers design
standard requirements.

Supply, Installation, Testing


& Commissioning of VRV/
VRF Outdoor Units Stands
fabricated out of Mild Steel
(MS) 'C' Channel Section of
minimum 75mm x 50mm x
5mm thick size complete
with minimum 300mm long
legs made of the same 'C'
5 channel with 8mm thick MS LOT 1 30000 12000 30000 12000
Plate at the bottom of the
legs. The MS Plate should
be minimum 150mm x
150mm. 2 Layered 10mm
thick Ribber Rubber Pads
with 24 Gauge GI Shim in-
between shall be installed
below the Condenser Stand
Legs.

Supply, Installation, Testing


& Commissioning of
Communication Cabling
between VRV/ VRF Indoor &
Outdoor Units. The Control
Cable used shall be
minimum Sheathed multi
stranded cable, properly
6 RMT 485 170 70 82450 33950
protected in a PVC Conduit
with proper Junctions, end
Flexible connections of
300mm for final
connections with the Indoor
Units with proper Glands
etc., 2cx0.75/1.5 shielded
copper

Supply, Installation, Testing


& Commissioning of Power
Cabling between VRV/ VRF
Indoor Unit from power
socket to IDU the indoor
7 unit. The power cable used RMT 153 200 70 30600 10710
shall be 3 Core 1.5/2.5
Sq.mm copper cable. with
proper Flexible tubes
covering and Glands for
final termination in the
PG. 43
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

Indoor Unit etc., (Power


socket male & female in
electrical contractor scope)

Supply, Installation, Testing


& Commissioning of Copper
Refrigerant Piping in 16
Gauge Hard Drawn copper
pipes, compel with GI
slotted channed supports
with GI Clamps, Anchor
Fasteners for Slabs & Walls,
Threaded Rods for
supporting the slotted
channels etc., The piping
should be insulated using
Nitrile Rubber tube section
Insulation 19mm for suction
8 RMT 360 1400 500 504000 180000
& 13mm for liquid line. The
vendor should ensure that
the refrigerant piping
should not be allowed to
directly be in contact to any
other metal surfaces to
avoid galvanic corrosion. It
should be ensured that the
Nitrile Rubber insulation
acts as a barrier between
the refrigerant pipes and
various other metal
components like the GI
clamps etc.,

Pressure Testing of the


entire system upto 600 PSI,
and holding the same for
minimum 48 Hours.
9 Flushing the system, LOT 1 91800 30600 91800 30600
Refrigerant Gas Charging in
the system and final
commissioning of the
system.

Supply Installation & Testing


of U PVC SCH 40 drain
piping with heatlon
10 insulation of 9 mm & ' U'
trap for each unit using
proper sealant & threaded
joints for:
10.1 25 MM Dia RMT 160 200 110 32000 17600
10.2 32 MM Dia RMT 125 260 120 32500 15000

PG. 44
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

Supply and installation of


readymade 16SWG, GI
Perforated trays of
following size of 100 mm
height unless otherwise
specified including
readymade accessories e.g.
Vertical, horizontal bends,
tee's, right angles etc.
Vendor to consider
readymade GI clamps /
11
supports for fixing the cable
trays.
Along with Supply and
installation of readymade GI
tray covers 18 SWG
including readymade shape
of Vertical & Horizontal
Bend, Tee's, Right angles
etc. to suit tray for
Horizontal runs.- Terrace
copper piping only
11.1 300x100 mm Height RMT 110 1400 350 154000 38500

Supply and Installation of


volume flow
12 RO 0 4500 650 0 0
controller/Limiters- Trox
make

Supply, Installation testing


& commissioning of flexible
insulated duct of
13 RO 0 250 100 0 0
100/150mm for Cassette
connection- Max length of 1
Rmt per unit

Underdeck insulation for


exposed slab only with 50
mm thk thermocol TF
Sq.
14 quality with GI wire mesh, 325 385 180 125125 58500
Mtr
required suitable adhesive,
fasteners, washers, nut-
bolts etc.

