faridabad thermal power station · faridabad thermal power station (a unit of haryana power...
Post on 22-Mar-2020
8 Views
Preview:
TRANSCRIPT
1
FARIDABAD THERMAL POWER STATION (A Unit of Haryana Power Generation Corporation Limited)
(Regd. Office: C-7, Urja Bhawan, Sector-6, Panchkula) Corporate Identity No. U45207HR1997SGC033517
Website:- www.hpgcl.org.in
(An ISO 9001, 14001 & OHSAS 18001
Certified Company)
TENDER DOCUMENT
FOR
PROVIDING OUTSOURCING SERVICES/ACTIVITIES AT FTPS FARIDABAD-
A. ANNUAL REPAIR & MAINTENANCE WORK RELATING TO CARPENTRY, PLUMBING, ELECTRICIAN
AND MASONRY OF THE SECTOR-23 COLONY, OFFICERS GUEST HOUSE AND ADMIN. BLOCK AT FTPS.
B. ANNUAL RUNNING AND MAINTENANCE OF OFFICERS REST HOUSE
CHIEF ENGINEER/FTPS
FARIDABAD THERMAL POWER STATION, HPGCL, FARIDABAD
TELEPHONE NO. 0129-2232887
FAX NO. 0129-2234277
2
INDEX
Sr. No. Description Page No.
1. Notice Inviting Tender 3-6
2. Information regarding online payments of
tender fee, e-service fee and EMD
(Annexure-A)
7
3. General terms and conditions of contract
(Annexure-B)
8-13
4. Special Terms and conditions (Annexure-C) 14-17
5. Statements of bidders (Annexure-D)
18
6. Instructions to bidder on Electronic Tendering
System (Annexure-E)
19-20
7. Rates of eatables to be served in mess/pantry
of Officers Rest House at Thermal Colony
Faridabad as per Annexure-F
21-23
8. Check list for contractor 24
9. Tripartite Escrow Agreement as per
Annexure-G
25-27
10. Format for making payments to labour in their
“Escrow Account” as per Annexure-H
28
11. Price bid (Part-II)
29
3
FFAARRIIDDAABBAADD TTHHEERRMMAALL PPOOWWEERR SSTTAATTIIOONN (A UNIT OF HARYANA POWER GENERATION CORPORATION LIMITED)
(Regd. Office: C-7, Urja Bhawan, Sector-6, Panchkula) Corporate Identity Number: U45207HR1997SGC033517
ISO: 9001, ISO: 14001 Ph. 0129-2232887 FAX: 0129-2234277 & OHSAS: 18001 Company Website: www.hpgcl.org.in E-mail : deepak.phogat@hpgcl.org.in
ONLINE NOTICE INVITINGTENDER (E-TENDER)
Tender Enquiry No. CM-105/CMD-1578/2017
Description of Item Providing outsourcing services/activities at
FTPS Faridabad-
A. Annual repair & maintenance work
relating to carpentry, plumbing,
electrician and masonry of the Sector-23
Colony, Officers Guest House and
Admin. Block at FTPS.
B. Annual running and maintenance of
officers rest house
Estimated Cost Rs. 15.68 Lakh inclusive of taxes
Completion period 12 months
Start date and time of tender uploading 25.09.2017 at 20.00 Hrs.
Last date for downloading of tender & Bid
Preparation & submission 23.10.2017 at 13:00 Hrs.
Technical Opening (Part-I) 23.10.2017 at 15:30 Hrs.
Tender document Fee (Non-refundable) 1180/-
E-service Fees (Non – refundable) Rs. 1000/-
Earnest Money(refundable) Rs. 31400/- for general contractor &
Rs. 15700/- for labour const. soc.
