COLLEGE OF AGRICULTURAL BANKING (CAB), RESERVE … · (PIM) Division, College of Agricultural...

51
1 COLLEGE OF AGRICULTURAL BANKING (CAB), RESERVE BANK OF INDIA PREMISES, INFRASTRUCTURE AND MAINTENANCE (PIM) DIVISION UNIVERSITY ROAD, PUNE 411016 Tender under Two part bid systems for awarding Comprehensive Annual Maintenance Contract for providing “Weekly cleaning of toilet/bathroom, Quarterly cleaning of officers’ quarter including modular kitchen and electric chimney, Half yearly cleaning of staff quarter” at staff quarters in campus of College of Agricultural Banking, Reserve Bank of India, Pune and other locations (as detailed in the Annex VIII) from the date specified in the contract initially till 30 June, 2019. PART I (Section I to Section IX) (Technical Bid) Name of Bidder: _________________________________________ Address: ________________________________________________ ________________________________________________________ ________________________________________________________ Landline/Mobile Number: ____________________________________ Pre-bid Meeting at 15:00 Hrs on 11 May, 2018. Last Date for submission: Up to 14:00 Hrs. 21 May, 2018 Opening of Part – I at 16:00 Hrs on 21 May, 2018

Transcript of COLLEGE OF AGRICULTURAL BANKING (CAB), RESERVE … · (PIM) Division, College of Agricultural...

1

COLLEGE OF AGRICULTURAL BANKING (CAB), RESERVE BANK OF INDIA

PREMISES, INFRASTRUCTURE AND MAINTENANCE (PIM) DIVISION UNIVERSITY ROAD, PUNE 411016

Tender under Two part bid systems for awarding Comprehensive Annual Maintenance Contract for providing “Weekly cleaning of toilet/bathroom, Quarterly cleaning of officers’ quarter including modular kitchen and electric chimney, Half yearly cleaning of staff quarter” at staff quarters in campus of College of Agricultural Banking, Reserve Bank of India, Pune and other locations (as detailed in the Annex VIII) from the date specified in the contract initially till 30 June, 2019.

PART I (Section I to Section IX)

(Technical Bid)

Name of Bidder: _________________________________________

Address: ________________________________________________ ________________________________________________________ ________________________________________________________ Landline/Mobile Number: ____________________________________

Pre-bid Meeting at 15:00 Hrs on 11 May, 2018.

Last Date for submission: Up to 14:00 Hrs. 21 May, 2018

Opening of Part – I at 16:00 Hrs on 21 May, 2018

2

Time schedule

Cost of Tender document

Rs.590/-(Rs.500/-+18% GST)

Date of placing Tender document on our website 13th April , 2018 Last date of downloading Tender document from the Bank’s Website

4th May, 2018

Date, time and venue of Pre-Bid Meeting for bidders

11th May, 2018 3.00 pm CAB Pune

Last date of receipt of duly filled in sealed Tender documents

21st May, 2018 upto 2.00 pm

Date and time of opening of Technical bids

21st May, 2018 at 4.00 pm

3

Table of Contents

Item Description Page

Disclaimer 4

Tender Notice 5

Part – I : Technical Bid

Check List of documents to be submitted with the tender 6-7

Section I Notice inviting Tender 8-11

Section II Form of tender 12-13

Section III General Instructions to Bidder (s) 14-19

Section IV Special conditions of the contract and safety code 20-23

Section V Scope of work 24-25

Section VI Details of Bidders 26-27

Section VII Commercial conditions 28

Section VIII Scrutiny of Offers 29

Section IX Draft Articles Of Agreement 30-36

Annex I Details of Flats, Toilets etc. 37-38

Annex II Proforma of Performance Bank Guarantee for Security Deposit 39-41

Annex III List of similar works 42

Annex IV Proforma of Client’s Report 43-44

Annex V Proforma of Banker’s Report 45

Annex VI Format for Evaluation of Technical Bid 46

Annex VII NEFT Details 47

Annex VIII List of other Locations 48

Part- II : Financial Bid

Section 1 Bill of Quantities 50-51

4

Disclaimer

College of Agricultural Banking (CAB), Reserve Bank of India, Premises, Infrastructure and Maintenance (PIM) Division, Pune (the Bank) has prepared this tender document. The information is provided to prospective Bidders to enable them to bid for Comprehensive Annual Maintenance Contract for providing “Weekly cleaning of toilet/bathroom, Quarterly cleaning of officers’ quarter including modular kitchen and electric chimney, Half yearly cleaning of staff quarter” at Officers Quarters and staff quarters in campus of College of Agricultural Banking, Reserve Bank of India, Pune and other locations (as detailed in the Annex VIII) from the date specified in the contract initially till 30 June, 2019 as per the terms and conditions set out in this tender and any other terms and conditions related to such information.

This tender is neither an agreement with any party, nor invitation to any party to perform work of any kind. The purpose of this tender is to share requirements of the Bank with all interested parties in order to enable them to submit their Bid. While the Bank has taken due care in the preparation of the information contained herein, the Bank does not claim that the information is exhaustive. Respondents to this tender are required to make their own inquiries and they should not rely solely on the information in tender. The Bank is not responsible if no due diligence is performed by the Respondents. The Bank reserves the right not to proceed with this tender, to alter the time-table reflected in this document or to change the process or procedure to be applied. It also reserves the right to decline to discuss the tender further with any respondent. No reimbursement of cost of any type or on any account will be paid to persons or entities submitting their Bid.

5

COLLEGE OF AGRICULTURAL BANKING (CAB)

RESERVE BANK OF INDIA PREMISES, INFRASTRUCTURE and MAINTENANCE (PIM) DIVISION

UNIVERSITY ROAD PUNE – 411 016

April 13, 2018 Short Tender Notice

Tender for awarding Comprehensive Annual Maintenance Contract for providing “Weekly cleaning of toilet/bathroom, Quarterly cleaning of officers’ quarter including modular kitchen and electric chimney”, Half yearly cleaning of staff quarter at staff quarters in campus of College of Agricultural Banking, Reserve Bank of India, Pune and other locations (as detailed in the Annex VIII) from the date specified in the contract initially till 30 June, 2019. College of Agricultural Banking, Reserve Bank of India, Pune (the Bank) invites tenders from

reputed and eligible firms/companies for providing man power and support services for

upkeep of Officers & staff quarters in the campus of College of Agricultural Banking,

Reserve Bank of India, Pune and at Ashiyana Officers’ Quarter (Gokhale Nagar, Pune),

Parijat Officers’ Quarter (University Road, Pune), Gulmohar Officers’ Quarter (Dahanukar

Colony, Kothrud, Pune) and Rajnigandha Staff Quarters (University Road, Pune) located in

Pune. The initial period of contract will be till June 30, 2019 from the date of award of the

contract as per laid down contractual obligations.

2. The tender forms can be obtained from Premises, Infrastructure and Maintenance

(PIM) Division, College of Agricultural Banking (CAB), Reserve Bank of India, University

Road, Pune from April 13,2018 to May 04,2018 during office hours through Monday to

Friday between 11.00 AM and 02.00 PM on submission of the tender cost amounting to Rs

590/- (including GST @ 18%) by way of a Demand Draft drawn in favour of Reserve Bank of

India payable at Mumbai or by NEFT as per Annexure VII. The tender forms can also be

downloaded from our website www.rbi.org.in for which payment of Rs.590/- (including GST

@18%) may be made by way of Demand Draft drawn in favour of Reserve Bank of India

payable at Mumbai or by NEFT as per Annexure VII at the time of submitting the tender.

3. The Bank is not bound to accept the lowest bid and reserves the right to accept

either in full or in part any tender. The Bank also reserves the right to reject all the tenders

without assigning any reason therefore.

Principal

6

Check List of documents to be submitted with the tender

S.No Prequalification documents Attached

Yes/No 1 Tender documents signed and stamped (Part-I and II) in duplicate

in two separate and distinct envelopes. These two envelopes should be put in another envelope.

2 Cost of Tender Document is Rs.590/-(including GST @ 18%) if the tender document is downloaded from the Bank’s website or obtained. Payment is to be made using NEFT/in cash or by DD. Details of payment made to be provided as under:- UTR / Draft No………………………………... Bank Name …………………………………… Date…………………………………………….

3. Earnest Money Deposit amounting to Rs.14,000/- is to be deposited by all the bidders in form of DD drawn in favour of Reserve Bank of India payable at Mumbai / through NEFT. Details of payment made to be provided as under:- UTR / Draft No………………………………... Bank Name …………………………………… Date…………………………………………….

4. Proof of minimum annual financial turnover of firm during the last 3 years ending 31st March 2017 minimum of Rs.7 lakhs each year. Copies of the Income Tax Clearance Certificates/ Income Tax Assessment orders/ IT Returns along with latest audited final accounts of the business of the firm duly certified by a Chartered Accountant/certificate of turnover issued by a Chartered Accountant should be enclosed as proof of their credit worthiness and turnover for the last three years.

5. The client-wise names of similar work(s), year(s) of execution of work (s) awarded, and actual value of executed work(s), reasons for delay (if any), names and full contact details of the officers/ authorities/ departments under whom the work(s) was/were executed should be furnished as per Annex - III

6. The details along with documentary evidence of previous experience if any, of carrying out same works for the Reserve Bank of India at any centre should also be given.

7. Proof of having successfully completed similar works during last 5 years as on March 31, 2017. Client reports (as per the format given in Annex IV) showing the details of work carried out during the last 5 years must be enclosed in separate sealed envelope along with technical Bid. Note: i) In respect of Government Departments/Public sector

Undertakings the certificate should be signed by the concerned Executive Engineer or an officer of an equivalent or higher rank.

7

ii) In respect of Departments other than Government Departments/Public sector Undertakings apart from the certificates mentioned at i) above the TDS certificates matching with the payments related to the work executed shall also be enclosed.

