NATIONAL INSTITUTE OF HYDROLOGY River Development & …HRRC).pdf · Housekeeping at Hard Rock...
Transcript of NATIONAL INSTITUTE OF HYDROLOGY River Development & …HRRC).pdf · Housekeeping at Hard Rock...
NATIONAL INSTITUTE OF HYDROLOGY (A Govt. of India Society under Ministry of Jal Shakti, Department of Water Resources
River Development & Ganga Rejuvenation) JALVIGYAN BHAWAN,
ROORKEE – 247 667 (UTTARAKHAND) INDIA Tel: 91-1332-249217, Fax: 91-1332-272123. 273976
E-mail: [email protected]; Website: www.nihroorkee.gov.in
Tender Document For
“Providing of Skilled, Semi-Skilled and Unskilled personnel for the purpose of Housekeeping
at Hard Rock Regional Centre (HRRC), National Institute of Hydrology, Located at Main Road, Visvesvaraya Nagar, Belagavi (Karnataka) for a period of one year on Annual Rate
Contract Basis”.
NIT No: NO. 6/3/2020-NIH(HRRC)/e-tender/13, DATED: 22.07.2020
Estimated Amount Rs. 18.00 Lacs
Last date for submission of e-Tender : 10.08.2020 up to 11:00Hrs
Date for opening of Technical bid of e-Tender : 11.08.2020 at 12:00 Hrs
NATIONAL INSTITUTE OF HYDROLOGY (A Govt. of India Society under Ministry of Jal Shakti, Department of Water
Resources River Development & Ganga Rejuvenation) JALVIGYAN BHAWAN,
ROORKEE – 247 667 (UTTARAKHAND) INDIA Tel: 91-1332-249217, Fax: 91-1332-272123. 273976
E-mail: [email protected]; Website: www.nihroorkee.gov.in
e-Tender for “Providing of Skilled, Semi-Skilled and Unskilled personnel for the purpose of
Housekeeping at Hard Rock Regional Centre (HRRC), National Institute of Hydrology,
Located at Main Road, Visvesvaraya Nagar, Belagavi (Karnataka) for a period of one year on Annual Rate Contract Basis”.
Index
Sl. No. Particulars
1 Notice Inviting e-Tender
2 Key Events And Dates
3 Chapter 01: General Instruction To Bidders
4 Chapter 02: Eligibility Conditions
5 Chapter03: Scope Of Work, Specifications & Work places
6 Chapter 04: Quality, Penalty, Payment & Other Obligations
7 Form 1: Technical Information
8 Form 2: Check list
9 Form 3: Financial Bid
10 Form 4: Undertaking Form
11 Form 5: Tender Acceptance Letter
12 Form 6: Declaration
13 Form 7: Contract Form
NATIONAL INSTITUTE OF HYDROLOGY (A Govt. of India Society under Ministry of Jal Shakti, Department of Water Resources
River Development & Ganga Rejuvenation) JALVIGYAN BHAWAN,
ROORKEE – 247 667 (UTTARAKHAND) INDIA Tel: 91-1332-249217, Fax: 91-1332-272123. 273976
E-mail: [email protected]; Website: www.nihroorkee.gov.in
NIT No: 6/3/2020-NIH(HRRC)/e-tender/13, DATED: 22.07.2020
NOTICE INVITING e-TENDER
Online e-Tenders comprising of Technical and Financial Bids are invited by the Director, National
Institute of Hydrology, Roorkee 247 667 (Uttarakhand), India from an experienced and eligible Agencies who are registered for e-plateform by using ID and Digital Signature for Providing of
Skilled, Semi-Skilled and Unskilled personnel for the purpose of Housekeeping at Hard Rock
Regional Centre (HRRC), National Institute of Hydrology, Located at Main Road, Visvesvaraya Nagar, Belagavi (Karnataka) for a period of one year on Annual Rate Contract
Basis”.
Bidders, who are interest to submit bids, visit https://eprocure.gov.in (Through Central Public Procurement Portal only).
1. Name of work: Providing of Skilled, Semi-Skilled and Unskilled personnel for the purpose of Housekeeping at Hard Rock Regional Centre (HRRC), National Institute of Hydrology, Located at Main Road, Visvesvaraya Nagar, Belagavi (Karnataka) for a period of one year on Annual Rate Contract Basis”.
2. Estimated Cost: Rs. 18,00,000/- (Excluding GST)
3. Earnest Money: Rs. 50.000/- (MSME/NSIC registered firm/ agency is exempted from furnishing EMD & Tender cost)
4. Performance Guarantee: 10% of tendered value.
5. Cost of Tender Document: Rs. 590/- (exempted for MSME/NSIC registered firm/ agency.)
2. Schedule of e- Tender
DATE AND TIME OF ISSUE OF BID DOCUMENT ONLINE
22.07.2020 from 16:30 hrs.
TENDER FORM AVAILABLE ONLINE FROM 22.07.2020 from 16:30 hrs.
LAST DATE AND TIME FOR DOWNLOADING BIDDING DOCUMENT
10.08.2020 from 10:00 hrs.
LAST DATE AND TIME FOR RECEIPT OF BIDS
ONLINE
10.08.2020 from 11:00 hrs.
DATE AND TIME OF OPENING OF TECHNICAL
BIDS
11.08.2020 from 12:00 hrs.
PLACE OF OPENING OF BIDS Office of Purchase Officer, National Institute of
Hydrology, Jalvigyan Bhawan, Roorkee – 247
667, Uttarakhand
PRICE OF TENDER DOCUMENT: Rs. 590/-
3. Tender can be downloaded from website central public procurement portal which can be accessed using URL https://eprocure.gov.in/eprocure/app and www.nihroorkee.gov.in from 22.07.2020 (16:30
hrs.) to 10.08.2020 (10:00 hrs.) But tender will be opened only after following payment is made: -
(a) Rs. 590/- through A/C payee Demand Draft (Non-Refundable) drawn on any schedule bank in favour of National Institute of Hydrology payable at Roorkee. MSME/NSIC registered
firm/agency are exempted from furnishing Tender cost on the production of supportive
documents. (b) Rs. 50,000/- as Earnest Money Deposit (EMD) of tender through A/C payee Demand
Draft (Refundable) or FDR drawn on any schedule bank in favour of the National Institute of Hydrology payable at Roorkee. MSME/NSIC registered firm/agency are exempted from furnishing
EMD on the production of supportive documents. The cost of tender and Earnest Money Deposit (EMD) has to be submitted before last date & time of opening of tender, (i.e. before 11.08.2020
up to 12:00 hrs).
4. The tender forms complete in all respects should be submitted online only by 11:00 hrs on
10.08.2020. Offline submission of tender is not permitted.
5. The NIT and tender can be downloaded from Central Public Procurement Portal (URL:
https://eprocure.gov.in/eprocure/app) or www.nihroorkee.gov.in. However, in order to be able to participate in the tender it is mandatory to download official copy of tenders from
https://eprocure.gov.in/eprocure/app.
6. Bids shall be accepted through e-procurement only at Central Public Procurement Portal (URL:
https://eprocure.gov.in/eprocure/app).