Firms registered with Director of Industries,
Haryana or registered with National Small
Industries Corporation, Govt. of India are
exempted from depositing the Earnest
Money Deposit
Information for payment (EMD, e-service
fee & tender document fee)
As per Annexure-A
General Terms & Conditions As per Annexure-B
Additional Technical Terms Conditions As per Annexure-C
Statements of bidders As per Annexure-D
Instruction to the bidder for e-tender As per Annexure-E
Rates of eatables to be served in
mess/pantry of Officers Rest House at
Thermal Colony Faridabad
As per annexure-F
Contact Information Executive Engineer/Civil, FTPS, HPGCL,
Faridabad-121001. Mob. No.- 9316479155
1. Pre Qualifying Requirements (PQRs) / Eligibility Conditions for the tenderers:
The tender of only those bidders will be considered who produce documentary proofs,
duly attested by the Public Notary/Self attested, to meet the following requirements:-
2.
A. Statutory Requirement
a) Permanent EPF account no., ESI Registration, PAN Number and GST No.
b) The agency/bidder should have a valid license issued by Labour
Commissioner from Haryana. License under renewal shall be consider for
acceptance of merit and on production of documentary proof on application of
renewal submitted to the Labour Commissioner.
4
B. Experience a. Bidders who are enlisted in appropriate financial class with PWD/CPWD/
HVPNL/M.E.S./IOCL/ Railways or any other Govt. Departments are not
required any work/financial experience
OR
b. The bidders must have successfully executed the similar work in HPGCL/
NTPC/any State Electricity Boards/any PSUs/any Corporations/Central
Govt./State Govt./Semi Govt. or in any Thermal/Hydel Plant during last 5
years ending last day of the month previous to the month in which tender is
invited having minimum order value as under:-
Single order of the value not less than Rs. 12.54 lakh/-
OR
Two orders of the value not less than Rs. 7.84 lakh/-
OR
Three orders of the value not less than Rs. 6.27 lakh/-.
Financial Strength Bidder must average annual turnover in last 3 consecutive financial year ended
prior to the financial year in which the tender is invited shall not be less than Rs.
15.68 lakh (copy of balance sheet/audit result of last three consecutive year should
be attached as proof or certified copy by CA (Charted Accountant) for average
annual turnover).
Note: - The firm should fill statement to bidders as per Annexure-E of General Terms &
Conditions and submit authentic supporting documents for proving its credential.
Original documents may be asked for verification at the time of finalizing the
tender. A certificate to the effect that the bidder is not black listed from any Public
Sector undertakings of Central Govt. / State Govt. / SEBs / Corporations / any
other reputed Thermal / Hydel Plant etc.
Decision of the HPGCL regarding fulfillment of pre qualification requirement
shall be final and binding upon the bidders.
2. Tenders should comprising of two parts i.e. Part-I (Technical Bid) & Part-II (Price
Bid) addressed to Executive Engineer, FTPS, HPGCL, Faridabad.
a) Part–I i.e. technical bid shall comprise of qualifying documents, General
Conditions of contract, Technical Particulars & Credentials in support of
qualifying criteria, detail of Tender documents fee, Earnest money deposited
& e-Service Fee online deposited and deviations if any, will be opened on due
date & time.
b) Part –II shall comprise of price bid only will be opened at a subsequent date
to be fixed by the competent authority only of those bidders who qualifies the
NIT requirements after checking the qualifying criteria & technical discussion
on Tender Part-I.
c) The Service Charges are required to be quoted in %age of the minimum
wages of manpower deployed as notified by Labour Commissioner,
Haryana (excluding the GST & employer share of EPF/ESI) by the firm
in the online price bid. The total amount including GST will be calculated
automatically by the system. 3. Any information regarding tender can be had from the office of XEN/FTPS,
HPGCL, Faridabad (deepak.phogat@hpgcl.org.in) on any working day prior to
last date of submission of tenders. The payment of Tender Document Fee and e-
service Fee can be made online directly through Debit Cards & Internet Banking
Accounts. The payment of Earnest Money can be made by eligible bidders /
contractors online directly through RTGS / NEFT.