8. Copy of Permanent Account Number (PAN ) 9. Proof of Registration with GST 10. Proof of Registration with ESI , if applicable 11. Proof of Registration with EPF authorities, if applicable 12. Proof of Registration under labour laws, if applicable 13. Particulars of the firm of firms and their bankers as per Section VII.

Copy of the Articles of Association/Memorandum of Association/ partnership deed/ any other relevant document shall be enclosed

14. Power of Attorney in favor of the person signing the tender documents

15. Solvency Certificate issued by a Scheduled Bank for not less than Rs 3.00 lakh as per the proforma given in Annex V in a separate sealed envelope along with the technical Bid.

Place: Signature and seal of the Bidder’s Authorised

Signatory Date:

8

Section – I : Notice Inviting Tender

1.1 Name of the work: Tender for awarding Comprehensive Annual Maintenance Contract for providing

“Weekly cleaning of toilet/bathroom, Quarterly cleaning of officers’ quarter including modular kitchen and electric chimney, Half yearly cleaning of staff quarter” at campus of College of Agricultural Banking, Reserve Bank of India, Pune and other locations (as detailed in the Annex VIII) from the date specified in the contract initially till 30 June, 2019.

1.1.1 Eligibility criteria: (a) Composition of the firm

i) Particulars of the firm and their bankers as per Section VI. ii) Copy of the Memorandum and Articles of Association/Certificate of

Incorporation/ Partnership Deed/ other relevant documents shall be submitted

(b) Registrations (i)Copy of PAN /GST, Registration under Employee State Insurance Act (if applicable), PF registration (if applicable), registration under labour laws (if applicable) must be submitted as documentary evidence (ii)The Contractor shall register with the Registrar of concerned Central /State Body and shall abide by State Labour / Government of India (ministry of Labour) rules and regulations and all other Statutory Acts / Regulations and rules relevant to this contract including Works Contract Act, Minimum Wages Act 1950 , Payment of Wages Act 1935, Provident Fund Act, ESI Act, etc. and amended from time to time and such other Statutory Enactment, Rules and Regulations laid by the Government and local body in force, coming into force which may apply to this agreement. The Contractor shall indemnify the Principal Employer (CAB, RBI) against risks and damages arising out of the default on the part of Contractor due to negligence or non-compliance of any of the aforesaid rules, regulations etc. laid down by the Government and other statutory authorities, regulations and other Govt Bodies if any from time to time. (iii) The Contractor shall comply with all requirements of law with regard to the provision of labour and ensure that an appropriate license from concerned labour department is obtained. It shall be the responsibility of the Contractor for furnishing necessary statutory information / documents in proof of the above whenever called for by CAB, RBI. In case of any labour problems related to the workmen staff of the Contractor, the same shall be settled at the Contractor's end only. The Bank in no way be responsible or liable for wages, salaries, bonus, gratuity or any compensation in lieu of notice etc. of employees of the agency.

(c) The firm/Bidder must have experience of successfully completing similar works during last 5 years ending March 31, 2018 within the criteria given below: a) Three similar completed works each costing not less than 40% of estimated

value i.e. Rs.2.80 lakhs OR b) Two similar completed works each not less than 50% of estimated value i.e.

Rs.3.50 lakhs OR c) One similar work costing not less than 80% of estimated value i.e. Rs.5.60 lakhs d) Details of work experience shall be supported by work orders.

9

The client-wise names of similar work(s), year(s) of execution of work (s) awarded, and actual value of executed work(s), reasons for delay (if any), names and full contact details of the officers/ authorities/ departments under whom the work(s) was/were executed should be furnished as per Annex – III Client Reports (as per the format given in Annex IV) showing the details of work carried out during the last 5 years must be enclosed in separate sealed envelope along with technical Bid. Note: i) In respect of Government Departments/Public sector Undertakings the certificate

should be signed by the concerned Competent Authority . ii) In respect of Departments other than Government Departments/Public sector

Undertakings apart from the certificates mentioned at i) above the TDS certificates matching with the payments related to the work executed shall also be enclosed.

(d) The details along with documentary evidence of previous experience if any, of carrying out works for the Reserve Bank of India at any centre should also be given.

(e) Should have minimum turnover of Rs.07.00 lakhs or more during the last three financial years ending 31st March 2018 Copies of the Income Tax Clearance Certificates/ Income Tax Assessment orders/ IT Returns along with latest audited final accounts of the business of the firm duly certified by a Chartered Accountant/certificate of turnover issued by a Chartered Accountant should be enclosed in proof of their credit worthiness and turnover for the last three years.

(f) Bankers’ solvency certificate of value not less than Rs.3 lakh as per the proforma given in Annex V in a separate sealed envelope along with the technical Bid.

(g) The firm should have minimum work force of 25 employees having requisite qualification and experience for carrying our cleaning and housekeeping work. The Firm should furnish documentary evidence in support of their claim of having workforce of 25 and above on their payroll.

1.1.2 Tender Document can be obtained from CAB, RBI, Pune as given at 1.2 below.

1.2 Important Information: Estimated cost of the work (inclusive of cost of Labour, material and other )

Rs 7 Lakh

Earnest Money Deposit (EMD) Earnest Money Deposit @ 2% of estimated cost of work amounting to Rs.14,000/- is to be deposited by all the bidders in form of DD drawn in favour of Reserve Bank of India payable at Mumbai / through NEFT as per Annex VII

Cost of tender document Rs.590/- (including 18% @ GST) or by way of DD in favour of Reserve Bank of India payable at Mumbai or by NEFT as per Annex VII

10

Date and place of issue of tender documents from office or downloaded from RBI website www.rbi.org.in

April 13, 2018 to May 04, 2018 Premises, Infrastructure & Maintenance(PIM) Section Reserve Bank of India, College of Agricultural Banking, University Road, Pune 411016

Date and place of Pre-Bid meeting

At 15:00 hrs. on May 11, 2018 at Premises, Infrastructure and Maintenance Division, College of Agricultural Banking, RBI, University Road, Pune 411016 to answer any queries / provide clarifications that the Bidders may have in connection with the work/tender and to give them relevant information regarding the same. No separate communication will be sent for this meeting. The Bidder are expected to get all the issues clarified during this meeting and therefore should desist from deviating from the Bank's tender conditions/specifications in their technical (Part I) and Price Bids (Part II).

Last date and place of submission of completed Bid

May 21, 2018 up to 14:00 Hrs. at Premises, Infrastructure and Maintenance Division, College of Agricultural Banking, RBI, University Road, Pune - 400016

Date and time of opening of Technical Bids

May 21, 2018 at 16:00 Hrs.

Date and time of opening of Financial Bids

Shall be intimated to all Bidders later after scrutiny of technical Bids

Commencement Date As specified in the Articles of Agreement

Security Deposit For overall performance, to be furnished as Performance Bank Guarantee (Clause 4.10)

Power of Attorney Shall be submitted in favour of the person signing the tender documents

Payment condition Refer clause 4.6

Penalty As specified in Section IV- clause 4.5 Validity of the tender 90 days from the date of opening of technical Bid

All disputes arising shall be subject to the jurisdiction

Pune

Address for dispatching the tender/Bids

The Principal, College of Agricultural Banking, RBI, PIM Division, University Road, Pune (Maharashtra) – 411 016.

Contact person for communication in connection with this tender

Name and Designation: Smt. Bharati Bhide, Assistant General Manager Phone:020-25582378 Mobile no.:9881745442 Email

11

1.3 Principal, College of Agricultural Banking, Reserve Bank of India, Pune reserves the right to accept or reject any or all Bids without assigning any reasons and also reserves the right to relax any of the terms and conditions. No Bidder shall have any cause of action or claim against the Bank for rejection of his Bid.

1.4 All information submitted in response to this tender shall be the property of Reserve Bank of India and it shall be free to use the concept of the same at its will.

Principal, College of Agricultural Banking, Reserve Bank of India, Premises, Infrastructure and Maintenance (PIM) Division, University Road, Pune - 411016

12

Section II - Form of Tender

Place: Date:

Principal College of Agricultural Banking (CAB), Reserve Bank of India, University Road, Pune – 411 016 Tender for awarding Comprehensive Annual Maintenance Contract for providing “Weekly cleaning of toilet/bathroom, Quarterly cleaning of officers’ quarter including modular kitchen and electric chimney, Half yearly cleaning of staff quarter" at staff quarters in campus of College of Agricultural Banking, Reserve Bank of India, Pune and other locations (as detailed in the Annex VIII) from the date specified in the contract initially till 30 June, 2019. Sir,

Having examined the requirements, conditions and schedule of quantities relating to the captioned work and having visited and examined the site of the works and also having acquired the requisite information relating thereto as involving the tender, I/We hereby offer to take up the Comprehensive Annual Maintenance Contract for providing the above mentioned maintenance services at officers and staff quarters in campus of College of Agricultural Banking, Reserve Bank of India, Pune and at Ashiyana Officers’ Quarter (Gokhale Nagar, Pune), Parijat Officers’ Quarter (University Road, Pune), Gulmohar Officers’ Quarter (Dahanukar Colony, Kothrud, Pune) and Rajnigandha Staff Quarters (University Road, Pune) at the rates mentioned in the attached schedule of quantities and in accordance with the conditions of the tender and conditions of contract attached hereto.

1. We also agree that our tender will remain valid for acceptance by the Bank for 90 days from the date of opening of the tender and this period of validity can be extended for such period as may be mutually agreed between the Bank and us. We also agree to deposit 2% earnest money by DD/ NEFT if our tender is accepted.

2. Should this Tender be accepted, I/we hereby agree to abide by and fulfill all the terms and conditions of the Tender and in the event of any default thereof, pay to you or your successors, or assignees or nominees such sums of money as are stipulated in the conditions contained in the tender document and the Articles of Agreement read with the written acceptance of the Contract.

