1
E-TENDER
FOR
Name of Work: SITC of Interactive panel for digital class room at
various municipal schools.
Bid No.: 2024_MCGM_1094403_1
Website: https://mahatenders.gov.in
Office of:-
E.E.Mech.(E.I.) Maint,
Municipal Workshop,
R.S. Nimkar Marg,
Byculla, Mumbai-
Mumbai 400 008.
2
INDEX
SECTION DESCRIPTION PAGE NO.
1 E-TENDER NOTICE
2 ELIGIBILITY CRITERIA
3 DISCLAIMER
4 INTRODUCTION
5 E-TENDER ONLINE SUBMISSION PROCESS
6 INSTRUCTIONS TO APPLICANTS
7 SCOPE OF WORK
8 BILL OF QUANTITIES
9 GENERAL CONDITIONS OF CONTRACT
10 SPECIFICATIONS
11 FRAUD AND CORRUPT PRACTICES
12 PRE-BID MEETING
13 LIST OF APPROVED BANKS
14 APPENDIX
- 2-
3
SECTION 1
E-TENDER NOTICE
- 3-
4
MUNICIPAL CORPORATION OF GREATER MUMBAI
Chief Engineer (M & E)
No. EE/Mech/E.I/ /MaintDt-
E-TENDER NOTICE
Subject: SITC of Interactive panel for digital class room at various municipal schools.
The Brihanmumbai Municipal Corporation (BMC) invites e-tender for the
aforementioned work from contractors of repute, multi disciplinary engineering
organizations i.e. eminent firm, Proprietary/Partnership Firms/ Private Limited Companies/
Public Limited Companies/Companies registered under the Indian companies’ act
2013, the contractors registered in Electrical/Mechanical with the Municipal Corporation of
Greater Mumbai, (BMC) with valid registration of Class ‘AA’ in Mechanical & Electrical
category as per registration rule 2015 & Class ‘A’ in Mechanical & Electrical category as
per new registration rule 2016 (excluding those who are blacklisted OR against whom
FIR has been filed) OR from the contractors / firms equivalent and superior classes
registered in Central or State Government/Semi Govt. Organization/Central or State Public
Sector Undertakings, will be allowed subject to condition that, The contractors who
are not registered with BMC will have to apply for registering their firm within three
months time period from the award of contract, otherwise their Bid Security i.e. E.M.D
(Earnest Money Deposit) will be forfeited/recovered and an amount equal to Registration
Fee of respective class will be recovered as penalty.
Bidding Process will comprise of THREE stages.
Bidder should note that the Tender Scrutiny fee of Rs. 27,500/- + 18 % GST will be
payable immediately after opening of Packet A & B in any of the Ward Citizens
Facilitation Centers (CFCs) or will recover from EMD of concerned bidder as per
Circular No. CA/FRG/03 dt. 11.05.2023.
The application form can be downloaded from e-procurement system of
Government of Maharashtra (Mahatenders) (http://mahatenders.gov.in). The applicants not
registered with BMC are mandated to get registered (Vendor Registration) with BMC for
e-tendering process & obtain login credentials to participate in the online bidding process.
i) To download the application form, for those applicants not having vendor
registration, need to apply first for vendor registration at the office of CPD Byculla.
- 4-
5
ii) The forms of Tender documents are available on the e-Tendering website
https://mahatenders.gov.in. The aspiring Applicants will have to download Tender form,
from the website mentioned above. The bidder has to fill in online format and upload
information regarding Tender Online. Also he has to download the Tender application
form from website, fill it and upload the scanned copy of duly filled form, along with
required documents.
iii) For purchasing the Tender documents, the bidders will have to get registered
with e-tender portal (https://mahatenders.gov.in) for the e-tendering process and obtain
login credentials to participate in the online Tender process. The details of the same
are available on https://mahatenders.gov.in.in For registration, enrolment for digital
signature certificates and user manual, please refer to respective links provided in e-
tendering tab on https://mahatenders.gov.in
Contract Estimated Cost
Name and location of work
Period of Project
(For SITC- 6 Item Rate Tender
S.I.T.C. of Interactive panel for digital class Months including
(Excluding GST)
room at various municipal schools. monsoon) 5 years
DLP
In terms of the 3 stage system of e-tendering, a Bidder will be required to deposit,
along with its Bid, an Earnest Money Deposit of Rs. 37,84,600/-(Rupees Thirty seven lakh
eighty four thousand six hundred rupees only). The “EMD” refundable in accordance to the
relevant clause of bid document, from the Bid Due Date, except in the c ase of the selected
Bidder whose Bid Security/EMD shall be retained. The Bidders will have to provide
Earnest Money Deposit through the payment gateways while submitting the bids. The Bid
shall be summarily rejected if it is not accompanied by the Earnest Money Deposit.