4. Before submitting tenders, the instructions may be read carefully regarding
submission of tender. If any bidder finds discrepancies or omissions in the tender
documents or is in doubt as to the true meaning of any part, he shall clarify same
from tender issuing office in writing before the due date of submission of the bid.
5
5. Unless exempted specifically, tenders not accompanied with the prescribed EMD,
Cost of tender & e-Service fee shall be rejected. EMD / Cost of Tender shall be in
the prescribed mode of payment as asked in the NIT otherwise the tender shall be
liable to be rejected.
6. The validity of the tender / offer shall be for 180 days from the date of opening of
the price bid.
7. The details of NIT along with Tender Documents can be seen and downloaded
from the portal https://haryanaeprocurement.gov.in as well as HPGCL website
www.hpgcl.org.in.
8. The rate negotiations could be held up to L3 bidder, if the difference between the
L1 quoted rates and those quoted by L2 and L3 is within 5% of the L1 quoted
rates. In case where the L1 bidder refuses to further reduce his offered price and
the L2 or L3 bidders come forward to offer a price which is better than the price
offered by L1 bidder, the bidder whose price is accepted becomes L1 bidder.
However, in such a situation, the original L1 bidder shall be given one more
opportunity to match the discounted price. In case of acceptance, he would be
treated as L1 bidder.
9. The bids of all such bidders who quotes their service charges less than 2% of the
wages of manpower would be out rightly rejected. In case of tie in the bid price at
the minimum limit i.e. 2% of the wages (for manpower deployed) between 2 or
more bidders, the work would be allotted by means of draw of lots.
10. The work as a whole will be allotted in a single part to the bidder who is overall
lowest in the merit order considering all items of work.
11. The committee nominated by HPGCL shall evaluate all the bids received against
NIT on the parameter indicated under heading qualifying requirement at Sr. No. 1
& 2 above. The decision of the committee shall be final.
12. Issuance of Tender Documents to any party shall not construe that such party is
considered to be qualified.
13. In case due dates of sale / receipt /opening of tender happens to be holiday in
FTPS/HPGCL, the needful will be done on next working day.
14. No deviation shall be allowed. However, in case of deviation of taxes etc., the
same be loaded for comparison purpose.
15. Selection preference of the tendered work may be allowed as per policy of the
State Government to the Industrial Units located in Haryana on the lowest valid
rates if bidder so claim with requisite documentary evidence.
16. The bidders / contractors shall observe the highest standards of ethics during the
submission of tender, procurement and execution of the contract. In case of
evidence of cartel formation by the bidder(s) EMD is liable to be forfeited.
17. The bidder shall bear all costs including bank charges, if any, associated with the
preparation and submission of his bid and the purchaser will in no case be
responsible or liable for those costs, regardless of the conduct or outcome of the
bidding process.
18. Engineer-in-charge reserves the right to cancel the NIT or to change qualifying
requirement or to reject any or all the tenders so received without assigning any
reason.
19. The Site for the work is either available or it shall be made available in the parts in a
manner so as not to hamper the progress of work.
20. Canvassing in connection with tenders is strictly prohibited and the tenders submitted
by the bidder who resort to canvassing will be liable to rejection straight way.
21. All rates shall be quoted on the proper form i.e. price bid proforma supplied as part
of the tender documents on e-tender portal by the Department.
22. On acceptance of the tenders, the name of the authorized representative(s) of the
tenders, who would be responsible for taking instructions from the Engineer-in-
Charge and shall be communicated to the Engineer-in-Charge immediately after the
allotment / start of work.
6
23. The Haryana Power Generation Corporation Limited does not bind itself to accept
the lowest tender and reserves to itself the right to accept the whole or any part of the
tender and the tendered shall be bound to perform the same at the rate quoted in this
tender.
24. No contractor is permitted to tender for the works if any of his near relatives is posted
to deal with day to day duties in the passing of bill etc. and who is working in any
capacity requiring him to give instructions / advice and in particular any office /
official of the Corporation including the member of the Board. Any breach of this
condition by any one shall render him liable to be removed from the list of the
contractors for the Haryana Power Generation Corporation Limited and the work
entrusted to him may be terminated.
