CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 1
TENDER INVITATION for
OPERATION AND MAINTENANCE OF “SEWAGE TREATMENT PLANT”(STP)
TENDER REF.No.CDOTB/TENDER/2019-2022/004B
Time Schedule for Tender Process
Tender Process Date & Time
Published Date 11-07-2019 11 : 00 Hrs
Bid Document Download / Sale Start Date 11-07-2019 11: 00 Hrs
Clarification Start Date 11-07-2019 14 : 00 Hrs
Clarification End Date 18-07-2019 14 : 00 Hrs
Pre bid meeting Date 19-07-2019 11 : 30 Hrs Onwards
Bid Submission Start Date (Online) 22-07-2019 11 : 00 Hrs
Bid Submission End Date (Online) 08-08-2019 14 : 00 Hrs
Bid Opening Date-Technical (Online) 09-08-2019 14 : 00 Hrs Onwards
Bid Opening Date-Financial (Online) Will be intimated Later
Bid Validity 180 Days Note :
1) The above mentioned Date & Time will be strictly adhered to.
2) In case the date of opening of the Tender happens to be a holiday,
then, the Tender bids will be opened on the next working day at the
same time.
3) The Venue for Pre-Bid Meeting, shall be at our “C-DoT Campus,
Electronics City, Phase-I, Hosur Road, Bangalore–560100”.
4) Any change in the above schedule shall be updated at our Website
only.
5) Any Pre-Bid Clarifications/Amendments to the Tender Specifications/
Date of Opening, Corrigendum, etc., will be uploaded only on our
Website: www.cdot.in. & on CPP Portal https://
eprocure.gov.in/eprocure/app
6) The Bidders are advised to check the Website before submitting the
Tender.
This Tender document contains “28” pages including Annexures.
Website : CPP Portal https://eprocure.gov.in/eprocure/app www.cdot.in
Email : [email protected]
C-DoT GST No. Bangalore–29AAATC3895K1Z7 & Delhi–07AAATC3895K1ZD
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 2
TENDER INVITATION FOR OPERATION AND MAINTENANCE OF
“SEWAGE TREATMENT PLANT”(STP)
TENDER REF.No. CDOTB/TENDER/2019-22/004B
Details of Tender Fee, EMD, Security Deposit/Bank Guarantee
Details Amount (Rs.)
Tender Fee Rs.1050/- (Rupees One Thousand Fifty only),
inclusive of GST@5%
EMD Rs.2,500/- (Rupees Two Thousand & Five
Hundred only)
Security Deposit /
Performance Bank Guarantee
Rs.20,000/- (Rupees Twenty Thousand only)
Note :
1) Tender Fee& EMD - The cost of the “Tender Fee” towards Tender Document & EMD amount has to be paid through NEFT as per the Bankers details below :
Centre for Development of Telematics CANARA BANK
ELECTRONIC CITY BRANCH PLOT NO.VI-R22, PHASE -I,
TATA BP SOLAR ROAD, ELECTRONIC CITY BANGALORE-560 100
A/C NO. 3006101000617 IFSC : CNRB0003006 MICR : 560015148
2) EMD is exempted in case of Government Bodies/PSUs & SSI
organizations/SME/MSME (on production of relevant proof only).
3) Security Deposit/Performance Bank Guarantee (Should be submitted by
the successful Contractor after award of Contract within 15 days).
4) “Acceptance of Contract” should be communicated within 15 days from
the date of award of contract
5) Tender Acceptance Letter(TLA) as per Annexure – C to be signed and
uploaded along with the Technical bid.
Website : www.cdot.in Email : [email protected]
C-DoT GST No. Bangalore–29AAATC3895K1Z7 & Delhi–07AAATC3895K1ZD
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 3
TENDER INVITATION for
OPERATION AND MAINTENANCE OF
“SEWAGE TREATMENT PLANT”
TENDER REF.No. CDOTB/TENDER/2019-22/004B
CONTENTS
Sl. No Particulars
1.0. Introduction
2.0. Guidelines for Submission of Offers
3.0. Minimum Criteria for Shortlisting
4.0. Tender Terms and Conditions
5.0. Earnest Money Deposit (EMD)
6.0. Price and Validity
7.0. Duration of the Contract
8.0. Scope of the Overall Service Contract
9.0. Terms and Conditions of the Contract
10.0. Manpower Requirement
11.0. Security Deposit/Performance Bank Guarantee
12.0. Reports
13.0. Penalty Clause
14.0. Payment Schedule and Terms
15.0. Other Terms And Conditions
Annexure–A (Sl.No. I-IV)
Annexure–B: BOQ Template
Annexure–C: Tender Acceptance Letter(TLA)
Annexure–D: Performance Bank Guarantee (PBG) format
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 4
Tender Invitation for
Operation and Maintenance of “Sewage Treatment Plant”
TENDER REF.NO. CDOTB/TENDER/2019-22/004B
1.0 INTRODUCTION
1.1 C-DOT, a Government of India R&D organization, engaged in developing Telematics Technology and Products, invites Tender Bids through
On-line from reputed Contractors for Operation and Maintenance of “Sewage Treatment Plant” in their Campus, located at Electronics City, Phase-I, Hosur Road, Bangalore–560100, as per the terms and
conditions specified in this document.
2.0 GUIDELINES FOR SUBMISSION OF OFFERS
2.1 C-DOT, Bangalore invites e-bids from eligible bidders through e-Procurement CPP portal on TWO BID SYSTEM. Therefore,
separate TECHNICAL and COMMERCIAL/FINANCIAL BIDS are to be submitted on-line as per the following procedure, by the interested Bidders.
