E-TENDER - Portal.mcgm.gov.in

Transcription

E-TENDERFORName of Work: Balance Repair work of Khemka Chawl in ‘C’ Ward.Sd/S.E (B.M.)CitySd/A.E.(B.M.) A,B,CSd/E.E. (B.M.)City-ICh.E.(B.M. H.I.C)’s office,3 rd floor, Engineering Hub Building,Dr.E.Moses Road, Worli Naka, Worli,Mumbai 400 018.1

This page is intentionally left blank.2

INDEXSECTIONDESCRIPTIONPG.NO.1E-TENDER NOTICE4-92ELIGIBILITY TENDERING ONLINE SUBMISSIONPROCESS20-236INSTRUCTIONS TO APPLICANTS24-507SCOPE OF WORK51-528MEASUREMENT SHEET53-719BILL OF QUANTITIES72-9310GENERAL CONDITIONS OF CONTRACT94-16811SPECIFICATIONS169-18112FRAUD AND CORRUPT PRACTICES182-18613PRE-BID MEETING187-18814LIST OF APPROVED BANKS189-19215SPECIAL DIRECTIONS TO TENDERER193-19716APPENDIX198-20317AGREEEMENT FORM204-20718ANNEXURE A, ANNEXURE B,ANNEXURE C,ANNEXURE D&ANNEXURE E208-21719BANKERS GUARANTEE218-21920PROFORMAS & SPECIAL ANNEXURE I220-22221IRREVOCABLE UNDERTAKING2233

SECTION 1E-TENDER NOTICE4

This page is intentionally left blank.5

BRIHANMUMBAI MUNICIPAL CORPORATIONChief Engineer (Building Maintenance H.I.C.)Ch. E./B.M./4916/II dtd. 24.06.2022E-TENDER NOTICEBrihanmumbai Municipal Corporation (BMC) invites e-tender toappoint Contractor for the aforementioned work from contractors of e.eminentfirm,Proprietary/Partnership Firms/ Private Limited Companies/ Public LimitedCompanies/Companies registered under the Indian companies’ act 2013, thecontractors registered with Brihanmumbai Municipal Corporation, (BMC) inClass ‘V’ & above as per new registration and from the contractors/firmsequivalent and superior classes registered in Central or State Government/SemiGovt. Organization/Central or State Public Sector Undertakings, will be allowedsubject to condition that, the contractors who are not registered with BMC willhave to apply for registering their firm within three months time period from theaward of contract, otherwise their Bid Security i.e. E.M.D (Earnest MoneyDeposit) will be forfeited/recovered and an amount equal to Registration Fee ofrespective class will be recovered as penalty.Bidding Process will comprise of THREE stages.The application form can be downloaded from BMC's portal(http://portal.BMC.gov.in) on payment of Rs.4700.00 18% GST (9% CGST 9%SGST). The applicants not registered with BMC are mandated to get registered(Vendor Registration) with BMC for e-tendering process & obtain login credentialsto participate in the online bidding processi) To download the application form, for those applicants not having vendorregistration, need to apply first for vendor registration at the office of AccountOfficer (FAR), 4thfloor, Municipal Headquarter.ii) Followed by SRM login ID and password to be obtained from Central PurchaseDepartment (CPD), Office at Byculla, Bakariadda, Mumbaiiii) For e-Tendering registration, enrolment for digital signature certificates anduser manual, please refer to respective links provided in ‘Tenders’ tab.6

Vendors can get digital signature from any one of the Certifying Authorities(CA's) licensed by controller of certifying authorities namely, Safes crypt,IDRBT, National informatics Center, TCS, CUSTOMS, MTNL, GNFC and eMudhra.Name and location of workContract periodBalance Repair work of06 MonthsKhemka Chawl in ‘C’ Ward.(Inclusive ofEstimated Cost ofProjectRs. 42,00,639/-monsoon period)In terms of the 3 stage system of e-tendering, a Bidder will berequired to deposit, along with its Bid, an Earnest Money Deposit of Rs.42,100/-(Rupees Forty Two Thousand and One Hundred only) (the "EMD"),refundable in accordance to the relevant clause of bid document, from the BidDue Date, except in the case of the selected Bidder whose Bid Security/EMDshall be retained. The Bidders will have to provide Earnest Money Depositthrough the payment gateways while submitting the bids. The Bid shall besummarily rejected if it is not accompanied by the Earnest Money Deposit. The etender is available on BMC portal (http://portal.BMC.gov.in) as mentioned in theHeader Data of the tender.As per THREE Packet systems, the document for Packet A & B is tobe uploaded by the bidder in vendors’ document online in Packet A, B. Packet A,B& C shall be opened on dates as mentioned in header data. All the responsiveand eligible bidders if they so wish can be present at the time of opening of bids,in the office of Chief Engineer (Building Maintenance H.I.C). The Packet C shallbe opened if bids submission in Packet A& B satisfies/includes all therequirements and same are found acceptable to the Authority.The Municipal Commissioner reserves the right to reject all or any ofthe e- tender(s) without assigning any reasons at any stage.7

