You are on page 1of 37

TENDER DOCUMENT

CONSTRUCTION OF A RESIDENTIAL BUILDING ON PLOT BEARING CTS NO. 183 AND 183/1 TO 14 SITUATED
AT VILLAGE KONDIVITA ,KADAM WADI LANE, OFF ANDHERI KURLA ROAD IN K/E WARD

PART-1

TECHNICAL BID

Date of Downloading Tender : 27-08-2021 to 02-09-2021

Last date for submission of tender : 02-09-2021 UPTO 3.00 P.M

Opening of Bid : 03-09-2021

For any details / clarification for this tender following Officer can be contacted
Project Co-Ordinator – Mr.Jignesh Derasari – 8591356528

MAHENDRA REALTORS
603, Quantum Tower, Rambaug Lane, Malad(W),
MUMBAI – 400 064.
1
NIT FOR CONSTRUCTION OF A RESIDENTIAL BUILDING ON PLOT BEARING CTS NO. 183 AND 183/1 TO 14
SITUATED AT VILLAGE KONDIVITA ,KADAM WADI LANE, OFF ANDHERI KURLA ROAD IN K/E WARD

Mahendra Realtos invites Tenders in two-bid system i.e.Technical Bid and Price Bid from eligible
contractors for Construction of a residential building on plot bearing CTS No. 183 and 183/1 to 14
situated at village Kondivita, Kadam wadi lane, off Andheri Kurla road in K/E Ward. The estimated
cost of work is Rs.942.00 Lacs. Tender documents (Technical bid & Price Bid) can be downloaded from
www.mrillp.net. Tenderer downloading documents from website, must submit Demand Draft for
document cost Rs.5900/-(Rs.5000 + 18% GST) from Nationalized Bank/ Scheduled Bank only in favour
of “Mahendra Realtors” payable at Mumbai while submitting the tender else tender will not be
considered for opening. The last date of submission of tender is 02-09-2021upto 3.00 PM.

Mahendra Realtos reserves the right to reject any or all Tenders/applications without assigning any
reasons whatsoever. Please refer website regarding any corrigendum for the subject tender till
submission.

PARTNERS
MAHENDRA REALTORS

2
NOTICE INVITING TENDER

Mahendra Realtors invites tenders from the contractor for the Construction of a Residential building on
plot bearing CTS No. 183 and 183/1 to 14 situated at village Kondivita, Kadam wadi lane, off Andheri
Kurla Road in K/E ward.

Details of tenders are as under

1 Name of work Construction of a Residential building on plot bearing CTS No. 183
and 183/1 to 14 situated at village Kondivita, Kadam wadi lane, off
Andheri Kurla Road in K/E ward.
2 Estimated Cost of work 9,42,00,000/-

3 Time allowed for 12 MONTHS


completion
4 Earnest Money Deposit Rs.4,75,000/- by way of Demand Draft drawn from Nationalized
Bank/ Scheduled Bank only in favour of “Mahendra Realtos”

5 Tender cost Rs.5900/- (Rs.5000 & GST 18%) by way of Demand Draft drawn
From Nationalized Bank/ Scheduled Bank only in favour of
“Mahendra Realtos”

6 Validity of tender 90 Days

7 Date of downloading of 27-08-2021 to 02-09-2021


tender
8 Pre bid meeting NOT APPLICABLE

9 Last date of submission 02-09-2021 upto 3.00 p.m


of tender
10 Date of Opening of 03-09-2021
tender
11. Defect liability Period 05 years after the date of Occupation Certificate.

The tender documents duly filled, signed & sealed will be submitted in FOUR SEPRATE ENVELOPE as per
indicated below.

Envelope-1- Tender Cost & Earnest Money Deposit

This envelope contains Tender Cost & Earnest Money Deposit by way of Demand Draft drawn from
Nationalized Bank/ Scheduled Bank only in favour of “Mahendra Realtos”

Envelope-2- Technical Bid

This envelope contains Technical Bid with every page signed and stamped & Bio Data of the Bidder in the
form of information sought along with all supporting documents duly attested by a Gazetted Officer.

3
Envloep-3- Price Bid
This envelope contains duly signed & stamped Price Bid.

All these three envelopes should be kept in separately & should be put in 4th envelope. Each of these
envelopes shall be labelled & should be addressed by name to M/s. Mahendra Realtors , 603, Quantum
Tower, Rambaug lane, Malad(W), Mumbai-64 and super scribed “Tender for Construction of a Residential
building on plot bearing CTS No. 183 and 183/1 to 14 situated at village Kondivita, Kadam wadi lane, off
Andheri Kurla Road in K/E ward.”. The tender should be submitted not later than 03.00 p.m. on the
02-09-2021.

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.

Envelope No.1.Will be opened on the due date of opening. Price Bid of the contractors will be opened
at later date and of those whose prequalification application meets with eligibility criteria of the
advertisement and the requirement of Tender fees, EMD and the terms/ conditions submitted,
acceptance of technical bid, etc.

Tenderers are advised not to make any alteration/modification in the tender documents, Item of work
or in any respect whatsoever. Violation of this requirement will make the Tender liable for rejection.

In case of postal delivery, the tenderer has to ensure that tender is reached before the due date and
time. Tender received late shall be rejected.

Every page of the tender documents should be signed by the person or persons submitting the tender
in token of his/their having acquainted himself/themselves with the General and Special Conditions of
Contract, Specifications etc. as laid down. Any tender with any of the documents not so signed will be
subjected to rejection.

No consideration will be given to a tender received after the time stipulated above andno extension
will be allowed for submission of the tender.

The Mahendra Realtors shall not be bound to accept the lowest tender and reserves the right to
accept or reject any or all the tenders without assigning any reason whatsoever.

Tender submitted without Tender cost & EMD from Nationalized Bank/ Scheduled Bank will be
treated as incomplete and the same will be rejected out rightly. The Tender Cost & EMD shall be
strictly in the form of Demand Draft. No Cheques will be accepted on account of Tender Cost & EMD.
Tenders submitted with the cheque as Tender Cost & EMD will be treated as incomplete and will be
rejected.