2.2 Technical Bid for the above Tender, should consist of the following :
a. Tender fee through NEFT Rs. 1050/- to be made to the following account.
Acknowledgement copy of the details of payment made to be uploaded.
Centre for Development of Telematics CANARA BANK ELECTRONIC CITY
BRANCH PLOT NO.VI-R22, PHASE -I, TATA BP SOLAR ROAD,
ELECTRONIC CITY BANGALORE-560 100 A/C NO. 3006101000617
IFSC : CNRB0003006 MICR : 560015148
b. The EMD amount of Rs. 2,500.00 to be made through NEFT to be made to
the following account. Acknowledgement copy of the details of payment made
to be uploaded.
Bank Details as per the above
c. Documents for Minimum Criteria for Shortlisting as per clause 3
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 5
d. Documents pertaining to Annexure – A(I – IV)
e. ANNEXURE–C – Tender Acceptance Letter(TLA)
f. Acceptance Letter for submission of Security Deposit/Bank Guarantee for
Rs. 20,000.00 in the event the Contract is awarded.
2.3 Commercial Bid for Operation and Maintenance of Sewage Treatment Plant/2019-2022/004B”, should consist of:
a) Commercial/Financial Bid duly filled as per the BOQ.
2.4 The Technical Bids shall be opened first and shall be evaluated
technically. The Commercial Bid of the technically accepted Bidders shall be opened, the date of which shall be notified to the technically qualified Bidders.
2.5 LAST DATE & TIME OF RECEIPT OF COMPLETED TENDERS:
Tenderers must ensure that Bid/Offer is uploaded on the CPP Portal well within time so as to reach C-DOT, Bangalore before the set deadline/time & date. (for Date & Time, Please refer Page-1).
2.6 Tender Bid should be addressed to :
The Purchase Department Centre for Development of Telematics Electronics City, Phase-I, Hosur Road, Bangalore–560100.
2.7 DATE and TIME OF TECHNICAL BID OPENING: For Date & Time, Please refer Page-1.
2.8 Commercial Bid Opening: The date will be intimated subsequently to only
technically qualified Bidders. a) EMD may be exempted in case of Government bodies/PSUs & SSI
organizations/SME/MSME (who are exempted from payment of
EMD) on production of relevant proof only.
2.9 Tender Bid should be submitted through on-line only. a) Manual submission of the Bids are not accepted.
2.10 A Pre-Bid meeting would be conducted at C-DOT Bangalore (for Date &
Time, Please refer Page-1).
a) All queries to be raised in the Pre-Bid meeting, shall reach C-DOT
through e-mail only as per the details mentioned on Page-1. b) No query shall be entertained after the above said date and time. c) A maximum of 02 Authorized representatives shall be allowed to
attend the Pre-Bid meeting. d) In the event of no such clarification sought, it will be deemed that
the Bidders have understood the parameter / requirement indicated
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 6
/ enunciated / described completely and are complying with the
same at the time of submission of the Tender. The Bidders may also note that no request for clarifications will be entertained after the above date. The replies to Pre-Bid queries shall be uploaded on our
website & CPP portal within five working days from the date of the Pre-Bid meeting.
2.11 Bidders are requested to study the terms and conditions of the Tender carefully and then submit their Tenders accordingly. Any Bid received
against this Tender and any contract resulting from this Tender shall be governed by the terms and conditions indicated in the Tender document and the Bidder quoting against this Tender shall be deemed to have
read, understood and accepted the same.
2.12 Each page of the offer should bear the signature, name and title of the person signing the offer with date and rubber stamp of the Bidder.
2.13 Tender document is not transferable.
2.14 Bids, which do not comply with the conditions laid down in the Tender document, are liable to be rejected. No counter terms and conditions shall be entertained.
2.15 The scope of services proposed should not be altered and if found altered, the Tender Bid shall be rejected.
2.16 Any family member/s of C-DOT staff is/are not eligible to participate in
the Tender.
2.17 The Technical Bids will be opened initially and the Commercial Bid(s) of
those contractors found to be professionally/technically suitable by a duly constituted Technical Evaluation Committee will only be opened
subsequently. The decision of the Technical Evaluation Committee in this regard will be final. a) The Technical Evaluation Committee, as part of evaluation
process shall visit the Office of the Contractor to assess the infrastructure and also the clients’ offices/facilities to have first hand information on the services rendered, if felt necessary.
b) The date of the Commercial Bid opening will be intimated to the eligible Bidders in advance through e-Portal only,
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 7
2.18 The feedback of the clients of the Tenderer will also be an important
factor to technically shortlist a Contractor/firm/company.
2.19 Canvassing in connection with tenders is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable to rejection.
3.0 MINIMUM CRITERIA FOR SHORTLISTING
3.1 The Contractor/Firm should be registered under Companies Act / Registrar of Firms/ or similar authority. The Contractor should have exposure in the similar nature of jobs of Pollution Control measures
(Maintenance and Control of STP-MBBR technology) and should have thorough knowledge of all related Environmental Legislation/Rules/ Acts etc. pertaining to Air Act, Water Act of KSPCB/CPCB/MOEF/ Regulatory
bodies and liaising with the same.
3.2 The Contractor should have minimum of Three years experience and have atleast two similar type of contracts in other organizations (one shall be in a Government Organisation) and one such contract should be
in Bangalore.