3. I/We understand that you reserve the right to accept or reject any or all the tender either in full or in part without assigning any reason therefor.

13

Dated this _____ day of _____ 2018.

For and on behalf of M/s ___________________________________________________________________

(Signature with seal)

Name ________________________________________

Designation ________________________________________

Place ________________________________________

Date ________________________________________

(Certified true copy of the Power of Attorney of the above signatory should be enclosed).

Witnesses

(1) Signature with _______________________________

name, address and date _______________________________

_______________________________

(2) Signature with _______________________________

name, address and date

_______________________________

14

Section III: General instructions to Bidders 3.1 College of Agricultural Banking, RBI, Pune (the Bank) invites sealed Bids from

eligible Bidder as mentioned at clause 1.1.1 for providing various maintenance services for an initial period up to 30 June 2019 of one year as per laid down contractual obligations. The contract can be extended further subject to satisfactory performance of the services provided and adherence to contractual obligations by the concerned firm/company. Eligible Bidders have to submit separate technical and financial Bid as per the Special Condition and CAB’s requirement specified in this document.

3.2 Tender Document: 3.2.1 Tender shall consist of this document having Eight Sections along with any

annexures, schedules, addendum or corrigendum etc. issued by Reserve Bank of India for the purpose.

3.2.2 Bidders are advised to study all sections of tender documents thoroughly. Submission of Bid shall be deemed to have been done after careful study and examination of the tender documents with full understanding of its implications.

3.2.3 Bidder are advised to use only the forms (tender books) issued by the Bank / forms or downloaded from the website. In case the tenders are submitted from downloaded tender forms from the website, if any change/modification thereto is found subsequently, such tenders are liable for disqualification. However, if they desire to submit additional information, they may do so on their own letter head/paper. Each page of the forms shall be signed and returned.

3.2.4 Eligibility criteria shall be as per clause 1.1.1 of the tender

3.3 Amendment to tender document

3.3.1

At any time prior to the deadline for the submission of Bids, the Bank may, for any reason, whether at its own initiative or in response to a clarification or query raised by a prospective Bidder, modify the tender by an amendment.

3.3.2 The said amendment in the form of the addendum/ corrigendum will be sent to all prospective Bidders to whom, the tender has been sent on or before the last date mentioned in Clause 1.2 of Notice Inviting Bid. This communication will be in writing by mail, e-mail or fax and the same shall be binding on the Bidders. Prospective Bidders should promptly acknowledge receipt of the addendum/ corrigendum by fax or mail, e-mail /courier to the Bank. The addendum (s) issued will form part of the tender documents.

3.3.3 In order to afford prospective Bidders reasonable time for preparing their Bids after taking into account such amendments, the Bank may, at its discretion, extend the deadline for the submission of Bids.

15

3.4 Preparation of Bid: Tender in prescribed form shall be submitted in two parts consisting of Technical Bid and Financial Bid (two separate and distinct envelopes)

3.4.1 Technical Bid

Part-I of the tender will contain Bank’s technical and commercial conditions for the proposed work, tender’s covering letter to be sealed in one cover, super-scribing “Part-I Tender for Comprehensive Annual Maintenance Contract for Weekly cleaning of toilet/bathroom, Quarterly cleaning of officers’ quarter including modular kitchen and electric chimney, Half yearly cleaning of staff quarter” in staff quarters at campus of College of Agricultural Banking, Reserve Bank of India, Pune and other locations (as detailed in the Annex VIII) from the date specified in the contract initially till 30 June, 2019.

(i) Sections I to IX are the part of technical Bid. All the sections must be signed by the Bidders.

(ii) Bidder must fill all the details specified in various sections.

(iii) The tender documents must be filled in English and all entries must be made by hand written in ink. If any of the documents is missing or unsigned, the tender may be considered invalid by the Bank at its discretion. This tender is prepared in both Hindi and English. In the event of any inconsistency between the two versions , the English version will prevail.

(iv) EMD shall be part of Technical Bid. The amount of EMD is as given above.

3.4.2 Financial Bid:Part-II of the tender will contain no conditions but Bank’s schedule of quantities and Bidder’s price Bid only and be sealed in a separate cover, superscriibed “Part-II. Tender for Comprehensive Annual Maintenance Contract for Weekly cleaning of toilet/bathroom, Quarterly cleaning of officers’ quarter including modular kitchen and electric chimney, Half yearly cleaning of staff quarter” in staff quarters at campus of College of Agricultural Banking, Reserve Bank of India, Pune and other locations (as detailed in the Annex VIII) from the date specified in the contract initially till 30 June, 2019.

(i) Currency of Bid: Bid prices shall be quoted in Indian Rupees only. These prices should include all costs associated with the work including cleaning material cost, any out of pocket / mobilization expenses, all taxes (except GST), charges, levies, cess, insurance, transportation, entry taxes, Labour, other Govt. Taxes etc.

However, the rates quoted must be excluding GST, which will be shown separately and will be paid as per the government directives.

(ii) Any correction /over writing in the amount will make the bid liable for rejection.

(iii) The price should be quoted strictly in line with the price schedule leaving no column blank whatsoever.

16

(iv) The Bidder should ensure that all columns of the price schedule are duly filled and no column is left blank. After opening of the price Bid, no clarifications whatsoever shall be entertained by the Bank.

(v) If any columns of the price schedule are found blank then the tender of the respective Bidders shall be treated as non-responsive, and will be summarily rejected by the Bank.

3.4.3 It will be imperative for each Bidder to fully acquaint himself with all the local conditions and factors, which may have any effect on the performance of the contract and cost of the items. No request for the change of price shall be entertained, on account of any local condition or factor once the offer of the Bank is accepted by the Bidder.

3.5 Bids shall remain valid for acceptance by Bank for the period of 90 days as indicated in clause 1.2. This period may be further extended, if required, by mutual consent.

3.6 Earnest Money Deposit (EMD) / Bid security :

3.6.1 The Bidders shall enclose EMD in form of DD / NEFT with their Bid for an amount indicated in Clause 1.2 of Notice Inviting Bids

3.6.2 EMD shall be in form of a Demand Draft in favour of Reserve Bank of India payable at Mumbai or Bank Guarantee {as per clause 1.2} and shall be submitted in a separate envelope super scribed “Bid Security for “(as mentioned in clause 1.1)”. No interest on EMD shall be paid.

3.6.3 Bids not accompanied by EMD shall be treated as non-responsive, and will summarily be rejected by the Bank.

3.6.4 The EMD of unsuccessful Bidders shall be discharged/ returned by the Bank after award of work to successful Bidder.

3.6.5 The EMD of the Successful Bidder shall be returned after submission of a fresh Performance Bank Guarantee as per clause 4.10.

3.7 EMD/Bank Guarantee shall be forfeited if the Bidder:

(i) makes misleading or false representations in the forms, statements and attachments submitted, suppressed any material information, details of any legal proceedings pending in the court which might otherwise would have created any impact on the eligibility criteria; or

(ii) leaves blank any column of the financial Bid

(iii) withdraws his Bid during the period of Bid validity, or

(iv) has been blacklisted by any government agency and the blacklist is still in force.

3.8 Procedure for Submission of Bids

Part I and Part II of the Bids / Tenders must be submitted in separate sealed covers and the two sealed covers further be sealed in another envelope(s) and addressed to the Principal, College of Agricultural Banking, Reserve Bank of India, Premises, Infrastructure and Maintenance (PIM)Division, University Road, Pune - 411016. The Bank will receive the sealed tenders, in the manner

17

described above, up to 14.00 hours on May 21,2018. Part-I of the tenders will be opened at 16.00 hours on May 21,2018 in the presence of the authorized representative of the Bidder who choose to be present. Part-II of the tender will be opened on a subsequent date, which will be intimated to the Bidder in advance

3.9.1 Technical Bid

(a) Technical Bid (Section I to Section IX and relevant Annexes) in one cover superscribed “Technical Bid – Part I (as mentioned in clause of 3.4.1)” and date of opening.

(b) Please note that prices should not be indicated in the Technical Bid.

3.9.2 Financial Bid

Financial Bid in one cover superscribed “Financial Bid- Part II (as mentioned in clause of 3.4.2)”. Please note that any conditions should not be indicated in the financial Bid.

3.9.3 Both the Technical Bid Cover and Financial Bid Cover prepared as above are to be kept in a single sealed cover superscribed with tender for (as mentioned in clause 1.1).

3.9.4 All the covers should also indicate clearly the name and address of the Bidder.

3.9.5 If on opening the single sealed cover, it is found that the Technical Bid and Financial Bid have not been put in separate cover, the Bid will be liable for rejection.

3.10 No conditional/optional quote shall be accepted.

3.11 Bidders shall not be permitted to alter or modify their Bids after receipt of Bids.

3.12 Receipt of Bids

The sealed Bids will be accepted till the schedule time and date as referred to in clause 1.2. Alternatively, the Bids may be sent by Registered Post/Speed Post/ Courier addressed to the Principal, College of Agricultural Banking, Premises, Infrastructure and Maintenance Division, Reserve Bank of India, University Road Pune -411016 so as to reach him before the scheduled last day and time. The Bids received thereafter shall not be entertained.

3.13 Opening of Technical Bid

The Technical Bids will be opened on the scheduled time and date as referred to in clause 1.2 at College of Agricultural banking, Reserve Bank of India, Premises, Infrastructure and Maintenance (PIM) Division, Pune - 411016. The Bidders or their authorized representatives may be present, if they so desire.

3.14 Scrutiny of Technical Bid

3.14.1 The Technical Bid shall be evaluated as per the procedure indicated in special condition of contract (section IV).

