63-17 Rs

Tài liệu tương tự
FAQs Những câu hỏi thường gặp 1. What is the Spend Based Rewards program for Visa Vietnam? The Spend Based Rewards program for Visa Vietnam is a servi

Microsoft Word - Business Visitor Checklist - Feb 2013.doc

giay de nghi cap the tra truoc 09.16

MD Paper-Based Test ELA Vietnamese Script for Administrating PARCC TAM

Mã: VHR V20 CHÍNH SÁCH BÁN HÀNG / SALE POLICY DÀNH CHO KHÁCH HÀNG MUA NHÀ/BIỆT THỰ VINHOMES RIVERSIDE THE HARMONY FOR CLIENTS PURCHASING VIN

说明书 86x191mm

VCSP-CSBH-H03-V CHÍNH SÁCH BÁN HÀNG/ SALES POLICY DÀNH CHO CĂN HỘ TÒA H03 PHÂN KHU THE HERO DỰ ÁNVINCITY SPORTIA I. CHÍNH SÁCH/ POLICY / FO

Hướng dẫn cụ thể từng bước để đăng ký sử dụng Đơn đăng ký không tín chỉ sau đó ghi danh vào các lớp không tín chỉ. 1 tháng Sáu, 2018 Các sinh viên dự

CÔNG TY CỔ PHẦN TẬP ĐOÀN ĐẦU TƯ ĐỊA ỐC NO VA NO VA LAND INVESTMENT GROUP CORPORATION ---o0o--- Số:../2018-NQ.ĐHĐCĐ-NVLG No:../2018-NQ.ĐHĐCĐ-NVLG CỘNG

ĐIỀU KHOẢN VÀ ĐIỀU KIỆN CHƯƠNG TRÌNH ƯU ĐÃI CUỐI TUẦN TẠI ADAYROI VỚI THẺ TÍN DỤNG HSBC (Bản Điều Khoản và Điều Kiện này có hiệu lực từ 08/08/2019) Kh

Screen Test (Placement)

SUMMER COURSE FEES SUMMER 2019 Biểu phí Khóa Hè 2019 AGE GROUP Nhóm tuổi HALF DAY Nửa ngày TRIAL CLASS (2 weeks) Lớp học thử (2Tuần) FULL DAY Cả ngày

BNPP-SmartFormUserGuide2019-VN-v3

NMPED 2019 Spring ADMINISTRATOR Manual

Microsoft Word - bai 16 pdf

Microsoft Word - DFK Vietnam - Legislation update _7 2013_ final

Đề cương môn học

VTC- PARK HILL PREMIUM-CH-V CHÍNH SÁCH BÁN HÀNG / SALES POLICY DÀNH CHO CĂN HỘ VINHOMES TIMES CITY PARK HILL PREMIUM TÒA P09,11,12,10/ FOR

VTC- PARK HILL 1-CH-V CHÍNH SÁCH BÁN HÀNG / SALES POLICY DÀNH CHO CĂN HỘ VINHOMES TIMES CITY PARK HILL TÒA P01,P02,03,05,06,07,08/ FOR APAR

VINHOMES MARINA-4PK CSBH CHÍNH SÁCH BÁN HÀNG/ SALES POLICY DỰ ÁN VINHOMES MARINA/ FOR VINHOMES MARINA Tháng 02/2019 /February 2019 I. Q

Photographing, Filming and Recording students at Abbotsford Primary School Annual Consent Form and Collection Notice During the school year there are

வ ம ன வ கண க இ ணய த த க ச ற (E - filing of income tax returns) 1. அர அ வல க ம ஆச ய க ஜ ல 31 ஆ தத வ ம ன வ கண க ன த க ச ய க க ட இ ணயதள த ச ல.

CÁC BIỂU MẪU NHÂN SỰ KHÓ TÌM LIÊN QUAN ĐẾN PHÁP LUẬT LAO ĐỘNG HARD TO FIND TEMPLATES OF HUMAN RESOURCE RELATING TO LABOUR LAW Mục lục Timetable LỜI CẢ

giay de nghi cap the ghi no 09.18

Website

Manicurist SPF-ICOC-VIET

Microsoft Word - TT HV_NguyenThiThom_K18.doc

KOSMO TÂY HỒ Address. 101 Xuan La, Tay Ho Dist, Ha Noi, Vietnam Hotline Mặt bằng tầng

2018 Vietnamese FL Written examination

Using a Walker - Vietnamese

IVIVU English Vietnamese Campaign Overview Giới thiệu chương trình Customers when paying with Agribank JCB card on and at IVIVU's transa

PHẦN DÀNH CHO CƠ QUAN QUẢN LÝ(FOR OFFICIAL USE)> <SI> Phiếu công bố có giá trị 05 năm kể từ ngày nhận. PHIẾU CÔNG BỐ SẢN PHẨM MỸ PHẨM TEMPLATE FOR NOT

contactless-faqs.pdf

ïðñíïñîðîï U.S. Department of Labor Please read and review the filing instructions carefully before completing the Form ETA or 9035E. A copy of

VTC- PARK HILL PREMIUM-CH-V CHÍNH SÁCH BÁN HÀNG / SALES POLICY DÀNH CHO CĂN HỘ VINHOMES TIMES CITY PARK HILL PREMIUM TÒA P09, P11/ FOR APAR

tcvn tiªu chuèn quèc gia national STANDARD tcvn : 2009 ISO : 1994 XuÊt b n lçn 1 First edition CẦN TRỤC TỪ VỰNG PHẦN 2: CẦN TRỤC TỰ HÀNH

UAB_COB V1.1 JULY 2017

UW MEDICINE PATIENT EDUCATION Crutch Walking vietnamese Đi Bằng Nạng Hướng dẫn từng bước và những lời khuyên về an toàn Tài liệu này hướng dẫn cách sử

ĐƠN MỞ TÀI KHOẢN CÁ NHÂN PERSONAL ACCOUNT OPENING FORM Dành Cho Ngân Hàng/For Bank Use Only 1. Mã số khách hàng thứ nhất: First customer number: 21.01

HỢP ĐỒNG PHÁT HÀNH VÀ SỬ DỤNG THẺ TÍN DỤNG DOANH NGHIỆP (Dành cho khách hàng doanh nghiệp) Số Hợp đồng: /HĐTD Hợp đồng phát hành và sử dụng thẻ tín dụ