NOTE: - By the terms near relatives is meant, wife / husband, parents and grandparents,
children and grand children, brothers and sisters, uncles and cousins and their
corresponding in-laws.
The tendered shall attach with his tender the list of officers and employees of
Haryana Power Generation Corporation Limited related to him.
25. Firm should furnish undertaking regarding blacklisting on NSJP of Rs. 10/- /letter
head stating that firm have not been blacklisted in any Govt./Semi Govt.
organization in any manner.
26. Before submitting the tender the prospective bidder should visit the HPGCL site
and will acquaint himself/themselves with the site condition, nature of terrain, soil
condition, availability of water, asses to the site or any other data which they feel
necessary for execution, may be taken into consideration while quoting rates,
which he requires for successful execution of work, no claim/complaint
whatsoever will be entertained in this respect latter on.
27. The scope in the tender document has been given broader sense and the main
emphasis in the completion of project/work successfully. The bidder will ensure
the successful completion of project/work and no consideration will be given for
any omission in the tender, he shall offer his rates accordingly.
Executive Engineer/FTPS
HPGCL, Faridabad
7
Annexure-A
Information Regarding Online Payment of Tender Document , eService & EMD Fee.
The Bidders can download the tender documents from the Portal:
https://haryanaeprocurement.gov.in.
The Bidders shall have to pay for the Tender documents, EMD Fees & eService Fee online
by using the service of secure electronic payment gateway. The secure electronic payments
gateway is an online interface between contractors and online payment authorization
networks. The Payment for Tender Document Fee and eService Fee can be made by eligible
bidders/ contractors online directly through Debit Cards & Internet Banking Accounts and
the Payment for EMD can be made online directly through RTGS/ NEFT.
NOTE:,
i. EMD/Tender fee submission:- To be submitted atleast 02 days prior to last date
of submission
ii. If the tenders are cancelled or recalled on any grounds, the tender document
fees & e-service fee will not be refunded to the agency.
The bidder can submit their tender documents (Online) as per the dates mentioned in the key
dates:-
Key Dates
Sr.
No. Department Stage Tenderer’s Stage
Start date and
time
Expiry date and
time
1 ------
Downloading of
Tender Documents &
Bid Preparation and
submission
25.09.2017
20:00 Hours
23.10.2017
13:00 Hours
2
Technical Opening
(Part-I)
----
23.10.2017
15.30 Hours
---
3 Short listing of Technical bids
& Opening of Financial Bid
Will be intimated to the firms
on their E-mail
8
Annexure-B
GENERAL TERMS AND CONDITIONS OF CONTRACT (Work order)
1) CONTRACT AGREEMENT The contractor shall execute a contract agreement with HPGCL on a Non Judicial Stamp
Paper of appropriate value within 07 days of receipt of work order.
2) RATE/CONTRACT PRICE
i. Rate of service charges shall be quoted by the bidder in percentage over and above
the minimum wages payable to the manpower deployed, excluding GST, ESI, EPF
etc.
ii. The bids of all such bidders who quotes the service charges less than 2% of the wages
of man power would be out rightly rejected.
iii. In case of tie in the bid price at the minimum limit i.e. 2% of the wages (for
manpower deployed) between 2 or more bidders, the work would be allotted by
means of draw of lots .
3) EARNEST MONEY AND SECURITY DEPOSIT
Every bidder, while submitting his tender, shall deposit the earnest money specified in the
NIT E-tender (CM-105/CMD-1578/2017) by way as per detail in Annexure-A attached.
The earnest money furnished by the successful bidder on whom the work order is placed
shall be converted into security deposits as a guarantee for faithful and satisfactory
execution of the work order.
(The EMD of the unqualified bidders will be returned without any interest, as promptly as
possible, within 30 days after declaration of qualification result and that of unsuccessful
bidder within 15 days of the execution of the contract with the selected bidder).