Supply, Installation, Testing


& Commissioning of the
Ducted Unit Drain Pump as
15 per given Specification- RO 0 7500 850 0 0
Make-ASPEN, hi flow 2 ltr
pump, 5 mtr head @ 10 L/H
flow rate

Supply, Installation, Testing


& Commissioning of the Hi
16 Wall Unit Drain Pump as per RO 0 5000 850 0 0
given Specification- Make-
ASPEN mini aqua with inline
PG. 45
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

filter, @3 mtr head @ 5 L/H


flow rate

Core Cutting if required- Per


17 RO 0 1100 200 0 0
Rmt

Sub Total for Equipment


1082475.0 695710.0
Side
GST 18 % 194845.5 125227.8
Total with GST 1277320.5 820937.8
Grand Total with GST -
2098258.00
Supply + Installation

PG. 46
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

"E" Wing - BILL OF QUANTITIES

The work includes supply, fabrication, erection, testing and commissioning of the complete air-conditioning plant. The
schedule of quantities required for the project has been listed below. The Tenderer Shall fill in the columns of rate and
amount and submit the same along with the proposal. The Tenderer shall clearly adhere to the Technical Specifications,
attached separately & the List Of Approved Makes. No deviations will be accepted by the Owner/Buyer.
UNIT RATE TOTAL AMOUNT
SR.NO ITEM DESCRIPTION UNIT QTY
SUPPLY INSTALLATION SUPPLY INSTALLATION
Supply of VRV/ VRF Outdoor
Condensing Units of
following actual capacities
complete with Inverter
Scroll Compressors,
Standard Compressor,
Condenser Coil, Condenser
Fan with VFD, Necessary
Refrigerant Piping with
1
necessary interlocks, Oil
return circuit,
Microprocessor Controller
etc., Capable of running on
R410c / R407a Refrigerant.
(Necessary combination to
submit by the contractor /
supplier), (With Multikits
wherever required)
Note- Derating to consider
as per Pandharpur (solapur)
condition and the
equipment should deliver
actual capacities as
mentioned in BOQ. OEM
confirmation required along
with quote. 43 Deg C.
1.1 46 HP Nos 1 895000 895000 0

Supply of VRV/ VRF Indoor


Units of following types
complete with Evaporator
Cooling Coil, Blower with
Blower Motor, Electronic
Expansion Valve, Drain
Pump, Inbuilt Controller for
2
communication with the
main microprocessor in the
out door unit, Corded and
Cordless Remote Controller
Facility, Necessary
Refrigerant Piping with
necessary interlocks.
A Hi Wall Type Indoor Unit
2.1 0.8 TR - 358 CFM Nos 40 13900 556000 0
Cassette Four Way Type
B
Indoor Unit
2.2 1.7 TR - 650 CFM Nos 5 30200 151000 0
PG. 47
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

2.3 2.8 TR - 945 CFM Nos 1 32000 32000 0


2.4 3.2 TR - 1095 CFM Nos 1 32600 32600 0

Supply of Remote Controller


for the VRV/ VRF Indoor
Units of following types
complete with Inbuilt
3
Controller for
communication with the
main microprocessor in the
outdoor unit.
3.1 Cordless Remote Controller Nos 47 1200 0 56400 0
3.2 Corded Remote Controller RO 0 2650 0 0 0
Central / Master Remote
Controller with required
3.3 Nos 1 35000 0 35000 0
cabling for Various Indoor
Unit mentioned in Sr. No. 2

Supply of Copper Refnet


Joints for the VRV/ VRF
Indoor Units as per the site
4 layout requirements and as Nos 47 6000 0 282000 0
per the manufacturers
design standard
requirements.