7. The Invitation to e-tender is subject to fulfillment of instructions and conditions as mentioned in
below:
Chapter-1 :- General Instruction to Bidders Chapter-2 :- Eligibility Conditions
Chapter-3 :- Scope of Work, Specifications Chapter-4 :- Quality, Penalty, Payment & other obligations
Form 1 :- Technical Information
Form 2 :- Check List Form 3 :- Financial Bid
Form 4 :- Undertaking Form Form 5 :- Tender Acceptance Letter
Form 6 :- Declaration Form 7 :- Contract Form
PROCUREMENT OFFICER
KEY EVENTS AND DATES
1 e-Tender inviting authority
Designation/Address Director, National Institute of Hydrology, Jalvigyan Bhawan, Roorkee – 247 667 (Uttarakhand)
2 Mode of submission of e-tender Bids shall be accepted through e-procurement
only at Central Public Procurement Portal (URL: https://eprocure.gov.in/eprocure/app). The
tender forms complete in all respects should be submitted online only by 11:00 hrs on
10.08.2020. Offline submission of tender is not permitted.
3 Validity of the Tender 90 Days
4 Issuance of the tender Tender can be downloaded from website central
public procurement portal which can be accessed using URL https://eprocure.gov.in/eprocure/app
and www.nihroorkee.gov.in from 22.07.2020 (16:30 hrs.) to 10.08.2020 (10:00 hrs.)
5 Cost of tender Rs.590.00 (exempted for MSME/NSIC registered
firm/agency)
6 Last date & Time for submission of
Technical Bids online
11.08.2020 (11:00 hrs)
7
Earnest Money Deposit amount
payable
Rs 50,000.00 (Rupees Fifty Thousand Only)
(exempted for MSME/NSIC registered firm/agency)
8 Date, time of Opening Event of
Technical Bid
11.08.2020 (12:00 hrs)
9
Performance guarantee
The successful bidders will have to deposit an amount equal to 10% of the tendered amount and
accepted value of the work (without limit) as a
Performance guarantee in the form of DD or F.D.R within the time mentioned in letter of acceptance.
Chapter-1. General Instructions to Bidders
1. General
Before submitting the tender it is presumed that the tenderer has understood the exact requirement
of the Purchaser and visited at Hard Rock Regional Centre (HRRC), National Institute of
Hydrology, Located at Main Road, Visvesvaraya Nagar, Belagavi (Karnataka) to understand
the facilities and accessibility. In case of any discrepancy or ambiguity observed by the tenderer in
the scope of work and the desired deliverable functionality from the work, it is mandatory to raise the
clarification in writing by the tenderer and in turn get that clarified from the purchaser in writing at
least three days before the last date of tender submission. In case of no such clarification required by
the tenderer, it will be constructed that all the requirement of the purchaser are the understood by
the tenderer. No communications will be entertained in this regard at any stage after the opening of
Tenders.
The general instructions are as given below:-
(i) No tenderer will be allowed to amend or withdraw any terms & conditions/parts or
whole/quoted prices of its tender under any circumstances after the deadline for submission
of the tender.
(ii) The Purchaser has the right to accept or reject any or all the tenders, or cancel the tendering
process at any stage, either in part or full, without assigning any reason.
(iii) Canvassing, soliciting, fraud practices, suppression of facts, stating wrong facts and
fraudulent practice by the tenderer may lead to rejection of the tender at any stage of the
work and may lead to blacklisting for all future NIH works/purchases.
(iv) The tenderers are expected to understand the forms, terms, specifications and other details
mentioned in the tender document.
(v) Each tenderer is entitled to submit only one online bid under his digital signature certificate.
The tender document is nontransferable.
(vi) At any time prior to the deadline for submission of tenders, the Purchaser, for any reason,
whether at its own initiative may modify the scope of work or any condition of the tendering
documents by amendments and same will be communicated.
(vii) In any case Monthly Wages per person to be quoted by the bidder shall not be less
than the Minimum wages (for Area Category B) considering 26 days in a month as
per Ministry of Labour & Employment, O/o Chief Labour Commissioner (C), New
Delhi letter No. F. No. 1/VDA (1)/2020- LS-II dated 08/05/2020. If the rate per
person per Month quoted is less than applicable minimum wages per person per
month than those bids would be summarily rejected without any notice.
(viii) The valid means of communications for this tender shall be in writing, through e-mail and fax
followed by confirmation by post.
(ix) It is suggested that the tenderers may acquaint themselves with the requirements of the work
before submitting the tender.
(x) No deviation in the payment terms mentioned above is permissible in the tender. If a tenderer
does not explicitly agree with the payment terms mentioned above, the tender shall be
rejected for non-responsiveness.
(xi) The words “bid‟ and “bidding‟ has been used interchangeably with the words “tender‟ and
“tendering‟ respectively.
(xii) The words “Tenderer‟ and “Agency‟ has been used interchangeably.
(xiii) Bids shall be submitted online only at Central Public Procurement Portal (URL:
https://eprocure.gov.in/eprocure/app). Agencies are advised to follow the instructions
provided in the “Instructions to the Agency/Tenderer for the e-submission of the bids online
through Central Public Procurement Portal (URL: https://eprocure.gov.in/eprocure/app).
(xiv) Tenderer who has downloaded the tender from Central Public Procurement Portal (URL:
https://eprocure.gov.in/eprocure/app) website shall not tamper/modify the tender form
including downloaded price bid template in any manner. In case if the same is found to be
tempered/modified in any manner, tender will be completely rejected and EMD would be
forfeited.
(xv) Intending tenderers are advised to visit again CPP website URL: https://eprocure.gov.in/
eprocure/app and NIH website www.nihroorkee.gov.in at least 1 day prior to closing date of
submission of tender for any corrigendum /amendment.
(xvi) For the purpose of this tender the Contract Agreement with the successful tenderer shall
comprise of:
a. The tender form and Financial bid submitted by the tenderer online;
b. Tender document
c. Amendment to the tender document;
d. Post tender opening Correspondences both online and offline; and
e. Purchaser‟s notification of award of the contract.
2. Site Visit:
The bidder, at the bidder‟s own responsibility is encouraged to visit at their own cost and examine the
site of required services and its surroundings and obtain all information that may be necessary for
preparing the bid and entering into a contract for the services.
3. Period of validity of tenders:
Tender shall remain valid for 90 (ninety) days after the date of tender opening. In exceptional
circumstances, the purchaser may solicit the tenderer‟s consent to an extension of the period
of validity. The request and the responses thereto shall be made in writing. The tender security
provided shall also be suitably extended. Tenderer may refuse the request without forfeiting the EMD.
4. Workmen Safety and Insurance:
The Agency shall be responsible for safety, security and insurance including life insurance of their
personnel who are deputed for Providing of Skilled, Semi-skilled and Unskilled personnel to HRRC,
NIH, Main Road, Visvesvaraya Nagar, Belagavi (Karnataka) during the contract period.
5. Tender Security and Performance Security
i. Earnest Money Deposit (EMD):-
EMD shall be deposited in the form of Crossed Demand Draft in favour of National Institute of Hydrology, payable at Roorkee or in the form of a Bank Guarantee from a scheduled bank as per Performa given in Chapter7. In case the EMD is submitted in the form of the Bank Guarantee it shall
remain valid up to 45 days beyond the final tender validity period. The tenders unaccompanied by the Tender Security/EMD will be rejected summarily (except for MSME/NSIC registered firm/ agency).