In case of any information submitted by contractor is found to be false forged or incorrect at any time
either during the processing of the tender (no matter at what stage) or during the tenure of the
contract including the extension period if any it shall lead to forfeiture of the tender Earnest Money
Deposit & termination of contract with forfeiture of work done amount, security deposit & other
deposits.

4
PRE QUALIFICATION CRITERIA

TENDER FOR Construction of a Residential building on plot bearing CTS No. 183 and 183/1 to 14 situated at
village Kondivita, Kadam wadi lane, off Andheri Kurla Road in K/E ward.

1. Average Annual financial turnover during the last 3 years, ending 31st March of financial year 2020-21, should
be Rs. 5.00 Crores.

2. Experience of having successfully completed similar works during last 5 years ending last day of month
previous to the one in which tenders are invited should be either of the following:

One similar completed works costing not less than the amount equal to Rs. 8.00 Cr or 38000 SFT Built up Area
having minimum 10 Storey Building.

Similar work shall means “Construction of Building having Gr + 10 Floors”

3. Audited Balance sheet and Profit and Loss Account of last 3 Years ending March 31 from the date of
publishing of tender. The tenderer must have positive net worth during previous financial year, i.e. FY 2020-21.

4. Works executed for Buildings of Central/State Government Department or/and Central / State Autonomous
Body or/and Central/State Public Sector Undertaking or/and Private Firm/ Co-operative Housing Society/
Reputed Builder shall only be considered.

In substantiation of relevant experience during the last five years the bidders are required to attach, along with
their technical offer, copies of work orders and completion certificates providing complete details of the jobs
carried out, its value, date of commencement & completion etc.

5. Latest Bank solvency certificate of Rs. 2.00 Crore or more from their banker not older than six months from
the date of advertisement

It is mandatory to furnish relevant documents, proof for the requirements mentioned above.

Mahendra Realtors’s appointed representatives may visit the applicant’s completed or on-going projects and
contact his past clients for verification of information given by the applicant. On visiting the site if, it is found
that quality of the work executed is not satisfactory, then it can led to disqualification of the tender.

5
DISQUALIFICATION

1. Not submitted in accordance with terms and conditions of the Tender Form.
2. During validity of the contract period or its extended period, if any, the Tenderer increase his quoted
prices.
3. The Tenderer qualifies the Tender with his own conditions.
4. Received in incomplete form including rate schedule.
5. Received tender after due date and time.
6. Not accompanied by Tender Cost & Earnest Money Deposit in the form of Demand Draft.
7. Information submitted in Technical Offer is found to be incorrect or false at any time either during the
processing of the tender (no matter at what stage) or during the tenure of the contract including the
extension period if any.
8. Awardee of the contract qualifies the letter of acceptance of the contract with his conditions.
9. The Tenderer is found to be in arrears or default with regard to payment of dues to any concerned local
Government agencies.
10. Multiple tenders being submitted by one party or if common interests are found in two or more
tenderers, the parties are liable to be disqualified.
11. While processing the tender documents, if it comes to the knowledge that some of the tenderers have
formed a cartel resulting in delay/ holding up the processing of tender, the tenderers involved in cartel
are liable to be disqualified for this contract.
12. The Tenderer is found to having negative net worth on the basis of the audited Balance Sheet/ P&L A/c in
any year during the previous financial year (FY 2020-21) submitted with the tender.
13. If tenderer is found to be in arrears or default with regard to payment of dues to any concerned
Government Agencies.

6
BIO – DATA OF CONTRACTING AGENCY

1. Name of the firm :

Address :

Telephone No. :
Office :
Residence :
Mobile :
Fax :
E-Mail :

2a) Whether proprietary/partnership/ :


Pvt. Ltd. / Public Ltd. (certificate of
registration / partnership deed to be
enclosed).

Name of the Proprietor, :


Partners, Directors

I)

II)

b) Year of establishment :

3. Registration with Tax Authorities :

i) Income-tax (PAN) No. :


ii) GST No. :
iii) EPF Regn. No. :
iv) ESI Regn. No. :

(Copies of certificates of registration with relevant authorities to be enclosed)

7
4. Names of the Bankers with address & telephone numbers:I)

II)
5. Enclose solvency certificate of the : Enclosed/ Not enclosed

6. Furnish copies of audited balance- : Enclosed/ Not enclosed


Sheet and Profit & Loss A/C. for
the last 3 years i.e. 18-19, 19-20, 20-21

7. Registration with Govt. / Public Sector / Banks (certificates of Registration to be enclosed)

Name of the Organization Year since empaneled

8. Give details of litigation history involved:

Other Employer Name of work Cause of Amount Remarks Work Order Work
Party Dispute involved showing No Order Amt
(ies) Present
Status

9. Details of civil suit, suspension, debarred,


holiday,blacklisting if any, that arose :
during execution of contract in the
past 10 years.

8
10. Details of work executed during the last 7 years:

Work
executed
Type for (name Nature Duration of work If work left
of of Location Work with dt incomplete or
of the
work work compl Commence terminated
Institution
(in eted completion (give reasons)
/ Body)
brief) amt

Note: Copies of work orders along satisfactory completion certificate obtained from the client shall
be enclosed. Pleasenote without the copies of certificates, your application is liable to be rejected.

11. Details of work on hand (photo copies of performance certificate, work orders issued by valued
clients should be enclosed).

Type of Work Nature of Location Value Rs. Duration Present


work executed work (in of work, stage of
for (name brief) stipulate work
of the d time
Institution
/ Body)

9
12. LIST OF NAME/S OF PROPRIETOR/ PARTNERS & EMPLOYEES

Name Qualifications Experience Particular s Employed Value of


of work in your work
done firm since Done

13. List of equipments / machinery owned:

Sr. No. Name of Year of Nos. available


equipment manufacture

Note:- The contractors are categorically advised to submit the formats by using separate sheets. The
information required should be neatly typed in each and every columns and rows of the Formats.
The applications received with “partly filled formats” not containing desired information in each and
every columns/points/row of various formats shall be treated as INCOMPLETE and such tender shall
be summarily rejected without any reference to the contractor. The contractors are categorically
advised to refrain from mentioning the remark “AS PER ATTACHEMENT/ENCLOSURES” in their
formats to avoid rejection of their tender.