Sub Total for Equipment


2040000.0 0.0
Side
GST 28 % 571200.0
Total with GST 2611200.0 0.0
Grand Total with GST -
2611200.00
Supply + Installation

PG. 48
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

"E" Wing - BILL OF QUANTITIES

The work includes supply, fabrication, erection, testing and commissioning of the complete air-conditioning plant. The
schedule of quantities required for the project has been listed below. The Tenderer Shall fill in the columns of rate and
amount and submit the same along with the proposal. The Tenderer shall clearly adhere to the Technical Specifications,
attached separately & the List Of Approved Makes. No deviations will be accepted by the Owner/Buyer.
UNIT RATE TOTAL AMOUNT
SR.NO ITEM DESCRIPTION UNIT QTY
SUPPLY INSTALLATION SUPPLY INSTALLATION
Unloading, Installation,
Testing, lifting, shifting &
Commissioning of VRV/ VRF
Outdoor Units of following
type & capacities complete
with Rigging, Anchor
Fasteners, Threaded Rods,
1 2 Layered 10mm thick
Ribber Rubber Pads with 24
Gauge GI Shim in between,
GI Nuts & Bolts etc., The
outdoor unit shall be
supported in all the four
corners and bolted through
to the M S Stand.
1.1 46 HP Nos 1 0 38000 0 38000

Unloading, Installation,
Testing, lifting, shifting &
Commissioning of VRV/ VRF
Indoor Units of following
type & capacities complete
2
with Anchor Fasteners,
Threaded Rods, Rubber
Gourmets, GI Nuts & Bolts,
Canvass for Hide Away
Units etc.,
A Hi Wall Type Indoor Unit
2.1 0.8 TR - 358 CFM Nos 40 0 3000 0 120000
Cassette Four Way Type
B
Indoor Unit
2.2 1.7 TR - 650 CFM Nos 5 0 5000 0 25000
2.3 2.8 TR - 945 CFM Nos 1 0 5000 0 5000
2.4 3.2 TR - 1095 CFM Nos 1 0 5000 0 5000

Installation, Testing &


Commissioning of Remote
Controller for the VRV/ VRF
Indoor Units of following
3 types complete with Inbuilt
Controller for
communication with the
main microprocessor in the
out door unit.
3.1 Cordless Remote Controller Nos 47 0 350 0 16450
3.2 Corded Remote Controller Nos 0 0 350 0 0
3.3 Central / Master Remote Nos 1 0 6000 0 6000

PG. 49
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

Controller with required


cabling for Various Indoor
Unit

Installation, Testing &


Commissioning of Copper
Refnet Joints for the VRV/
VRF Indoor Units as per
4 Nos 47 0 1000 0 47000
the site layout
requirements and as per
the manufacturers design
standard requirements.

Supply, Installation, Testing


& Commissioning of VRV/
VRF Outdoor Units Stands
fabricated out of Mild Steel
(MS) 'C' Channel Section of
minimum 75mm x 50mm x
5mm thick size complete
with minimum 300mm long
legs made of the same 'C'
5 channel with 8mm thick MS LOT 1 20000 7200 20000 7200
Plate at the bottom of the
legs. The MS Plate should
be minimum 150mm x
150mm. 2 Layered 10mm
thick Ribber Rubber Pads
with 24 Gauge GI Shim in
between shall be installed
below the Condenser Stand
Legs.

Supply, Installation, Testing


& Commissioning of
Communication Cabling
between VRV/ VRF Indoor
& Outdoor Units. The
Control Cable used shall be
minimum Sheathed
multistrand cable, properly
6 RMT 530 170 70 90100 37100
protected in a PVC Conduit
with proper Junctions, end
Flexible connections of
300mm for final
connections with the
Indoor Units with proper
Glands etc., 2cx0.75/1.5
shielded copper

Supply, Installation, Testing


& Commissioning of Power
Cabling between VRV/ VRF
7 Indoor Unit from power RMT 145 200 70 29000 10150
socket to IDU the indoor
unit. The power cable used
shall be 3 Core 1.5/2.5
PG. 50
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

Sq.mm copper cable. with


proper Flexible tubes
covering and Glands for
final termination in the
Indoor Unit etc., (Power
socket male & female in
electrical contractor scope)

Supply, Installation, Testing


& Commissioning of
Copper Refrigerant Piping
in 16 Gauge Hard Drawn
copper pipes, compel with
GI slotted chinned supports
with GI Clamps, Anchor
Fasteners for Slabs & Walls,
Threaded Rods for
supporting the slotted
channels etc., The piping
should be insulated using
Nitrile Rubber tube section
Insulation 19mm for
8 suction & 13mm for liquid RMT 400 1400 500 560000 200000
line. The vendor should
ensure that the refrigerant
piping should not be
allowed to directly be in
contact to any other metal
surfaces to avoid galvanic
corrosion. It should be
ensured that the Nitrile
Rubber insulation acts as a
barrier between the
refrigerant pipes and
various other metal
components like the GI
clamps etc.,