The dates and time for submission and opening the bids are asshown in the Header Data. If there are any changes in the dates the same will bedisplayed on the BMC Portal. (http://portal.BMC.gov.in).The Applicants interested for the above referred works may contactthe Chief Engineer (Building Maintenance) at the following address on anyworking day during office hours.Chief Engineer (Building Maintenance H.I.C)’s office,3 rd floor, Engineering Hub Building,Dr.E.Moses Road, Worli Naka, Worli,Mumbai 400 018.The applicants may wish to visit the site under reference located at KhemkaChawl in ‘C’ ward Mumbai, Maharashtra, India and can collect the information ofthe present status from the department who have invited the bids.The BMC reserves the rights to accept any of the application or rejectany or all the application received for above works, without assigning any reasonsthereof. The information regarding above subject matter is available on Website ofBMC. (http://portal.BMC.gov.in/tenders).Sd/E.E. (B.M.) City-I8

HEADER DATATender Document Number7200033201Name of OrganizationBrihanmumbai Municipal CorporationSubjectBalance Repair work of Khemka Chawl in ‘C’Ward.Cost of TenderRs. 4,700 18% GST (9% CGST 9% SGST).Cost of E-Tender (Estimated Cost)Rs.42,00,639/-Bid Security Deposit/Earnest MoneyDepositDate of issue and sale of tenderRs. 42,100/01.07.2022 from 11:00 AMDate of Pre-bid MeetingNilPre-bid Meeting VenueNilLast date & time for sale of tender12.07.2022Submission of Packet A,B & C(Online)&Receipt of Bid SecurityDepositOpening of Packet – A12.07.20222 up to 16:00 HoursOpening of Packet – B12.07.202222after 16:02 HoursOpening of Packet – C21.07.2022Address for communicationVenue for opening of bidup to 12:00 Hours12.07.202210after 16:01 Hoursafter 15:00 HoursOffice of the:Chief Engineer (BM H.I.C), 3rd floor,Engineering Hub Building, Dr.E.MosesRoad, Worli Naka, Worli, Mumbai-018Online in Ch. Engg. (BM H.I.C.)’s office.This tender document is not transferable.The BMC reserves the rights to accept any of the application or reject any or allthe application received for above subject without assigning any reason thereof.Sd/E.E. (B.M) City-I9

SECTION 2ELIGIBILITY CRITERIA10

A. Technical Capacity(1)The tenderer(s) in their own name should have satisfactorily executed thework of similar nature in BMC /Semi Govt. /Govt. & Public SectorOrganizations in during last seven (7) years ending last day of monthprevious to the one in which bids are invited as a prime Contractor (or asa nominated sub-Contractor, where the subcontract had involved similarnature of work as described in the scope of works in this bid document,provided further that all other qualification criteria are satisfied)a) Three similar completed works each of value not less than the valueequal to 20% of estimated cost put to tenderOrb) Two similar completed works each of value not less than the valueequal to 25% of estimated cost put to tender.Orc) One similar completed work of value equal and or not less than the40%of estimated cost put to tenderThe value of executed works shall be brought to current costing level byenhancing the actual value of work at compound rate of 10 % per annum;calculated from the date of completion to last date of receipt ofapplications for tenders.(2)Similar Experience: For assessing the technical capacity of Majorstructural repairs and Maintenance works; Similar work shall mean, thecompleted or ongoing works in Building Construction OR BuildingMaintenance such as repairs/retrofitting /structural repairs .“In case of ongoing works to be considered, the bidder must havereceived payment bills of 80% of the contract sum for the work/worksexecuted last day of month previous to the one in which bids areinvited”.11