10
Basic Rate of Material (Without GST)

Steel 55/Kg. (Surya/ Guardian)


Cement 285/- per bag
RMC M40 Grade 5900/ per Cum
RMC 45 Grade 6150/ Per Cum
Floor Tiles 600x600 45/- sq. ft. Make: Kajaria, Nitco,
Floor Tiles 800x800 Johnson & Johnson
65/- sq. ft.
Wall Tiles 300x600 38/- sq. ft.
Granite 250/- sq. ft.
Marble 70/- sq. ft.
Electrical Wire Polycab
Switches Anchor ROMA /GM

In case of any price variation in the basic rate, the differences of the purchase price &
the basic rate shall be paid /recovered over and above +/- 10%, as the case may be,
to/from the contractor for the reconciled quantities in relation with the standard
coefficient of material as specified in PWD/CPWD

For the material procurement, the approval of Brand shall be taken first before
commencing. The brands in general are enclosed with this.

Steel consumption shall be strictly in accordance with the RCC drawings and for the
concrete the Mix design shall be got done through IIT-Bombay/ VJTI/ S P College.

11
MILE STONE FOR ISSUE OF INVOICES OR WORK DONE AND DUE DATES FOR
PAYMENTS:
(i)Total consideration for the purpose of issue of invoices shall be proportionately
worked out as below:
PART (A) : RCC ,BRICK AND PLASTER WORK:-
1. For RCC work as stated in (i) and (ii) 60%
2. For Brickwork & Plaster as stated in (iii) ,(iv) 40%
and (v)
Total 100%

(i). Completion of Plinth & UGT 15%


(ii). Completion of 1st To 10th Slab & OHT 45% (4.5% for each slab)
(iii). Completion of Brick work 15%
(iv). Completion of Internal Plaster 10%
(v). Completion of External Plaster 15%
Total 100%

PART (B) : Finishing & OTHER Work:-


1. Civil work 20%
2. P.O.P. work 4%
3. Painting work (Interior & Exterior) 10%
4. Plumbing work 12%
5. Electrical work 12%
6. Fabrication work 4%
7. Aluminum work 5%
8. External Paving finishing 2%
9. Passenger Lift 9%
10. Fire Fighting work & Solar Pannels 7%
11. Waterproofing 5%
12. Modular Kitchen 10%
Total 100%

12
GENERAL CONDITION OF CONTRACT

The bill shall be submitted monthly and while issuing each running bill the amount for
which immediately previous running bill shall be deducted from the amount of
respective running bill.

The consideration payable as per this contract shall be paid within 30 days from the
date of submission of corresponding bills/invoices duly certified by our Project Manager.

The Security Deposit @ 5.00% shall be recovered from the Bills payable and shall be
refunded after the Defect Liability Period as stipulated in MAHA RERA Guidelines i.e. 05
years after the date of completion. The Contractor is responsible for maintaining various
installations like Fire Fighting etc. till 05 years by entering into AMC Contract & Also
repairing work of Civil includes water seepage / leakage if any of entire building. In other
words for any defect/ complaint, the contractor shall make good the same within 72
hours and the decision of the Developer in respect of the responsibility for defect shall
be final and binding. The waterproofing work shall be guaranteed for 10 years in the
form of Indemnity bond.

Contractor shall execute and complete the works as per the plans and drawings as may
be sanctioned by the Municipal Corporation of Greater Mumbai (“MCGM”) or any other
concerned Government/Municipal Authority and the RCC drawings issued, from time to
time, and strictly in accordance with the specifications as per Indian Standard Code and
as per specification

The material testing shall be done in VJTI / SP College/ IIT Bombay as specified in Indian
Standard or PWD or CPWD manual and the results of the same shall be submitted
monthly, In case of material being failed in the testing, the entire work needs to be
redone by contractor at their risk & cost.

13
Reconciliation of material testing as per the frequency specified in PWD/CPWD shall be
submitted monthly showing the desired and actual test done with results.

The work done as per the Running Bills raised by contractor will be taken into account
for payment as may be approved by the architect/site engineer in respect of
measurement, quality, quantity and material used.

Contractor shall be liable to remove all the waste, debris etc. from the site and
ensure to keep the site clean, while carrying out the work and for the purpose,
contractor shall ensure that daily at least 2 laborers for housekeeping shall be
deployed.

It is hereby agreed that the contract amount shall be inclusive of-


(a) Cost of all materials including steel, and cement used for construction as well
as cost of all services of sub-contractors including loading and unloading etc.
(b) Wages of labor, technical supervisors, all other workers and staff required for
execution of the said works in accordance with the general specifications.

While carrying out the said works, contractor shall comply with the provisions of all
labor laws, other laws, rules and bye-laws for the time being in force affecting the said
works and obtain the requisite sanction of the concerned local authorities in respect of
the said works and will comply with the building and other regulations of such authority
and will bear with all fines, penalties and losses incurred by reason of the breach of the
any such laws, bye-laws and regulations. It shall be contractor’s responsibility to
maintain ISO 9001-2008 documentation standards like entry, register, reports, files etc.
It shall be contractor’s responsibility to provide calibration certificate for equipment and
execution.

14
Contractor shall be solely liable and responsible for the accident/s on the site, falling of
any wall or structure, injury or damage to persons, animals or things and for all
structural damages to the property which may arise from the operation or contractors
neglect or contractors employees, nominees, sub-contractors or their employees,
whether such injury or damage arises from carelessness, accident or any other cause
whatsoever in any way connected with the carrying out of construction pursuant to
these presents. This clause shall be deemed to include, inter alia, any damage to
buildings whether immediately adjacent or otherwise, and any damage to roads,
streets, foot-paths, bridges or ways as well as all damages caused to the buildings and
works forming part of the subject matter of this work order or by frost, rain, wind or
other inclemency of weather.

Contractor shall, before commencing the works at the site, obtain insurance in respect
whereof the workers and keep them insured until the building is complete in all respects
and fit for occupation and are handed over to us.

Contractor shall take out the Janta Insurance and workman compensation policy and/or
any other policy of adequate value as per the laws prevailing from time to time for his
labors.