Microsoft Word - thuat-ngu-thuong-mai-dien-tu.docx

Travel claim form-VN_2012

CTCP XÂY DỰNG COTECCONS CTD (HOSE) BẢN TIN CẬP NHẬT NHANH Ngày 06 tháng 3 năm 2019 CẬP NHẬT KQKD 2018 Kết thúc Q4.2018, CTD đạt doanh thu thuần

bảng giá / rate card

CÔNG BÁO/Số /Ngày PHẦN VĂN BẢN QUY PHẠM PHÁP LUẬT BỘ NGOẠI GIAO BỘ NGOẠI GIAO Số: 01/2012/TT-BNG CỘNG HÒA XÃ HỘI CHỦ NGHĨA VIỆT

Microsoft Word - PVN COI Policy _final.doc

ITS Project

Slide 1

BUREAU VERITAS VIETNAM - HN Office 2019 PUBLIC TRAINING CALENDAR Subject COURSE NAME Duration (days) JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC C

TẬP ĐOÀN VIỄN THÔNG QUÂN ĐỘI DỊCH VỤ CHỨNG THỰC CHỮ KÝ SỐ VIETTEL-CA SỔ TAY HƯỚNG DẪN SỬ DỤNG CHỨNG THƯ SỐ VIETTEL-CA MỤC LỤC 1. GIỚI THIỆU VỀ DỊCH VỤ

6 Pages Set-Lite

Giới thiệu

HƯỚNG DẪN SỬ DỤNG DỊCH VỤ STORAGE.COM.VN

Credit%20Facility%20-%20Procedure%20Sheet_BC.PDF

TrÝch yÕu luËn ¸n

Hệ điều hành Bài tập tuần 6 1 Quản lý bộ nhớ Bài tập 1 : Xem thông tin bộ nhớ 1. Sử dụng top, ps đọc thông tin về kích thước vùng nhớ của 1 tiến trình

PowerPoint Presentation

TIÕP CËN HÖ THèNG TRONG Tæ CHøC L•NH THæ

! LỊCH HỌC CỦA TRẺ 3-4 TUỔI/ DAILY SCHEDULE FOR PRESCHOOL 1 September Tuần 1 / Week 1 Bài học: Trường em Ngày: 5/9 9/9 Unit: My school Date: Sep 5-9 T

Backup Cloud Server

HƯỚNG DẪN SỬ DỤNG CLOUD STORAGE Trân trọng cám ơn các bạn đã sử dụng dịch vụ Cloud Storage của Viettel IDC. Tài liệu hướng dẫn sử dụng nhanh được biên

Winmeen Tnpsc Gr 1 & 2 Self Preparation Course

Microsoft Word - Listen to Your Elders-2 Stories.docx

Tóm tắt ngữ pháp tiếng Anh Tổng hợp và biên soạn: Thầy Tâm - Anh Văn ( TÓM TẮT NGỮ PHÁP TIẾNG ANH Mục lục Tóm tắt

Phieu dang ky DV NHDT_ KHCN

UBND TỈNH ĐỒNG THÁP SỞ GIÁO DỤC VÀ ĐÀO TẠO Số: 1284/SGDĐT-GDTrH-TX&CN V/v hướng dẫn tổ chức dạy học bộ môn tiếng Anh cấp trung học năm học C

Sonata IV Sei Sonate per il Cembalo Solo Johan Agrell Published by Johan Tufvesson for Project Runeberg. Non-commercial copying welcome Revi

Business Letter Letter - Address English Mr. J. Rhodes Rhodes & Rhodes Corp. 212 Silverback Drive California Springs CA American address format:

ïðñíïñîðîï U.S. Department of Labor Please read and review the filing instructions carefully before completing the Form ETA or 9035E. A copy of

Approach for sustainable growth and profitability for IDBI Bank

Blood pool and Hemangioma - Khoang chứa máu và U máu gan Hoàng Văn Trung Normally when we look at lesions filling with contrast, the density of these

2019 Signature Chefs Partnership Opportunities.pub

KIẾM TIỀN THẬT 100% TRÊN MẠNG VỚI CASHFIESTA (bản hướng dẩn chi tiết nhất)

Cách thức sử dụng phần mềm MT4 của FxPro

ïðñíïñîðîï U.S. Department of Labor Please read and review the filing instructions carefully before completing the Form ETA or 9035E. A copy of

PowerPoint Presentation

Microsoft Word - Huong dan dang ky Techsoup_v1

CỘNG HÒA XÃ HỘI CHỦ NGHĨA VIỆT NAM Độc lập Tự do Hạnh phúc ---o0o--- Số: 98-19/BCQT- ĐT Tp.HCM, ngày 27 tháng 07 năm 2019 BÁO CÁO TÌNH HÌNH QUẢN TRỊ C

Chatham Bridge Rehabilitation Route 3 Business Stafford County and City of Fredericksburg Design Public Hearing Thursday, January 25, 2018, 5 7 p.m. I

OpenStax-CNX module: m Giới thiệu về ngôn ngữ C và môi trường turbo C 3.0 ThS. Nguyễn Văn Linh This work is produced by OpenStax-CNX and licens

Newletter 15 year

BIỂU ĐẠT HÌNH THÁI DĨ THÀNH TIẾNG ANH TRONG TIẾNG VIỆT 1. Mục đích và phương pháp 1.1. Mục đích 19 ThS. Trương Thị Anh Đào Dựa trên nền tảng lý thuyết

Microsoft Word - QS2000E 93-AS220-T-3 Instructions doc

Bản ghi:

e - Tender Notice No. 63/17 For 2016-2017

1 Dy. Ex. Engg. INDEX NAME OF WORK: Improvements to Shivani Tek to Shivani Road ODR 56, Km. 8/000 9/300 and Km. 10/650 to 10/800, in Tal. Kadegaon, Dist. Sangli. Sr.No. Description Page No. From To 1 Tender Notice 2 7 2. Disclaimer 8 9 3 e-tendering Procedure 10 40 4. Model Form of Bank Guarantee Bond 41 42 5. Declaration of Contractor 43 43 6. General Description and Scope of Work 44 44 7. Printed B-1 Agreement Form 45 83 8. Schedule A 84 85 9. Additional Conditions for Materials 86 89 11. Price Variation Clause 90 94 12. Additional General Conditions and Specifications 95 160 13. Bar Chart 161 161 14. Schedule B' and Specifications 162 169