Financial CapacityAchieved an average annual financial turnover as certified by ‘CharteredAccountant’ (in all classes of civil engineering construction works only) equalto 30% of the estimated cost of work in last three (3) financial yearsimmediately preceding the Financial Year in which bids are invited.The value of executed works shall be brought to current costing level byenhancing the actual value of work at compound rate of 10 % per annum;calculated from the date of completion to last date of receipt of applications fortenders.B. Bid Capacity:The bid capacity of the prospective bidders will be calculated as underAssessed Available Bid Capacity (A* N* 2 - B)Where,A Maximum value of Civil Engineering works executed in any one year(year means Financial year) during the last five years (updated to theprice level of the Financial year in which bids are received at a rate of10% per year) taking into account the completed as well as works inprogress.N Number of years prescribed for completion of the Project/Works,excluding monsoon period, for which these bids are being invited. (E.g. 7months 7/12 year) For every intervening monsoon 0.33 shall be addedto N.B Value of existing commitments (only allotted works) on the last date ofsubmission of bids as per bidding document and on-going works to becompleted during the period of completion of the Project/Works forwhich these bids are being invited.Note: The statement showing the value of existing commitments and on-goingworks as well as the stipulated period of completion remaining for eachof the works listed should be attached along with certificates duly signedby the Engineer-in Charge, not below the rank of an Executive Engineeror equivalent.12

Even though the bidders meet the above qualifying criteria, they aresubject to be disqualified if they have:-made misleading or false representation in the forms, statements andattachments submitted in proof of the qualification requirements;and/or-Record for poor performance such as abandoning the works, notproperly completing the contract, inordinate delays in completion, orfinancial failures etc13

SECTION 3DISCLAIMER14

DISCLAIMERThe information contained in this e-tender document or provided toApplicant(s), whether verbally or in documentary or any other form, by or onbehalf of Brihanmumbai Municipal Corporation (BMC), hereafter also referred as“The Authority “, or any of its employees or advisors, is provided to Applicant(s)on the terms and conditions set out in this e-tender and such other terms andconditions subject to which such information is provided.This e-tender includes statements, which reflect various assumptions andassessments arrived at by Brihanmumbai Municipal Corporation (BMC) inrelation to the Project. Such assumptions, assessments and statements do notpurport to contain all the information that each Applicant may require. This etender may not be appropriate for all persons, and it is not possible forBrihanmumbai Municipal Corporation (BMC), its employees or advisors toconsider the investment objectives, financial situation and particular needs ofeach party who reads or uses this e-tender. The assumptions, assessments,statements and information contained in this e-tender may not be complete,accurate, adequate or correct. Each Applicant should therefore, conduct its acy,adequacy,correctness, reliability and completeness of the assumptions, assessments,statements and information contained in this e-tender and obtain independentadvice from appropriate sources.Information provided in this e-tender to the Applicant(s) is on a wide rangeof matters, some of which may depend upon interpretation of law. Theinformation given is not intended to be an exhaustive account of statutoryrequirements and should not be regarded as a complete or authoritativestatement of law. Brihanmumbai Municipal Corporation (BMC) accepts noresponsibility for the accuracy or otherwise for any interpretation or opinion onlaw expressed here.Brihanmumbai Municipal Corporation(BMC), its employees and advisorsmake no representation or warranty and shall have no liability to any person,including any Applicant or Bidder, under any law, statute, rules or regulations ortort, principles of restitution or unjust enrichment or otherwise for any loss,damages, cost or expense which may arise from or be incurred or suffered onaccount of anything contained in this e-tender or otherwise, including theaccuracy, adequacy, correctness, completeness or reliability of the e-tender and15

any assessment, assumption, statement or information contained therein ordeemed to form part of this e-tender or arising in any way with pre-qualificationof Applicants for participation in the Bidding Process. Brihanmumbai MunicipalCorporation (BMC) also accepts no liability of any nature whether resulting fromnegligence or otherwise howsoever caused arising from reliance of any Applicantupon the statements contained in this initsabsolutediscretion but without being under any obligation to do so, update, amend orsupplement the information, assessment or assumptions contained in this etender.The issue of this e-tender does not imply that Brihanmumbai MunicipalCorporation (BMC) is bound to select and short-list pre-qualified Applications forBid Stage or to appoint the selected Bidder or Concessionaire, as the case maybe, for the Project and Brihanmumbai Municipal Corporation (BMC) reserves theright to reject all or any of the Applications or Bids without assigning any reasonswhatsoever.The Applicant shall bear all its costs associated with or relating to thepreparation and submission of its Application including but not limited topreparation, copying, postage, delivery fees, expenses associated with anydemonstrations or presentations which may be required by BrihanmumbaiMunicipal Corporation (BMC) or any other costs incurred in connection with orrelating to its Application. All such costs and expenses will remain with theApplicant and Brihanmumbai Municipal Corporation(BMC) shall not be liable inany manner whatsoever for the same or for any other costs or other expensesincurred by an Applicant in preparation or submission of the Application,regardless of the conduct or outcome of the Bidding Process.16