Contractor shall comply with all provisions of the labor laws and we shall not be
responsible for the same. Contractor shall not employ any child labor on the site.

Contractor shall take adequate precautions for safety at site by providing & fixing of
safety Net at different level as required for safety, safety belts, helmets, gloves, etc. for
workers and visitors on site. All electrical connections should be checked before work. If
any accident occurs due to the negligence of the above mentioned safety norms
contractor shall solely be responsible for the same.

All work unless otherwise mentioned except following shall be in contractors scope,

15
a) Any Parking mechanical equipment work is not under contractor scope.
b) Electrical and water connection for construction as well as for society is not
under contractor scope
c) Bore well is not under contractor scope.
d) Health club equipment is not under contractor scope.

16
CONTRACTOR’S DUTIES, FUNCTIONS & OBLIGATIONS

Contractor shall at his own costs, charges and expenses comply with and fulfill the
following obligations, apart from all other general obligations, for completion of the
Project of construction of the buildings as per the MCGM approved drawings, RCC
drawings & amenity list, firefighting, electrical, plumbing, lift work etc., on the said
Property and to handover quiet, vacant and peaceful possession of the building to us.

(a) To undertake the construction of the said Buildings on the said Property in
accordance with the sanctioned plans and approvals including to carry out the
developments of all the common areas and facilities, amenities and
infrastructure, water storage facilities (including tank and pumps), water mains,
sewages, storms, water drains, de-watering as and when required on site,
recreation gardens, boundary wall, drainage facilities, firefighting, lifts etc.

(b) To help us to obtain the Full Occupation Certificate and Completion Certificate
from the MCGM, in respect of the said Buildings subject to related with
completion of work, if any, under the construction work done by contractor.

(c) To obtain mix design for specific brand and grade of the cement from IIT –
Bombay/ VJTI / S.P College and procure the RMC of the same mix design and to
get the cubes tested at the frequency specified/ IS standards and submits the
report of the same.

(d) To test the material from approved NABL lab at the frequencies specified/ IS
standards.

(e) To construct the said Building of R.C.C. structure with brick / block / RMC walls,
by using high standard quality materials and strictly in accordance with and as
per the said Plans sanctioned by MCGM and the amendment and changes from
time to time made therein and from time to time sanctioned by the MCGM.

(f) To purchase, obtain and acquire all construction materials, equipment, tools and
instruments etc., in contractors own name and to pay all costs, charges and

17
expenses thereof, including for storage, safety, maintenance and upkeep of all
such materials, equipment, tools and instruments etc.

(g) To comply with and adhere to the terms and conditions imposed or that may,
from time to time, be imposed by the concerned authorities for development
and construction of the said Buildings on the said property.

(h) To pay contractors separate debt and taxes, including GST as and when payable
under this contract as well as with its sub-contractors, licensed plumber, licensed
electrician and other agencies, from time to time, appointed by contractor.

(i) To keep at least 01 Experienced graduate Engineer, 01 Jr. Engineer and 01


Supervisor full time on the site.

(j) To pay the dues of all sub-contractors, licensed plumber, licensed electrician and
other agencies including suppliers of construction materials, workers, labourers,
plumbers, electricians and other staff employed by contractor in the course of
the said construction.

(k) To remove all construction materials, equipment, articles and things from the
said property forthwith upon the completion of construction of the Building.

(l) To use 01 grade higher material in case of RMC, over and above as indicated by
RCC Engineer.

(m) To engage and keep at site qualified Engineers & Supervisors holding valid
Licenses, with necessary supporting staff in sufficient numbers for all types of
work covered under this contract.

(n) To obtain a Contractor All Risk (CAR) Insurance Policy of adequate value as
approved by the Project Architects to cover the damages and loss of property
and persons and to renew the same all throughout during the entire course of
construction of the said building, till the issuance of the Full Occupation
Certificate.

18
(o) To take the entire responsibility for all injuries to persons, animals or things and
for all damages which may arise from the acts and omissions on the part of the
Contractor, its Sub-Contractor, employees, laborers, whether such injury or
damage arise from carelessness, accident or any other cause whatever or in any
way connected with the carrying out of this contract. This clause shall be held to
include, inter-alia, any damage to buildings whether immediately adjacent or
otherwise, and any damage to roads, footpaths, bridges or ways, equipment,
electricity cables, etc. and to indemnify the Owner and held it harmless in
respect of all and any expenses arising from any such injury or damage to any
person, animal or property as aforesaid and also in respect of injury or damage
under any acts of Contractor or otherwise and also in respect of any award of
compensation or damages consequent upon such claim. Contractor shall
reinstate at its costs all damage of every nature mentioned in this clause, so as to
deliver the whole of the contract works complete and perfect in every respect
and so as to make good or otherwise satisfy all claims for damage to the
property, person or animal of third parties. You shall indemnify us against all
claims which may be made against us by any member or the public or other third
party in respect of anything which may arise in respect of the said work.

(p) To indemnify us against all claims which may be made upon or against us,
whether under the Workmen's Compensation Act or any other Act, Rules or
Regulation in respect of the works executed by contractor or arising therefrom;

(q) To be responsible for a consequence not mentioned hereinabove and also for
damages to any neighbouring property or third party or person arising out of and
incidental to the negligence or defective work carried out on contractors part;

(r) Not to hold us liable and/or responsible for any injury to any person or damage
to property consequent upon use, misuse or failure of any construction tools and
equipment used by contractor or any of your sub-Contractor, whether such
construction tools and equipment is/are obtained by you either on ownership
basis or on lease or on instalments.

19
(s) Not to engage or employ laborers below the minimum age stipulated by any
statute, law, rules or regulations and to obtain the Labor License under the
provisions of the Labor (Regulation & Abolition) Rules, 1971, before employing
the labor.

(t) To adhere to all the rules and regulations relating to the labor practices and
service conditions of its workmen.

(u) To furnish all necessary information, from time to time, required by us.

(v) To handover to us all original plans, permissions, sanctions, occupations


certificate/completion certificate etc. at the time of handing over possession of
the said Buildings to us.