The EMD shall be forfeited if:
a. if a tenderer withdraws its tender during the period of tender validity specified by the tenderer; or
b. in case of a successful tenderer, if the tenderer fails:
(i) To sign the Contract within 07 days of the issue of the notification for award of the contract; or
(ii) To furnish the specified performance security.
c. MSME and NSIC are exempted from furnishing EMD and tender cost on production of supportive documents.
d. Interested MSME and NSIC firms has to submit their supportive documents in an envelope to this office before the bid submission date/time.
ii. Refund of EMD
EMD furnished by all unsuccessful tenderers will be returned to them without any interest whatsoever,
at the earliest after expiry of the final tender validity period but not later than 30 days after conclusion
of the contract. EMD of the successful tenderer should be returned, without any interest whatsoever
after receipt of performance security.
iii. Performance Security
The successful bidder shall furnish performance security deposit at the rate of 10% of the contract
value within 07 days after notification of the award and it should remain valid for a period of 60 days
beyond the date of completion of all contractual obligations of the supplier. Performance Security will
be refunded to the supplier without any interest, whatsoever, after it duly performs and completes
the contract in all respects but not later than 60 days of completion of all such obligations under the
contract.
Performance security may be furnished in the form of account payee Demand Draft in favour of
National Institute of Hydrology payable at Roorkee or Fixed Deposit Receipt from a commercial bank
or Bank Guarantee from commercial bank in a prescribed format as given in chapter 7 form 2.
Performance security is liable to be forfeited incase successful tenderer does not fulfill contract
obligations.
6. Contents of Tender Document:
The contents of the tendering documents as listed below shall be read in conjunction with any
corrigendum/addenda, if issued. All the components of the tender shall be considered as a single
tender document and include:
(i) Notice Inviting E-Tender
(ii) Instructions to the Tenderers
(iii) Conditions of the Contract
(iv) Schedule of requirement.
(v) Specifications and allied technical details.
(vi) Price scheduleContract Form
(vii) Other standard forms
(viii) Performance Security Forms/Bid Security (EMD)
7. Tendering Process
i. Marking and submission of tenders:
Proposals must be submitted online only at the Central Public Procurement Portal (URL:
https://eprocure.gov.in/eprocure/app) before 10.08.2020 up to 1100 hrs. Tenderer/Contractor is
advised to follow the instructions provided in the 'Instructions to the Contractor/Tenderer for the e-
submission of the bids online through CPP portal.
The tenderers should submit both “Technical bid” and “Financial Bid” online. The Tender Cost & EMD
should be sealed in envelope duly marked as “Tender Fee” & “EMD” respectively and must reach office
of Purchase Officer, National Institute of Hydrology, Jalvigyan Bhawan, Roorkee – 247 667, whose
EMD would not reach in time will not be opened online and will be archived and will not be opened.
(except for exempted firms/ agency).
Tenders must be submitted by the bidder online no later than the time and date specified in the NIT.
Intending tenderers are advised to visit again Central Public Procurement Portal (URL:
https://eprocure.gov.in/eprocure/app) and NIH website www.nihroorkee.gov.in at least 1 day prior to
closing date of submission of tender for any corrigendum /amendment.
The Purchaser may, at its discretion, extend this deadline for submission of tenders by amending the
tendering documents, in which case all rights and obligations of the Purchaser and tenderers
previously subjected to the deadline will thereafter be subjected to the deadline as extended.
In the event of the date being declared as a closed holiday for purchaser‟s office, the due date for
submission of tender and opening will be carried out on the date and time as notified by the purchaser.
The necessary corrigendum shall be issued in this regard by the purchaser.
No tender may be withdrawn in the interval between the deadline for submission of tenders and the
expiration of the period of tender validity specified by the tenderer on the Tender Form. Withdrawal
of a tender during this interval may result in the tenderer's forfeiture of its tender security.
ii. Opening of Bids:
The bids shall be opened online on the date and time mentioned in the NIT. Tenders unaccompanied
by the Tender Fee & Tender Security (EMD) shall be archived and will not be opened (except for
exempted firms/ agency). Financial Bids of only those bidders who are found technically acceptable
would be considered.
iii. Prices:
Prices quoted by the tenderer shall be fixed during the contract. Monthly wages per person to be
quoted by the tenderer should be exclusive of Service Charge, GST, EPF & ESI. The tenderer
need to fill only Monthly wages per person (in Rs.), Service Charge (in %) and GST (in%)
in BoQ provided at CPP Portal. Cells of EPF and ESI are already filled and freezed.
a. All prices should be in Indian National Rupee (INR).
b. The amount should be written both in figures and in words.
c. Prices for each item shall be furnished online only.
d. The tenderer should quote for all the service support mentioned in the schedule of
requirement. The tenders not quoting for all the services are liable to be rejected.
e. The tender for the above work shall remain open for acceptance for a period of 90 (ninety)
days from the date of opening of tenders. If any tenderer withdraws his tender before the
said period or makes any modifications in the terms and conditions of the tender which are
not acceptable to government, then the Government shall without prejudice to any other
right or remedy, be at liberty to forfeit earnest money as aforesaid. Further the tenderer
shall not be allowed to participate in the re-tendering process of the services.
iv. Non-conformities between the figures and words of the Quoted Prices – Sometimes,
non- conformities/errors are also observed between the quoted prices in figures and that in words.
The same is to be taken care of as indicated below:
a) If, in the price structure quoted for the required goods/manpower, 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
in the opinion of the purchaser there is an obvious misplacement of the decimal point in
the unit price, in which case the total price as quoted shall govern and the unit price
corrected accordingly.
b) If there is an error in a total corresponding to the addition or subtraction of subtotals, the
subtotals shall prevail and the total shall be corrected; and
c) If there is a discrepancy between words and figures, the amount in words shall prevail,
unless the amount expressed in words is related to an arithmetic error, in which case the
amount in figures shall prevail subject to (a) and (b) above.
If there is such discrepancy in an offer, the same is to be conveyed to the tenderer with target date
on the above lines and if the tenderer does not agree to the observation of the purchaser, the tender
is liable to be ignored.
v. Award of Work
Within seven (07) days of the receipt of notification of award from the Purchaser, the successful
tenderer shall sign the contract agreement as given at Chapter 6 and furnish the specified performance security.
8. Bid Data sheet
A: GENERAL
i). Name and address of the purchaser: Director, National Institute of Hydrology, Jalvigyan Bhawan,
Roorkee – 247 667 (Uttarakhand)
ii). E-Tender number: NIT No.:6/3/2020-NIHHRRC)/e-tender/13, dated 22.07.2020
iii). Qualification requirements
B: PRE-BID MEETING: No Pre Bid Meeting is proposed.
C: PREPARATION OF BIDS
iv). The price quoted by the bidder shall be fixed.
v). Tenders shall remain valid for 90 days after the date of tender opening. In exceptional
circumstances, the Purchaser may solicit the Tenderer‟s consent to an extension of the period of
validity. The request and the responses thereto shall be made in writing. The EMD provided shall
also be suitably extended.
D: SUBMISSION OF BIDS
i). Only online bids through e-tendering web portal of Central Public Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) shall be accepted. No offline bid shall be acceptable.
ii). Last date and time for bid submission is 10.08.2020 up to 11:00 hrs.