SECTION 4INTRODUCTION17

INTRODUCTION1. Background:Brihanmumbai Municipal Corporation covers an area of 437.71sq.kms.witha population of 1.24 Crores as per census of 2011. The metropolis accountsmajor portion of India’s international trade and government’s revenue, from beingone of the foremost centers of education, science and technological research andadvancement.The Mumbai Metropolis has historic tradition of strong civic activismdedicated to the cause of a better life for all its citizens. And it’s BrihanmumbaiMunicipal Corporation (BMC), hereafter called the “corporation”, the primaryagency responsible for urban governance in Greater Mumbai.BMC (The Authority) is one of the largest local self-governments in theAsian Continent. In observance of historic traditions of strong civic activism, withthe change in time and living conditions to match with the urbanization, BMChas mainly focused in providing almost all kinds of engineering services viz,Hydraulics, storm water drain, sewerage, water supply projects, roads, bridges,solid waste management, and environmental services. Beside this, the BMC isalso providing dedicated services in various segments such as Health, PrimaryEducation as well as the construction and maintenance of Public Markets andSlaughter ts,rightfromengineering depts. to health depts. Moreover we have other dept. like education,market, fire brigade dept., Octroi and other such departments where quite a goodnumber of staff members are working.Scope of Work:BMC is primarily an organization, which in the interest of citizens and withthe speed of urbanization deals with the variety of the infrastructure services anddelivered to the public by different departments like Water Supply Projects,Sewerage Projects, Hydraulics, Storm Water Drain/Roads and bridges andBuilding Construction etc.18

Scope of work:Proposed work comprises of, Structural Steel Works Plastering works Concrete works Painting works Masonry works Flooring works Plumbing and sanitation Pavement Works Water proofing works Miscellaneous works Electrical Works19

SECTION 5E-TENDERING ONLINESUBMISSION PROCESS20

E-TENDERING ONLINE SUBMISSION PROCESSThe terminology of e-Tendering is solely depending upon policies in existence,guidelines and methodology adopted since decades. The SRM is only change inprocess of accepting and evaluation of tenders in addition to manual. The SAPmodule to be used in this E-tendering is known as Supplier Relationship Module(SRM).SRM is designed and introduced by ABM Knowledge ware Ltd. who willassist BMC in throughout the tendering process for successful implementation.NOTE: This tendering process is covered under Information Technology ACT &Cyber Laws as applicable(1) In e-tendering process some of the terms and its definitions are to be read asunder wherever it reflects in online tendering process.Start Date read as “Sale Date”End Date read as “Submission Date”Supplier read as “Contractor/bidder”Vendor read as “Contractor/bidder”Vendor Quotation read as “Contractors Bid/Offer”Purchaser read as “Department/BMC”I. Before entering in to online tendering process, the contractors should completethe registration process so as to get User ID for E-tendering links. For this, thecontractors can access through Supplier registration via BMC Portal.There are two methods for this registration :( II and III)II. Transfer from R3 (registered contractors with BMC) to SRMa. Contractors already registered with BMC will approach to Vendor Transfercell.b. Submit his details such as (name, vendor code, address, registered EmailID, pan card etc.) to Vendor transfer cell.c. BMC authority for Vendor Transfer, transfers the Vendor to SRM applicationfrom R3 system to SRM system.d. Transferred Vendor receives User ID creation link on his supplied mail Id.e. Vendor creates his User ID and Password for e-tendering applications byaccessing link sent to his mail ID.21