Pressure Testing of the


entire system up to 600
PSI, and holding the same
for minimum 48 Hours.
9 Flushing the system, LOT 1 61800 21000 61800 21000
Refrigerant Gas Charging in
the system and final
commissioning of the
system.

Supply Installation &


Testing of U PVC SCH 40
drain piping with heat Lon
10 insulation of 9 mm & ' U'
trap for each unit using
proper sealant & threaded
joints for:
10.1 25 MM Dia RMT 70 200 110 14000 7700
10.2 32 MM Dia RMT 110 260 120 28600 13200
PG. 51
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

Supply and installation of


readymade 16SWG, GI
Perforated trays of
following size of 100 mm
height unless otherwise
specified including
readymade accessories e.g.
Vertical, horizontal bends,
tee's, right angles etc.
Vendor to consider
readymade GI clamps /
11
supports for fixing the
cable trays.
Along with Supply and
installation of readymade
GI tray covers 18 SWG
including readymade shape
of Vertical & Horizontal
Bend, Tee's, Right angles
etc. to suit tray for
Horizontal runs.- Terrace
copper piping only
11.1 300x100 mm Height RMT 75 1400 350 105000 26250

Supply and Installation of


volume flow
12 RO 0 4500 650 0 0
controller/Limiters-Trox
make

Supply, Installation testing


& commissioning of flexible
insulated duct of
13 RO 0 250 100 0 0
100/150mm for Cassette
connection- Max length of
1 Rmt per unit

Underdeck insulation for


exposed slab only with 50
mm thk thermocol TF
Sq.
14 quality with GI wire mesh, 345 385 180 132825 62100
Mtr
required suitable adhesive,
fasteners, washers, nut-
bolts etc.

Supply, Installation, Testing


& Commissioning of the
Ducted Unit Drain Pump as
15 per given Specification- RO 0 7500 850 0 0
Make-ASPEN, hi flow 2 ltr
pump, 5 mtr head @ 10
L/H flow rate

Supply, Installation, Testing


16 & Commissioning of the Hi Nos 4 5000 850 20000 3400
Wall Unit Drain Pump as

PG. 52
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

per given Specification-


Make-ASPEN mini aqua
with inline filter, @3 mtr
head @ 5 L/H flow rate
Core Cutting if required-
17 RO 0 1100 200 0 0
Per Rmt

Sub Total for Equipment


1061325.0 650550.0
Side
GST 18 % 191038.5 117099
Total with GST 1252363.5 767649.0
Grand Total with GST -
2020013.00
Supply + Installation

Total Estimate
A 3258368.00
B 2098258.00
C 2611200.00
D 2020013.00
Grand Total for (A+B+C+D) 99,87,839/-