E: BID OPENING AND EVALUATION
i). The Technical bid of the tender will be opened online on 11.08.2020 at 12:00 hrs in presence of
the tenders who wish to see the online opening of tender or offline through their authorized
representative who may choose to attend online opening in this office. The time of opening of
financial bids will be intimated later.
F: SETTLEMENT OF DISPUTES
The settlement of all the disputes of any kind arising out of this contract shall be first through a
Mediator engaged with mutual consent and only after dissatisfaction with that, the (joint) Arbitrator(s)
shall be appointed as per Arbitration & Conciliation Act 1996.
9. Special instructions to Bidders by CPP Portal for e-Tendering
The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in
registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting
their bids online on the CPP Portal. More information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app.
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement
Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder
Enrolment” on the CPP Portal which is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique username and
assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of the
registration process. These would be used for any communication from the CPP Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate
(Class III Certificates with signing key usage) issued by any Certifying Authority recognized by
CCA India (e.g. Sify / nCode / eMudhra etc.), with their profile.
5) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible
to ensure that they do not lend their DSC‟s to others which may lead to misuse.
6) Bidder then logs in to the site through the secured log-in by entering their user ID / password
and the password of the DSC / e-Token.
SEARCHING FOR TENDER DOCUMENTS
1) There are various search options built in the CPP Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, Organization Name,
Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein
the bidders may combine a number of search parameters such as Organization Name, Form of
Contract, Location, Date, Other keywords etc. to search for a tender published on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, they may download the
required documents / tender schedules. These tenders can be moved to the respective „My
Tenders‟ folder. This would enable the CPP Portal to intimate the bidders through SMS / e- mail
in case there is any corrigendum issued to the tender document.
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they
want to obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender document before
submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to understand
the documents required to be submitted as part of the bid. Please note the number of covers in
which the bid documents have to be submitted, the number of documents - including the names
and content of each of the document that need to be submitted. Any deviations from these may
lead to rejection of the bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG formats.
Bid documents may be scanned with 100 dpi with black and white option which helps in reducing
size of the scanned document.
4) To avoid the time and effort required in uploading the same set of standard documents which
are required to be submitted as a part of every bid, a provision of uploading such standard
documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to
the bidders. Bidders can use “My Space” or „‟Other Important Documents‟‟ area available to them
to upload such documents. These documents may be directly submitted from the “My Space”
area while submitting a bid, and need not be uploaded again and again. This will lead to a
reduction in the time required for bid submission process.
Note: My Documents space is only a repository given to the Bidders to ease the uploading process. If
Bidder has uploaded his Documents in My Documents space, this does not automatically ensure
these Documents being part of Technical Bid.
SUBMISSION OF BIDS
1) Bidder should log into the site well in advance for bid submission so that they can upload the
bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay
due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one by one as indicated
in the tender document.
3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable
and enter details of the instrument.
4) Bidder should prepare the EMD as per the instructions specified in the tender document. The
original should be posted/couriered/given in person to the concerned official, latest by the last
date of bid submission or as specified in the tender documents. The details of the DD/any other
accepted instrument, physically sent, should tally with the details available in the scanned copy
and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.
5) Bidders are requested to note that they should necessarily submit their financial bids in the
format provided and no other format is acceptable. If the price bid has been given as a standard
BoQ format with the tender document, then the same is to be downloaded and to be filled by all
the bidders. Bidders are required to download the BOQ file, open it and complete the Ocean
green colored (unprotected) cells with their respective financial quotes and other details (such
as name of the bidder). No other cells should be changed. Once the details have been completed,
the bidder should save it and submit it online, without changing the filename. If the BoQ file is
found to be modified by the bidder, the bid will be rejected.
6) The server time (which is displayed on the bidders‟ dashboard) will be considered as the standard
time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc.
The bidders should follow this time during bid submission.
7) All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by
unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained
using the secured Socket Layer 128 bit encryption technology. Data storage encryption of
sensitive fields is done. Any bid document that is uploaded to the server is subjected to
symmetric encryption using a system generated symmetric key. Further this key is subjected to
asymmetric encryption using buyers/bid opener‟s public keys. Overall, the uploaded tender
documents become readable only after the tender opening by the authorized bid openers.
8) The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
9) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in
the portal), the portal will give a successful bid submission message & a bid summary will be
displayed with the bid no. and the date & time of submission of the bid with all other relevant
details.
10) The bid summary has to be printed and kept as an acknowledgement of the submission of the
bid. This acknowledgement may be used as an entry pass for any bid opening meetings.
ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact person
indicated in the tender.
2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in
general may be directed to the 24x7 CPP Portal Helpdesk.
Helpdesk
Telephone/Mobile For any technical related queries please call at 24 x 7
Help Desk Number 0120-4200462, 0120-4001002, 0120-4001002, 0120-6277 787
E-mail ID [email protected]
CHAPTER 02: ELIGIBILITY CONDITIONS
1.0 ELIGIBILITY CONDITIONS FOR THE TENDERERS (Documents to be submitted along
with bid)
A) Documents to be submitted with technical bid
A.1 The Agency should be registered in India with permanent office in India.
A.2 The Agency shall have permission to operate and work in Karnataka by relevant government
agencies.
A.3 They should have a Valid PAN No. (Signed copy of PAN Card).
A.4 They should have a Valid GST Registration No. (Signed copy of GST Registration Certificate)
A.5 Agency should not be blacklisted anywhere in past (Completely filled form 04).
A.6 Agency should be registered with EPF and ESIC and have a valid certificate from EPF and ESIC
department (Signed copy of EPF & ESIC Certificate).
A.7 The firm should have successfully completed following works during last three years:
(i) Three similar works of individual value not less than Rs. 05.00 Lakh,
OR
(ii) Two works each costing not less than Rs. 09.00 Lakh,
OR
(iii) One work costing not less than Rs. 18.00 Lakh.
At least one work should have been executed for Central or State Government Departments.
(Completion certificate as the proof of above work).
Note: Similar works means works related to providing of manpower.
A.8 The firm‟s average annual financial turnover during last three years should be more than Rs. 18.00 Lakh. (Certificate regarding the turnover during last three financial years with
supporting documents)
A.9 Signed Copy of Income-tax return & Audited Balance sheet of last three years
A.10 Completely filled form 01, form 02, form 05, form 06 and form 07.
A.11 Other documents in support of bid as per chapter: 02, clause 3.0 for evaluation of technical bid.
B) Documents to be submitted with financial bid:
B.1 Completely filled BOQ (in xls format) available during e-tendering process.
2.0 List of Documents to be submitted online till the last date & time of Bid submission:
i) Technical Bid and Financial Bid shall be submitted online till the last date & time of Bid
submission.
ii) Tender Cost in the form of nonrefundable DD of nationalized/scheduled Bank in favour of National Institute of Hydrology, payable at Roorkee.
iii) Earnest Money Deposit in the form of nonrefundable DD/FDR of nationalized/scheduled
Bank in favour of National Institute of Hydrology, payable at Roorkee.
iv) In case of exemption of Earnest Money Deposit/ Tender Fee (MSME/NSIC)
supportive documents to be send in the envelop to this office before the
opening date of bid.