III. Online Self Registration (Temporary registration for applicant not registeredwith BMC)a. Vendor fills up Self Registration form via accessing BMC portal.b. Vendor Transfer cell (same as mentioned above) accesses SupplierRegistration system and accepts the Vendor request.c. Accepted Vendor receives User ID creation email with Link on his suppliedmail Id.d. Vendor creates his User ID and Password for e-tendering application.IV.CONTRACTORS BIDDING: Applicant will Quote and Upload TenderDocuments1.Access e-tender link of SRM Portal2.Log in with User ID and Password3.Selects desired Bid Invitation (he wants to bid)4.To download tender documents contractors will have to pay online Tenderfee. The same can be done by accessing Pay Tender Fees option. By thisone will be able to pay Tender fee through Payment sterhisinteresttoparticipate. Without Registration one cannot quote for the Bid/Tender.5.Applicant will download Tender Documents from Information throughcollaboration ‘C’ folder link.6.Applicant will upload Packet A related and Packet B related Documents inPacket A and Packet B folder respectively by accessing these foldersthrough “My Notes” Tab and collaboration folder link.7.All the documents uploaded have to be digitally signed and saved.Contractors can procure there digital signature from any certified CA’s inIndia.8.Bid security deposit/EMD, if applicable, should be paid online asmentioned in tender.9.For commercial details (in Packet C) contractors will fill data in Item Datatab in Service Line Item via details and quotes his “Percentage Variation”(i.e.% quoted) figure.(If entered ‘0’ it will be treated as at par. By defaultthe value is zero only.10. Applicants to check the bid, digitally signs & save and submit his BidInvitation.22

11. alinformation without submitting the BID for future editing through ‘HOLD’option.12. Please note that “Hold” action do not submit the Bid.13. Applicants will receive confirmation once the Bid is submitted.14. Bid creator (BMC) starts Bid Opening for Packet A after reaching EndDate and Time and Bid Evaluation process starts.As per Three Packet system, the document for Packet A& B are to be uploaded bythe tenderer in 'Vendor's document' online in Packet A & B. Before purchasing/downloading the tender copy, tenderer may refer to post- Qualification criteriamentioned in e-Tender Notice.The tenderer shall pay the EMD/Bid Security through payment gateways beforesubmission of Bid and shall upload the screenshot of receipt of payment inPacket ‘A’ instead of paying the EMD at any of the CFC centers in BMC WardOffices.The e-tender is available on BMC portal, http://portal.BMC.gov.in, as mentionedin the Header Data of the tender. The tenders duly filled in should be uploadedand submitted online on or before the end date of submission. The Packet ‘A’,Packet ‘B’ & Packet ‘C’ of the tenderer will be opened as per the time-table ldingMaintenance H.I.C.)The Municipal Commissioner reserves the right to reject all or any of the eTender(s) without assigning any reason at any stage. The dates and time forsubmission and opening the tenders are as shown in the Header Data. If thereare any changes in the dates the same will be displayed on the BMC Portal(http://portal.BMC.gov.in).23

SECTION 6INSTRUCTIONS TO APPLICANTS24

INSTRUCTIONS TO APPLICANTSScope of ApplicationThe Authority wishes to receive Applications for Qualification in order to SELECTexperienced and capable Applicants for the Bid Stage.Eligibility of rtnership Firms/ Private Limited Companies/ Public LimitedCompanies/Companies registered under the Indian companies’ act 2013, thecontractors registered with Brihanmumbai Municipal Corporation, (BMC) inClass ‘V’ & above as per new registration and from the contractors/firmsequivalent and superior classes registered in Central or State Government/SemiGovt. Organization/Central or State Public Sector Undertakings, will be allowedsubject to condition that, the contractors who are not registered with BMC willhave to apply for registering their firm within three months’ time period from theaward of contract, otherwise their Bid Security i.e. E.M.D (Earnest MoneyDeposit) will be forfeited/recovered and an amount equal to Registration Fee ofrespective class will be recovered as penalty.To be eligible for pre-qualification and short-listing, an Applicant shall fulfil thefollowing conditions of eligibility:A. Technical Capacity(1)The tenderer(s) in their own name should have satisfactorily executed thework of similar nature in BMC /Semi Govt. /Govt. & Public SectorOrganizations in during last seven (7) years ending last day of monthprevious to the one in which bids are invited as a prime Contractor (or asa nominated sub-Contractor, where the subcontract had involved similarnature of work as described in the scope of works in this bid document,provided further that all other qualification criteria are satisfied)a) Three similar completed works each of value not less than the valueequal to 20% of estimated cost put to tender25