2 Dy. Ex. Engg.

3 Dy. Ex. Engg.,-.&$. ह,,.., -.63 2016-17, &, ( 0233-2222665) ह!"# $ %& ' # () * $ $ # -1 +# $,-.&$/ (0$,)!# 2ह#. * 1 ह 192... 24/ 910 25/ 460 & '( ( 2 ह )* 192... 22/ 700 23/230 230 & '( ( 3 ह -./ )ह.. 5/ 400 5/ 900 & '( ( 4 ह 0 8 * 2 51.. 0/ 00 1/ 00 & '( (. 5 ह 3 2 50.. 0/ 00 0/ 485 & '( (. 6 ह ह*.4 5 6 ह.. 2 2 337.. 0/ 00 1/ 040 & '( (. 7 ह.)& * 205 7 * 89.. 16/ 500 16/ 710 & '( (. 8 ह : ( 2 38 & '( (... 0/ 00 1/ 00 9 ह ) ह.. 184.. 25/ 750 26/ 00.. 29/ 350 30/ 050 & '( (. 10 ह ह - ) ;< 186 7 ) 125.. 10/700 11/ 400 & '( (. 11 ह 8 3=.. 0/ 400 1/ 500 2 9 & '( (.... 12 ह -ह( ) 2 >. > 128 & '( (... 0/ 300 1/ 175 13 ह?* :8* 51 & ' ( (... ( 7-?* ).. 0/ 00 0/ 435 14 ह. CD? ( 7*() 2 >. > 21 & '( (... 3/ 700 4/ 200 15 ह? E? 2 >. > 184 & '( (..... 0/ 00 0/ 800 16 ह 8.. 1/ 600 2/325 2 39 & '( (... * 4# 5# 6. $7 8 9 : 6. ;<& =* $ > * 21.73 21730/- 1000/- 6 ह! 5-4 $ 21.73 21730/- 1000/- 6 ह! 5-4 $ 17.38 17380/- 1000/- 6 ह! 5 4 $ 21.73 21730/- 1000/- 6 ह! 5 4 $ 17.39 17390/- 1000/- 6 ह! 5 4 $ 17.38 17380/- 1000/- 6 ह! 5 4 $ 8.69 8690/- 500/- 6 ह! 7 $ 17.32 17320/- 1000/- 6 ह! 5 4 $ 21.00 21000/- 1000/- 6 ह! 5 4 $ 16.80 16800/- 1000/- 6 ह! 5 4 $ 17.35 17350/- 1000/- 6 ह! 5 4 $ 17.35 17350/- 1000/- 6 ह! 5 4 $ 8.67 8670/- 500/- 6 ह! 7 $ 8.67 8670/- 500/- 6 ह! 7 $ 13.01 13010/- 500/- 6 ह! 6 $ 13.02 13020/- 500/- 6 ह! 6 $!

4 Dy. Ex. Engg. 17 ह?(?( 56 & '( (... 8/ 00 9/ 300.. 10/ 650 10/ 800... 18 ह? -&&( F) 2 105 & '( (...... 2/ 400 3/ 200 19 ह Gह). Gह(H & '( (. 2 162..... 0/ 00 0/ 825 20 ह * 54 & '( (......2/ 050 2/ 450 21 ह :8* ( 7* 2 265 & '( (...... 1/ 500 1/ 925 -)) )*+, 13.01 13010/- 500/- 6 ह! 6 $ 13.01 13010/- 500/- 6 ह! 6 $ 13.01 13010/- 500/- 6 ह! 6 $ 13.01 13010/- 500/- 6 ह! 6 $ 13.02 13020/- 500/- 6 ह! 6 $ 1 0$, J$ =* $ 16/12/2016 K K 10.00. # 30/12/2016 K 23.00 ;L# 2 0$, # => हM (Hash) =* (#( 2NO 4# K) 02/01/2017 K 23.00 ;L#. 3 0$, Super Hash =* $ 03/01/2017 10.01 # 13.00 ;L# 4 0$, #; $ (#( 2NO) Decryption Reencryption * $ 03/01/2017 13.01 ;< 05/01/2017 10.00 ;L#. 5 #( 2& 2NO Pघ=* >&, K. 4S#..S! * "$# 05/01/2017 K 10.01 ;< 0$, Pघ=# # $. (9 TU) 8 :- (All the payment towards EMD and cost of Tender forms will be done online only.generally RTGS/NFT requires time to update, hence Time will 23.00 hrs. is given to bidder.please. note that you should complete activity at least one day before for safer side) 1. ºÉ ÉÇ {ÉÉjÉ /<SUÖôEò ÊxÉÊ ÉnùÉEòÉ úéæxéò ÊxÉÊ ÉnùÉ{ÉjÉEò b É>ðxɱÉÉäb Eò úhªééºéé`öò É ÊxÉÊ ÉnùÉ ÉÊGòªÉäiÉ ÉÉMÉ PÉähªÉɺÉÉ`öÒ. ll/lll Êb VÉÒ]õ±É & J( <Ç ÊxÉÊ ÉnùÉ ÉhÉɱÉÒSªÉÉ Main Portal- "maharashtra.etenders.in" and PWD Portal "www.mahapwd.com" É ú enrolled Eò úhéä +É É ªÉEò +ɽäþ. 2. ÊxÉÊ ÉnùÉEòÉ úéæxéé É ú xé ÉÖnù Eäò±É䱪ÉÉ ºÉÆEäòiɺlɳýÉ É ú +ÉìxɱÉÉ<ÇxÉ näùeòé ú É úhéä ºÉÆnù ÉÉÇiÉ É Êb VÉÒ]õ±É É ÉÉhÉ{ÉjÉ Ê ÉiÉ úòié Eò úhªééºéænù ÉÉÇiÉ EòɽþÒ ÉÆEòÉ/+b SÉhÉÒ +ºÉ±ªÉÉºÉ iªééæxéò JÉɱÉÒ±É nöù úv ÉxÉÒ Gò ÉÉÆEòÉ É ú ºÉÆ{ÉEÇò ºÉÉvÉÉ ÉÉ. Sify Technotigies Ltd. Nextender (India) Pvt. Ltd. On 020-25315555 3. ÊxÉÊ ÉnùÉEòÉ úéæxéò ÊxÉÊ ÉnùÉ ºÉÆnù ÉÉÇiÉ ºÉ ÉÇ nùºiébä ÉVÉ +ÉìxɱÉÉ<ÇxÉ ºÉÉnù ú Eò úhéä +ÊxÉ ÉɪÉÇ úé½þò±é. iéºéäsé <ºÉÉ úé úceò ÉäSÉÒ 0$, {ÉÉ ÉiÉÒ, +ÉìxɱÉÉ<ÇxÉ EòÉä úé ÊxÉÊ ÉnùÉ ºÉÆSÉ b É>ðxɱÉÉäb Eò úhéäºéé`öòsªéé ËEò ÉiÉÒSÉÉ 0$, ;# º ÉiÉ:SªÉÉ xéé ÉÉSÉÒ MÉÉä{ÉxÉÒªÉiÉÉ ÉɳýMÉÖxÉ <Ç-ÊxÉÊ ÉnùÉ Éä³ýÉ{ÉjÉEòÉ ÉvªÉä xé ÉÖnù Eäò±É䱪ÉÉ ÊnùxÉÉÆEò Éä³ý{ɪÉÈiÉ ºÉÉnù ú Eò úhéä +É É ªÉEò +ɽäþ. +xªéléé +ÉìxɱÉÉ<ÇxÉ ÊxÉÊ ÉnùÉ =PÉb hªééié ªÉähÉÉ ú xéé½þò ªÉÉÆSÉÒ xééånù PªÉÉ ÉÒ. 4. <ié ú +]õò É ÉiÉÔ <Ç-ÊxÉÊ ÉnùÉ xé ÉÖxªÉÉ ÉvªÉä {ɽþÉ ÉªÉÉºÉ Ê É³ýiÉÒ±É. ºÉnù ú EòÉ ÉÉÆSÉÒ BEò +lé ÉÉ ºÉ ÉÇ <Ç-ÊxÉÊ ÉnùÉ EòÉähÉiÉä½þÒ EòÉ úhé xé näùiéé úqù Eò úhªééséä +ÊvÉEòÉ ú ºÉIÉ É +ÊvÉEòÉ úò ªÉÉÆxÉÒ úéjéöxé `äö ɱÉä±Éä +ɽäþiÉ. 5. É úò±é EòÉ ÉÉÆSÉÒ <Ç-ÊxÉÊ ÉnùÉ ºÉÚSÉxÉÉ ºÉÉ ÉÇVÉÊxÉEò ÉÉÆvÉEòÉ É Ê É ÉÉMÉÉSªÉÉ www.mahapwd.com ªÉÉ <Æ]õ úxéä]õ É úò±é Éä ɺÉÉ<Ç]õ É ú ={É±É vé +ɽä.. // 9262 /2016 4S#, S!,. * "$, :- 07/12/2016 4S# S!,.