3.0 Evaluation of Tenders
a) The tenders will be evaluated on the basis of eligibility conditions as given in the tender document.
b) The financial bids will be opened only of those bidders whose technical bids would be
complete in all respects as per eligibility criteria and other conditions given in the tender
document.
c) Bidder has to ensure that Monthly Wages per person to be quoted shall not be
less than the Minimum wages (For Area Category B) per person per month as
per Ministry of Labour & Employment, O/o Chief Labour Commissioner (C), New
Delhi letter No. F. No. 1/VDA (1)/2020- LS-II dated 08/05/2020. If the rate per
person per Month quoted is less than applicable minimum wages per person per
Month than those bids are liable to be rejected.
d) In case of tie of financial bid among the eligible bidders, tender will be awarded
as per following criteria on the basis of total marks received and If there is tie
in marks obtained by them, then selection will be based on total amount/value
of similar work completed successfully in last three years.
Sl. No.
Details Maximum Marks
1. Previous experience of agency in providing similar category of
manpower to Government/semi Government Agencies in last four
years (2016-17, 2017-18, 2018-19 & 2019-20), as below: Amount of previous work per year (Maximum 10 marks to be assigned
per year of previous experience):
a. Below 40% of estimated cost of this tender – Nil
b. 40% upto, but below 50% of estimated cost of this tender – 5 marks per year
c. 50% upto, but below 60% of estimated cost of this tender – 6
marks per year
d. 60% upto, but below 70% of estimated cost of this tender – 7
marks per year
e. 70% upto, but below 80% of estimated cost of this tender – 8
marks per year
f. 80% upto, but below 90% of estimated cost of this tender – 9
marks per year g. 90% or above of estimated cost of this tender – 10 marks per year
40 marks
2. Clean track record of the Firm during the last three years (10 marks
per year if no show-cause notice/debarment notice received (no
marks will be assigned for the year during which show-cause notice/debarment notice was received)
30 marks
3. Financial status (Turnover of the firm during the previous three
financial years (2017-18, 2018-19 and 2019-20) (10 marks for each
year), as below:
a. Turnover between estimated cost and double the estimated cost of
this tender – 5 marks per year
b. Turnover between twice the estimated cost and four times the estimated cost of this tender – 7.5 marks per year
c. Turnover over four times the estimated cost of this tender – 10 marks per year
(Turnover to be taken from audited statement of accounts)
30 marks.
e) In respect of works still going on, condition of completion certificate would not be
necessary, but it should be supported by certificate of concern department regarding
satisfactory completion/performance of work till date.
f) For works awarded before the cut-off financial year 2016-17, amount of works would be
calculated for part works completed after April-16 on pro rata basis.
g) Similarly, for the works still going on calculation of amount of work for part work
completed till March-20, will be on pro rata basis.
The purchaser does not bind himself to accept the lowest or any other tender.
4.0 Verification of Details: Director, National Institute of Hydrology, Jalvigyan Bhawan, Roorkee
– 247 667 reserves the right to verify the particulars furnished by the Tenderer independently.
If any information furnished by the Tenderer is found to be incorrect at a later stage, his / her
Earnest Money / performance guarantee and security deposit shall be forfeited and he / she shall
be debarred from tendering for the works of NIH in future.
5.0 Award of Work: Successful bidder will be intimated for acceptance of its tender. Successful
tenderer shall sign the contract agreement and furnish the specified performance security in
form of F.D.R. within the time limit mentioned (usually 05-10 days) in the letter of acceptance.
CHAPTER 03: SCOPE OF WORK & SPECIFICATIONS
1.0 Definitions & Interpretations
Services mean the services as identified in the tender document and to be provided at the purchaser‟s facility as per the contract.
Contract means the agreement reached by the Purchaser and the Contractor for the purpose of the
work mentioned in this document. All documents, letters, correspondences exchanged for this work shall be the part of the contract.
Contract Price: The cost of work identified in the Contractor proposal is included in the Contract Price
in their entirety. This will include such additions/ deductions made under variation order as allowed under this contract.
Notices shall be deemed to include any approvals, consents, Instructions, certificates and clarifications to be given under this contract.
The Purchaser is: Director, National Institute of Hydrology, Roorkee.
For the purpose of this tender document “Tenderer”, “Agency” and “Contractor” are Synonymous.
Contractor: The Contractor is the agency of the successful tenderer with whom the purchaser enters into a contract for the supply of goods detailed in this document.
The Execution Period is the period during which the Contractor is liable to carry out work without
any additional cost to the purchaser.
Non-Responsive tender: Any tender not meeting all the requirements mentioned in the tender
document.
2.0 SCOPE OF WORK
2.1 National Institute of Hydrology, Roorkee requires the outsourcing of manpower for its regional centre situated at Main Road, Visvesvaraya Nagar, Belagavi (Karnataka).
2.2 The duration of this Contract shall be for a period of one year. However, it may be extended by mutual consent. The successful Tenderer shall be expected to provide the services during
the specified contract period.
2.3 The Director, NIH reserve the right to change in quantity (No. of resourced) mentioned in
financial bid and the place of deployment of the resource. The payment to be made in respect to the resourced deployed will be adjusted accordingly.
2.4 The contractors registered under the provisions of Contract Labour (Regulation and Abolition) Act, 1970 are eligible to bid for this contract. It should be ensured that there should be no
legal or any other bar for him in this respect. The contractor shall be solely liable for any violation of the provisions of the said Act or any other related Act.
2.5 The contractor shall provide Skilled, Semi-Skilled and Unskilled personnel for NIH, Hard Rock Regional Centre, Main Road, Visvesvaraya Nagar, Belagavi (Karnataka) as per details given
below. Before tendering, the Tenderer should inspect the site/location, nature of work, working condition, conditions affecting accommodation and movement of labourers etc.
required for satisfactory execution of the labour contract. No claim whatsoever will be entertained for any alleged ignorance or otherwise under any circumstances after the award
of the contract.
2.6 DESCRIPTION OF LABOUR FOR CARRYING OUT THE DIFFERENT TYPE OF JOBS AT THE NATIONAL INSTITUTE OF HYDROLOGY, HARD ROCK REGIONAL CENTRE (HRRC), MAIN ROAD, VISVESVARAYA NAGAR, BELAGAVI (KARNATAKA).
Sl.
No.
Job Description No. of Personnel
1. SKILLED PERSONNEL
(Computer Operator – 01 and Laboratory
Assistant – 01)
Basic wages and VDA fixation as per
02
Government of India, Ministry of Labour and Employment, Office of the Deputy Chief Labour
Commissioner (Central) Karnataka. This order
will be followed.
2. SEMI-SKILLED PERSONNEL
(Security Guard without Arms for Office Building – 03)
Basic wages and VDA fixation as per Government of India, Ministry of Labour and
Employment, Office of the Deputy Chief Labour Commissioner (Central) Karnataka. This order
will be followed.
03
3. UNSKILLED PERSONNEL
(Office Assistant – 02 and Sweeping & Cleaning For Sweeping work – 01)
Basic wages and VDA fixation as per Government of India, Ministry of Labour and
Employment, Office of the Deputy Chief Labour
Commissioner (Central) Karnataka. This order will be followed.