Orb) Two similar completed works each of value not less than the value equalto 25% of estimated cost put to tender.Orc) One similar completed work of value equal and or not less than the40%of estimated cost put to tenderThe value of executed works shall be brought to current costing level byenhancing the actual value of work at compound rate of 10 % per annum;calculated from the date of completion to last date of receipt of applications fortenders.(2)Similar Experience: For assessing the technical capacity of majorstructural repairs and maintenance works; Similar work shall mean, thecompleted or ongoing works in Building Construction OR BuildingMaintenance such as repairs/retrofitting /structural repairs.“In case of ongoing works to be considered, the bidder must havereceived payment bills of 80% of the contract sum for the work/worksexecuted last day of month previous to the one in which bids areinvited”.B. Financial CapacityAchieved an average annual financial turnover as certified by ‘CharteredAccountant’ (in all classes of civil engineering construction works only) equalto 30% of the estimated cost of work in last three (3) financial yearsimmediately preceding the Financial Year in which bids are invited.The value of executed works shall be brought to current costing level byenhancing the actual value of work at compound rate of 10 % per annum;calculated from the date of completion to last date of receipt of applications fortenders.C. Bid Capacity:The bid capacity of the prospective bidders will be calculated as underAssessed Available Bid Capacity (A* N* 2 - B)26

Where,A Maximum value of Civil Engineering works executed in any one year(year means Financial year) during the last five years (updated to theprice level of the Financial year in which bids are received at a rate of10% per year) taking into account the completed as well as works inprogress.N Number of years prescribed for completion of the Project/Works,excluding monsoon period, for which these bids are being invited. (E.g. 7months 7/12 year) For every intervening monsoon 0.33 shall be addedto N.B Value of existing commitments (only allotted works) on the last date ofsubmission of bids as per bidding document and on-going works to becompleted during the period of completion of the Project/Works forwhich these bids are being invited.Note: The statement showing the value of existing commitments and on-goingworks as well as the stipulated period of completion remaining for eachof the works listed should be attached along with certificates duly signedby the Engineer-in Charge, not below the rank of an Executive Engineeror equivalent.Even though the bidders meet the above qualifying criteria, they aresubject to be disqualified if they have:-made misleading or false representation in the forms, statements andattachments submitted in proof of the qualification requirements;and/or-Record for poor performance such as abandoning the works, notproperly completing the contract, inordinate delays in completion, orfinancial failures etcD. Equipment Capabilities as required for this work:The successful bidder will make the arrangements of the required equipmenton the day of commencement or with respect to the progress of the work in27

phases, as per the instructions of site in charge. The successful bidder willensure commitment in this respect on an undertaking on Rs.500 stamp paperto be submitted along with the Bid in Packet B. However, this condition in noway shall dilute the respective condition in Registration Rules of BMC.E. Technical ldhavequalification/experience appropriate to the function they fulfill. Theminimum standard shall be increased by asking that at least onenumber or more of the contractor or its managerial staff haveacquired qualifications or work experience to the needs of thecontract. The minimum standard may also state that the person orper-sons responsible for managing the works must have a minimumof no’s of years’ experience working on similar nature of projects.For fixing requirement of Technical Staff as required for this work.(B) General Guidelines for Fixing Requirement of Technical Staff(A)Cost ofwork(Rs inCrore)10 to Project1Manager withdegree incorrespondingdiscipline ofEngineeringii)GraduateEngineeriii) icalRepresentative22Project/SiteEngineer andProject28

Engineer5 to10More than1.5 to 5Upto resentativei) neer2225Engineeri) eEngineeror tativeProject/SiteEngineerNotes –1. “Cost of work”, in table above, shall mean the agreement amount of thework.2. Rate of recovery in case of non-compliance of the clause be stipulated atfollowing rates:-QualificationExperience(years)Rate of Recovery1Project Manager with degree10Rs.30000/-p.m.2Graduate Engineer5Rs.25000/-p.m.Sr.No.29

3Graduate Engineer2Rs.15000/-p.m.4Diploma Engineer5Rs.15000/-p.m.3. Nothing extra need to be added while preparing market rate justifiedamount of the work if stipulation is made as per above recommendedscale of technical staff.4. Requirement of technical staff and their experience can be varieddepending upon nature of work by competent authority i.e. ChiefEngineer with recorded reasons.F. TIME PERIOD OF THE P

10 GENERAL CONDITIONS OF CONTRACT 94-168 11 SPECIFICATIONS 169-181 12 FRAUD AND CORRUPT PRACTICES 182-186 13 PRE-BID MEETING 187-188 . Chief Engineer (Building Maintenance H.I.C.) Ch. E./B.M./4916/II dtd. 24.06.2022 E-TENDER NOTICE Brihanmumbai Municipal Corporation (BMC) invites e-tender to .