3.3 The Contractor’s annual turnover arising out of Operation and
Maintenance of “Sewage Treatment Plant” should be atleast Rs.6,00,000/- (Rupees Six Lakhs only) per annum for the last three years.
3.4 The Contractor should hold valid license issued by appropriate statutory
authorities for carrying out such contracts.
3.5 The Contractor should have their office at Bangalore.
3.6 Details listed above (from 3.1 to 3.5) should be separately enclosed
with the Technical Bid along with Contractor details as laid out in “Annexure-A”.
4.0 TENDER TERMS AND CONDITIONS
4.1 Bidders should Pay Tender Fee through NEFT as per the bankers details provided (for details, Please refer Page-2) and the details of
remittance to be uploaded along with the Technical Bid. a) Bids without Tender Fee shall be outright rejected. b) There is no exemption from payment of the Tender fee.
c) The Tender fee is non-refundable.
4.2 C-DOT reserves the right to reject/accept any or all the Tender(s) without assigning any reason whatsoever. The decision of C-DOT shall be final and non-questionable.
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 8
4.3 C-DOT reserves the right to award the contract to deserving parties either in full or in parts. The decision of C-DOT shall be final and
binding.
4.4 C-DOT alone reserves the right to terminate the contract without
assigning any reason whatsoever after giving three months’ advance notice to the Contractor.
4.5 Bids should be complete in all respects and incomplete Bids shall be summarily rejected.
4.6 Any falsification/suppression of information could lead to the disqualification of the Bidder.
4.7 Bidders are advised to read and understand all the technical and financial implications of all the terms and conditions of the Bid,
understand the magnitude of the job involved before submitting their Bid.
4.8 Bidders may also visit the C-DOT Campus during office hours on all working days in case of any details required pertaining to this Contract, with prior appointment. (@ Office of the Chief Admin. Officer on Tel
No.+91-80-25119618).
4.9 Where the Bidder makes counter terms and conditions of business, the
Tender shall not be deemed responsive, unless C-DOT in its discretion, may give specific written acceptance thereof.
4.10 The successful Bidder shall commence the services within fifteen days from the receipt of the award of the contract or from the date indicated
by C-DOT during the award of contract.
4.11 In case of additional services of similar nature required during the contract period, the same has to be provided at the contracted rates only. Similarly C-DOT reserves the right to curtail the requirement, if
necessary.
4.12 The payments to the successful Bidders are subject to all statutory
deductions, e.g. deduction of Income Tax at source as are applicable at the time of payment.
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 9
4.13 The contract shall be governed by C-DOT's Terms & Conditions of Tender
document and as per the terms of the contract awarded to the Contractors. In case of any discrepancy in between the above, the latter document shall prevail.
4.14 The awarded Contractor or their authorized representative has to attend
a meeting, as and when required by C-DOT.
4.15 Prices quoted shall be inclusive of all charges applicable for services at
C-DOT premises in clear terms and excluding statutory levies and taxes which should be clearly specified. As per the BOQ format in Annexure-B.
4.16 The Tender submitted should be valid for acceptance by C-DOT for a minimum period of six months from the closing date of the Tender.
4.17 The bill raised to C-DOT after rendering the services shall be subject to
statutory levies like GST, TDS, etc.
4.18 L1 Tenderer will be decided as per the total value of the overall
contract on per month basis as per BOQ inclusive of consumables per occasion. (Annexure-B).
5.0 EARNEST MONEY DEPOSIT (EMD)
5.1 Bidder shall submit an EMD (for details, Please refer Page-2).
a) Provide the NEFT details as per the format document in Annexure AII.
b) This amount shall be returned interest free to the unsuccessful
Bidders, after the Contract is finalized.
5.2 The EMD is payable by all categories of Bidders Only Government bodies/MSME/PSU’s & SSI organizations (who are exempted from payment of EMD) are exempted from payment of EMD on production of
relevant proof.
5.3 Bids without EMD shall be treated as invalid and rejected.
5.4 EMD shall be returned interest free in case of successful Bidder, on
receipt of Security Deposit/Performance Bank Guarantee. (Refer Section 11.0 for details).
5.5
The Security Deposit/Performance Bank Guarantee should be submitted within 15 days of acceptance of the contract.
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 10
5.6 The EMD amount shall be forfeited to C-DOT in the following cases:
a) The Commercial Bid received against this Tender shall be governed by the terms and conditions indicated in the Tender document. If, after submission of the Commercial Bid, the
Bidder fails to honor the contract awarded, not able to provide the services, or causes any delay or refuses to comply with any/all of the terms and conditions of the Tender.
b) If the Bidder withdraws or alters the offer during the validity period of the financial Bid.
c) If the successful Bidder fails to commence the service/supply, in
accordance with the terms and conditions of the contract. d) If the successful Bidder fails to submit the Security Deposit/Bank
Guarantee within the stipulated time. This shall also warrant closure or termination of contract.
e) If any information furnished is found to be incorrect.
5.7 Any unexcused delay in providing services shall not only warrant forfeiture of EMD amount but also closure/ termination of the contract
for default, entailing liability for compensation to C-DOT.
6.0 PRICE AND VALIDITY
6.1 The Rate must be quoted as detailed in “Annexure-B” covering the entire activity as per the scope of the contract. RATES SHOULD BE INCLUSIVE
OF ALL CHARGES WHATEVER IS APPLICABLE VIZ. MINIMUM WAGES, PF, ESI, BONUS (as per Central Govt. Minimum Wages) and OTHER STATUTORY LEVIES. The Minimum wages payable by the Contractor
shall be as per the rates applicable for the respective indicated manpower categories. The rates agreed upon shall remain same throughout the period of contract. As and when there is a revision in
Minimum Wages, duly notified by the Govt. of India, the rates will be revised accordingly. However, any changes as and when notified, will be considered only on submission of documentary evidence. No other
increase will be granted other than the applicable statutory increases.