5 Dy. Ex. Engg. Published on Dec 14 2016 6:50PM GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT P.W. DIVISION, MIRAJ Tender Notice No E-Tender Notice No. 63 for Year 2016-2017 Sealed tender for the following works are invited by the Executive Engineer, P.W.Division,Miraj, Killa Bhag, infront of Prant Office, Miraj-416410 Tel. No.-0233:2222665 from the Contractors registered with the Government of Maharashtra in appropriate class. The blank tender forms shall be issued by Executive Engineer, P.W.Division,Miraj from 16/12/2016 to 30/12/2016 during office hours. Sealed tender forms will be received by the authority mentioned in the table below. Name of Work Estimated cost Rs. Earnest Money Rs. Improvements to Road Daribadchi to Khandnal ODR 205, Sect:- Khandnal to Pandozari, Km. 16/500 to 16/710, in Tal. Jath, Dist. Sangli 8,69,058 8,690 No Attachments Improvement to utagi Lamantanda road VR 38 KM 0/00 to 1/00 Tal. Jath Dist. Sangli No Attachments Improvements to Road from Bevnur to Junoni Border Road ODR 184, Km. 25/750 to 26/00 and Km. 29/350 to 30/050, in Tal. Jath, Dist. Sangli. No Attachments Improvements to Road from ODR 184 to Maharnurwadi Kasalingwadi Bagalwadi Aundhi Road ODR 186, Sect:- Bagalwadi to SH 125, Km. 10/700 to 11/400, in Tal. Jath, Dist. Sangli. No Attachments 17,32,368 17,323 21,00,753 21,007 16,80,665 16,806 Improvements to Kadepur to Dongarai Road VR 09, Km. 0/400 1/500, in Tal. Kadegaon, Dist. Sangli. 17,35,612 17,356 No Attachments Improvements to Raigaon Hingangaon (Bk.) Road VR 128, Km. 0/300 to 1/175, in Tal. Kadegaon, Dist. Sangli. 17,35,676 17,356 No Attachments Improvements to Road Shalgaon Upale to Kherade Wangi ODR 51, Km. 0/000 to 0/435, Sect. - Shalgaon to Yede, in Tal. Kadegaon, Dist. Sangli. No Attachments 8,67,365 8,673 Improvements to Road Devrashtre to Shirgaon (Bhalvani) VR 21, Km. 3/700 to 4/200 in Tal. Kadegaon, Dist. Sangli. 8,67,939 8,679 No Attachments Improvements to Road Shivajinagar to Surli Shiv VR 184, Km. 0/000 to 0/800, in Tal. Kadegaon, Dist. Sangli. 13,01,585 13,015 No Attachments Improvements to Tupewadi Kherade Vita Road VR 39, Km. 1/600 to 2/325, in Tal. Kadegaon, Dist. Sangli. 13,02,108 13,021 No Attachments Improvements to Shivani Tek to Shivani Road ODR 56, Km. 8/000 9/300 and Km. 10/650 to 10/800, in Tal. Kadegaon, Dist. Sangli. 13,01,714 13,017 No Attachments Type&Cost of Tender Form Time limit for completion (months) Class of contractor Tender Receiving Authority B-1 500 B-1 1000 B-1 1000 B-1 1000 B-1 1000 B-1 1000 B-1 500 B-1 500 B-1 500 B-1 500 B-1 500 6 6 6 6 6 6 6 6 6 6 6 Class VII & Above Class V-A & Above Class V-A & Above Class V-A & Above Class V-A & Above Class V-A & Above Class VII & Above Class VII& Above Class VI & Above Class VI & Above Class VI & Above Executive Engineer Public Works Division Miraj on or before 2/1/2017 upto 23.00 hours. Executive Engineer Public Works Division Miraj on or before 2/1/2017 upto 23.00 hours. Executive Engineer Public Works Division Miraj on or before 2/1/2017 upto 23.00 hours. Executive Engineer Public Works Division Miraj on or before 2/1/2017 upto 23.00 hours. Executive Engineer Public Works Division Miraj on or before 2/1/2017 upto 23.00 hours. Executive Engineer Public Works Division Miraj on or before 2/1/2017 upto 23.00 hours. Executive Engineer Public Works Division Miraj on or before 2/1/2017 upto 23.00 hours. Executive Engineer Public Works Division Miraj on or before 2/1/2017 upto 23.00 hours. Executive Engineer Public Works Division Miraj on or before 2/1/2017 upto 23.00 hours. Executive Engineer Public Works Division Miraj on or before 2/1/2017 upto 23.00 hours. Executive Engineer Public Works Division Miraj on or before 2/1/2017 upto 23.00 hours. Improvements to Road Shirasgaon to 13,01,850 13,018 B-1 6 Class VI & Executive Engineer NA Pre Bid Details NA NA NA NA NA NA NA NA NA NA NA