18

3.14.2 After evaluation of the Technical Bids, all the short-listed Bidders will be intimated. The decision of the Committee on technical suitability of the offer shall be final and shall not be open for discussion.

3.15 Opening of Financial Bid

The financial Bids of the short-listed Bidders will be opened later and such short-listed Bidders will be intimated about the date and time accordingly. The short-listed Bidders or their authorized representatives may remain present, if they so desire.

3.16 Scrutiny of Financial Bid

The Financial Bid shall be evaluated as per the procedure indicated in Special Conditions of Contract (Section IV) and scrutiny of offers (Section VIII)

3.17 The Bank has the right to vary quantities at the time of placement of Work Order/signing of Contract or split the order among the selected Bidders.

3.18 The Bank may obtain reports on the past performance of the Bidder from his clients and bankers. The Bank shall evaluate the said reports before opening of the Part-II of the tenders. If any Bidder is not found to possess the required eligibility for participating in the tendering process at any point of time and/or his performance reports received from his clients and/or his bankers report are found unsatisfactory, the Bank reserves the right to reject his offer even after opening of Part-I of the tender. The Bank is not bound to assign any reason for doing so.

3.19 The Bank reserves the right to accept any Bid and to reject any or all Bids

Notwithstanding anything mentioned above, the Bank reserves the right to accept or reject any Bid at any time prior to award of Contract without thereby incurring any liability to the affected Bidder or Bidders. The Bank may not assign any reason for rejection of any or all Bids. No reimbursement of cost or expenses of any type will be made by the Bank on this account.

3.20 Disputes

All disputes arising shall be subject to the jurisdiction of the appropriate court as indicated in Clause 1.2 and will be governed by the relevant statutory provisions in force in India

3.21 The Contractor shall be registered with the Central / State Body concerned and shall abide by State Labour / Government of India (Ministry of Labour) rules and regulations and all other Statutory Acts / Regulations and rules relevant to this contract, including Works Contract Act, Minimum Wages Act, Provident Fund Act, ESI, etc., and shall indemnify the CAB, RBI against risks and damages arising out of the default on the part of Contractor due to negligence or non-compliance of any of the aforesaid rules, regulations, etc., laid down by the Government, Statutory authorities Regulations and other Government bodies, if any, from time to time. The Bank in no way be responsible or liable for wages, salaries, bonus, gratuity or any compensation in lieu of notice etc. of employees of the agency. ,

19

3.22 Insurance: The successful Bidder shall take “All Risk Policy" for the contract value and workmen compensation policy for the workers engaged in the work. The firm shall indemnify the Bank for any loss or damage that occurs to persons or building or third party while executing the work. Third party liability in Firms All Risk Policy shall be minimum Rs. 2 lakh per person for any one accident or occurrence and 5.00 lakh in respect of damage to property for any one accident or occurrence. Note: These policies shall be valid till the completion of the Contract. If the firm does not provide these policies, the Bank reserves the right to take the above insurance policies themselves and recover the cost thereof from the amount payable to the firm.

3.23 Signing of Contract Agreement The General instructions to the Bidder and special conditions, Conditions of Contract and Technical Specifications enclosed with the tender documents, the subsequent correspondence exchanged between the Bank and the Bidder and the work order placed shall be the basis of the final contract to be entered into with the successful Bidder. On receipt of intimation from the Bank of the acceptance of his/their tender, the successful Bidder shall be bound to implement the Contract and within 14 days thereof, the successful Bidder shall sign an agreement in accordance with the draft agreement. Notwithstanding the signing of the agreement the written acceptance by the Bank of a tender in itself will constitute a binding agreement between the Bank and the person so tendering, whether such contract is or is not subsequently executed. The cost of appropriate stamp paper for execution of the agreement shall be borne by the Bidder. The format of draft Articles of Agreement is provided at Section IX. The successful Bidder shall not sublet any portion of the contract. In case of breach of these conditions, the Bank may serve a notice in writing on the Firm rescinding the contract whereupon the security deposit shall stand forfeited by the Bank, without prejudice to his other remedies against the Firm.

3.24 Right to Accept Part Tender: The Bank reserves the right to accept the tender either in whole or in part.

Place: (Signature of the Bidder’s Authorised Representative with stamp)

Date: (Name)

20

Section IV: Special Condition of the contract

4.1. Techno Financial Evaluation of Bids- Techno-Financial bids will be evaluated as

per the description given in Section VIII 4.1.1 Technical Bid :

The Bank will examine and evaluate received Technical Bids, as per the proposal

submitted by the Bidders in line with the Bank’s requirement mentioned at Section V and Section VIII - Scrutiny of Offers. Part II of all Bidders who secure 40% marks in technical evaluation will be opened .Technical Evaluation Matrix is given in Annex. VI.

4.1.2 Financial Bid :

(a) Financial Bid will be evaluated on the basis of quoted cost of cleaning of flat /toilets as per the scope of works and carrying out the work as specified in Section V and Section VIII - Scrutiny of Offers.

(b) If, in the price structure quoted by a Bidder, there is discrepancy between the unit price and the total price (which is obtained by multiplying the unit price by the quantity), the unit price shall prevail and the total price corrected accordingly, unless the Bank feels that the Bidder has made a mistake in placing the decimal point in the unit price, in which case the total price as quoted shall prevail over the unit price and the unit price corrected accordingly.

(c) If there is an error in a total price, which has been worked out through addition and / or subtraction of subtotals, the subtotals shall prevail and the total corrected; and

(d) If there is a discrepancy between the amount expressed in words and figures, the amount in words shall prevail, subject to sub clauses ‘b’ and ‘c’ above.

(e) If there is any arithmetical error in totaling of individual items, the correct total shall be computed by the Bank and the same shall prevail.

4.2 Renewal of contract

The service contract shall be valid up to 30th June 2019 and it may be further renewed subject to satisfactory performance. Either party can terminate the contract at any time by giving three-months prior notice in writing.

4.3.1

Non-disclosure The Firm/company shall not disclose directly or indirectly any information, materials and details of the Bank’s infrastructure / systems/ equipment etc., which may come to the possession or knowledge of the Firm/company during the course of discharging contractual obligations in connection with this agreement, to any third party and shall

21

at all times hold the same in strictest confidence. The Firm / company shall treat the details of the contract as private and confidential, except to the extent necessary to carry out the obligations under the contract or to comply with applicable laws. The Firm/ company shall not publish, permit to be published, or disclose any particulars of the works in any trade or technical paper or elsewhere without the previous written consent of the Bank. The Firm/ company shall indemnify the Bank for any loss suffered by it as a result of disclosure of any confidential information. Failure to observe the above shall be treated as breach of contract on the part of the Firm/ company and the Bank shall be entitled to claim damages and pursue legal remedies. The Firm/ company shall take all appropriate actions with respect to its employees to ensure that the obligations of non-disclosure of confidential information under this agreement are fully satisfied. The Firm’s / company’s obligations with respect to non-disclosure and confidentiality will survive the expiry or termination of this agreement for whatever reason.

4.3.2 Firm/company shall provide identity cards to its employees or agents who shall be doing the subject job at the Bank’s premises. All the employees and agents should bear the identity card for all the times they are working in the Bank’s premises.

4.4 The Firm/company shall obtain Police Verification Report on character and antecedents of its personnel and other details relating to age, educational qualification, name, Aadhaar card and permanent address to be provided under this contract along with their passport size photographs before engaging them for duty in the Bank’s Premises.

4.5 Penalty In case of non-accomplishment of a work without taking acceptance of the

occupant on the work report sheet, a penalty shall be imposed as double the amount of per flat/unit and shall be recovered from the invoice submitted.

4.6 Payment Conditions: The charges quoted will cover the cost of manpower deployed, material used (as specified in Section V) machinery/equipment, deployed for efficient rendering of services, service charges of the Firm/ company and shall be payable on monthly basis subject to submission of invoice along with the service report duly signed by the man employed and the tenant of the quarter or the welfare secretary of the colony or the caretaker of the Bank for common toilets in the campus. The payment thereon will be made after the same is duly certified by the Bank's Officers that the services have been provided satisfactorily and after deducting all statutory dues/taxes, etc. In case of deficient services a penalty of as mentioned above will be levied on the amount involved.

4.7

Force Majeure: The Bidder shall not be liable for forfeiture of its EMD/Security Deposit, liquidated damages or for termination for default, if the delay in performance or other failure to perform its obligations under the contract is a result of an event of Force Majeure. For purposes of the clause, “Force Majeure” means an event beyond the control of the Bidder and not involving the Bidder’s fault or negligence and are not foreseeable. Such events may include wars or revolutions, fires, floods, epidemics, quarantine restrictions, freight embargoes etc. The Bank will decide whether delay or failure on the part of the Bidder was the result of an event beyond his control or not. The decision of the Bank in this regard should be final and binding on the supplier and will not be open to question before any court / forum in any proceedings.

22

4.8 Termination for Default

4.8.1 The Bank may without prejudice to any other remedy for breach of Contract, by Seven Days (07) days written notice of default sent to the Bidder and upon the Bidder’s failure and neglect to propose and/or execute any corrective action to set right the default, terminate this Contract in whole or in part:

(i) If the Bidder fails to deliver any or all of the items of work as specified in the Tender document within the time period(s) specified in the Contract; or

(ii) If the Bidder fails to perform any other obligation(s) under the Contract.

4.8.2 On termination of the Contract for default, the Bank Guarantee of the Bidder will be forfeited.

4.8.3 On termination of the Contract for default, action will be taken to blacklist the Bidder.

4.8.4 The Bank has right to go to court of law in case of breach of the terms and conditions as specified in the tender document.

4.8.5

Termination for Insolvency: The Bank may at any time terminate the Contract by giving written notice to the Bidder, without compensation to the Bidder, if the Bidder becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which the Bank is or will be entitled to take or seek.