6.2 The discount, if any, should be straight and simple. No, conditional
discount will be given weightage for comparison purpose. However, C-DOT may avail it to its benefit.
6.3 Offer quoted should be valid minimum for a period of SIX MONTHS from the date of opening of Technical Bid.
7.0 DURATION OF THE CONTRACT
7.1 The Contract will be valid for a period of Twenty Nine months w.e.f
01/11/2019. However, in order to evaluate the performance and services of the Contractor, the contract will cover a probationary period of six months. Only after the services are found to be satisfactory during
the probationary period, the contract will be confirmed for a further period of Twenty Three months under the same terms and conditions.
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 11
7.2 Operation and Maintenance of “Sewage Treatment Plant” services are
required on all Working days and Saturdays between 8.30 a.m. to 5.00 p.m. NOTE: Services on Sundays and Holidays shall not be required.
Whereas, the holidays declared shall be at the discretion of C-DOT and shall be informed to the concerned as & when it is declared.
8.0 SCOPE OF THE OVERALL SERVICE CONTRACT
8.1 Contract for Operation & Maintenance of Sewage Treatment Plant having
Capacity 40 KLD, (MBBR Technology) at C-DOT, Bangalore.
8.2 PROCESS DESCRIPTION: a) The STP installation was done at C-DOT, Bangalore during June
2016.
b) We have adapted latest Biological treatment process. c) The sewage is taken through bar screen for removal of course
materials to equalization tank. Equalisation tank is equipped with
course bubble diffusers for supplying air for mixing and to avoid septic conditions of waste water.
d) The equalised homogeneous waste water is then pumped to
MOVING BED BIO REACTORS (MBBR) which are having Fine Bubble Diffusers and specially designed Bio-media with more surface area for biological growth.
e) The media provides the three-dimensional liquid distribution and ensures excellent gas liquid distribution within the reactor, thus enhancing the efficiency of the treatment. Here the oxygen
required for growth of microorganism is provided through the Fine Bubble Diffusers which are connected to the air blower.
f) The excess Bio solids formed in the Biological process is separated
in TUBE SETTLER TANK, where the sludge settles in the bottom and the clear overflow will be collected in the treated water tank.
It is pumped to the Pressure Sand Filter and AC Filter for removing the suspended impurities, colour and odor. Then Hypochlorite solution is dosed to kill the pathogenic
microorganisms and then stored in the treated water tank. Treated water stored can be used according to the client’s need.
g) The sludge settled at the bottom of the Tube settler tank will be
recycled partly to aeration tank to maintain the M.L.S.S and the excess solids shall be filtered in sludge drying beds. The filtrate will flow by gravity to effluent collection sump.
h) The wet filter cake shall be dried and used as manure. The treated sewage effluent confirming to the stipulated standards set by KSPCB shall be utilized extensively for gardening purposes.
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 12
8.3 The following works to be carried out at “STP 40 KLD Plant” at C-DOT
Campus, on a regular basis as mentioned below: a) Check the compressor every one hour for pressure meter
reading, oil level, filters block, etc. (Oil to be replaced once in 3
months). b) Compressor pressure in all the connected tanks to be checked. c) All electrical connections to be checked once in 15 days.
d) Cleaning and removal of Sludge on a daily basis and pumping to dry bed.
e) Preventive maintenance of all the equipment like blowers,
motors, gear pumps, valves etc., and changing oil in pumps/gear boxes, etc., once in 15 days.
f) Everyday, treated water to be pumped to overhead tank for horticulture purpose.
g) All worn out glands to be changed for pumps as and when
required. h) PH value to be checked at plant every day by using PH strips. i) The Chemicals to be regularly used for to get quality water for
our plants, shall be stored at the facility. j) Cleaning of STP Bar Screen Chamber and Sludge to be
removed from the main Chamber and disposed safely to the
dumping yard after processing in drying heeds/filter press, within the campus.
k) Maintenance of Manual operating pumps.
l) Cleaning Foot valve of all pumps as and when required. m) Cleaning Mesh of MBBR Tanks. n) Maintain MLSS in MBBR Tank upto 40%, check by using
measuring Cylinder. Return sludge using sludge pump if not maintained.
o) Excess sludge pump to SDB by operating valves, dry sludge
can use as manure for garden. p) Back wash, Rinse- PSF, ACF Filters as and when required. q) Maintain Hypo chemical solution level in chemical dosing tank
as and when required. r) STP Plant area to be kept clean by maintaining it every day. s) Maintain Log book of STP and record minor, major break
downs in log book.
8.4 A Certificate for the quality of treated water shall be provided every month from any KPSCB approved labs.
8.5 Name and detailed description of chemicals to be used for treatment required and their specification to be provided as and when required on demand.
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 13
8.6 The treated wastewater should comply with the standards given in
consent order by KSPCB/CPCB/PCB /IS Standards with (not limited to) following parameters:
# Parameters Protocol Units Standard Limit
a) pH Value IS 3025 (PART 11) 2012, Electronic Method
pH 6.5 to 9.0
b) Total Suspended Solids
IS 3025 (Part 17) 2012, MFA Gravimetric Method
mg/L <50
c) BOD (3 DAYS @ 27OC) IS 3025 (Part 44) 2014, Wrinkler Method
mg/L 20
d) COD IS 3025 (Part 58) 2012, Open Reflux Method
mg/L 250.0
8.7 The Contractor should submit the Preventive maintenance schedule for C-DoT’s approval and its implementation.
8.8 Attending to all kinds of breakdown calls. All associated miscellaneous work related to STP as and when required.
8.9 In addition to all of the above, liasoning work to be carried out with the
State Pollution Board and other statutory agencies as and when required and assigned.