The e-tender is available on NIC portal (https://mahatenders.gov.in) as mentioned in the
Header Data of the tender.
As per THREE Packet systems, the document for Packet A & B is to be
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 responsive and eligible bidders if
they so wish can be present at the time of opening of bids, in the office of E.E. Mech (E.I.)
Maint. The Packet C shall be opened if bids submission in Packet A & B satisfies/includes
all the requirements and same are found acceptable to the Authority.
- 5-
6
The Municipal Commissioner reserves the right to reject all or any of the e-
tender(s) without assigning any reasons at any stage.
The dates and time for submission and opening the bids are as shown in the Header
Data. If there are any changes in the dates the same will be displayed on the BMC
Portal. (http://portal.mcgm.gov.in) as well as on NIC Portal https://mahatenders.gov.in
The Applicants interested for the above referred works may contact the E.E.
Mech.(E.I.)Maint., at the following address on any working day during office hours.
Office of: E.E.Mech(E.I.)Maint., BMC
Municipal Workshop,
R.S.Nimkar Marg,
Byculla, Mumbai- 400 008,
The applicants may wish to visit the sites under reference, various Municipal
Schools under Education Department in City, Eastern & Western Suburb of BMC can collect
the information of the present status from the department who have invited the bids.
The BMC reserves the rights to accept any of the application or reject any or all
the application received for above works, without assigning any reasons thereof. The
information regarding above subject matter is available on NIC Portal
https://mahatenders.gov.in
Note: As per Circular Dir./IT/F-505038 Dtd. 19.12.2023 Use of e-Procurement
System of Gov. of Maharashtra (Mahatender) for all tenders in BMC instead of SAP
SRM is made mandatory. Contractor has to enroll and obtain credentials for the same.
Sd/-
E.E.Mech(E.I.)Maint
- 6-
7
HEADER DATA
Bid Number 2024_MCGM_1094403_1
Subject SITC of Interactive panel for Digital Classroom at
various Municipal Schools.
Scrutiny Fees (Rs. 27,500/- + 18% GST).
Cost of E-Tender (Item Rate Tender)
(Estimated Cost)
Bid Security Deposit/ EMD Rs. 37,84,600/-
Date of issue and sale of
30.09.2024 from 11:00 Hrs
tender
Last date &time for sale of
14.10.2024 upto 16:00 Hrs
tender &Receipt of Bid
Security Deposit
Submission of Packet A, B
14.10.2024 upto 16:00 Hrs
&Packet C (Online)
Pre-Bid Meeting 07.10.2024 at 11.30 Hrs at Ch.Engr (M&E) Worli
Engineering Hub, Dr E Moses Rd.Worli
Mumbai-400018
Opening of Packet A
15.10.2024 after 16:01 Hrs
Opening of Packet B
15.10.2024 after 16:02 Hrs.
Opening of Packet C
23.10.2024 after 13:00 Hrs.
Website https://mahatenders.gov.in
Address for communication Office of the:-E.E.Mech(E.I.)Maint., MCGM
Municipal Workshop,
R.S.Nimkar Marg,
Byculla, Mumbai- 400 008
Venue for opening of bid On line in E.E.Mech(E.I.)Maint’s office.
This tender document is not transferable.
The BMC reserves the rights to accept any of the application or reject any or all the
application received for above subject without assigning any reason thereof.