4.9

Patents: The Bidder shall indemnify the Bank against all claims in respect of patent rights and shall defend all actions arising from such claims and shall himself pay all royalties, license fees, damages cost and charges of all and every sort that may be legally incurred in respect thereof.

4.10

Security Deposit: On award of contract, the successful Bidder shall furnish an amount equal to 2% (two percent) of the contract value by way of Security Deposit in the form of a Performance Bank Guarantee as per Annex II from any Scheduled Bank in the form prescribed by the Bank (which will be submitted along with letter of acceptance) towards security deposit for the due fulfillment of the contract. This Bank Guarantee towards security deposit shall be valid for the entire contract period. All compensation or other sums of money payable by the Firm/company to the Bank under the terms of this Contract may be deducted from the security deposit, if the amount so permits unless the firm deposits such amounts in cash within ten days of issue of demand notice by the Bank.

4.11 Adherence to Safety Code:

a) b)

The successful Bidder will have to adhere to the safety code as detailed below: First-aid appliances/kits with, among other adequate supply of sterilized dressings and cotton wool, shall be maintained in a readily accessible place.

The injured person shall be taken to a hospital without loss of time, in cases where the injury necessitates hospitalization.

Suitable and strong scaffolds / ladders should be provided for workmen for all works that cannot safely be done from ground.

23

c) d)

No portable single ladder shall be over 8 meters in length, the width between the side rails not less than 30 cm (clear) and the distance between two adjacent rungs shall not be more than 30 cm. When a ladder is used, an extra labour shall be engaged for holding the ladder. Suitable face masks, hand gloves and boot should be supplied for use by the workers

4.12 a) b) c) d) e)

Sexual Harrasment Clause The Bidder shall comply with the provisions of “the Sexual Harassment of women at work place (Prevention, Prohibition and Redressal) Act, 2013”. The Bidder shall be solely responsible for full compliance with the provisions of the “sexual harassment of women at workplace (prevention prohibition and Redressal) Act 2013” in case of any complaint of sexual harassment against its employee within the premises of the Bank, the complaint will be filed before the internal complaints committee constituted by the Service Provider/ agency and the Service Provider/ agency shall ensure appropriate action under the said act in respect of the complaint. Any complaint of sexual harassment from any aggrieved employee of the Bidder against any employee of the bank shall be taken cognizance of by the Regional Complaints Committee constituted by the Bank.

The Bidder shall be responsible for any monetary compensation that may need to be paid in case the incident involves the employees of the Service Provider, for instance any monetary relief to Banks employee, if sexual violence by the employee of the Service Provide is proved. The Bidder shall be responsible for educating its employee about prevention of sexual harassment at workplace and related issues.

The bidder shall provide a complete and updated list of its employees who are deployed within the Banks premises.

I/We hereby declare that I/We have read and understood all the above instructions/conditions and the same will remain binding upon me/us in case the above mentioned Contract is entrusted to me/us. I/we also note that this letter will form part of the contract document and that the contents of this letter shall be supplemental to the conditions in the tender and not in derogation thereof except to the extent specifically provided herein.

Place: (Signature of the Bidder with stamp)

Date : Name

24

Section V

Scope of the work:

5.1 The services as detailed below will be required to be rendered:-

i) Weekly cleaning of Toilet/Bathroom (127 toilets/bathrooms/WCs as per Annex I)

: • Dusting /cleaning of window panes, cleaning of exhaust fans, flush tanks/cistern,

wash basins, mirrors, racks etc. • Sweeping and removing of cobwebs • Wet cleaning of Tiles, Seats, Urinal pots, Sink, Wash basin, Platform, Toilet pots

using branded Toilet/Bathroom Cleaner • Also mopping of Window panes, Glass mirrors, Racks etc.

ii) Quarterly cleaning of each occupied/vacant flats and cleaning of all modular

Kitchen trolleys with Chimney provided in the officers’ quarters: No. of officers’ Flats & Single Rooms -- 44 (As per Annex I) No. of Chimneys- 36. Details of Chimneys – i) CAB Campus – 7 Flats (Principal Bungalow & 6 flats in “Teesta” ii) Parijat – 9 Flats iii) Ashiyana – 12 Flats iv) Gulmohar – 8 Flats v) Total -- 36

• Cleaning of cobwebs • Cleaning of all rooms including kitchen, bathroom, toilet, balcony etc. • Dusting of windows, window panes, grills, doors, ventilators, mosquito nets etc. of all

the rooms and balcony including toilet/bathroom • Cleaning also includes floor, wall dado, plumbing and sanitary fittings and fixtures,

glazed ventilators, dusting out of walls, ceiling, fans, lights, accessories provided in bathroom/toilet like mirrors, buckets/mugs/soap case etc.

• Cleaning of Body and Filters(chimneys) using required detergents, caustic soda etc. of branded company

iii) Half yearly cleaning of each occupied/vacant flats of staff employee:

No. of Flats – 36 (As per Annex I) • Cleaning of cobwebs • Cleaning of all rooms including kitchen, bathroom, toilet, balcony etc. • Dusting of windows, window panes, grills, doors, ventilators mosquito nets etc, of all

the rooms and balcony including toilet/bathroom • Cleaning also includes floor, wall dado, plumbing and sanitary fittings and fixtures,

glazed tiles /ventilators, dusting of walls, ceiling, fans, lights, accessories provided in bathroom/toilet like mirrors, buckets/mugs/soap case etc.

25

Special Conditions:

1. The contractor will use only branded consumable materials i.e. Soft broom, hand

broom, wet mop refill, naphthalene ball, premium floor cleaner and disinfectant, Glass cleaner – R3, Floor Cleaner – R7, Floor cleaner Spiral Taski, Vim powder, Scotch brite – 3M product, Glass duster, floor duster, Hit spray – Bayer, Bleaching powder, Toilet cleaner, Cobweb duster etc.

2. The contract amount should include cost of all necessary tools, cleaning materials and ladders.

3. The contractor should provide his phone/mobile number to Bank on which he is available round the clock and can be accessed at 24 x 7hrs in case of an emergency.

4. The contractor shall furnish bio-data along with passport size photograph of the person deployed for the work. In case of absence of a regular employee, an alternative person shall be authorized by the contractor to carry out the maintenance work with prior intimation to the Bank.

5. The contractor should take the workmen’s compensation policy for the actual number of workmen to be deployed at site in the joint names (Bank’s name should be mentioned first) before commencement of work.

6. The quoted service charges will be inclusive of insurance charges and all other levies. GST will be paid separately as applicable.

7. Bank will not be responsible for any additional claim i.e.: tax/insurance charges/any charges arises due to accident/mishap.

8. The contractor should take care so as, not to damage Banks properties while cleaning. The firm/company shall make good any damages done to Banks properties during such works.

9. In case of unwillingness of the cleaning by the occupant, the firm has to take his acceptance on the work report sheet duly signed, by the occupant that he is not willing for cleaning, which will be verified before payment of the invoice claimed. The payment will be made for the actual cleaned flats and bathrooms.

10. The billing shall be done on the basis of actual work done and not as per the total number of flats/units.

Signature of Bidder with stamp/Date

26

Section VI: Details of Bidders

6.1. Particulars of Firm -

Sr. No. Particulars To be filled by Bidder

1. Whether sole proprietorship or partnership firm or company

2. Names of the proprietor/ partners / Directors of the firm

3. Name of the Managing Partner, Managing Director , Power of Attorney Holder etc.

4. Address of the Firm

5. Telephone /Mobile

Email

Fax

27

6.2 The details of firm’s banker:

Sr. No. Particulars To be filled by Bidder

1 Name of the Bank

2 Branch Address

3 IFSC Code (cancelled Cheque may be enclosed)

4 Telephone and fax number

5 Name of the contact person

6 Amount of credit facility / overdraft facility enjoyed by firm from the Bank

7 The period from which the firm has been banking with Bank

8 Bank Account Number (must be a current account)

9. Type of A/c

10 Account Holder Full Name

11 Permanent Account Number (PAN).

12 CST No.

13 VAT TIN No.

I/we hereby agree and confirm to disburse the salary of the employees through NEFT directly into their bank account and also accept the payment in respect of the above works, if awarded to our firm/company, through NEFT.

Signature of Bidder with stamp/date

28

Section VII

Commercial Conditions

Sr. No.

Description The Bank’s Terms Acceptance of The Bank’s terms

by the Firm/Company

(YES/NO) 1 Validity of Tender 90 days

2 Terms of payment Payment shall be made on Monthly basis for monthly cleaning, quarterly and half yearly for quarterly cleaning and half yearly cleaning subject to submission of invoice along with the service report duly signed by the attended person and by the tenant / the secretary of colony welfare / the caretaker at the Bank’s campus. The payment thereon will be made after the same is duly certified by the Bank's Officers that the services have been provided satisfactorily and after deducting all statutory dues/taxes, etc.

3 Scope of work As per Section V of the tender

4 Penalties As specified in Section IV of the tender

5 Performance guarantee (to be submitted by the successful Bidder) at the time of award of the work

As per clause 4.10 of tender

Place

Date Signature of Bidder

Name: Designation:

Seal of the firm

29

Section VIII: Scrutiny of Offers

Scrutiny of Bids will be in stages as under:

(a) Eligibility Criteria:

The Bank will first scrutinize the eligibility of the Bidders as per “qualification criteria” (Refer para. 1.1.1) of the Section – I of the Tender Document. The decision of the Bank in this regard shall be final and no further correspondence in this regard will be entertained.

Proposals meeting all the ” qualification criteria” will then be assessed and scored against the Technical Evaluation criteria (Refer Annex VI) (b)Technical Evaluation:

The Bank will scrutinize the offers and evaluate the technical bids based on the evaluation matrix given in Annex VI. The Bidders who secure 40 and above marks in technical evaluation will qualify for consideration of Financial Bids.