8.10 It may be clearly understood that the C-DOT makes re-use of treated effluent. The water after above treatment shall go for gardening
purposes. Hence, it is imperative that the contractor ensures that the effluent is of desired quality.
8.11 Any other work related to STP, assigned from time to time.
9.0 TERMS AND CONDITIONS OF THE CONTRACT
9.1 The successful Contractor should commence the services within “15 days” from the receipt of the award of contract or from the date as decided by C-DOT and this will be binding on the Contractor.
9.2 The contractor should provide the requisite particulars of all personnel proposed to be posted at our Centre in advance and only on approval
from C-DOT representative, they can be posted.
9.3 The Contractor shall ensure compliance of all laws relating to providing the services to our Centre.
9.4 The STP personnel will be first shortlisted by the Contractor as per the Tender requirement. The shortlisted candidate will be approved by C-
DOT officials before deployment. Immediate replacement has to be provided in case of any rejection.
9.5 The STP Personnel shall perform eight hours of duty in a day.
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 14
9.6 The Contractor is responsible for
a) Issuing Identity cards, Uniforms, Mask, Shoes & Safety kits required for the job.
b) Providing all Tools & Tackles as required for proper functioning of
STP. c) Providing all the materials, screen bar, spare parts, consumables
such as oil, grease, etc.
9.7 The Contractor should provide his personnel with mobile phones.
9.8 The Contractor should depute his Field Officer to visit our Campus to
carry out periodical checks of the Plant as well as the performance of the personnel posted.
9.9 The Contractor will solely be responsible for conduct and behaviour of his personnel and any loss or damage to the Centre’s property due to the conduct of his personnel shall be made good by the Contractor.
9.10 In the event of theft, pilferage or damage to the Centre’s property by
the personnel posted by the Contractor, the Contractor should make good all the losses and replace the personnel immediately.
9.11 The Contractor shall not appoint any sub-contractor to carry out his obligations under the contract. If it is found that the job has been sub-contracted, the Contract shall be terminated with immediate effect with
forfeiture of the Security Deposit/Bank Guarantee.
9.12 The Contractor shall ensure that the laid down assignments are carried out by the personnel posted by him.
9.13 In case of additional Manpower / services required during the contract period, the Contractor shall provide the same at the contract rates only.
No increase in the rates will be entertained during the pendency of contract. Similarly, C-DOT reserves the right to curtail the manpower/services on pro-rata basis, if necessary.
9.14 In the event of any query, objection, delay or dispute with regard to any bill or a part thereof, the Contractor shall not be entitled to any interest
to be paid by the Centre for late payment.
9.15 The Contractor and his personnel should strictly follow the Security Manual of C-DOT to the extent it is applicable.
9.16 Contractor should maintain Attendance register. The registers maintained should be free from overwriting/alterations, etc. The same should be produced for verification as and when required. The STP
personnel also may be asked to enter their attendance through biometric system provided at the specified entry point.
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 15
9.17 The STP Personnel posted in C-DOT should be adept in using/handling
the STP plant/equipment, etc., provided by C-DOT.
9.18 In the event of an accident to the deployed staff while discharging their duties at C-DOT premises, C-DOT will not be held responsible for the same. Contractor will therefore be solely liable for treating his staff
medically, payment of compensation if any, etc.
9.19 Contractor should replace immediately such personnel who do not
perform their duties effectively and those who commit acts of indiscipline.
9.20 If at any stage, the performance of any of the STP personnel is found unsatisfactory, C-DOT reserves the right to seek his replacement.
Additional manpower has to be provided by the Contractor within 24 hours.
9.21 In case the STP personnel posted is on leave or absent, the Contractor should ensure to provide replacement immediately, for continuation of
STP operations.
9.22 C-DOT campus is a tobacco free premises. Smoking of Cigarette, Beedi,
etc., or chewing of gutka, paan, tobacco and consuming alcohol is strictly prohibited. No STP personnel posted by your Contractor in our Campus should have this habit. Any STP Personnel violating this rule
shall be removed immediately by C-DOT.
9.23 The Contractor/firm shall be responsible to abide by legal and labour provisions prescribed by the Government of India which shall include Income tax, Insurance, Accident, ESI, PF, Minimum Wages, Contract
Labour R&A Act, etc. The Contractor shall ensure PF/ESI contributions deposited every month for each employee and statement of compliance submitted to C-DOT. Any change in the Minimum Wages shall be paid
extra as and when announced by the Govt. Corresponding benefits shall also be computed accordingly. The same shall be paid to the Contractor only after providing proof of payment of the same by the Contractor.
9.24 The Contractor/his authorized representative should be accessible 24/7
over the phone (hence should share with C-DOT the contact telephone/mobile number) enabling C-DOT to contact them at any time.
9.25 The quality of STP personnel will be assessed through the clients and information received from the feedback system. A profile of the personnel that is required for information has to be : Bio–data with Photo, copy of Certificates, ID/Address Proof.
9.26 The Contractor shall depute their Environment Engineer on regular visits to provide guidance for improvement of performance of STP plant.