Sd/-
E.E.Mech(E.I.)Maint
- 7-
8
SECTION 2
ELIGIBILITY CRITERIA
- 8-
9
A) Eligibility Criteria
1. For Regular, Routine and Maintenance works: (Not Applicable)
1.1 Technical Capacity
The tenderer(s) in their own name should have satisfactorily executed the work of similar
nature MCGM /Semi Govt. /Govt. & Public Sector Organizations during last seven (7)
years ending last day of month previous to the one in which bids are invited as a prime
Contractor (or as a nominated sub-Contractor, where the subcontract had involved similar
nature 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 value equal to
Rs. 1,20,99,804/- OR
b) Two similar completed works each of value not less than the value equal to
Rs. 1,51,24,755/- OR
c) One similar completed work of value equal and or not less than the value equal to Rs.
2,41,99,609/-
The value of executed works shall be brought to current costing level by enhancing 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 for tenders.
1.2. Financial Capacity:
Achieved an average annual financial turnover as certified by ‘Chartered Accountant’
equal to Rs 50 Cores in last three (3) financial years immediately preceding the Financial
Year in which bids are invited.
The value of executed works shall be brought to current costing level by enhancing 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 for tenders.
1.3 Similar Experience:
For assessing the technical capacity of Regular, Routine and Maintenance works; Similar work
shall mean, the completed or ongoing works of”.in Building Construction OR Building
Maintenance such as repairs/retrofitting /structural repairs OR construction/repairs of Asphalt/
Concrete roads OR laying/rehabilitation of sewer lines along with allied components OR
laying/rehabilitation of water pipe lines in Cast Iron/ M.S. pipes / HDPE/ MDPE pipes OR
repairs/maintenance/ construction of culverts over nullah.
2. For Original and New works
Eligibility criteria will be as per Technical Evaluation Marking (QCBS)
- 9-
10
2.1 Technical Capacity
I. The tenderer(s) in their own name should have satisfactorily executed the work of
similar nature MC /Semi Govt. /Govt. & Public Sector Organizations during last seven (7) years
ending last day of month previous to the one in which bids are invited as a prime Contractor (or
as a nominated sub-Contractor, where the subcontract had involved similar nature of work
(clause 2.3 Similar experience mentioned below ) as described in the scope of works in this
bid document, provided further that all other qualification criteria are satisfied).
II. Bidders has to upload undertaking by the Original Equipment Manufacturer
(OEM) on letter head as per prescribed format “Annexure F” as per terms and
conditions for OEM mentioned in SBD, failing to which they will be treated as non
responsive and 10% EMD will be forfeited.
III. Memorandum of Understanding (MOU) between the bidder & the education
content provider mentioning that the e-content provider will give technical support
for the educational content for 5 years. It will be the responsibility of the e-content
provider to make necessary changes in the e-content with the change in syllabus as
declared by any of the board of Municipal school in short period of time.
IV. A consortium of maximum of 2 companies is allowed with Lead Bidder and
Consortium Partner.
- If the Contractor is a partnership or a consortium, this Agreement must be signed
by all partners or consortium members.
- If the Contractor is a company or a consortium, this Agreement must be signed
by all power of Attorney holders of consortium members.
-If the Contractor is a proprietorship or a consortium, this Agreement must be
signed by all proprietors of consortium members.
2.2 Financial Capacity
Eligibility criteria (Financial) will be as per Technical Evaluation Marking.
To ascertain this, tenderer(s) shall furnish /upload the financial statement (Audited
balance sheet) duly certified by Chartered Accountant.
The turnover can be enhanced by 10% every year to bring the present level.
2.3 Similar experience: assessing the technical capacity of original & new constructed works;
Similar work shall mean the completed or ongoing works of SITC of Digital class rooms with
interactive panel/ Smart classroom with projector and educational content /Smart Classroom /
Language Lab / Digital Library / Information communication technology (ICT) / Computer Centre/
Information technology(IT) /information technology enable service(ITeS).
- 10-
11
*In case of ongoing works to be considered, the bidder must have received payment
bills of 80% of the contract sum for the work/works executed last day of month previous
to the one in which bids are invited.
Technical Evaluation Criteria
The Supporting documents required for technical evaluation criteria shall
be uploaded in packet ‘B’ ( In case of consortium certificate of any of the
partner will be considered).
Sr. Criteria Marks Allotted Max. Documentary evidence
No. Marks required.