6 Dy. Ex. Engg. Chinchani (Ambak) VR 105, Km. 2/400 to 3/200, in Tal. Kadegaon, Dist. Sangli. No Attachments Improvements to Kotij Mahsoba Mandir to Mahsurne Road VR 162, Km. 0/00 to 0/825, in Tal. Kadegaon, Dist. Sangli. 13,01,546 13,015 No Attachments Improvements to Sonsal to Sonkire Road ODR 54, Km. 2/050 to 2/450, in Tal. Kadegaon, Dist. Sangli. 13,01,589 13,015 No Attachments Improvements to Upalemayani Bhawanimala Road VR 265, Km. 1/500 to 1/925, in Tal. Kadegaon, Dist. Sangli. 13,02,784 13,027 No Attachments Improvements to Khojanwadi Kottalgi Road ODR 192, Km. 24/910 to 25/460, in Tal. Jath, Dist. Sangli. 21,73,886 21,738 No Attachments Improvements to Khojanwadi to Bilur Road ODR 192, Km. 22/700 to 23/230, in Tal. Jath, Dist. Sangli. 21,73,656 21,736 No Attachments Improvements to Sindur to Beradhatti (upto Karnatak State Border) Road ODR 195, Km. 5/400 to 5/900, in Tal. Jath, Dist. Sangli. 17,38,829 17,388 No Attachments Improvements to Road from MSH 08 to Gulgunjnal Road VR 51, Km. 0/000 to 1/00, in Tal. Jath, Dist. Sangli. 21,73,502 21,735 No Attachments Improvements to Road Karewadi to Tikondi VR 50, Km. 0/000 to 0/485, in Tal. Jath, Dist. Sangli. 17,39,067 17,390 No Attachments Improvements to Road from Jalihal (Khurd) to Karnataka State Border VR 337, Km. 0/000 to 1/040, in Tal. Jath, Dist. Sangli. 17,38,753 17,387 No Attachments 500 Above Public Works Division Miraj on or before 2/1/2017 upto 23.00 hours. B-1 500 B-1 500 B-1 500 B-1 1000 B-1 1000 B-1 1000 B-1 1000 B-1 1000 B-1 1000 6 6 6 6 6 6 6 6 6 Class VI & Above Class VI & Above Class VI & Above Class V-A & Above Class V-A & Above Class V-A & Above Class V-A & Above Class V-A & Above Class V-A & Above Executive Engineer Public Works Division Miraj on or before 2/1/2017 upto 23.00 hours. Executive Engineer Public Works Division Miraj on or before 2/1/2017 upto 23.00 hours. Executive Engineer Public Works Division Miraj on or before 2/1/2017 upto 23.00 hours. Executive Engineer Public Works Division Miraj on or before 2/1/2017 upto 23.00 hours. Executive Engineer Public Works Division Miraj on or before 2/1/2017 upto 23.00 hours. Executive Engineer Public Works Division Miraj on or before 2/1/2017 upto 23.00 hours. Executive Engineer Public Works Division Miraj on or before 2/1/2017 upto 23.00 hours. Executive Engineer Public Works Division Miraj on or before 2/1/2017 upto 23.00 hours. Executive Engineer Public works Division Miraj on or before 2/1/2017 upto 23.00 hours. NA NA NA NA NA NA NA NA NA Executive Engineer P.W. DIVISION, MIRAJ Detailed tender notice can be seen on the notice board in the office of the Executive Engineer,P.W. DIVISION, MIRAJ.(copy can be obtained free of cost from the Executive Engineer's office on request)

7 Dy. Ex. Engg.

8 Dy. Ex. Engg. DISCLAIMER 1. Detailed Time Table for the various activities to be performed in e-tendering process by the Tenderer for quoting their offer is given 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 Government takes no responsibility, and will not be liable for, the website being temporarily unavailable due to any technical issue at any point of time. 3. In that event Public Works Department will not be liable or responsible for any damages or expenses arising from any difficulty, error, imperfection or inaccuracy with this Website, it includes all associated services, or due to such unavailability of the Website or any part thereof or any contents or any associated services. 4. Tenderers must follow the time table of e-tenderinq process and get their activities of e- tenderinq processes done well in advance so as to avoid any inconvenience due to unforeseen technical problem if any. 5. Public Works Department will not be responsible for any incomplete activity of e-tendering process of the tenderer due to technical error/ failure of website and it cannot be challenged by way of appeal, arbitration and in the Court of Law. Contractors must get done all the e- tendering activities well in advance.

9 Dy. Ex. Engg.

10 Dy. Ex. Engg. GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT Original Agreement No. : B-1/ Name of Work : Improvements to Shivani Tek to Shivani Road ODR 56, Km. 8/000 9/300 and Km. 10/650 to 10/800, in Tal. Kadegaon, Dist. Sangli. Name of Contractor : No. and Date of Work Order : Amount put to Tender : Rs. 13,01,714.00 Percentage quoted : Amount of Contract : Date of Commencement : Time stipulated for : 06 Months from the date of written order to start work, which will include the monsoon period. Date of completion as per Agreement : Acutual Date of Completion : Reference to sanction of tender :

11 Dy. Ex. Engg. DETAILS OF WORK Name of Work :- Improvements to Shivani Tek to Shivani Road ODR 56, Km. 8/000 9/300 and Km. 10/650 to 10/800, in Tal. Kadegaon, Dist. Sangli. Estimated cost of work Rs. 1301714.00 Earnest Money Rs. 13,020.00 The EMD applicable amount shall be paid via Online mode only. Total Security Deposit 4% ( Four Percent), (i) Initial Security Deposit Rs. 26,040.00 (ii) and Further Security Deposit to be deducted from bills. Rs. 26,040.00 Total Security Deposit Rs. 52,080.00 Registration Class of Contractor VI and above Validity Period 120 days from the date of opening. Time limit for completion of work 06 months (including monsoon) TENDER SCHEDULE Cost of Blank Tender Form Rs 500.00 Download period of online Tender Refer Online schedule on portal https://pwd.maharashtra.etenders.in Last date and time for online bid preparation and Hash submission by the contractor (Technical and Financial). Period of online bid data decryption and re-encryption for tender details by the Contractor. Refer Online schedule on portal https://pwd.maharashtra.etenders.in. Refer Online schedule on portal https://pwd.maharashtra.etenders.in Receipt of online EMD and Tender Document fees, to be paid online only via Payment Gateway mode Document Tender Fee and EMD to be paid via online mode only.