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 16
9.27 The Contractor will be responsible for timely payment of wages as per
rules to his personnel with submission of proof of payment with copies of salary slips. The wages/salaries to the personnel should be paid to their respective bank accounts. For this purpose the bank accounts of the
personnel shall be opened in Canara Bank, Electronics City Branch.
10.0 MANPOWER REQUIREMENT
10.1 Our Manpower requirement is as follows: Post No.(s) required Preferred Age group
STP Operator (Semi-Skilled)
01 25-45 Years
Note: The number of personnel may be increased as per the requirement at
the discretion of C-DOT.
10.2 Qualification for STP Operator (Semi-Skilled): a) Minimum 3 year experience in Operation & Maintenance of STP
(MBBR Technology), preferable. b) If the STP Operator is not experienced in MBBR Technology, then
the Contractor should ensure that he is trained before posting him
at our Campus. c) Should have atleast studied SSLC.
Note: Submission of Bio-Data in the prescribed format and
documentary proof, Government issued ID/Address proof
(Aadhaar/Voter ID/Ration Card/Driving License etc.,) of the personnel,
posted is mandatory.
10.3 Should be able to independently handle all the STP requirements.
10.4 Should be able to handle all the work effectively, interact with the
authorized personnel of C-DOT, handle maintenance of records/ paperwork, attend to telephone calls, carry out all work with respect to the STP and liaise with the concerned authorities, etc.
10.5 Should be responsible to maintain inventory and submit periodical
reports on the various works being carried out.
10.6 Maintain all statutory records.
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 17
11.0 SECURITY DEPOSIT/ PERFORMANCE BANK GUARANTEE
11.1 In order that the Contractor fulfils the obligations under the terms of the contract, he shall provide C-DOT a “Security Deposit” by way of DD (for details, Please refer Page-2), within 15 days from the date of award
of the contract. This will be returned interest free three months after the successful completion of the contract or further renewals thereupon. OR
In order that the Contractor fulfils the obligations under the terms of the Contract, he shall provide C-DOT with the “Bank Guarantee” (for details, Please refer Page-2), from any Nationalized/Scheduled Bank,
in the prescribed format. The above Bank Guarantee should be submitted within 02 days from the date of award of contract and should be valid for over three months after the expiry of contract period.
11.2 C-DOT will be free to en-cash the Bank Guarantee/Security Deposit in
the event of any failure on the part of the Contractor to meet his obligation under the contract or in the event of any demand by the concerned Statutory Authorities for dues from the Contractor at its sole
discretion.
12.0 REPORTS
12.1 Weekly and monthly report in the prescribed format on the assignment carried out or any other report sought from time to time should be submitted to the C-DOT Representative.
13.0 PENALTY CLAUSE
13.1 All contractual obligations will be strictly enforced. Deductions will be made for poor services like a) Shortage of Personnel during any shift.
b) Refusal to perform the duty assigned. c) Misbehavior/Act of indiscipline by the contract staff. d) Omission/Failure to answer complaints within reasonable time.
e) Willful omission in carrying out responsibility resulting in loss/ damage of C-DOT Asset – amount equivalent to double the value of
loss (value as fixed by C-DOT Representative). f) Repair or damage caused to C-DOT asset due to your Personnel’s
negligence – cost equivalent to acquisition of the asset.
g) Any other issue/shortcomings/lapse other than the above as occasion demands as decided by the C-DOT Representative.
13.2 The decision of the C-DOT Representative will be final with respect to the extent of penalties being levied.
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 18
14.0 PAYMENT SCHEDULE & TERMS
14.1 The Contractor should ensure that the Salary/Wages and other
emoluments due as per Labour Laws are paid to the personnel deployed at C-DOT by 7th of the month for the services rendered by the personnel during the previous month.
14.2 The Contractor shall submit the claim for the services rendered showing
distinctly the charges payable, number of Manpower employed. The bill should be accompanied by the proof of payment of PF and ESI subscription of all the eligible personnel posted at C-DOT. A list of
personnel along with their PF and ESI Nos. should also be submitted along with the bill.
14.3 The Contractor shall submit the Bill for Consumables delivered along with the Delivery Challan with C-DoT Security inward entry on it.
14.4 Payment shall be made against bills submitted by the Contractor during first week of every month for their services rendered during the previous
month. Payment shall be released within fifteen days of submission of bill and satisfactory completion of job, which is to be certified by the C-DOT Representative.
14.5 No advance payment will be made to the Contractor.
14.6 Please mention your GST Number & your Bank details on all the bills. Simultaneously also mention C-DoT's GST Number, on all the Bills.
14.7 Income Tax shall be deducted at source as per rules in force from time to time, as applicable.
14.8 Subsidized food coupons are available at our Canteen. In case your
personnel utilizes the canteen facility, then appropriate deductions will be made in the bill.
14.9 In the event of any query, objection, delay or dispute with regard to any bill or a part thereof, the Contractor will not be entitled to any interest to be paid by C-DOT for late payment.
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 19
15.0 OTHER TERMS AND CONDITIONS
15.1 The successful bidder shall provide an “Acceptance of Contract” on Letter
Head within 15 days from the date of award of the contract.
15.2 The Performance of the Contractor will be reviewed on a monthly basis by
the concerned C-DOT official. Where the performance is below the standard expected or where damages to C-DOT property caused by/at the instance of Contractor’s staff or logbook where materials agreed to be
brought by the Contractor as per the requirements are not provided, then appropriate deductions will be made as per the assessment made by the official concerned shall be final and binding. No further representation will
be entertained by C-DOT.