Only the Bidders who qualify in Technical Evaluation will be short listed for Financial Evaluation. The decision of the Bank in this regard will be final.

(c) Financial Evaluation:

The Bank will open and scrutinize the Commercial offers of the technically qualified Bidders only. The Financial Bids will have to be submitted in the format as per Part II. Financial Bids should not have any alteration or overwriting. Financial Bids with alteration/overwritten will be liable for rejection. The calculation arrived by The Bank will be final and will be binding on the Bidders.

The Financial Bid of the technically short-listed Bidders will be opened and the Bidders will be ranked as L1,L2,L3,etc. on the basis of their prices offered (final offered price will be calculated on the basis of the instructions formula referred above).

(d) Final Evaluation:

There would be a weightage of 60% to the Technical Evaluation score and 40% for the Financial Bid. The maximum marks (total score) for Technical Evaluation and Financial Bid would be 100.It would be normalized as under for each Bidder:-

Total Score=0.6xT(s)+ 0.4xF(s) Where; F(s) = (LP/BP) x 100 Where:

- T(s) stands for Technical Evaluation score out of100 for the Bidder. - F(s) stands for percentage of a Bidder’s Commercial price compared to the lowest

Quoted price among the Bidders whose Financial Bids are opened. - BP stands for Bidder’s price. - LP stands for lowest price among all the Bidders. - The proposals will be ranked in terms of Total Scores arrived at as above. The proposal with the highest Total Score will be considered first for award of contract and will be invited for contract finalization. If there is a tie on the total score, the tie shall be broken by considering the higher technical score.

30

Section IX

Draft Articles of Agreement

This Agreement made on this ________day of _____________ between Reserve Bank of India, having its office at College of Agricultural Banking (CAB), University Road, Pune- 411 016 (Hereinafter referred to as the "Bank”) which expression shall unless it is repugnant to the context or meaning thereof deemed to include its affiliates, successors and assigns of the ONE part and M/s ________________________________________________, having its office at _______________________________________________________________ (hereinafter referred to as the "Firm") which expression shall unless it is repugnant to the context or meaning thereof deemed to include his heirs, representatives, administrators and assigns of the OTHER part.

Whereas the firm is carrying on the business of providing Comprehensive Annual Maintenance Contract for providing Weekly cleaning of toilet/bathroom, Quarterly cleaning of officers’ quarter including modular kitchen and electric chimney, Half yearly cleaning of staff quarter” at campus of College of Agricultural Banking, Reserve Bank of India, Pune and four staff quarters at Ashiyana Officers’ Quarter (Gokhale Nagar, Pune), Parijat Officers’ Quarter (University Road, Pune), Gulmohar Officers’ Quarter (Dahanukar Colony, Kothrud, Pune) and Rajnigandha Staff Quarters (University Road, Pune) from the date specified in the contract

And whereas the Bank is desirous of availing services of the firm for the purposes as indicated in the tender dated -----------------------------------------------------

And whereas the Bank and firm are desirous of recording the terms and conditions under or upon which the said services are to be rendered by the firm. NOW IT IS HEREBY AGREED BY AND BETWEEN THEBANKAND THE FIRM HERETO AS FOLLOWS 1. This agreement will come into effect from -------------and will remain in force up to ------ ---------------or until it is terminated as per the terms herein after contained. 2. The quoted charges of Rs.___________________________________ covering the cost of manpower deployed and machinery/equipment/material used for efficient rendering of services shall be payable on monthly basis for weekly cleaning subject to submission of invoice, quarterly and half yearly for quarterly cleaning and half yearly cleaning subject to submission of invoice and rendering of satisfactory services. The payment thereon will be made after the same is duly certified by the Bank’s officials to the effect that the services have been provided satisfactorily and after deducting all statutory dues/taxes, etc.

31

3. The above charges are firm and not subject to labour conditions, exchange variations or any other condition whatsoever.

4. The above charges shall include Insurance charges and any other tax (excluding GST) and duty or other levy, whether existing or levied in future by the Central Government or any State Government or any Local Authority. GST shall be paid separately as applicable.

5. All requisite maintenance articles/equipment and material will be provided by the firm. 6. The firm shall be responsible for providing services on regular basis as per the terms and conditions of the tender and as per the scope of work and services to be rendered as mentioned in details under Conditions of contract tender. 7. The firm shall ensure payment of minimum wages to the workmen employed by him/them. It shall maintain a register of wages and shall issue a wage slip to every workman employed by it and obtain their signature or thumb impression on the wage slips. In addition, he/they has/have to provide essential amenities like drinking water, first aid facility etc. to its employees as per Contract Labour Act 1970. The firm/ firm has to give undertaking on Non Judicial Stamp Paper of applicable value before the award of the work that he undertakes to actually pay wages to all the labourer of all descriptions to be engaged by him for completion of that particular job/work at the rate which is not less than the one prescribed under minimum wages under CLRA Act and also keep the Principal Employer indemnified against all the actions that may be initiated against the Principal Employer by the Statutory Authorities for his failure to pay such wages and provide the essential amenities.

8. The firm shall be in possession of all the relevant documents, if any, like license as contemplated under Contract Labour Act 1970 or any other law as applicable which shall be shown to the relevant authorities as and when required, failing which he alone would be responsible for actions/ proceedings ensuring thereto. The Bank shall not be held responsible for acts, commissions or omissions of the firm and shall in no way be made liable to the labourers engaged by the Firm. 9. The firm shall indemnify and keep the Bank indemnified against all losses and claims, damages or compensation for breach of any provisions of the Payment of Wages Act, 1936, Minimum Wages Act, 1948, Contract Labour (Regulation and Abolition) Act, 1970 or any other law/statute in force in this regard. The firm only shall be responsible for liabilities, if any, in this regard.

10. In case any deficiency in services or any complaint remaining unattended the Bank may impose penalty as contained in Section 4.5 & 4.6 of the tender. 11. The Firm shall not disclose directly or indirectly any information, materials and details of the Bank’s infrastructure / systems/ equipment etc., which may come to the possession or knowledge of the Firm during the course of discharging its contractual obligations in connection with this agreement, to any third party and shall at all times hold the same in strictest confidence. The Firm shall treat the details of the contract as private

32

and confidential, except to the extent necessary to carry out the obligations under it or to comply with applicable laws. The Firm shall not publish, permit to be published, or disclose any particulars of the works in any trade or technical paper or elsewhere without the previous written consent of the Bank. The Firm shall indemnify the Bank for any loss suffered by the Bank as a result of disclosure of any confidential information. Failure to observe the above shall be treated as breach of contract on the part of the Firm and the Bank shall be entitled to claim damages and pursue legal remedies. 12.The Firm shall take all appropriate actions with respect to its employees to ensure that the obligations of non-disclosure of confidential information under this agreement are fully satisfied. The Firm’s obligations with respect to non-disclosure and confidentiality will survive the expiry or termination of this agreement for whatever reason. TERMINATION OF AGREEMENT 13. without prejudice to what is contained hereinabove, the Bank shall at its sole and

absolute discretion, be entitled to terminate this agreement forthwith by written notice without assigning any reason and without payment of any compensation, if

a. in the opinion of the Bank (which shall not be called in question by the firm and shall be

binding on the firm) the firm fails or refuses to implement this agreement to the Bank’s satisfaction and/or

b. the firm commits a breach of any terms and conditions of this agreement / tender and/or c. the firm is adjudged an insolvent or a compromise is entered by him with his creditors or

if distress or execution or other process is levied upon or receiver is appointed for any part of the assets or property of firm and/or

d. for any reason whatsoever, the firm becomes disentitled in law to perform his

obligations under this agreement and/or e. There is any variation in the ownership/partnership or management of the firm or his

business without the prior approval in writing of the Bank to such variation.

14. In the event of termination of this agreement for any reason whatsoever, the firm/or persons employed by him or his agents shall not be entitled for any sum or sums whatsoever from the Bank by way of compensation, damages or otherwise. ARBITRATION 15.If any dispute, difference or question shall, at any time, arise between the parties as to the construction of this Agreement or concerning anything herein contained or arising out of this Agreement or as to the rights, liabilities and duties of the said parties and binding, the same shall be referred to arbitration under the provisions of Arbitration and Conciliation Act, 1996 or any statutory modification thereof and the decisions of the Arbitrator/Panel of Arbitrators shall be final and binding on both the parties. Further such disputes, difference or questions, if any, shall be deemed to have arisen at Pune and only courts in Pune shall have jurisdiction to determine the same. The venue of arbitration shall be Pune, Maharashtra, INDIA.

33

16. Workmen Compensation Policy: This policy may be made for minimum 10 workers with a validity up to 30.06.2019 before signing of this contract agreement and be produced to the Bank. 17. Sexual Harrasment Clause The Firm/company shall comply with the provisions of “the Sexual Harassment of women at work place (Prevention, Prohibition and Redressal) Act, 2013”. The Firm/Company shall be solely responsible for full compliance with the provisions of the “sexual harassment of women at workplace (prevention prohibition and Redressal) Act 2013” in case of any complaint of sexual harassment against its employee within the premises of the Bank, the complaint will be filed before the internal complaints committee constituted by the Service Provider/ agency and the Service Provider/ agency shall ensure appropriate action under the said act in respect of the complaint. Any complaint of sexual harassment from any aggrieved employee of the Firm/Company against any employee of the bank shall be taken cognizance of by the Regional Complaints Committee constituted by the Bank.

The Firm/Company shall be responsible for any monetary compensation that may need to be paid in case the incident involves the employees of the Service Provider, for instance any monetary relief to Banks employee, if sexual violence by the employee of the Service Provide is proved. The Bidder shall be responsible for educating its employee about prevention of sexual harassment at workplace and related issues.