SECURITY DEPOSIT: The Service Provider shall deposit the security equal to 10% of
total value of work order for the proper fulfilment of the contract in the prescribed form
within 15 days of “Notice of award of contract”. The security deposit shall be in the
following manner:
Security Deposit by way of demand draft/Bank Guarantee/FD with lien to HPGCL
equivalent to two month salary including EPF, ESI & GST for the persons deployed,
which should be valid for 18 months from the date of award of contract shall be furnished
by the successful bidder immediately after the placement of order. No interest will be
paid on this amount and the same will be released on completion of the contract on a
demand raised by the Service Provider within 30 days of such request on the successful
completion of contractual obligations on the part of Service Provider. On the receipt
report of DDO or on receipt of complaint, concerned Executive Engineer/FTPS, HPGCL
shall be the authorized person to get the BG/FD en-cashed in the case of following
defaults made by the Service Provider:
I. If the Service Provider fails to submit Pay rolls by 3rd of every month to
Executive Engineer, FTPS, HPGCL, Faridabad for verification to enable him submission
to the Accounts Section by 10th of that month.
II. If Service Provider has been found indulging in malpractices.
III. If Service Provider fails to discharge statutory obligations of relevant provisions of
the various Acts and Notifications issued by Govt. of India and Govt. of Haryana and of
the contract.
IV. If the Service Provider fails to deposit by 7th of every month the obligatory
contribution of ESI, PF, GST and other statutory fund in the name of the concerned
workers who have been engaged.
V. If the Service Provider violates the Tripartite Agreement executed between HPGCL,
Service Provider and the Bank.
9
The forfeiture of EMD/security deposit shall be without prejudice to the right of HPGCL
to recover any further amount or any liquidated and/or other damages as admissible under
the law, under payments or over payments made to the contractor under this contract or
any other contract as well as to take such administrative action against the contractor as
blacklisting etc.
The Service Provider shall keep proper record and time sheets showing the wages paid to
and the time worked by all workmen employed by him in and for the performance of the
contract and shall produce such wages’ books and time sheets on demand for inspection
by any persons duly authorized by HPGCL and shall furnish such information relating to
the wages and conditions of employment of such workmen as HPGCL or its duly
authorized representative may from time to time require.
In case of additional manpower requirement, in future, commensurate security amount as
sought by HPGCL would be deposited by the firm within 15 days from such manpower
deployment.
4) PAYMENT TERMS: The payment for the monthly bill of manpower shall be made
through “Escrow” account. The payment to the Service Provider for the performance of
the works under the Contract will be made by the Owner as per the guidelines and
conditions specified herein.
a. The service provider will ensure that wages, allowances and other dues of the staff
deployed by him are paid in time as per service agreement with them and he will provide
evidence of payment of dues of staff deployed in HPGCL in the manner agreed upon
between the parties. All the dues of the engaged workers will be liquidated through
“ESCROW ACCOUNT” in the following manner:-
b. The Service Provider shall submit monthly payroll on the prescribed format on or before
by 3rd of every month to Executive Engineer, FTPS, HPGCL, Faridabad for verification
to enable him for submission to the Accounts Section by 10th of that month for
reimbursement of payment, along with prescribed documents mentioned thereon.
c. The payment of wages and other statutory benefits to workers shall be made as per
detailed format by Service Provider through “ESCROW ACCOUNT operated under a
Tripartite Agreement to be executed between HPGCL, Service Provider and the Bank
specifying stakes of each party and payroll submitted by the Service Provider shall be
forwarded to bank for making listed payments to stake holders.
d. It is obligatory on the part of the Service Provider to open the account of all the workers
in one bank where payment can be remitted by him through ESCROW ACCOUNT to
the stake holders and to the obligatory contribution of ESI, PF, GST and other
statutory fund in the name of the concerned workers who have been engaged.
e. ESCROW ACCOUNT will be operated at Faridabad for the manpower requirements.
f) Income/other tax as applicable shall be deducted as per statutory provisions.