(w) To record the progress of the Project and submit written progress reports to us
periodically from time to time as may be demanded including the percentage of
completion and the number and amounts of change orders.

(x) To submit PF & ESIC Number and comply with all laws relating to the same
including any other labour laws compliance.

(y) To appoint Pest Control agency and comply with the same including fogging,
spraying on regular basis for entire project as required by MCGM.

To Follow Covid-19 Epidemic guideline by having regular check- up for Covid (RT-
PCR) and keeping record as per MCGM norms & guidelines for labor residing on
site.

To appoint security for all incoming material and equipment, tools & instruments
etc. on site at your own cost, any damage or theft will be contractor’s
responsibility.

Any Misout or Ware tare indicated by our Engineer should be rectified


immediately with prompt action.

Note: In case of not following the legality of clause x & y all the consequence &
penalty should be born/bear by Contractor.

20
(z) Endeavor to complete development of the Project within 15 (Fifteen) months
from the date of the commencement of construction and subject to the
following force majeure conditions provided that none of the below shall be
directly attributed to any act or permission of the Contractor:-

i. Non-availability of steel, cement, water, labor or electricity supply and


other building materials
ii. War, civil commotion, pandemic or act of God;
iii. Any injunction, decree, notice, order, rule, notification of the Government
or other public, judicial or competent authority or court, which adversely
affect the development of the Project;
iv. Change in the rules and regulations of the MCGM which may adversely
affect the development of the Project;
v.Any other reason beyond the control of the Contractor.

vi. Any other factor falling within the ambit of Force Majeure or Vis Major
clause.

21
WORK SCHEDULE

1. Mobilisation 15 days

2. 1st Slab 30 days

3. 2nd Slab 15 days

4. 3rd Slab 15 days

5. 4th Slab 15 days

6. 5th Slab 15 days

7. 6th Slab 15 days

8. 7th Slab 15 days

9. 8th Slab 15 days

10. 9th Slab 15 days

11. 10th Slab 15 days

12. OHT/LMR 30 days

13. Brickwork/ Block work ( To be done 30 days


Simultaneously )

14. Plaster ( To be done simultaneously ) 30 days

15. Tiles, Plumbing , Painting, fire fighting 75 days


etc. ( To be done simultaneously )

16. Miscellaneous work & final 20 days

Total 365 Days

Space for labor hutments at site only shall be provided by us to the contractor.

22
(aa) The day to day management of the Project (subject to the terms of this
Agreement) and all matter pertaining to the supervision and management of the
Project will be the role and responsibility of the Contractor.

(bb) The Contractor shall use reasonable efforts to verify the accuracy and suitability
of any drawings, plans, sketches, instructions, information, requirements,
procedures, requests for action, and other data supplied to the Contractor by
the Owner.

(cc) To mandatorily comply with any and all zoning regulations, ordinances, including
health, fire and safety regulations, and any other requirements of local laws,
rules, regulations and ordinances as may be applicable to the construction of the
Project.

(dd) To keep us fully informed on a regular basis of the progress of the Construction
work of the Project, including the preparation of such reports as are provided for
herein or as may reasonably be requested by the project architect;

(ee) You shall not sub-contract this contract in its entirety without the prior written
consent from us. However you may give any component(s) of contract on sub-
contract basis subject to our prior approval.

(ff) In case of any separate MOU, the same shall supersedes the work order in the
context of Rate, disbursement of Payment/kind.

(gg) In case of delay in completion of the work, the decision as regards to and
including Termination by us shall be binding on contractor.

23
LIST OF AMENITIES WITH SPECIFICATION

1. Living Room :
1.1. Imported flooring Vitrified / Porcelain / Grana mite / Marble on all rooms & passage.
1.2. P.O.P. on walls with decorative cornice on the ceiling.
1.3. Heavy gauge sliding windows with mosquito protective screens
1.4. Adequate points for television, music system & telephone
1.5. Adequate Electrical points for Fans, Air Conditioners, Lights with extra plug points-
with circuit breakers & trippers.
1.6. All walls will be painted with “Asian Acrylic” Paint.
1.7. Modular switches of Anchor make. or equivalent brand.
1.8. Locks of reputed make (‘Yale’ or ‘Godrej’); or equivalent brand.
1.9. Magnetic Door Stoppers
1.10. Heavy Duty Latches
1.11. Wooden door frames with Flush Doors
1.12. Main Entrance door of teakwood with safety door.
1.13. MS Grill if required.

2. Kitchen
2.1. Modular Kitchen
2.2. Flooring as above with full height tiles dado.
2.3. Granite built in kitchen platform supported on white marble
2.4. Stainless steel “Nirali” sink. or equivalent brand.
2.5. UV water Purifier (RO), (‘Venus’ or ‘Bajaj’); or equivalent brand.
2.6. Angle cock for water purifier.
2.7. Sink cock
2.8. C.P. Jali on Nahani trap
2.9. Exhaust Fan
2.10. 16-A, Electric power points for Washing Machine, Purifier, Mixer, Microwave etc.
2.11. Plumbing connection for washing machine/ dryer
2.12. Modular switches of Anchor make. or equivalent brand.

24
2.13. Piped Gas.
2.14. Heavy gauge aluminum Powder coated / anodized Window frame with ‘MODI’
tinted glass. or equivalent brand.
2.15. MS Grill/ SS Railing .