The bidder shall provide a complete and updated list of its employees who are deployed within the Banks premises 18. Force Majeure: The Firm/company shall not be liable for forfeiture of its EMD, liquidated damages or for termination for default, if the delay in performance or other failure to perform its obligations under the contract is a result of an event of Force Majeure. For purposes of the clause, “Force Majeure” means an event beyond the control of the Bidder and not involving the Bidder’s fault or negligence and not foreseeable. Such events may include wars or revolutions, fires, floods, epidemics, quarantine restrictions, freight embargoes etc. The Bank will decide whether delay or failure on the part of the Bidder was the result of an event beyond his control or not. The decision of the Bank in this regard should be final and binding on the supplier and will not be open to question before any court / forum in any proceedings. 19. Insurance: The Firm/Company shall take “All Risk Policy" for the contract value and workmen compensation policy for the workers engaged in the work. The firm shall indemnify the Bank for any loss or damage that occurs to persons or building or third party while executing the work. Third party liability in Firms All Risk Policy shall be minimum Rs. 2 lakh per person for any one accident or occurrence and 5.00 lakh in respect of damage to property for any one accident or occurrence. Note: These policies shall be valid till the completion of the Contract. If the firm does not provide these policies, the Bank reserves the right to take the above insurance

34

policies themselves and recover the cost thereof from the amount payable to the firm. That the several parts of this Contract have been read by the Firm and fully understood by the Firm.

18. In witness thereof, the parties hereto have subscribed their respective hands hereto

and on a duplicate hereof on the day and year hereinabove first mentioned.

I/we hereby agree and confirm to disburse the salary of the employees through NEFT directly into their bank account and also accept the payment in respect of the above works, if awarded to our firm/company, through NEFT.

Signature Clause:

SIGNED AND DELIVERED by the Reserve Bank of India,Pune

_____________________________________ (Name and Designation)

In the presence of -

Witnesses – 1____________________________________

_____________________________________

Address

_____________________________________

_____________________________________

2_____________________________________

_____________________________________

If the Firm is a partnership or an individual

IN WITNESS WHEREOF the Employer and the Firm have set their respective hands to these presents and two duplicates hereof the day and year first herein above written.

If the Firm is a company

IN WITNESS WHEREOF the Employer has set its hands to these presents through its duly authorised official and the Firm has caused its common seal to be affixed hereunto and the said two duplicates hereof to be executed on its behalf, the day and year first hereinabove written.

35

Address

_____________________________________

_____________________________________

If the party is a partnership firm

or individual SIGNED AND DELIVERED BY ________________ ____________________________________________

____________________________________________

In the presence of -

Witness -

1. ________________________________________

Address ____________________________________

__________________________________________

2. ________________________________________

Address __________________________________________

__________________________________________

THE COMMON SEAL OF _____________________ ____________________________________________

Was hereunto affixed pursuant to the resolutions passed by its Board of Directors at the meeting held on

_______________________________________________ _______________________________________________

36

In the presence of - Witness – 1. _________________________________________

2. _________________________________________

If the Firm signs under common seal, the signature clause should tally with the sealing clause in the articles of association.

Directors who have signed these presents in token thereof in the presence of 1. _________________________________________ 2. _________________________________________

If the Contract is SIGNED AND DELIVERED BY - signed by the hand the Firm by the hand of of power of attorney, Shri ____________________________________ whether a company or _______________________________________ an individual.

and duly constituted attorney.

37

Annex I

Details of flats, toilets etc.

Location No. of Flats & Single rooms

Officers Flats (For

quarterly Cleaning)

Single /Transit Rooms

(For quarterly Cleaning)

Cl III & IV (For Half Yearly

Cleaning)

Area (Carpet area of each flat)

No. of toilets/ Bathrooms (For weekly Cleaning)

Attached toilet cum

Bath (For weekly Cleaning)

Bathrooms

(For weekly

Cleaning)

WC (For

weekly Cleaning)

Campus of College of Agricultural Banking, Reserve Bank of India at University Road, Pune

13 & 4 single rooms

1 Suvarnrekha (Class I) -2534.73 Sq.ft.

4 attached toilet

4

6

Teesta (Class I) – 6 flats-913 Sq.ft.

2 attached toilet, 1 toilet & 1 Bath each

12 6 6

2 2

Kalyani (Class III) – 4 flats-594Sq.ft.

1 toilet & 1 Bath each

- 2 2

2

Gomati (Class IV) – 2 flats- 504Sq.ft.

4

Gomti Single Rooms – 4-252 Sq.ft.

4

Common Area Gomti

2 2

2 Gomti Driver room

2

Ashiyana Gokhale Nagar, Pune

12 6

6 flats (Class I) – 750 sq.ft.

1 attached toilet, 1 toilet & 1 Bath each

6 6 6

38

6 6 flats (Class I) – 740 sq.ft.

1 bathroom & 1 toilet each

6 6

1 Common

Toilet/ Bath) 1

Parijat (Model Colony) Pune

9 flats 3

3 flats(Class I) – 929 sq.ft.

1 attached toilet, 1 toilet & 1 Bath each

3 3 3

6 6 flats(Class I) – 824 sq.ft.

1 attached toilet, 1 toilet & 1 Bath each

6 6 6

1 Common

Toilet/Bath) 1

Gulmohur( Dahanukar Colony, Kothrud )

8 flats

4

4 flats (Class I)- 911 sq. ft.

1 attached toilet, 1 toilet & 1 Bath each

4 4 4

4 4 flats (Class I)- 691 sq.ft.

1 bathroom & 1 toilet each

4 4

1Common Toilet

1

Rajanigandha (Aundh), Pune

32 flats Total

1 1 14 15 flats (Class III) – 560 sq. ft.

1 bathroom & 1 toilet each

2 2

16 16 flats (Class IV)– 350 sq.ft.

1 bathroom & 1 toilet each

1 Common

Toilet/Bath) 1

1Common Toilet

39 5 36 41 41 45

39

Annex II

PROFORMA OF BANK GUARANTEE (On Non-Judicial Stamp Paper of appropriate value purchased in the name of

the issuing bank

Place :

Date :

The Regional Director Reserve Bank of India,

Dear Sir,

Performance Bank Guarantee

WHEREAS

College of Agricultural Banking, Reserve Bank of India, having its Office at University Road, Pune 411016 , (hereinafter called “the RBI”) has awarded the Contract for the captioned project. (hereinafter called the "Contract") to M/s (Name of the service provider) (hereinafter called " the said service provider" which expression shall include its successors and assigns).

AND Whereas the service provider is bound by the said Contract to submit to RBI a Performance Security for a total amount of Rs._____ Rupees______________ only) (Amount in figures and words) for the due fulfilment by the said service provider of the terms and conditions contained in the contract. We, ______________ (Name of the Bank), (hereinafter called “the Bank”), at the request of M/s ____________ , the service provider, do hereby undertake to pay to the RBI an amount not exceeding Rs _____________________ as Performance Guarantee for due fulfilment of the terms and conditions of the contract.

NOW THIS GUARANTEE WITNESSETH

1. We _________________ (Name of the Bank) do hereby agree with and undertake to RBI, their Successors, Assigns that in the event of the RBI coming to the conclusion that the service provider has not performed his obligations under the said conditions of the contract or have committed a breach thereof, which

40

conclusion shall be binding on us as well as the said contractor; we shall on

demand by the RBI, pay without demur to the RBI, a sum of Rs._________(Rupees_______ only) or any lower amount that may be demanded by the RBI. Our guarantee shall be treated as equivalent to the Performance Guarantee Amount for the due performance of the obligations of the Contractor under the said Contract, provided, however, that our liability against such sum shall not exceed the sum of Rs.________________(Rupees ________________ only).

2. We also agree to undertake to and confirm that the sum not exceeding Rs._______ (Rupees only) as aforesaid shall be paid by us without any demur or protest, merely on demand from the RBI on receipt of a notice in writing stating that the amount is due to them and we shall not ask for any further proof or evidence and the notice from the RBI shall be conclusive and binding on us and shall not be questioned by us in any respect or manner whatsoever. The Bank shall pay to RBI any money so demanded notwithstanding any dispute/disputes raised by the service provider in any suit or proceedings pending before any Court, Tribunal or Arbitrator/s relating thereto and the liability under this guarantee shall be absolute and unequivocal. We undertake to pay the amount claimed by the RBI within a period of one week from the date of receipt of the notice as aforesaid.

3. We confirm that our obligation to the RBI under this guarantee shall be independent of the agreement or agreements or other understandings between the RBI and the Contractor.

4. This guarantee shall not be revoked by us without prior consent in writing of the RBI.

We hereby further agree that –

a) Any forbearance or commission on the part of the RBI in enforcing the conditions of the said agreement or in compliance with any of the terms and conditions stipulated in the said Contract and/or hereunder or granting of any time or showing of any indulgence by the RBI to the service provider or any other matters in connection therewith shall not discharge us in any way and our obligation under this guarantee. This guarantee shall be discharged only by the performance by the Contractor of their obligations and in the event of their failure to do so, by payment by us of the sum not exceeding Rs. __________ (Rupees __________ only).

b) Our liability under these presents shall not exceed the sum of Rs. _____ (Rupees ________________ only)

c) Our liability under this agreement shall not be affected by any infirmity or irregularity on the part of our said constituents/clients or their obligations thereunder or by dissolution or change in the constitution of our said constituents.

d) This guarantee shall remain in force upto _________ (60 days beyond the Defect liability period) provided that if so desired by the RBI, this guarantee shall be renewed for a further period as may be indicated by them on the same terms and conditions as contained herein.

e) Our liability under these presents will terminate unless these presents are renewed as provided hereinabove on the or on the day when our said constituents comply with their obligations, as to which a certificate in writing by the RBI alone is the conclusive proof whichever date is later. Unless a claim or suit or action is filed against us within _____________ or any extended period, all the rights of the RBI against us under this guarantee shall be forfeited and we shall be released and discharged from all our obligations and liabilities hereunder.