5) MODE OF PAYMENT
Payment shall be released by the Sr. Accounts Officer/Accounts Officer, FTPS,
HPGCL, Faridabad through RTGS/NEFT to the ESCROW Account.
6) COMPLETION PERIOD
The work shall be started after issue of LOI / Work Order, whichever is earlier, unless
otherwise directed by the issuer of tender. The work is to be completed within
12 months after issuing LOI/work order and it can be increased or decreased by 02
months at the same rates, terms and conditions at the discretion of Engineer-In-charge.
The quantum of any item of the scope of work may increase or decrease to any extent,
as per the site requirement. Payment shall not be made for the work not done.
7) RISK AND COST
In case the contractor fails to full fill the contractual obligation, the work shall be got
done from some other agency at the risk and cost of the contractor. It shall be without
prejudice to the right of HPGCL to recover any further amount or any liquidated and/or
other damages.
10
8) DOCUMENTATION
The contractor and the Executive In-Charge of the work shall ensure the following
document before forwarding the bill of the contractor to the Accounts wing for pass and
payment to avoid delay in payment of the contractor:-
i) Contractor shall submit monthly bill in duplicate to the Executive-in-charge along
with the followings:
a) Monthly/Running bill for the AMC / ARC work and in other cases bill for the
work done, in duplicate. The bill should be on the contractor’s bill book duly
serially numbered and bearing date of issue, contractors EPF code, ESI code,
GST, PAN & TIN. A photo copy of the EPF code, ESI code, GST number,
Labour Licence, PAN & TIN shall be attached with the monthly running/final
bill for reference and record.
b) Self attested copy of the deposit challan of EPF & ESI contribution, labour
welfare fund deposited by the contractor for the labour engaged for the work
duly validated with dossier of workers and their account number in the
appropriate prescribed Performa.
c) Self attested copy of the attendance sheet, wages register and evidence of
wage payment.
ii) The bill of the contractor along with the annexure submitted by the contractor at
(i) above, should be approved and verified by the officer in-charge for gross value
as well as net payable value and accompanied with the certificates/documents
mentioned at (iii) and (iv) below.
iii) Certificate from the Engineer in-charge that, a) Work has actually been done as
per the contract and to the entire satisfaction of EIC. b) The copy of the EPF
challan, ESI challan etc. submitted by the contractor pertains to the labour
deployed at site and none of the worker has been excluded there from. c) The
record entry of the work done has been taken in the small measurement book
(SMB) at page no. _____ on dated ________. d) No penalty is leviable on the
contractor on any account as per the contract if leviable the amount of penalty is
__________. e) Copy of protocol and certificate for stage payment, if required.
iv) Certificate from Labour Welfare Officer / Factory Manager stating that contractor
has complied with all labour laws and safety clearance certificate from safety
officer. In case of non availability of Labour Welfare Officer/Safety Officer, from
EIC.
Note:-Documents attached along with the contractor bill should be referred in the
forwarding letter of the executive office forwarding the bill for pass and payment.
9) FORCE MAJEURE
The delay in the completion of the work may be treated as force majeure to the
contractor only if:-
a. The delay is resulted from any causes arising out of compliance with regulations,
orders or instructions of the Central or State Governments, acts of God, acts of
Civil & Military authority, fires, floods, strikes, lock-outs, freight embargoes,
war-risk riots and civil commotion. and
b. The contractor’s request for extension of the delivery period along with all
necessary evidence comes, before the expiry of the schedule date(s) of delivery.
10) WATCH & WARD
The watch and ward of T&P and other material will be the responsibility of the
contractor.
11) FACILITIES TO BE ARRANGED BY CONTRACTOR The contractor shall make his own arrangement for providing all facilities like lodging,
boarding, furniture and transportation etc. for his supervisors/staff engaged by him for
the job.