3. Bedroom
3.1. Flooring tiles as indicated for Living Room
3.2. Two Way Switches
3.3. P.O.P. on walls with cornice on the ceiling
3.4. Internet connection provision
3.5. 20-A power points for A.C. & adequate point
3.6. Modular switches of Anchor make or equivalent brand.
3.7. Locks of reputed make (‘Yale’ or ‘Godrej’) or equivalent brand.
3.8. Heavy gauge aluminum Powder Coated/ Anodized Window frame with ‘MODI’
tinted glass. or equivalent brand.
3.9. Magnetic Door Stoppers
3.10. Wooden door frames with flush Door
3.11. Adequate points for TV & music system, computer & printer charger, etc.
3.12. MS Grill/ SS Railing

4. Bathroom
4.1. Copper or ‘C’ PVC concealed piping in toilets
4.2. Anti-skid flooring tiles of reputed brand
4.3. Jaguar Fittings or equivalent brand.
4.4. Hindustan sanitary ware or equivalent brand.
4.5. water heater/Geyser
4.6. Towel Racks & rods
4.7. Granite Counter with basin & spout
4.8. Basin cock
4.9. Shower with shower arm

25
4.10. Shower mixer
4.11. Angle stop cock
4.12. Flush tank
4.13. C.P. Jali on nahani trap
4.14. Ball valve as master cock in duct
4.15. 16-Power Points for geyser in bathroom & extra electrical plug.
4.16. Exhaust Fan
4.17. Modular switches of Anchor make or equivalent brand.
4.18. Locks of reputed make
4.19. Heavy gauge aluminum louvers with opaque glass
4.20. MS Grill if required.
4.21. Flush doors with laminate finish
4.22. MS Grill/ SS Railing

1. STRUCTURE
1.1. The building will be designed & planned as per Vaastu by eminent Architects of
repute.(to maximum extent).
1.2. R.C.C. Frame structure designed of earthquake resistance as per the current
relevant IS Code 1893 for Seismic Zone III for a safe building design
1.3. All Internal partition walls will be off 100mm thick Brick/Block masonry.
1.4. All external walls will be 230mm thick Brick/Block masonry

2. ELEVATION
2.1 An Elegant low maintenance elevation

3. EXTERNAL FINISH
3.1. Sand faced plaster with two coats of external texture paint of Asian Paints - Apex
Ultima or equivalent brand.

26
4. WINDOWS & GRILLS
4.1. All windows in the living room, bed rooms, kitchen, toilets & A.C. ducts will have
sills of marble/ granite.
4.2. Heavy gauge anodized aluminium sliding/open able windows with tinted
reflective glass in living room & bed rooms
4.3. Anodized aluminium louvered windows with opaque glass in toilets with exhaust
fans.

5. STAIRCASE:
5.1. Treads & Risers up to 1st floor will be with granite/ marble & all other floors will
be with polished Kota.
5.2. Paint above sand faced plaster surface will be coated with acrylic paint.

6. FIRE FIGHTING
6.1. Developer will install all firefighting equipment’s including fire escape doors in the
staircase area & every other area inside & outside as required by the firefighting
authorities.

7. WATER PROOFING
1.1 Will be carried out by an approved water proofing agency who will give a
guarantee as per RERA norms.

8. TOILETS/ KITCHEN SINK


8.1 Cement plaster with W/P compound as base coat over a coat of chemical
treatment;
8.2 Brick bat coba in the sunken portion as filling, topped with finishing plaster
extended on walls up to 3’-0” on all sides;

9. TERRACE

27
1.1 Brick bat coba water proofing over a coat of chemical treatment with china
mosaic on top as finishing coat.

10. OVERHEAD WATER TANKS


10.1 Water proof cement plaster on internal surfaces with metal coba on bottom of
tank or ( as per MCGM approval )

11. CHAJJAS/ REFUGE FLOOR


1.1 Metal Coba water proofing over one coat of chemical treatment plus decorative
finish.

12. LIFT – MACHINE ROOM


12.1 Cement plaster & Cement paint with polished kotah stone flooring & two coats of
distemper paint on walls & ceiling.

13. ELECTRICAL METER, TELEPHONE & INTERNET CABLE & ACCESSORIES ROOM
13.1 Cement plaster & cement paint with polished kota stone flooring & two coats of
distemper paint on walls & ceiling.

14. ELECTRICAL
14.1 Concealed fire resistant copper wiring of Finolex or equivalent make with
separate circuit for each room, with modular switches (‘Anchor’) or equivalent
brand. & all lifesaving electrical devices like the MCB & ELCB in each flat should
have 3-phase meter & 3 phase power, voltage stabilizer in each flat & circuit
breaker.

15. PLUMBING & SANITATION THROUGH EXTERNAL DUCTS


15.1 C’ Class G.I. / CPVC Pipes for domestic & flushing water supply fixed on M.S.
Brackets in shafts.
15.2 Complete loop of supply pipelines at terrace level with adequate no. of pressure
reducing valves in shafts.
15.3 Heavy duty UPVC pipes for disposal of waste water & soil, fixed on M.S. Brackets.

28
15.4 Jaquar Brand Plumbing Fixtures and Sanitary fittings.

16. EXTERNAL AMENITIES


16.1 The Entrance lobby of the buildings will be spacious well designed & elegant
including a ramp entry for the physically challenged.
16.2 The buildings will have two Ultra-modern high speed elevators of OTIS/ Schindler
make with digital floor indicators. or equivalent brand.
16.3 Typical lift lobby flooring along with 4” skirting will be with granite/ marble. The
walls above will be of textured paint.
16.4 The building will have a backup for supplying power to the lift/ staircase & lobby
and other common areas.
16.5 The buildings will have intelligent security systems with Video Door Security &
Intercom facility.
16.6 Back-up Alternate power for the lifts, water pumps & lighting all common area.
16.7 Automatic level monitoring system for overhead & underground water tanks.
16.8 Fire Fighting arrangement as per CFO.
16.9 Paver blocks / Chequered tiles in society compound.
16.10 Solar Energy for water heaters & lights wherever if Feasible.
16.11 Piped Gas Connection.
16.12 Bore well, Rainwater Harvesting
16.13 Garbage Separation System
16.14 Children’s play area along with benches for senior citizens.
16.15 Lockers/ drop boxes for mail/ parcel.
16.16 High Security Gates.
16.17 Domestic helps & drivers toilets on the ground floor
16.18 Security Cabins.
16.19 Society office with fan false ceiling & textured walls having Vitrified tiles on the
floor & designer tiles & non- skid flooring in the attached toilet.

29
16.20 Water pumps of reputed make (Crompton or Kirloskar) or equivalent make with
pump house, water proof cement plaster, kota stone flooring & two coats of
distemper paint on walls & ceiling.
16.21 Health club with equipment’s
16.22 Beautiful Entrance lobby.

30
LIST OF APPROVED BRAND

SR. MATERIAL APPROVED MANUFACTURES.