1 The tenderer should have an The marks would 20 Certified Copy of Audited
min. average annual be provided based balance sheet & Profit Loss
turnover of Rs. 11 Crores on the following: account of last three
during the last 3 financial financial years ( 2021-22,
years as on date of a. 11 Cr. to 20 Cr. 2022-23 & 2023-24).
= 5 Marks
submission of bid.
b. >20 Cr. to 30
The tenderer should be a Cr. Certificate from the CA with
profit-making organization = 10 Marks their Registration number &
and should have positive net Seal for confirming annual
worth as per audited c. >30 Cr. turnover and Positive Net
account of financial year i.e. =20 Marks Worth.
2021-2022 /2022-23 &
2023-24.
2 I. The tenderer(s) in their Summing up value 15 Work order/ Contract clearly
own name should have of Maximum 3 Highlighting the scope of
satisfactorily executed the Projects is work, Bill of Material and
work of similar nature
Minimum 22Cr to value of the Contract/order.
MCGM /Semi Govt. /Govt.
& Public Sector 30Cr
Organizations during last
– 5 Marks
seven (7) years in which
bids are invited as a prime Summing up value
Contractor (or as a of Maximum 3
nominated sub-Contractor,
Projects is between
where the subcontract had
in-volved similar nature of >31 Cr to <40 Cr
work (Similar work shall
– 10Marks
mean the completed or
ongoing works of SITC of Summing up value
Digital class rooms with of Maximum 3
interactive panel/ Smart
Projects is above 40
classroom with projector
and educational content Cr
- 11-
12
/Smart Classroom / – 15Marks
Language Lab / Digital
Library / Information
communication technology
(ICT) / Computer Centre/
information technology(IT)
/information technology
enable service(ITeS).
as described in the scope of
works in this bid document,
provided further that all
other qualification criteria
are satisfied)
The value of executed
works shall be brought to
current costing level by
enhancing theactual value
of work at compound rate
of 10 % per annum;
calculated from the date of
completion to last date of
receipt of applications for
tenders
*In case of ongoing works
to be considered, the bidder
must have received
payment bills of 80% of the
contract sum for the
work/works executed last
day of
month previous to the one
in which bids are invited.
3 Tenderer should have Any 2 certifications 15 Copy of the latest valid
minimum 2 of the following – 5 Marks certifications
certifications: Any 3 certifications
i. ISO 9001:2015 – 10 Marks
ii. ISO20000:2018 All 4 certifications
iii. ISO27001:2013 – 15 Marks
iv. CMMI Levels 3 or
Higher Certified
company in the field of
IT / IT Services.
4 The digital e-learning 450 to 900 devices 20 Work order/ Contract
platform OEM should have indicating Scope of work,
executed / executing – 10 Marks bill of material of the
projects of e-learning contract/work issued &
- 12-
13
software, Online MIS 901 to 1300 devices signed, stamped by the
Dashboard, teacher training, competent authority of the
15 Marks
multimedia content at least client entity on the entity’s
450 Devices in Government >1300 devices letterhead.
schools in last five (05)
years. – 20 Marks
5 Technical Presentation on: Technical 30
presentation to the
tender evaluation
committee.
TOTAL MARKS 100
Important: Bidders need to score minimum 70 marks to get technically
qualified and be eligible for Commercial Bid Opening. The following sub-
sections explain how the Bidders shall be evaluated on each of the evaluation
criteria.
Similar project experience: This phrase mentioned in above table would mean
experience of those projects which have similar components under
implementation as mentioned in the scope of this RFP
Commercial Evaluation Process
1) Total Price shall be calculated based on the format provided in Section
Format for Financial Bid .The Total Price (C) for each responsive bid shall be
sum of Capex cost and Opex cost, where, Opex cost should be all inclusive of
the costs of necessary goods such as spare parts, software license renewals,
labor etc. needed for the continued and proper operation of the system.
2) The lowest Total Price (C) as calculated above shall be given a commercial
score (CS) of 100 points. The Commercial Score of the other bidders shall be
calculated with respect the lowest Total Price by any bidder. The methodology
of Commercial Score shall be as follows.