41

In witness whereof I/We of the Bank have signed and sealed this guarantee on the -- day of------------ (Month) (Year) being herewith duly authorized.

For and on behalf of ____ (Name of the Bank)

Signature of authorized

Bank official Name:

Designation

Stamp/ Seal of the Bank

Signed, sealed and delivered for and on behalf of the Bank by the above named in the presence of :

Witness 1

Signature

Name

Address

(NB: This guarantee will require stamp duty as applicable in the state, where it is executed and shall be signed by the official whose signature and authority shall be verified).

42

Annex III

List of similar works

Sr. No.

Name of client year(s) of execution of work (s) awarded

Actual value of executed work(s)

Names and full contact details of the officers/ authorities/

departments under whom the work(s) was/were executed

Place: Signature and seal of the firm Date:

43

Annex–IV

CLIENT’s CERTIFICATE REG. PERFORMANCE OF FIRM

Name and address of the Client Details of Works executed by Shri /M/s 1. Name of work with brief

particulars

2. Agreement No. and date

3. Agreement amount 4. Date of commencement of work

5. Stipulated date of completion

6. Actual date of completion

7. Details of compensation levied for delay (indicate amount) if any

8. Gross amount of the work completed and paid

9. Name and address of the authority under whom works executed

10. i) Quality of work (indicate grading) Outstanding / Very Good/ Good / Satisfactory / poor

ii) Amt. of work paid on reduced rates, if any.

11. i) Did the firm go for arbitration?

ii) If yes, total amount of claim

iii) Total amount awarded

12. Comments on the capabilities of the firm.

a) Technical proficiency Outstanding / Very Good/ Good / Satisfactory / poor

44

b) Financial soundness

Outstanding / Very Good/ Good / Satisfactory / poor

c) Mobilization of adequate Tools & Plants

Outstanding / Very Good/ Good / Satisfactory / poor

d) Mobilization of manpower Outstanding / Very Good/ Good / Satisfactory / poor

e) General behavior

Outstanding / Very Good/ Good / Satisfactory / poor

Note: All columns should be filled in properly

“Countersigned”

Signature of the Reporting Officer* with Office seal

*Officer of the rank of Superintending Engineer or equivalent

45

Annex - V

FORM OF BANKERS' SOLVENCY CERTIFICATE FROM A SCHEDULED BANK

This is to certify that to the best of our knowledge and information M/s ---------------------------------------- having marginally noted address, a customer of our bank are/is respectable and can be treated as good for any engagement up to a limit of Rs............... (Rupees ............................................................). This certificate is issued without any guarantee or responsibility on the Bank or any of the officers.

(Signature) For the Bank

Note: 1. Bankers' certificates should be on letter head of the Bank, sealed in cover

addressed to Principal, College of Agricultural Banking (CAB), RBI, Pune. 2. In case of partnership firm, certificate to include names of all partners as

recorded with the Bank.

46

Annex- VI

Format for Evaluation of Technical Bid

Sr.No. Particulars Maximum Score

1 Turn-over 2 lakhs –5 lakhs - 5 marks 5 lakhs – 10 lakhs - 10 marks Above 10 lakhs upto 25 lakh - 15 marks More than 25 lakh - 20 marks

20

2 Experience of the Firm- (Date of incorporation of firm/Company) More than 3 yrs. up to 5 yrs. - 5 marks More than 5 yrs. up to 7 yrs. - 10 marks 7 yrs to 10 yrs. - 15 marks Above 10 yrs. - 20 marks

20

3 Experience- Execution of similar contract of Housekeeping 2 similar contracts - 8 marks 3-4 similar contracts - 13 marks 5 and above similar contracts - 20 marks

20

4 Firm’s Existing workforce of Housekeepers for this work- Skilled/unskilled Less than 25 - 0 marks 25 - 50 - 5 marks 51 - 100 - 10 marks 101- 200 - 15 marks 201- 300 - 20 marks 301- 400 - 25 marks Above 400 - 30 marks

30

5 Executed Single Contract valuing between Rs.10-20 lakhs - 2 marks

Executed Single Contract valuing between Rs. 20-25 lakhs - 5 marks

Executed Single Contract valuing above Rs.25 lakhs - 10 marks

10

47

Annexure VII NEFT Details

Details of Bank Account to be furnished for effecting e-payments

Name of the Institution: College of Agricultural Banking, Reserve Bank of India, Pune Address (in full): College of Agricultural Banking, Reserve Bank of India Ganeshkhind Road,Shivajinagar,Pune-411 016

1 Name of the Account Holder (as appearing in the Bank Account)

College of Agricultural Banking, Reserve Bank of India, Pune

2 Account Number 8691632

3 Type of Account (Savings, Current etc.) Current

4 PAN Number AAIFR 5286M

5 Name of the Bank CAB,RBI,PUNE

6 Name of the Branch CAB,PUNE

7 Address of the Bank CAB,PUNE

8 NEFT/IFS Code

RBIS0PUPA01 (0 in the code represents ZERO)

9 Name of the Account Sundry Deposit A/c-DAD

Details indicating exemption from payment of IT (if applicable):

NOTE:- 1. PLEASE DON’T REMIT THE PAYMENT THROUGH RTGS. PLEASE MAKE THE PAYMENT BY NEFT ONLY.

48

Annex VIII

List of Properties of the Bank where AMC of Cleaning of Flats /Toilets shall be

provided

1. Reserve Bank of India, CAB Campus, University Road Pune: (i) ‘ Suvarnrekha’ Principal’s Bungalow (ii) ‘Teesta’ Senior Officers’ Flats, (iii) Kalyani flats

(iv) Gomti flats

(v) Single Rooms in hostel Building

2. Reserve Bank Officers’ Quarters Ashiyana, Model Colony, Pune

3. Reserve Bank Officers’ Quarters, Gulmohor, Dahanukar Colony, Kothrud, Pune

4. Reserve Bank Officers’ Quarters Parijat ,Model Colony, Pune

5. Reserve Bank staff Quarters Rajanigandha, Aundh, Pune

49

COLLEGE OF AGRICULTURAL BANKING (CAB), RESERVE BANK OF INDIA

PREMISE, INFRASTRUCTURE AND MAINTENANCE (PIM) DIVISION UNIVERSITY ROAD, PUNE 411016

Notice inviting Tender for awarding Comprehensive Annual Maintenance Contract for providing “Weekly cleaning of toilet/bathroom, Quarterly cleaning of officers’ quarter including modular kitchen and electric chimney, Half yearly cleaning of staff quarter”at staff quarters in campus of College of Agricultural Banking, Reserve Bank of India, Pune and at Ashiyana Officers’ Quarter (Gokhale Nagar, Pune), Parijat Officers’ Quarter (University Road, Pune), Gulmohar Officers’ Quarter (Dahanukar Colony, Kothrud, Pune) and Rajnigandha Staff Quarters (University Road, Pune)from the date specified in the contract initially upto June 30, 2019.

PART II

(Financial Bid)

Last Date for submission up to 14:00 Hrs. on May 21, 2018

50

PART II - Section I

COLLEGE OF AGRICULTURAL BANKING (CAB), RESERVE BANK OF INDIA

PREMISE, INFRASTRUCTURE AND MAINTENANCE (PIM) DIVISION UNIVERSITY ROAD, PUNE 411016

Notice inviting Tender for awarding Comprehensive Annual Maintenance Contract for “Weekly cleaning of toilet/bathroom, Quarterly cleaning of officers’ quarter including modular kitchen and electric chimney, Half yearly cleaning of staff quarter” at staff quarters in campus of College of Agricultural Banking, Reserve Bank of India, Pune and at Ashiyana Officers’ Quarter (Gokhale Nagar, Pune), Parijat Officers’ Quarter (University Road, Pune), Gulmohar Officers’ Quarter (Dahanukar Colony, Kothrud, Pune) and Rajnigandha Staff Quarters (University Road, Pune) from the date specified in the contract The services as detailed below will be required to be rendered at the campus of College of Agricultural Banking (Suvarnarekha Principal’s Bungalow-( 1No), Teesta officers’ quarters (6 No) , Kalyani Maintenance staff quarters (4 No), Gomati staff quarters (Single Rooms -4 Nos., staff quarters- 2 Nos, 2 common toilets) at CAB Campus at University Road, Pune as well as its four staff quarters at Pune and any other residential premises, viz., Ashiyana (Model Colony – 12 flats and common toilet), Parijat (Model Colony- 9 flats, common toilet), Rajanigandha (Aundh – 32 flats(2 BHK , 1BHK and common toilet ) and Gulmohur (Kothrud – 8 flats and common toilet):

BILL OF QUANTITIES

Item No.

Description of item Quantity (No of flats)

Rate perToilet/ bathroom

(in figures

and words)

Rs.

Amount per annum (in figures and words)

Rs

1 Weekly cleaning of Toilet/Bathroom of each flat/block and common area:

39 flats, 5 single rooms + common toilets for four colonies - 127 Toilet/ bathrooms

51

2. Quarterly cleaning of each occupied/vacant flats and cleaning of all Modular kitchen and chimneys of officers flats

39 flats 5 single room (4CAB Campus & 1 in Rajanigandha) and 36 chimneys The number of single rooms for quarterly cleaning will vary depending on occupancy

3. Half Yearly cleaning of each occupied/vacant flats of staff employee

36 flats

4. GST

Grand Total (item no 1 to 4)

• The GST as applicable will be payable to the firm . • The bidders are advised to carefully go through the scope of works specified in

Section V of the tender Part-I and visit the site before submitting the Bid. • Financial Bid Amount shall include all types of

Taxes/Surcharges/Octroi/Levy/etc. (Excluding GST).

Place: Signature and seal of the firm Date