NO
1 REINFORCED STEEL TISCO,SAIL,IICO,SHARDA,ISPAT INDIA LTD OR
EQUIVALANT GRADE & QUANTITY
2 CEMENT ACC, ULTRATECH, MANIKGARH OR EQUIVALANT
GRADE & QUANTITY
CERAMIC TILES (1st QUALITY SPARTEK, REGENCY, KAJARIYA,
3 BELL, NITCO OR EQUIVALANT GRADE &
QUANTITY
4 SLICA GRANULAR PLASTER HERITAGE (M/s BACKELITE HYLM LTD) OR
EQUIVALANT GRADE & QUANTITY
5 SYNTHETIC PLASTER /PIANT RENOVO (M/s Damany Dye Chem. Pvt.Ltd.) LTD OR
EQUIVALANT GRADE & QUANTITY
6 WATER PROOFING COMPOUND FOSCROCK, IMPERMO LTD OR EQUIVALANT
GRADE & QUANTITY
PLASTICIZERS ETC. PIDLITE MC BAUCHEMEL, FOSCORCK
7 CHEMISOL LTD OR EQUIVALANT GRADE &
QUANTITY
9 ALUMINIUM SECTIONS JINDAL, HINDALCO, JINDAL LTD OR
EQUIVALANT GRADE & QUANTITY

10 GLASS TRIVENI,SHREE VALLABH INDOSHHANI,


MODIFOLAT GLASS LTD OR EQUIVALANT GRADE &
QUANTITY
11 POLYSTER SUN CONTROL FILM GARWARE LTD OR EQUIVALANT GRADE &
QUANTITY
12 MIRROR ATUL,GOLD FISH, MODIGUARD LTD OR
EQUIVALANT GRADE & QUANTITY
13 HYDRAULIC DOOR CLOSER EVERITE, DOORKING, EVEREST LTD OR
EQUIVALANT GRADE & QUANTITY
14 GYPSUM BOARD SYPSUM INDIA LTD OR EQUIVALANT GRADE &
QUANTITY
FORMICA, RAMMICA, NEOLUX, DECOLAM LTD
15 LAMINATES SHETS OR EQUIVALANT GRADE & QUANTITY
16 BITUMEN IMPREGNATED BOARD SHALTEX (M/S SHALIMAR) LTD OR EQUIVALANT
GRADE & QUANTITY

31
17 MORTISE LOCK & LATCH GODREJ, HARISON, KESHVRAM, RAMYUS,
DHIMANI LTD OR EQUIVALANT GRADE &
QUANTITY
18 PRINTER KESHAVRAM RAMYUS LTD OR EQUIVALANT
GRADE & QUANTITY
19 ACRYLIC PLASTIC EMULSION ASIAN, BERGER, J&N. LTD OR EQUIVALANT
(1* Quality ) GRADE & QUANTITY
20 CEMENT PAINT SNOWCEM, TERRACO. LTD OR EQUIVALANT
GRADE & QUANTITY
21 SYNTHETIC ENAMEL PAINT ASIAN, BERGER, J&N. LTD OR EQUIVALANT
GRADE & QUANTITY
22 STRUCTURE PAINTS NEROLAC, BURGER,ICL. LTD OR EQUIVALANT
GRADE & QUANTITY

23 ADHESIVE BAL ENDURA PIDILITE VEMICOL LTD OR


EQUIVALANT GRADE & QUANTITY
24 HARDWARE FITTING EVERLITE, ECIE LTD OR EQUIVALANT GRADE &
QUANTITY
25 SANITARY WARE HINDUSTAN, NYCER, PERRY, CERA LTD OR
EQUIVALANT GRADE & QUANTITY
26 E.W.C. SEAT COVERS COMMANDER CAMPIAN, GEM DIPLOMAT LTD OR
EQUIVALANT GRADE & QUANTITY
27 C.P. FITTING GEM, PARDO, JAQUAR, DRIPLESS LTD OR
EQUIVALANT GRADE & QUANTITY
28 SOIL & WASTE PIPE RIF BIC, NECO CENTRI (CONFORMING TO IS-3839)
LTD OR EQUIVALANT GRADE & QUANTITY
29 G.I. PIPES ZENITH, TATA, IST, GST LTD OR EQUIVALANT
GRADE & QUANTITY
30 GUN METAL VALVES LEADER ENGG KIRLOSKAR GG LTD OR
EQUIVALANT GRADE & QUANTITY
31 FLUSH VALUE JAQUAR, KINSTON, SHREE
VALLAB OR EQUIVALANT GRADE & QUANTITY
32 CISTERN NOMOS, HINDUSTAN OR EQUIVALANT GRADE &
QUANTITY
33 C.I. s/s L.A. PIPES & FITITING IISCO, KESORAM, ELECTRO, STEEL OR
EQUIVALANT GRADE & QUANTITY
34 C.I. SLUISE VALVE KIRLOSKAR, INDIAN VALVE, LEADER, BURN OR
EQUIVALANT GRADE & QUANTITY
35 C.I. MANHOLE B.C. IRON RIF (AGRA) OR EQUIVALANT GRADE &
QUANTITY
36 G.I. FITTING 1ST QUALITY ZENITH, TATA, R.M. ENGG. WORKS OR
EQUIVALANT GRADE & QUANTITY

32
37 P.V.C. FITTINGS FINOLEX, JAN OR EQUIVALANT GRADE
&QUANTITY
38 CONCRETE ADMIXTURES FOSCROC, PIDLITE OR EQUIVALANT GRADE &
QUANTITY
39 ANTISTATIC FLOORCOATING INARCO, PVC WONDER FLOOR, ARMSTRON. OR
EQUIVALANT GRADE & QUANTITY.

33
TENDER DOCUMENT

FOR CONSTRUCTION OF A RESIDENTIAL BUILDING ON PLOT BEARING CTS NO. 183 AND 183/1 TO 14
SITUATED AT VILLAGE KONDIVITA ,KADAM WADI LANE, OFF ANDHERI KURLA ROAD IN K/E WARD

PART-2

PRICE BID

Date of Downloading Tender : 27-08-2021 to 02-09-2021

Last date for submission of tender : 02-09-2021

Opening of Bid : 03-09-2021

MAHENDRA REALTORS
603, Quantum Tower, Rambaug Lane, Malad(W),
MUMBAI – 400 064.