3) Commercial Score of the bidder under consideration = (Lowest Total Price
from all Commercial Bids / Total Price based on the Commercial bid by the
bidder under consideration) X 100
- 13-
14
Total Bid Evaluation
1) Evaluation criteria proposed to be adopted will be Quality cum Cost Based
System (QCBS) where Technical Bid Score will get a weightage of 70% and
Commercial Bid Score a weightage of 30%.
2) The bidder would be technically evaluated out of 100 marks. All the
bidders who secure overall minimum of 70% (70 Marks out of 100 across all
the components together) will be considered as technically qualified.
Technical score of all bidders will be calculated on the basis of the following
formula:
Technical Score of bidder (TS) = Technical Marks received by the bidder
x 70%
3) The Bid having the Lowest Commercial Quote shall be termed as the
Lowest Evaluated Bid and will be awarded 100 marks. Commercial score of
all the other bidders will be calculated on the basis of the following formula:
Commercial score of bidder (CS) = Commercial Quote of the lowest bidder x 100 x
30%
Commercial Quote of the bidder
4) Final Score of the bidder: Final Score of each bidding party will be
computed by adding the Technical score and Commercial Score on the basis
of the following formula:
Total Score = TS + CS
5) The bidder whose bid has secured the “Highest Total Score” out of 100
as per above evaluation will be considered as best evaluated Bid.
6) In case of a tie where two or more bidders achieve the same highest overall
score, the bidder with the higher technical score will be invited first for
negotiations
7) Tendering Authority is not bound to accept the best evaluated bid or any
bid and reserves the right to accept any bid, wholly or in part.
8) Example demonstrating the calculation of Technical Score and
Commercial Scores is provided below:
- 14-
15
Marks Received Calculations Technical Score of
Bidder
by bidder bidder (TS)
Bidder 1 88 88*70% 61.6
Bidder 2 90 90*70% 63
Bidder 3 80 80*70% 56
Bidder 4 95 95*70% 66.5
Commercial Quote
Commercial
Provided by Bidder Calculation of
Bidder Score of Bidder
after calculating Capex commercial score
(CS)
and Opex (As Above)
Bidder 1 110 (110/110)*100*30% 30
Bidder 2 140 (110/140)*100*30% 23.57
Bidder 3 160 (110/160)*100*30% 20.63
Bidder 4 130 (110/130)*100*30% 25.38
Total Score for each bidder
Technical Score
Bidder Commercial Score (CS) Total Score
(TS)
Bidder 1 61.6 30.0 91.6
Bidder 2 63.0 23.57 86.57
Bidder 3 56.0 20.63 76.63
Bidder 4 66.5 25.38 91.88
The bidder with the highest final score shall be treated as the best evaluated
Bid. In the above example, Bidder 4 will be treated as best evaluated Bid.
B) Bid Capacity: (Not Applicable for this tender)
The bid capacity of the prospective bidders will be calculated as under: Assessed Available Bid
Capacity = (A* N* 2 - B)
- 15-
16
Where,
A = Maximum value of Civil Engineering works executed in any one year (year means
Financial year) during the last five years (updated to the price level of the Financial year
in which bids are received at a rate of 10% per year) taking into account the completed
as well as works in progress.
N = Number of years prescribed for completion of the Project/Works, excluding monsoon
period, for which these bids are being invited. (E.g. 7 months = 7/12 year) For every
intervening monsoon 0.33 shall be added to N.
B = Value of existing commitments (only allotted works) on the last date of submission of bids
as per bidding document and on-going works to be completed during the period of
completion of the Project/Works for which these bids are being invited.
Note: The statement showing the value of existing commitments and on-going works as well as
the stipulated period of completion remaining for each of the works listed should be attached
along with certificates duly signed by the Engineer-in Charge, not below the rank of an
Executive Engineer or equivalent.
Even though the bidders meet the above qualifying criteria, they are subject to be disqualified
if they have:
- Made misleading or false representation in the forms, statements and attachments submitted
in proof of the qualification requirements; and/or
- Record for poor performance such as abandoning the works, not properly completing
the contract, inordinate delays in completion, litigation history, or financial failures etc.
Signature Not Verified
Digitally signed by MAHENDRA MANOHAR
KAMBLE
Date: 2024.09.27 15:00:16 IST
- 16- Location: Maharashtra-MH