12 Dy. Ex. Engg. TO BE FILLED BY THE CONTRACTOR I/We have quoted my/our offer in percentage rate in words as well as in figures. I/ We further undertake to enter into contract in regular "B-1" form in Public Works Department. Name and signature of Contractor/ Power of Attorney holder With complete address.

13 Dy. Ex. Engg. GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT INVITATION FOR TENDERS DETAILED TENDER NOTICE Name of Work Improvements to Shivani Tek to Shivani Road ODR 56, Km. 8/000 9/300 and Km. 10/650 to 10/800, in Tal. Kadegaon, Dist. Sangli. Online percentage rate tenders in 'B-1' Form are invited by the Executive Engineer, Public Works Division, Miraj. for the following work from Contractors registered in appropriate class of the Public Works Department of Maharashtra State. The name of work, estimated cost, earnest money, security deposit, time limit for completion etc. are as under. Sr. No. Name of work Estimated Cost (Rupees) Earnest Money (Rupees) Security Deposit (Rupees) Class of Contractor Time limit in Tender (Calendar Months) 1 2 3 4 5 6 7 1. Improvements to 13,01,714.00 13,020.00 52,080.00 Class VI 06 Months Shivani Tek to Shivani Road ODR 56, Km. 8/000 9/300 and Km. 10/650 to 10/800, in Tal. Kadegaon, Sangli. Dist. and above (Including monsoon) 1.1 Tender form, conditions of contract, specifications and contract drawings can be downloaded from the etendering portal of Public Works Department, Government of Maharashtra i.e. https://pwd.maharashtra.etenders.in after entering the details, payment of Rs.500/- (Rupees Five Hundred Only) 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.

14 Dy. Ex. Engg. 1.2 Additional Performance Security Deposit (If required), should be submitted in sealed covers addressed to the Executive Engineer, Public Works Division, Miraj with the name of the work written at the top of the envelope will be received in the office of the Executive Engineer, Public Works Division, Miraj. (Phone:0233/2222665) 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. 1.3 All hot mix items under this contract shall be carried out with Drum Mix Hot Mix Plant 1.4 For WBM Grade I / Grade-II / Grade III / and MPM work mechanical vibratory screening unit which is must/ mandatory for screening of metal under required for WBM, Grade I / Grade II/ Grade III and MPM work. 1.5 (a) Asphalt should be brought from only from Government Refinery and in the name of concerned contractor. Contractor should produce the Original Challan i.e. "Original for Buyer " or equivalent to site in charge. (b) The contractor shall open Online Account with Government Refinery from where he procures as asphalt for this work. (c) Documentary evidence (challan) that he has procured asphalt from Government Refinery shall be produced to the Engineer in charge or his representative as mentioned at (a) above. (d) Contractor shall provide online facility to Engineer in charge or his representative for online Verification of the Documentary evidence (Challan) Submitted to him. Engineer in charge or his representative shall verify the transaction online and take print out of the online document. (e) Attested copy of the print out of the online document shall be kept on record along with the Documentary evidence (challan). 1.6 Submission of monthly bill in electronic form :- 1. As per cl. 10 of this B-1 contract, it is responsibility of the contractor to submit the bill monthly to the Engineer in charge. 2. To discharge this responsibility the contractor shall submit the bill in electronic form. 3. In doing so he shall use e-copy of Tender paper. 4. In support of the bills, required measurements, drawinsg, quality control reports (field lab and VQCC lab as per clause 24 of Additional General condition), site supervision data (scada) shall be submitted in electronic form, the data so submitted shall have a facility to Tightly integrate it with the contract conditions, provisions in the Maharashtra Public Works manual, Maharashtra Public Works Account code (updated to date of submission of this tender) and current general engineering practices (issued though various govt. resolutions, govt. circulars, Chief Engineer's Circulars etc., issued up to date of submission of this tender). followed in Public Works Department. 5. The submission of e-bill shall be in the web based format.

15 Dy. Ex. Engg. 6. The offer of Contractor shall be inclusive of all. He shall not be paid separately, his offer shall be inclusive of all cost required for submitting bill in e-format mentioned in this Para. 1.7 Contractor shall submit a certificate to the effect that All the payments to the labour/staff are made in bank accounts of staff linked to Unique Identification Number (AADHAR CARD). The certificate shall be submitted by the contractor within 60 days from the commencement of contract. If the time period of contract is less than 60 days then such certificates shall be submitted within 15 days from the date of commencement of contract. (श सन नणय.. नवद -2016 /.. 20/शक न /इम -2 द. 09/12/2016) 2. Blank Tender Forms. Tender Forms can be downloaded from the etendering Portal of Public Works Department, Government of Maharashtra i.e. http//:pwd.maharashtra.etenders.in after entering the details of payment towards Tender Fees as per the Tender Schedule. 2.1 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. 2.2 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. 2.3 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/digitalcerti.asp and follow the procedure mentioned in the document 'Procedure for application of Digital Certificate. 2.4 The Tenderers have to make a payment of Rs 1063/- online as service charges for the use of Electronic Tendering during Online Bid Data Decryption and Re-encryption stage of the Tender. 2.5 For any assistance on the use of Electronic Tendering System, the Users may call the below numbers: Landline No. - 020-2531 5555 / 56 Landline No. - 022-2661 1117 (Ext 25 / 26) Mobile No. - 91679 69601 / 04 / 14 2.6 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'

16 Dy. Ex. Engg. 2.7 Guidelines to Bidders on the operations of Electronic Tendering System of Public Works Department. http://pwd.maharashtra.etenders.in Pre-requisites to participate in the Tenders processed by PWD: 3. Enrolment and Empanelment of Contractors on Electronic Tendering System: The Contractors interested in participating in the Tenders of Public Works Department - processed using the Electronic Tendering System shall be required to enrol 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 PWD in an appropriate class of registration. The empanelment will have to be approved by the respective officer from the PWD. Only empanelled 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 Enrol under the section E-Tendering Toolkit for Bidders on the Home Page of the Electronic Tendering System. 4. 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.

17 Dy. Ex. Engg. In case of online tendering, if the Digital Certificate issued to an Authorised 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 authorise) 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 Authorised User. The same procedure holds true for the Authorized Users in a Private / Public Limited Company. In this case, the Authorisation Certificate will have to be signed by the Director of the Company or the Reporting Authority of the Applicant. 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. 5. Recommended Hardware and Internet Connectivity: To operate on the Electronic Tendering System, the Contractors are recommended to use Computer System with at least 1GB of RAM and broadband connectivity with minimum 512 kbps bandwidth. 6. 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.