34
PRICE BID - OPTION- 1
ON PAYMENT BASIS AGAINST THE BILL

TENDER FOR CONSTRUCTION OF A RESIDENTIAL BUILDING ON PLOT BEARING CTS NO. 183
AND 183/1 TO 14 SITUATED AT VILLAGE KONDIVITA ,KADAM WADI LANE, OFF ANDHERI
KURLA ROAD IN K/E WARD

SN DESCRIPTION OF ITEM QUANTITY UNIT RATE AMOUNT

1 Construction of RCC building as per


drawing & amenities as per
statement provided in Technical Bid
in Lock & Key position i/c but not
limited to.
A) RCC, Brick & Plaster work
B) Finishing i/c External Area
Development, Plumbing, Electrical,
Aluminium, Firefighting, Lift, Solar
Provision etc.

Note:- Building is Stilt + 9 storey


A RCC, MASONARY & PLASTER 44000 SFT

(Fixed
Built Up
Area)
B INTERNAL FINISHING, COMPOUND 38016 SFT
DEVELOPMENT, LIFT, FIREFIGHTING,
PLUMBING, ELECTRICAL, PAINTING (Fixed
SOLAR PROVISON ETC. Built Up
Area)

NOTE:
1. BIDDERS ARE ADVICED TO STUDY THE PLANS PROPERLY AND THE AREA GIVEN IN
“QUANTITY” COLUMN IS FIXED AND NO INCREASE IN THE AREA SHALL BE ACCEPTED AND HENCE
RATES SHALL BE QUOTED ACCORDINGLY.
2. THE PLINTH IS ALREADY COMPLETED, HOWEVER BIDDERS NEED TO QUOTE COMPLETE RATE
INCLUDING PLINTH & EXPENSE DONE FOR PLINTH SHALL BE DEBITED FROM THE BILL
3.RATES SHALL BE INCLUSIVE OF ALL TAXES.

DATE:

PLACE: CONTRACTOR’S SIGNATURE & STAMP

35
PRICE BID - OPTION- 2
50% BARTER & 50% PAYMENT AGAINST BILL

TENDER FOR CONSTRUCTION OF A RESIDENTIAL BUILDING ON PLOT BEARING CTS NO. 183
AND 183/1 TO 14 SITUATED AT VILLAGE KONDIVITA ,KADAM WADI LANE, OFF ANDHERI
KURLA ROAD IN K/E WARD

SN DESCRIPTION OF ITEM QUANTITY UNIT RATE AMOUNT

1 Construction of RCC building as per


drawing & amenities as per
statement provided in Technical Bid
in Lock & Key position i/c but not
limited to.
A) RCC, Brick & Plaster work
B) Finishing i/c External Area
Development, Plumbing, Electrical,
Aluminium, Firefighting, Lift, Solar
Provision etc.

Note:- Building is Stilt + 9 storey


A RCC, MASONARY & PLASTER 44000 SFT

(Fixed
Built Up
Area)
B INTERNAL FINISHING, COMPOUND 38016 SFT
DEVELOPMENT, LIFT, FIREFIGHTING,
PLUMBING, ELECTRICAL, PAINTING, (Fixed
SOLAR PROVISION ETC. Built Up
Area)
C RATE AT WHICH BARTER TO BE QRO SFT
EXECUTED

NOTE:
1.BIDDERS ARE ADVICED TO STUDY THE PLANS PROPERLY AND THE AREA GIVEN IN
“QUANTITY” COLUMN IS FIXED AND NO INCREASE IN THE AREA SHALL BE ACCEPTED AND HENCE
RATES SHALL BE QUOTED ACCORDINGLY.
2. THE PLINTH IS ALREADY COMPLETED, HOWEVER BIDDERS NEED TO QUOTE COMPLETE RATE
INCLUDING PLINTH & EXPENSE DONE FOR PLINTH SHALL BE DEBITED FROM THE BILL
3.RATES SHALL BE INCLUSIVE OF ALL TAXES.

DATE:
PLACE: CONTRACTOR’S SIGNATURE & STAMP

36
PRICE BID - OPTION- 3
100% BARTER

TENDER FOR CONSTRUCTION OF A RESIDENTIAL BUILDING ON PLOT BEARING CTS NO. 183
AND 183/1 TO 14 SITUATED AT VILLAGE KONDIVITA ,KADAM WADI LANE, OFF ANDHERI
KURLA ROAD IN K/E WARD

SN DESCRIPTION OF ITEM QUANTITY UNIT RATE AMOUNT

1 Construction of RCC building as per


drawing & amenities as per
statement provided in Technical Bid
in Lock & Key position i/c but not
limited to.
A) RCC, Brick & Plaster work
B) Finishing i/c External Area
Development, Plumbing, Electrical,
Aluminium, Firefighting, Lift, Solar
Provision etc.

Note:- Building is Stilt + 9 storey


A RCC, MASONARY & PLASTER 44000 SFT

(Fixed
Built Up
Area)
B INTERNAL FINISHING, COMPOUND 38016 SFT
DEVELOPMENT, LIFT, FIREFIGHTING,
PLUMBING, ELECTRICAL, PAINTING, (Fixed
SOLAR PROVISION ETC. Built Up
Area)
C RATE AT WHICH BARTER TO BE QRO SFT
EXECUTED

NOTE:
1.BIDDERS ARE ADVICED TO STUDY THE PLANS PROPERLY AND THE AREA GIVEN IN
“QUANTITY” COLUMN IS FIXED AND NO INCREASE IN THE AREA SHALL BE ACCEPTED AND HENCE
RATES SHALL BE QUOTED ACCORDINGLY.
2. THE PLINTH IS ALREADY COMPLETED, HOWEVER BIDDERS NEED TO QUOTE COMPLETE RATE
INCLUDING PLINTH & EXPENSE DONE FOR PLINTH SHALL BE DEBITED FROM THE BILL
3.RATES SHALL BE INCLUSIVE OF ALL TAXES.

DATE:
PLACE: CONTRACTOR’S SIGNATURE & STAMP

37

You might also like