15.3 In case any Dispute, the following process shall be followed:
a) Any dispute, difference or disagreement between C-DOT and the Contractor concerning the existence, validity, interpretation, performance, termination or breach under this Contract, shall be
amicably resolved in good faith. b) Failing which, the matter shall be referred for settlement by
Arbitration in accordance with provisions of Indian Arbitration &
Conciliation Act, 1996, as amended from time to time. c) Either Party may refer the dispute to the Sole Arbitrator, to be
nominated by the Executive Director, C-DOT.
d) The language of Arbitration proceedings shall be English only. e) The venue and jurisdiction of the Arbitration shall be in Bangalore
only.
f) The Arbitration award shall be final and binding on both the Parties.
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 20
TENDER REF.No.CDOT/CAMPUS/TENDER/STP/2019-2022/004B
ANNEXURE–A I “TENDER FEE”- NEFT Details
Bank Reference no DATE BANK NAME / ADDRESS AMOUNT (RS.)
ANNEXURE–A
II “EMD” – NEFT Details
Bank Reference no. DATE BANK NAME / ADDRESS AMOUNT (RS.)
If the NEFT amount submitted is not in accordance with the prescribed
Tender Fee and EMD amount, C-DOT shall be free to reject the bid. Or
I hereby certify that I have enclosed the “Exemption Certificate”, as per the
Terms and Conditions of the Tender document in the Technical Bid.
Date : ______________ Signature _____________________
Place :______________ Name _____________________ Designation ___________________
Seal of the Company / Contractor
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 21
TENDER REF.No.CDOTB/TENDER/2019-2022/004B
ANNEXURE–A
III “COMPANY/CONTRACTOR DETAILS”
1.0 PROFILE OF THE COMPANY/CONTRACTOR
1.1 Name of the Company/Firm and Registered
Address & Registration details
1.2 Legal Status
Individual/Proprietary Firm/Partnership
Firm/Private Ltd. Co./Others (specify)
(Enclose the Registration documents)
1.3 Name of the Individual/Partners/Directors,
Address Designation & Occupation
1.4 Nature of any other business carried out by
your company
1.5 If there are branches or sister concerns,
furnish names & locations.
1.6 Mention the annual turn-over of the
Contractor w.r.t STP
2016-17 - Rs.
2017-18 - Rs.
2018-19 - Rs.
1.7 Your Banker's Name and address
1.8 No. of years’ experience of your
Contractor/Company in providing STP
Maintenance & allied services only.
1.9 No. of employees on the rolls of your
Contractor/Company w.r.t STP
(Enclose the details)
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 22
2.0 STATUTORY DETAILS
2.1 Registration copy
2.2 Are you Registered under the following:
Employees State Insurance Act 1948
Provident Fund & Miscellaneous
Provision Act 1952
Central Labour Authorities
PAN & GST
(Enclose copies)
YES / NO
YES / NO
YES / NO
YES / NO
2.3 Specify whether there are any issues/
disputes against your Firm/Contractor
before Labour Commissioner, Provident
Fund, Commissioner ESI, Income Tax
Authorities, Labour Tribunal Authorities,
etc.,
YES / NO
2.4 Specify whether at any point in time your
Contractor/firm/Company was banned or
de-listed by any Government or quasi
Government agencies or PSUs.
YES / NO
3.0 INFRASTRUCTURE
3.1 Furnish details of infrastructure maintained
by your Company for providing STP & Allied
Services.
3.2 Email IDs of the Office in Bangalore
3.3 Details of contact persons in your Office
with Mobile phone numbers
4.0 WELFARE MEASURES
4.1 Is any transport facility provided to your
staff?
4.2 Any other Welfare measure provided in
addition to the above?
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 23
5.0 GENERAL
5.1 Who are the major Corporate clients of your
Company / Contractor to whom STP & Allied
Services are provided? Furnish Name &
Mobile/Telephone Nos. of the Officers.
a. Existing contracts with locations &
Annual value
b. Existing Contract with any Company
located at Bangalore only.
c. Served over 3 years
(Furnish the information in a separate sheet
of paper with details of the value of contract
duly signed by the authorized signatory and
enclose copy of the contracts)
5.2 Furnish any other information with
supporting documents which may help C-
DOT in assessing your Company’s /
Contractor’s capabilities.
NOTE : Information sought above may be given in separate sheets, if the space
provided above is not enough. Enclose all supporting documents substantiating
the above statements.
Date : ______________ Signature _____________________
Place :______________ Name _____________________
Designation ___________________
Seal of the Company / Contractor
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 24
TENDER REF.No.CDOTB/TENDER/2019-2022/004B
ANNEXURE–A IV “CERTIFICATE”
I/We hereby certify that I have studied all the terms and conditions of the Tender
document, understood the same and hereby accept the same and signing this
document as an authorized signatory in the capacity of ____________________.
I/We certify that our Company/Contractor has not been blacklisted/ debarred from
doing business by any customer organization (including Govt.) during the last
three financial years.
I/We have no objection to C-DOT verifying any or all the information furnished in
this document with the concerned authorities, if necessary. If at any stage the
information furnished is found to be incorrect, C-DOT shall be free to take
appropriate legal action against us including but not limited to termination of
contract and forfeiture of security deposit.
I/We hereby confirm we will provide the services as per the terms and conditions
of the contract awarded, failing which C-DOT will be free to make alternate
arrangements at our risk and cost. We also confirm that in case of unsatisfactory
services, C-DOT has the right to take any legal course of action against us.
I/We agree to provide services as per the rates quoted by us.