PG. 53
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

APPROVED MAKE LIST

APPROVED MAKES OF VARIOUS EQUIPMENT / MATERIAL

Description Approved Makes

VRF A/c Units Daikin/ Toshiba / Blue Star/Mitsubishi/LG

Unitary A/c Units Daikin/ Toshiba / Blue Star/Mitsubishi/LG

VAV Box Trox / Systemair / Dynacraft / Johnson

Fire Dampers Carryaire / Nutech / Dynacraft / Cosmos/ George Rao

G. S. Sheets Nippon / SAIL / Jindal / Lloyd / TATA

Factory Fabricated ducts Rolastar / Alfa / Zeco / Nutech

Flexible ducts ATCO / CARRYAIRE

EPS slabs Beardsell / Lloyd / Modifoam / Styrofoam

Elastomeric Nitrile insulation Armacell / K-Flex

Expanded Poly ethylene


Supreme / Paramount / Trocellene
insulation

Glass wool UP Twiga / Kimmco

Grills & Diffusers Dynacraft / Air Master / Cosmos / Systemair / George

Copper tubes/ Pipes/ Fittings Nissan / Mandev / Rajco

PVC drain pipes Astrial / Finolex / Supreme / Prince

Wires inside panels Finolex Finolex / R R Kabel /L & T/ Polycab

PG. 54
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

A Wing Drawing

PG. 55
“A” & “E” WING
SHRI. VITHAL RUKMANI TEMPLES COMMITTEE- PHANDARPUR, DIST-SOLAPUR

E Wing Drawing

PG. 56
“A” & “E” WING

Common questions

Powered by AI

Compensation or any sums owed by the contractor under the contract terms or any other account may be deducted from the security deposit or any other amounts due to the contractor from government contracts. If such deductions reduce the security deposit, the contractor must replenish the deficit within 10 days of receiving notice of demand. This ensures that contractors maintain adequate financial backing to meet their obligations and cover any potential compensation claims .

The initial security deposit required is 50% of the total security amount, which can be paid in cash, National Saving Certificate, Fixed Deposit Receipt, or Bank Guarantee in favor of the Executive Officer. The balance 50% is recovered from the Running Account bills at 4% per bill. The total security deposit is 4% of the cost of the accepted tender or estimated cost, whichever is higher. This initial deposit may be provided in Bank Guarantee form for the entire project duration, and it should be extendable if the project period extends .

Tenderers must adhere strictly to the technical specifications provided without any deviations. The owner's/buyer's acceptance is contingent upon compliance with these specifications, and any deviation may lead to the rejection of the tender. This requirement ensures that all tenders are evaluated on a standard set of criteria and that the project meets its technical and performance standards .

If the tenderer is a firm or company, they must mention in their forwarding letter the names of all partners and the individual who holds the power of attorney, authorizing him to conduct all transactions related to the tender on behalf of the firm. This ensures accountability and clear communication regarding authority in tendering processes .

Contractors are expected to have carefully examined the drawings, conditions, and specifications and fully familiarized themselves with all site details and project data before tendering. The data provided by the department serves as a guide, but the department does not guarantee its accuracy. Contractors' understanding is evaluated on their capability to interpret these details correctly and their readiness to assume full responsibility for their offers, which influences the acceptance of their proposal .

The earnest money must be paid online either through NEFT/RTGS or a payment gateway. It is not accepted in any other form, such as cheques. For successful tenderers, the earnest money is refunded upon paying the initial security deposit and completing the tender documents. For unsuccessful tenderers, the refund is processed after the acceptance decision of the tender. In a joint venture, an individual capacity exemption certificate for earnest money is not accepted .

If a contractor owes dues under a particular contract, the department can recover these as arrears of land revenue or adjust them against payments due from other government projects the contractor is engaged with. This means the contractor must ensure financial compliance in all engagements, as dues are cross-recovered, impacting their cash flow and financial standing in ongoing and future projects .

If a tenderer proposes rates 15% below or above the tender amount, they must pay an additional security deposit of 15% of the amount exceeding this range as assurance of good performance. This additional security deposit must be a term deposit receipt from a scheduled or nationalized bank, valid for 18 months. If the tenderer fails to remit this deposit, the earnest money is forfeited to the government. This condition ensures that the tenderer's proposal is backed by financial assurance to cover any performance-related risks .

The pre-tender conference allows prospective tenderers who have downloaded the tender form to obtain clarifications about the work and tender conditions. Any points raised during the conference, if not included in the Common Set of Conditions/Deviations (C.S.D.) document subsequently issued, are deemed rejected. The C.S.D. document, which includes the accepted clarifications, becomes part of the tender documents and applies to all tenderers. It ensures that all participants have a uniform understanding of the project's requirements, thus impacting the tender process by setting a common baseline for all bids .

In joint ventures, the earnest money must be paid collectively as a joint venture entity rather than in individual capacity. An exemption certificate in individual capacity is not accepted, ensuring that the joint venture is fully committed as a single legal and financial entity to the tender obligations. This approach protects the interests of the party requiring the tender as it ties the entire venture financially and ensures collective responsibility and performance .

You might also like