03
Total 08
3.0 SPECIAL TERMS & CONDITIONS OF TENDER:
3.1 If because of any reasons work has to be stopped, it shall be responsibility of contractor to bring the facts to the notice of the Officer-in-charge, failing which the said period shall not be
accounted for Hindrance period.
3.2 The contractor shall be responsible for behavior and conduct of his workers. No worker with doubtful integrity or having a bad record shall be engaged at site of work by the contractor.
3.3 The contractor shall take all precautions to avoid accidents by exhibiting necessary caution boards. He shall be responsible for all damages and accidents caused due to negligence on
his part. 3.4 The Director, NIH has got the right to accept or reject the tender as whole or part of it at any
time and no claims what so ever will be entertained on this account.
4.0 CONDITIONS OF TENDER
4.1 The Agency shall work under the control of the Officer-in-charge, HRRC, Main Road,
Visvesvaraya, Belagavi (Karnataka).
4.2 The “Tenderer” shall be entirely responsible for providing efficient and reliable services. The agency shall perform the services as per the provisions and guidelines stipulated under law
and shall deploy personal accordingly. The “Tenderer” shall be entirely responsible for the surveillance of Premises and property of the HRRC, Belagavi within the premises of office.
4.3 The “Tenderer” shall be entirely responsible and ensure that only persons authorized by the
office are allowed to enter at the Premises and that no such equipment, machinery or any part thereof any property is removed out of the Premises except with written Permission of
the Officer-in-charge or his authorized representative.
4.4 The Tenderer shall employ only such personnel, as may be educated/ trained enough to carry
out job.
4.5 The “Authority” shall not be responsible for death / injury sustained to the workers during the performance of their duties and also for any damage or compensation due to any dispute
between the “Agency” and its workers. Any expenditure incurred by the department to face the situation arising out of act of his workers will be borne by the “Tenderer”. In case of any
incident / accident during the duty period the department will not be held responsible for the same. It is the responsibility of the firm / agency to provide sufficient insurance coverage /
compensation as per the latest rules in force.
4.6 In case of any litigation due to accident, the agency shall handle at its on cost and in the
event of the department happens to be incurred any expenditure towards litigation, the same shall be recovered from the agency.
4.7 The “Tenderer” shall be solely responsible for payment of wages/ salary/ benefits and/
allowances to the persons employed for this work, that might become applicable under any act or order of government. The Department shall have no liability whatsoever in this regard
and the contractor shall indemnify this department against any/ all claims which may arise under the provision of various acts Govt. orders etc.
4.8 The “Tenderer” shall execute the work and discharge their obligations to the entire satisfaction of the Officer-in-charge and in accordance with the directions and specific instructions as may
be issued from time to time by the employer or its officer in charge.
4.9 The “Tenderer” shall act diligently and take appropriate action, in case of fire or any other Calamity, theft, etc. and to prevent it and further to reduce the damage and keep informed
the Appropriate authorities.
4.10 This is purely a temporary contractual arrangement which can be terminated on mutual basis
at any time without assigning any reasons by serving fifteen days notice and the department
will not entertain any claim by engaged personals for Government Service. The Contractor
shall submit ID proof, address proof, Bank Account Details & birth Certificate of
individuals.
4.11 The “Tenderer” should provide an alternate arrangement for the person/persons who are
engaged for data collection work, proceeds on leave for an emergency nature of work.
Otherwise amount of wages for twice the amount of period of absence will be
deducted from the bill.
4.12 Contract Price
a. Service charges by the tenderer (in terms of percentage of basic minimum wage) shall be fixed during the tenderer‟s performance of the Contract and shall not subject to any variation
on any account.
b. Any change in minimum wages, contribution of EPF and ESI as per the Government of India's order will be incorporated from time to time. All other charges based on basic minimum wage
shall be revised in case of any changes in basic minimum wages. c. Payment will be made as per revised minimum wages, rate of contribution of EPF and ESI.
Contractor has to intimate this office immediately for any revision in this regard as per G.O.I. orders.
d. The prices should be given as per the format given in price schedule. e. Taxes as applicable shall be payable.
SCHEDULE „F‟
Reference to General Conditions of Contract
1
Name of work:
“Providing of Skilled, Semi-Skilled and Unskilled personnel for the purpose of Housekeeping at Hard
Rock Regional Centre (HRRC), National Institute of
Hydrology, Main Road, Visvesvaraya Nagar, Belagavi (Karnataka) for a period of one year on
Annual Rate Contract Basis”.
2 Estimated cost of work: Rs. 18,00,000/-
3 Earnest money: Rs. 50,000.00
4 Performance Guarantee: 10% of Tender value to be deposited within 7 days from
the issue of Letter of Intent in the form as specified in
Clause 7.6 of General Conditions & Clauses of Contract.
5 Officer Inviting Tender Er. Omkar Singh, Scientist F and Purchase Officer,
National Institute of Hydrology, Jalvigyan Bhawan,
Roorkee – 247 667 (Uttarakhand)
6 General rules & direction As mentioned in NIT
7 Definitions
2(i) Engineer-in-charge Officer-in-Charge, HRRC, Belagavi (Karnataka)
2 (ii) Accepting Authority: Director, NIH, Roorkee – 247 667
2 (iii) Percentage on cost of materials and labour to
cover all overheads and profits.
NA
2 (iv) Standard Schedule of Rates:
As per current minimum wages act of
Government of India
2(v) Department: National Institute of Hydrology (NIH)
2 (vi) Standard Form. CPWD Form-7/8 as modified & corrected up to one month prior to date of submission of Tender.
Clause 2 Authority for fixing
compensation under
Clause 2 of CPWD General conditions of
contract.
Director, NIH, Roorkee – 247 667.
Time allowed for execution of work One year
Authority to give fair and reasonable extension
of time for completion of work
Director, NIH, Roorkee – 247 667
Clause 11 Specifications to be followed for execution of
As per Tender document
Clause 12 Deviation Limit beyond which fresh rate for an
item may be claimed by contractor.
Individual item may change to any extent without any
limit.
CHAPTER 04: QUALITY, PENALTY, PAYMENT & OTHER OBLIGATIONS
1.0 Period of Completion: - One year from the date of issue of work order and may be extended with mutual consent of Department and contractor as per requirement.
2.0 QUALITY OF SERVICE
2.1 It will be the responsibility of the contractor to maintain the high standard of services. 2.2 In case of mishap within the premises of the employer, the same will be reported to the officer
in charge, appointed by the engineer-in-charge, who will deal with all such matters. In case, the matter is required to be reported to the Police, the same shall be done by the employer or in
exceptional cases by the agency on the instruction of the engineer-in-charge.
2.3 If any person of agency on duty is found drunken state or found misbehaving while on duty or Unfit for duty, such personnel shall be replaced immediately at the absolute discretion of
“Authority” or his representative. 2.4 The “Tenderer” shall execute the work and discharge their obligations to the entire satisfaction
of the Engineer-in-charge and in accordance with the directions and specific instructions as may be issued from time to time by the employer or its officer in charge.
3.0 PENALTY
3.1 If any loss to government properties/materials shall occur due to negligence of duties, it shall
be responsibility of “Tenderer” and “Tenderer” shall have to pay or recovered from the bills for losses as per decision of Engineer-in-charge. The amount of losses shall be determined by
department as per applicable DSR/market rates and shall be binding on the Agency. No claims of Agency in this respect shall be entertained.