12) STATUTORY DEDUCTIONS
11
Statutory deduction on account of Income Tax, Works Tax etc. including surcharge if
applicable shall be made at source from the bills of the contractor at the prevailing
rates.
13) FACTORY ACT/MINIMUM WAGES ACT/INSURANCE ACT/EPF ACT
LABOUR WELFARE FUND Etc. i. Strict adherence of various applicable labour laws like the Factories Act, Minimum
Wages Act, ESI Act, Payment of Wages Act, the Workman’s Compensation Act, EPF
Act, Contractor labour (Regulation & Abolition) Act, 1970 and all other statutory
requirements as amended from time to time to the entire satisfaction of Central/State
Govt. Authorities, shall be the responsibility of the Contractor and he shall have to
make good loss, if any, suffered by HPGCL on account of default in this regard by
the contractor. EPF/ESI contributions will be deposited by the contractor in his own
EPF/ESI code no. in the respective account of the workers. The contractor will submit
the copy of EPF/ESI challan to the Engineer-in-charge alongwith corresponding list
of workers.
ii. Deposit of Labour Welfare Fund alongwith Employer share. In pursuance of Haryana Govt. Labour Department Gazette Notification dated 4th
April 2007, the contractors are required to deduct Labour Welfare Fund @ Rs. 10/-
from each worker and deposit the same with Employer’s share @ 10/- per worker
(total Rs. 20/- each worker) with the Welfare Commissioner, Haryana Chandigarh in
shape of Demand Draft in their favour alongwith list of workers of whom the same is
being deposited. The copy of proof in this respect shall be submitted alongwith bills
to officer-in-charge/Account Branch
14) INSURANCE OF WORKERS
The service provider will ensure that the persons deployed on HPGCL establishment/
sites have undergone adequate job training so that they can work with efficiency and
chances of accident are avoided. The service provider will procure appropriate Group
Insurance Cover of not less than insured value of Rs. 3.00 lacs per engaged worker as
ex-gratia assistance to the completely dependent member of the indigent family of
worker in case of death. The premium payable for the aforesaid Insurance Policy shall
be borne by the contractor.
Any liability arising because of deployment of skilled/unskilled labour by the service
provider due to the act of the service provider himself or due to the act of the staff
deployed will be borne by the service provider.
15) SAFETY RULES A Firm shall have to comply with all the provisions of safety rules. The Chief Safety
Officer/Engineer-in-charge may impose penalty of Rs.200/- per day per head if the
workers of contractor are found to be working carelessly without proper protective
equipments in unsafe conditions. Against violation of any other clause, a penalty of Rs
500 /- per violation (minimum) shall be levied. In case of repeated violation of serious
nature resulting in various serious accident or direct loss to the corporation /threatens to
cause severe consequences, higher penalty rates may be imposed including suspension/
termination of the contract. If any action is initiated by Chief inspector of factories,
Chandigarh or any other authority against occupier/factory manager or any other
authority of HPGCL in case of any fatal/non fatal accident or any other violation of
factory act, 1948, Pb. Hr. factory rules, 1952 or any other industrial or labour act, the
contractor shall be liable for the same and also to deposit the amount of fine/penalty if
any. In case of default action as deem fit shall be initiated against the contractor.
A safety clearance certificate on quarterly basis from the chief safety officer shall be
obtained by the contractor and has to be attached along with the bill.
This office reserves the right to claim adequate compensation from the contractor on
account of any damage caused to the plant & equipment handed over to him for
execution of the work, due to careless handling or negligence on the part of the
contractor.
19. ARBITRATION
12
a. All matter questions, disputes, differences and/or claims arising out of and/or
concerning and/or in connections and/or relating to this contract whether or not
obligations of either or both Parties under this contract be subsisting at the time of
such dispute and whether or not this contract has been terminated or purported to be
terminated or completed, shall be referred to the Sole Arbitrator to be nominated by
the Managing Director/HPGCL Panchkula. The award of the Arbitrator shall be final
and binding on the parties to this contract.
b. The arbitrator may from time with the consent of parties to the contract enlarge the
time for making the award. The venue of arbitration shall be the place from which the
acceptance of offer is issued or such other place as the arbitrator in his discretion may
determine.
c. The parties to the contract agree that cost of arbitration shall the as per the instruction
of the corporation issued/prevalent on the date of appointment of arbitrate tribunal.