18 Dy. Ex. Engg. 7. Payment for Service Provider Fees: In addition to the Tender Document Fees payable to PWD, the Contractors will have to pay Service Providers Fees of Rs. 1063/- 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 8. Steps to be followed by Contractors to participate in the e-tenders processed by PWD 8.1. 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. 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 PWD 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. 8.2. 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 PWD on the home page of PWD e-tendering Portal on http://pwd.maharashtra.etenders.in under the section Recent Online Tender. 8.3. 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.

19 Dy. Ex. Engg. 8.4. 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 getway.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 realised with bank, in that case system will not be able to validate the payment and will not allow the bidder to complete his Bid Preparation stage resulting in nonparticipation in the aforesaid e-tender. Note :- * Realisation of NEFT/RTGS payment normally takes 2 to 24 hours, so it is advised to make sure that NEFT/RTGS payment activity should be completed well before time. NEFT/RTGS option will be depend on the amount of EMD. Help File regarding use of epayment Gateway can be downloaded from etendering portal. 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 modified 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. 8.5. 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 PWD shall generate and digitally sign the Super Hash values (Seals). 8.6. Decryption and Re-encryption of Bids (submitting the Bids online): After the time for generation of Super Hash values by the Tender Authority from PWD has lapsed, the Contractors have to make the online payment of Rs. 1063/ - towards the fees of the Service Provider.

20 Dy. Ex. Engg. After making online payment towards Fees of Service Provider, the Contractors are required to decrypt their bid data using their Digital Certificate and immediately re- encrypt their bid data using the Public Key of the Tendering Authority. The Public Key of the Tendering Authority is attached to the Tender during the Close for Bidding stage. 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. 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 / re- encrypt the Bid data / submit documents during the stage of Decryption and Re- encryption of Bids (submitting the Bids online). 8.7. Shortlisting 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. 8.8. 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 PWD e-tendering Portal immediately after the completion of opening process. 8.9. 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 9. Civil Works 9.1 ONLINE ENVELOPE No. 1 : (Documents) The First Online envelope "Envelope No. 1" shall contain the following documents : 9.1.1 Earnest money of the value of Rs. 13,020.00 (in words Rupees Thirteen Thousand Twenty Only) to be paid via online mode only.

21 Dy. Ex. Engg. 9.1.2 Scanned copy of Valid certificate as a Registered Contractor with the Government of Maharashtra in appropriate class. 9.1.3 Scanned copy of Sales Tax Registration Certificate in Form II, Rule 4(1) as provided by Maharashtra State, Sales Tax Act. (Maharashtra Act No.XXVI of 1989. The Maharashtra Sales Tax on transfer of property in Goods involved in execution of works contract (Reenacted Act, 1989) from the Sales Tax Department of Maharashtra State, (in original or a copy duly attested by a Gazetted Officer.) OR Scaned copy of A Xerox copy of valid VAT registration certificate from Maharashtra State Sale Tax Department duly attested by the Gazetted Officer. (Maharashtra Value Added Tax Act 2005) 9.1.4 The list of Machinery and plants immediately available with the tenderer for use on this work and list of machinery proposed to be utilized on this work, but not immediately available and the manner in which it is proposed to be procured (in form No.II on Page No.35) Good quality centering plates of marine ply wood and sand washing machine must be available with the contractor. 9.1.5 Proof of appointment of employees including technical personnel by way of valid Professional Tax Registration certificate in form PT/R/ under section (I) of section 5 of Maharashtra Sales Tax on Profession, Trade, Callings and employment Act, 1975, rule 3(2) from the Professional Tax Officer of the concerned District in Maharashtra. 9.1.6 Details of work done during last three years with the value of work unfinished. (Information to be given in Form No.VI on Page No.41). Supported by the Work Done Certificate given by the Executive Engineer of the concerned division. 9.1.7 Details of work of similar type and magnitude carried out by the contractor, (in form No. III on Page No.36). 9.1.8 Details of list of works in hand and works tendered for Page No. 36) 9.1.9 Details of Technical Personnel on the rolls of the tenderer. (Information to be given in Performa of Form No. V on Page No.40) 9.1.10 Details of work carried out in the interior backward and Hilly area during preceding three years. (Information to be given in Performa of Form No. IV on Page No.39) 9.1.11 Scanned copy of Partnership Deed and Power of Attorney, in case of a firm tendering for work. (True copy attested by a Gazetted Officer.) 9.1.12 Affidavite on Stamp paper worth Rs.100/-

22 Dy. Ex. Engg. 10. Use of Specialized Machinery (1) (A) Scanned copy of proof of ownership or hired of (a) BATCH TYPE HOT MIX PLANT / DRUM MIX PLANT without SCADA System conforming to Clause No. 504.3.4 of M.O.R.T.&H Specifications 4 th Revision August 2001 edition (Reprinted August 2007) (b) VIBRATORY ROLLER conforming to Clause No. 504.3.6 of M.O.R.T.&H Specifications 4 th Revision August 2001 edition (Reprinted August 2007) (c) MECHANICAL SPRAYER conforming to Clause No. 504.3.3 of M.O.R.T.&H Specifications 4 th Revision August 2001 edition (Reprinted August 2007) (d) ORDINARY PAVER Distance Certificate:- Scanned copy of certificate given the Deputy Engineer (in charge of this work)/ officer of the same rank from any other Department to the effect that the Tenderers owned / hired Batch Type Hot Mix plant / Drum Mix Plant is situated within 40 Kms. from the work site, and that the motorable distance of the plant from the centre of the work is 40 Kms. 11. ONLINE ENVELOPE No. 2 TENDER (FINANCIAL BID) The second online envelope "Envelope No. 2" shall contain the main tender including the Common Set of Conditions / Deviation issued by the Department after the pre-tender Conference and PERFORMANCE SECURITY IN THE FORM OF DEMAND DRAFT IN THE NAME OF EXECUTIVE ENGINEER. A tender submitted without this would be considered as invalid. For details of performance security see condition for additional security. 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. 12. SUBMISSION OF TENDER: - Refer to Section "Guidelines to Bidders on the operations of Electronic Tendering System of Public Works Department" for details contact :- Executive Engineer, Public Works Division, Miraj. (Phone:0233/2222665) 13. OPENING OF TENDERS: On the date, specified in the Tender Schedule, following procedure will be adopted for opening of the Tender.