3.2 In case, any person providing the services as per the schedule of work is found to be absent
from duty, twice the amount of wages for the period of absence will be deducted from the bill. 3.3 In case of the non-performance, part-performance and under-performance of the work in
accordance with the schedule of services on any day or part of the day, then the Department would be entitled to impose the penalty on the firm. The decision of department regarding the
quantum of penalty will be final. 3.4 Non-compliance of any of the condition as given in the tender, Director, NIH shall have powers
to impose penalty/compensation as he deemed fit. 3.5 For any deficiency in quality of service, penalty may be imposed as per clause 3.3.
4.0 TERMS OF PAYMENTS
4.1 No mobilization advance or secured advance will be paid.
4.2 Bill should be prepared and submitted by the agency in three copies to the Director, NIH,
Roorkee. 4.3 Following documents shall be enclosed with the running bills
i) Proof of payment of actual wages paid i.e. Bank passbook copy showing particular entry of that amount for individual
ii) Proof of EPF contribution made by the contractor along with valid ECR iii) ESI contribution made by the contribution along with valid ECR
iv) Any other documents to support payment of actual wages, EPF & ESI as and when demanded by Director, NIH, Roorkee.
v) GST payment proofs
4.4 Any taxes and/or other Governmental levies as applicable or becoming applicable later due to or under any law shall be deducted from the bill, which includes, but not limited to, Income Tax
and GST. 4.5 The payment will be made by account through ECS/RTGS only after completion of work on
monthly basis for which the Agency shall be raising bills in triplicate in favour of National Institute of Hydrology, Roorkee.
4.6 The department shall have the right to withhold/forfeit payment due to the contract or under this agreement in the event of any breach of the terms and conditions of the contract. The
opinion of the Director, NIH or his authorized representative on this aspect shall be final. No
interest shall be allowed on payment withheld, if & when released. 4.7 Any penalty pursuant to Chapter 4.0, Clause 3.0 will be deducted while releasing the payment
of the bill.
5.0 RELEASE OF DEPOSIT
5.1 In normal conditions, Earnest Money Deposit would be released after submission of Performance Guarantee for successful bidders. Earnest Money Deposit of others would be released after awarding the work. Performance Guarantee would be released after completion of work. Security Deposit would be released after three month of completion of work.
5.2 If any problem, deficiency, improper work, penalty, non-compliance of contract, etc. arises, Earnest Money Deposit, Performance Guarantee and or Security Deposit may be forfeited or withhold, as applicable.
6.0 JURISDICTION
All disputes or differences between the Parties to this agreement, meaning or effect of this agreement of the respective rights and liabilities of the parties here to or their enforcement there
under, shall be referred as per the provision of the Indian Arbitration Act and only the courts in Roorkee shall have jurisdiction in all matter arising out of or connected with the agreement.
7.0 Other Conditions
7.1 Taxes and Duties
All the existing and new taxes, levies, octroi, custom and other charges levied on the services
rendered by the Contractor shall be borne by the Contractor only within the quoted rates. The TDS shall be deducted at source as per the prevailing Government rules from time to time.
7.2 Advances
No advance payment is payable under this contract.
7.3 Observance of Law
a. The contract shall be construed and operated as an Indian contract and as per Indian laws
applicable from time to time. The parties to the contract shall protect and indemnify each other against all claims or liabilities arising from the action of violation of all such laws.
b. Contractor shall observe all laws related to this work to Government of India as applicable from time to time.
c. The resultant contract will be interpreted under Indian laws.
7.4 Termination of Contract
a. or Purchaser‟s convenience
The Purchaser can terminate the contract at any time by giving a notice of 15 days to the
Contractor. The Contractor shall have no claim to any payment for the compensation or otherwise whatsoever on account of any profit or advantage which might have been derived.
b. For Contractor’s Default
The Purchaser, without prejudice to any other rights or remedies it may possess, may terminate
the contract
i) If the Contractor becomes bankrupt or insolvent.
ii) If the Contractor has abandoned or repudiated the contract, persistently failed to carry out its obligations under this contract.
iii) If the Contractor neglects its obligations under this contract.
iv) If the contractor has furnished any false document.
v) The Purchaser may, without prejudice to any other right, issue a notice for termination of
the contract stating the nature of default and requiring the remedy for the same. Failure of
the Contractor to carry out a specified work may be sufficient grounds for termination of the
contract by the purchaser.
c. On termination
i) The Contractor shall cease further work.
ii) Under such circumstance, only the contract price properly attributable to the part of the work duly valued by the Purchaser shall be payable by the Purchaser to the Contractor. The
decision of the purchaser shall be final in this respect.
iii) If terminated by the contractor, its Performance Guarantee & Security Deposit will be
forfeited.
8.0 NOTICES
Any notice given by one party to other pursuant to this Contract shall be sent to the other party in writing by registered post/ speed post/mail or fax conformed in writing to the other party‟s address specified in this contract.
9.0 SUBCONTRACTS
9.1 The “Tenderer” shall notify the Department in writing of all subcontracts awarded under this contract and this shall not relieve any liability or obligation under the contract to the Agency.
9.2 The “Tenderer” shall not assign, in whole or any part, its obligations to perform under this contract, to other Agency without prior written permission of the Department.
10.0 OTHER OBLIGATIONS
10.1 It will be the responsibility of the Contractor/ firm and it has to ensure itself the following: -
a) The contractor shall obtain a valid labour license under the Contract Labour (R&A) Act, 1970, and Contract Labour (Regulation and Abolition) Central Rules, 1971.
b) The contractor shall pay the contribution of the ESI & EPF for which the contractor registered himself with EPFO and ESIC, if he comes under its purview as per P.F. & ESIC rules.
c) Labour employed by the contractor has obtained smart card of ESI, which is essential for
imparting medical facility to labour.
d) No labour below the age of 18 years shall be employed on the work.
Form-1
TECHNICAL INFORMATION
Name of Work: “Providing of Skilled, Semi-Skilled and Unskilled personnel for the purpose of Housekeeping at Hard Rock Regional Centre (HRRC), National Institute of Hydrology,
Main Road, Visvesvaraya Nagar, Belagavi (Karnataka) for a period of one year on Annual Rate Contract Basis”.
1. Name of Tendering Company/ Firm / Agency (Attach certificate of registration):
2. Name of proprietor / Director of
Company / Firm / agency:
3.
Full Address of Office :
4. Telephone No.
5. FAX No.
6. E-Mail Address :
7. PAN No. (Attach attested copy):
8. Goods &Service Tax Registration No. (Attach attested copy)
9.
Financial turnover of the tendering
Company/ Firm / Agency for the last 3
Financial Years
2017-2018
2018-2019
2019-2020
10.
Additional information, if any (Attach separate sheet, if
required)
Place: Signature of authorized person:
Date: Name of authorized person:
Seal of Agency/Firm:
Form -2
CHECK LIST
Name of Work: “Providing of Skilled, Semi-Skilled and Unskilled personnel for the purpose of Housekeeping at Hard Rock Regional Centre (HRRC), National Institute of Hydrology, Main Road, Visvesvaraya Nagar, Belagavi (Karnataka) for a period of one year on Annual
Rate Contract Basis”.