Date :______________ Signature _____________________
Place :______________ Name ____________________
Designation ___________________
Seal of the Company / Contractor
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 25
ANNEXURE B
1 Providing of Operator for Sewage Treatment Plant(STP)
1.01 Providing of Operator for Sewage Treatment Plant(STP) STP Operator (Semi-Skilled) Basic Wages + VDA ESI EPF Bonus, if applicable Other Salary/Wage Components (specify) Service Charges
1.000 per month
1.02 A Certificate for the quality of treated water shall be provided every month from any KPSCB approved labs.
1.000 per month
2 Rates to be quoted for “CONSUMABLES” per occassion (The rate quoted is inclusive of Transport charges, to be delivered at our Campus)
2.01 Sodium HypoChlorite (NaOCl) 1.000 per kg
2.02 Urea DAP 1.000 per kg
2.03 Alum 1.000 per kg
2.04 SP T20 Gear Oil 1.000 per litre
2.05 PH Value Strips 1.000 nos
2.06 V Belt 1.000 nos
2.07 Gloves 1.000 nos
2.08 Mask 1.000 nos
TENDER REF.No. CDOTB/TENDER/2019-22/004B
I “COMMERCIAL BID”
RATES TO BE FILLED IN BOQ ONLY(Item Rate Template)
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 26
ANNEXURE-C
Tender Acceptance Letter
Date:
To,
______________________
______________________
______________________
______________________
______________________
Sub: Acceptance of Terms & Conditions of Tender.
Tender Reference No: CDOTB/TENDER/2019-22/004B
Name of Tender / Work: -
_________________________________________________________________________________________
_______________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________ Dear Sir,
1. I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’ from the
web site(s) namely:
____________________________________________________________________________________
____________________________________________________________________________________
as per your advertisement, given in the above mentioned website(s).
2. I / We hereby certify that I / we have read the entire terms and conditions of the tender documents from Page
No. _______ to ______ (including all documents like annexure(s), schedule(s), etc .,), which form part of the
contract agreement and I / we shall abide hereby by the terms / conditions / clauses contained therein.
3. The corrigendum(s) issued from time to time by your department/ organisation too have also been taken into
consideration, while submitting this acceptance letter.
4. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s) /
corrigendum(s) in its totality / entirety.
5. I / We do hereby declare that our Firm has not been blacklisted/ debarred by any Govt. Department/Public
sector undertaking.
6. I / We certify that all information furnished by the our Firm is true & correct and in the event that the
information is found to be incorrect/untrue or found violated, then your department/ organisation shall without
giving any notice or reason therefore or summarily reject the bid or terminate the contract, without prejudice to
any other rights or remedy including the forfeiture of the full said earnest money deposit absolutely.
Yours Faithfully,
(Signature of the bidder, with Official Seal)
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 27
ANNEXURE D
PERFORMANCE BANK GUARANTEE
GUARANTEE NO :
AMOUNT :
GUARANTEE COVER FROM : TO :
LAST DATE FOR
LODGEMENT OF CLAIM :
In consideration of the Centre for Development of Telematics having its office at C-DOT Campus,
Electronics City, Phase I, Hosur Road, Bangalore 560 100, hereinafter referred to as the Purchaser
having placed order(s): 1. (Order no and date) 2. (Order no and date), with our constituents
M/s ___________________________ (name of your organization) hereinafter referred to as the
contractor, having their office at (address of your organization) for the supply and installation of
(give brief detail of the order placed) and our constituents having undertaken to guarantee the
faithful performance of the contract during the warranty period as mentioned in the purchase
order(s) referred above, we the (Banker's name and address), do hereby bind ourselves as their
guarantors and undertake to be responsible to the purchasers and their successors and assigns for
payment of all or any sums of money, losses, damage, costs, charges and expenses, that may
become due or payable by the contractor, in the faithful performance of his said obligations and
covenants under the above contract stated therein provided however that the total amount to be so
recovered by the purchaser from us shall not exceed Rs. ____ (Rupees
______________________________) amount of guarantee to be mentioned) payable under the
said Purchase Order. We,____________________ ___________________________ (name and
address of the bank) do hereby unconditionally and irrevocably guarantee payment, without demur
and without recourse to the purchaser of sums upto Rs. _________ (Rupees
_______________________________________) amount of guarantee in Rs.___________ and
words) on the purchasers first demand in writing making claim for payment to the purchaser by
reason of failure on the part of the contractor to fulfill their obligations under the contract.
We hereby agree that lodgment of claim through registered post shall be conclusive evidence of
lodgment of claim.
We further undertake to settle the claim within 30 days of lodgment of claim. This guarantee shall
not be revocable by notice or otherwise and is unconditional and without recourse and our liability
as surety shall not be impaired or discharged, until the contractor has fulfilled all the obligations
under the contract and shall not be affected by any change in the constitution of the purchaser,
Contractor or the bank.
CDOTB/TENDER/2019-22/004B Operation & Maintenance of “STP” Page 28
Notwithstanding anything stated herein above our liability under this guarantee is restricted to
Rs.___________ (Rupees ____________________________________ amount of guarantee) and
shall remain in force till (last date of guarantee) unless a demand or claim under the guarantee is
made on us in writing within one month of the above mentioned date, i.e., before (date one month
from the last date of guarantee cover) all your rights under this guarantee shall be forfeited and we
shall be relieved and discharged of all liability hereunder.
Dated: FOR
Place: (Banker's name)
Address and common seal
**********END OF DOCUMENT***********
Top Related