23 Dy. Ex. Engg. (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. (B) ENVELOPE No. 2: (Financial Bid) a) 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 tendered rates in 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. (C) In case of postponement of opening of either envelope-1 and 2, the bidder will be intimated 3 days in advance (excluding date of communication ) on the etenders side & by email. 14. EARNEST MONEY : a) Earnest money of minimum Rs. 13,020.00 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. b) 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. Government in case the successful contractor does not pay the amount of initial security deposit within specified time limit. Earnest Money amount will be forfeited. 15. SECURITY DEPOSIT: The successful tenderer shall have to pay half the security deposit in approved security form (preferably in the form of National Saving Certificate) or in cash or in the form of Bank Guarantee (in the form as prescribed by Government) from any Schedule / Nationalised Bank and balance Security Deposit will be recoverable through the R.A. bills at the percentage as shown in item(s) of the Memorandum in printed B-1 form or as may be decided by the Executive Engineer during course of execution of the work looking to the position and circumstances that may prevail, whose orders will be final and binding on the contractor. The security deposit for the due performance of the contract shall be as detailed in the Tender Documents elsewhere, Fifty percent of the security deposit will have to be deposited within ten days (including Government holidays) of the acceptance of the tender and the remaining fifty percent will be recovered from the Running Bills at the rate as specified in the tender form, on the cost of work as per C.S.R. prevailing at the time of acceptance of tender. Amount

24 Dy. Ex. Engg. of total security deposit to be paid shall be 4 % of the cost of work, worked out as per D.S.R. for the respective District. Initial Security Deposit may be in Bank Guarantee form in format on Page No. 43 & 44 of tender document for full period of completion of work and it should be extendable up to expiry of valid extension if any, as directed by Engineer-in-charge 15.A Additional Security Deposit (Performance Security) If the tenderer has quoted the offer below the estimated rates put to tender in case of percentage rates tender, or lower amount then the estimate cost put to tender, in case of Lump Sum tender, then the tenderer shall have to submit Additional Security Deposit (Performance Security) in the form of Demand Draft of any Nationalized or Scheduled Bank in favour of the Executive Engineer, Public Works Division, Miraj. The scanned copy of the Demand Draft shall be uploaded and submitted in Envelope No. 2, through e-tendering process, while the original Demand Draft shall be submitted in the sealed envelope in the office of the Executive Engineer within 5 working days from the last date prescribed for the receipt of tender. The amount of the Demand Draft shall be calculated by the tenderer in accordance with the following manner. If the offer below the estimated rates is 1 to 10% below, then the amount of the Demand Draft shall be 1% of the cost put to tender. (For example :- If the rates quoted is 7% below, then the amount Demand Draft should be 1% of the cost put to tender.) If the offer is lower than 10% below then the amount of the Demand Draft shall be of the value of 1% of the cost put to tender plus the amount arrived by applying that percent on the cost put to tender which is the difference of percentage quoted by the tenderer and 10. (For example :- If the rates quoted is 14% below, then the amount of Demand Draft should be 5%, i.e. 1% of the cost put to tender plus (14-10)% of the cost put to tender. The Demand Draft shall be valid up to 3 (Three) months from the date of submission of the tender. It should bear MICR and IFC code. After opening the Envelope No. 1, if it is found that the tenderer is not qualified for opening his Envelope No. 2, then his Demand Draft shall be returned within 7 days. Also after opening Envelope No. 2except the D.Ds. of 1 st and 2 nd lowest bidders, the D.Ds. of other bidders shall be returned within 7 days. Demand Draft of the 2 nd lowest bidder shall be returned 3 days after the issue of work order to the 1 st lowest bidder. In case it is found that the documents / demand draft submitted by the tenderer are false, his earnest money shall be forfeited to Govt. as well as the registration of the tenderer shall be suspended for the period of 1 (One) year. In addition to the other legal action necessary to be taken as per the law.

25 Dy. Ex. Engg. The work order shall be given to the concerned tenderer after the clearance of the Demand Draft submitted by him. The amount of the performance security shall be refunded as per the tender conditions. Non submission of Additional Security Deposit / Performance Security or submission of less amount of the Additional Security Deposit shall be liable to summarily rejection of his tender. 16. ISSUE OF FORMS: Information regarding contract as well as blank tender forms can be downloaded from the etendering website upon providing the details of the payment of cost as detailed in the N.I.T. Executive Engineer, Public Works Division, Miraj. 17. TIME LIMIT: The work is to be completed within time limit as specified in the N.I.T. which shall be reckoned from the date of written order for commencing the work and shall be inclusive of monsoon period. 18. TENDER RATE: No alteration in the form of tender and the schedule of tender and no additions in the scope of special stipulations will be permitted. Rates quoted for the tender shall be taken as applicable for all leads and lifts. 19. TENDER UNITS: The tenderers should particularly note the units 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 the rates written in figures and in words, the correct rate will be the one, which is lower of the two. 20. CORRECTION: No corrections shall be made in the tender documents. Any corrections that are to be made shall be made by crossing the incorrect portion and writing the correct portions above with the initials of tenderer. 21. TENDER'S ACCEPTANCE : Acceptance of tender will rest with the Superintending Engineer, Public Works Circle, Kolhapur who reserves the right to reject any or all tenders without assigning any reason therefore. The tenderer whose tender is accepted will have to enter in to a regular B-1 agreement within 10 days of being notified to do so. In case of failure on the part of Tenderer to sign the agreement within the stipulated time, the earnest money paid by him shall stand

26 Dy. Ex. Engg. forfeited to the Government and the offer of the tenderer shall be considered as withdrawn by him. 22. CONDITIONAL TENDER : The tenders who do not fulfil 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. (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, the conditions of rock and its joints, pattern, river, weather characteristics, labour conditions and 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. (c) The quarries for extraction of metal, murum etc. provided in the sanctioned estimate are as per survey conducted by the Department. The Contractor should however examine these quarries and see whether full quantity of materials required for execution of the work strictly as per specification are available in these source before quoting the rates. In case the materials are not available due to reasons whatsoever, the contractor will have to bring the materials from any other source with no extra cost to Government. The rates quoted, should therefore be for all leads and lifts from wherever the materials are brought at site of work and inclusive of royalty to be paid to the Revenue Department by the Contractor. 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. 23. The tenderer may, in the forwarding letter, mention any points are may wish to make clear but the right is reserved to reject the same or the whole of the tender if the same becomes conditional tender thereby. 24. The contractor or the firms tendering for the work shall inform the Department if they appoint their authorized Agent on the work. 25. No foreign exchange will be released by the Department for the purchase of plants and machinery for the work by the Contractor.