S.N Documen
ts
Page No. of
document
Submitted
ELIGIBILITY CONDITIONS FOR THE TENDERERS (Yes/No) Page No. of
document
submitted
1. Valid Company Registration Certificate
2. Permission to operate and work in Bihar by
relevant government agencies
3. Signed copy of PAN Card.
4. Signed copy of GST Registration certificate.
5. An undertaking in the specified Performa given at Form-4 that the contractor has not
been blacklisted/debar/banned anywhere in
past.
6. Signed copy of EPF & ESIC Certificate.
7. Signed copy for the proof of similar work.
8. Certificate of turnover.
9.
Signed Copy of Income-tax return & Audited
Balance sheet of last three years.
Place: Signature of authorized
person:
Date: Name of authorized person:
Seal of Agency/Firm:
Form-3
FINANCIAL BID
BoQ
Form-4
DECLARATION/UNDERTAKING REGARDING BLACKLISTING/DEBARRING/BAN FROM TAKING PART IN GOVERNMENT TENDER BY GOVERNMENT DEPARTMENT
I / We Proprietor/ Partner(s)/ Director(s) of M/S ---------------------------------------- -----hereby
declare that the firm/company namely M/S. ------------------------------------------- ------------
------------------has not been blacklisted or debarred or banned in the past by any other
Government organization from taking part in Government tenders.
Information of blacklisting/debarment, if any
……………….…………………………………………………………………………………………………………………………………………………
…………………………………………………………………………………………………………………………………………………….……………
In case the above information found false I/We are fully aware that the tender/ contract will be rejected/cancelled by Director, National Institute of Hydrology, Roorkee and EMD/PG & SD shall be
forfeited. In addition to the above, Director, National Institute of Hydrology, Roorkee will not be responsible to pay the bills for any completed / partially completed work.
Signature
Name & address of the firm:
Seal of the firm should be affixed.
Date: Signature of Bidder with seal.
Form-5
TENDER ACCEPTANCE LETTER
NATIONAL INSTITUTE OF HYDROLOGY
(A Govt. of India Society under Ministry of Jal Shakti, Department of Water Resources, River Development & Ganga Rejuvenation)
JALVIGYAN BHAWAN, ROORKEE – 247 667 (UTTARAKHAND) INDIA
Tel: 91-1332-249217, Fax: 91-1332-272123. 273976
E-mail: [email protected]; Website: www.nihroorkee.gov.in
ITEM RATE TENDER AND CONTRACT FOR WORKS
Name of Work: “Providing of Skilled, Semi-Skilled and Unskilled personnel for the purpose of Housekeeping at Hard Rock Regional Centre (HRRC), National Institute of Hydrology,
Main Road, Visvesvaraya Nagar, Belagavi (Karnataka) for a period of one year on Annual
Rate Contract Basis”.
I/We have read and examined the notice-inviting tender, Specifications applicable, Drawings, General Rules and Directions, Conditions of Contract, Clauses of contract and all other contents in the
tender documents for the work.
I/We hereby tender for the execution of the work specified for the CFMS, Patna within the time
specified in schedule of quantities and in accordance with the specifications, drawings if any and instructions in writing referred to in general rules, special rules and terms and conditions of contract.
I/We agree to keep the tender open for 90 days from the due date of submission thereof and
not to make the modifications in its rates, terms and conditions etc.
Earnest Money is hereby forwarded in form of DD/Fixed Deposit receipt (FDR) of Scheduled Bank in favour of National Institute of Hydrology, Roorkee payable at Roorkee, if I/We, fail to
commence the work specified; I/We agree that the said Officer-in-charge, HRRC, Belagavi his
successors in office shall without prejudice to any other right or remedy, liberty to forfeit the said earnest money and the performance guarantee absolutely otherwise said earnest money shall be
retained by him towards security deposit to execute all the works referred to in the tender document terms and conditions contained or referred to therein and to carry out such deviations as may be
ordered up to maximum of the percentage mentioned in schedule .
Further, I/We agree that in case of forfeiture of earnest money or both earnest money and performance guarantee as aforesaid, I/We shall be debarred for participation in the retendering
process of the work.
I/We hereby declare that I/We shall treat the tender documents, drawings and other records
connected with the work as secret/confidential documents and shall not communicate information/ derived there from to any person other than to whom I/We am/are authorized to communicate the
same or use the information in any manner prejudicial to the safety of the Department.
Signature of Contractor
Postal Address: Date:
Occupation:
ACCEPTANCE
The above tender (as modified by the letters mentioned here under) is accepted by me for and on
behalf of President of India for a sum of Rs…………..…… (Rupees…………………………..………………..……….).
The letters referred to below shall form part of this contract agreement.
1
2
3
For and on behalf of
President of India Signature Designation
Form- 6
DECLARATION
I,……………………Son/Daughter/Wife of Shri Proprietor / Director/ authorized signatory of the agency/Firm, mentioned above, is competent to sign this
declaration and execute this tender document;
I have carefully read and understood all the terms and conditions of the tender and undertake to abide by them;
The information / documents furnished along with the above application are true and authentic to the best of my knowledge and belief. I / we, am / are well aware of the fact that furnishing of any false
information/fabricated document would lead to rejection of my tender at any stage besides liabilities towards prosecution under appropriate law.
Signature of Contractor /authorized person:
Date: Full Name:
Place: Seal:
Form- 7
Contract Form
CONTRACT AGREEMENT
FORM
THIS AGREEMENT made on the..............day of.......................20.....between National Institute of Hydrology, Roorkee (A Govt. of India Society under Ministry of Jalshakti,
Department of Water Resources, RD & GR), (Name of purchaser) (hereinafter "the Purchaser") of one part and ……………………(Name of Contractor) of (City and Country of
Contractor) (Hereinafter called "the Contractor") of the other part:
WHEREAS the Purchaser invited Tenders for “Providing of Skilled, Semi-Skilled and
Unskilled personnel for the purpose of Housekeeping at Hard Rock Regional Centre (HRRC), National Institute of Hydrology, Main Road, Visvesvaraya Nagar, Belagavi
(Karnataka) for a period of one year on Annual Rate Contract Basis” has accepted a Tender by the Contractor for the supply of services in the
sum…………………………………………………………… (Contract Price in Words and Figures) (Hereinafter called "the Contract Price").
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.
2. The following documents shall be deemed to form and be read and construed as part of this
Agreement, viz:
a. the tender form, technical bid and the price schedule submitted by the Tenderer;
b. Tender document
c. amendments to the tender document;
d. Post tender opening correspondence with all related correspondence including all
addendum and corrigendum; and
e. The Purchaser's Notification of Award.
3. In consideration of the payments to be made by the Purchaser to the contractor as hereinafter
mentioned, the Contractor hereby covenants with the Purchaser to provide the services and to remedy defects therein in conformity in all respects with the provisions of the Contract.
IN WITNESS where of the parties hereto have caused this Agreement to be executed in
accordance with their respective laws the day and year first above written.
Signed, Sealed and Delivered by the said
................................................. (For the
Purchaser) in the presence of:.....................
Signed, Sealed and Delivered by the
said.............................................
............. (For the Contractor) in the
presence of: ................