Subject to aforementioned provisions of the arbitration and conciliation Act 1996 and
the Rules there under any statutory modifications thereof for the time being in force.
Shall be deemed to apply to the arbitration proceedings under the clause.
20. LAWS GOVERNING CONTRACTS
All contracts shall be governed by the laws of India for the time being in force.
Irrespective of the place of delivery, place of performance or place of payment under a
contract, the contract shall be deemed to have been made at the place from which the
acceptance of tender has been issued.
Jurisdiction of Courts- The courts of the place from where the acceptance of tender has
been issued shall alone have exclusive jurisdiction to decide any dispute arising out of
or in respect of the contract.
21. SET OFF
Any sum of money due and payable to the supplier under the contract (including
security-deposit returnable to the supplier) may be appropriated by the HPGCL and
set-off against any claim of the Corporation for the payment of a sum of money arising
out of under that or any other contract entered into by the supplier with the HPGCL.
22. SUBLETTING and ASSIGNMENT
The Supplier shall not, sublet, transfer or assign the contract or any part there of or
interest therein or advantage thereof in any part thereof in any manner whatsoever
without prior consent of the purchaser.
Note:-
1. Unless agreed otherwise the above terms and conditions of the contract will form the
part of the work order after finalizing the proposal. The word tenderer where ever
used above shall be read as supplier. Above T&C are equally applicable in case of
limited / proprietary enquiry as well. The non applicability / modification in the
aforesaid clauses if agreed shall be mentioned / attached in / with the work order
specifically.
2. Executing authority shall put dated initials on each pages of the work order including
the above terms and conditions printed on both side of the paper.
3. Any other term not defined in instructions to the bidder or above terms and conditions
should be interpreted as defined in HPGCL Purchase Regulation “2011”.
4. The term “Bid” and “tender” and their derivatives (“Bidder/Tenderer” “Bidding /
Tendering”) are synonymous. Singular also means plural.
24. BLACKLISTING OF THE FIRMS
As the work order becomes a valid contract between the HPGCL and firm on the date
of its issue, no further changes in the terms and conditions thereof are permissible and
only request revived in this regard from the firm should be summarily rejected
making it clear to work strictly in accordance with the terms and conditions of the
contract. It should be noted that such liability can be enforced by the firm only if the
work order does not contain any terms or condition contrary to what had been quoted
in the bid. Once this is ensured any attempt by the firm back out of his commitment
should be taken as serious and his earned money deposited be forfeited forthwith.
13
Without prejudice to any legal remedies open to the corporation under the relevant
laws. Where necessary, the case of firm illegally backing out the commitment should
also be put up to the Whole Time Directors, HPGCL for consideration and to decide
for black listing of the firm and damages, if any to be recovered.
23. LABOUR
No labour below the age of eighteen and above sixteen years shall be employed on
the work.
The service provider will ensure that a strict discipline is observed by the staff
deployed on the establishments/ sites of the HPGCL. However in case of
unsatisfactory conduct and non-observance of discipline by any staff deployed by
Service Provider, HPGCL reserve the right to ask for immediate replacement of such
an engaged worker.
24. The contractor shall share user ID and Password with DDO for monitoring of
EPF/ESI of each personnel.
25. The contractor shall submit computer generated EPF Challan along with ECR report
and proof of deposition of the same in Bank to DDO every month.
26. The contractor shall submit computer generated Challan of ESI along with all details
of contribution with the monthly bill. Thereafter, the contractor will submit the
receipt of ESI deposition in the Bank to DDO on monthly basis.
27. The contractor shall provide a list of each personnel stating their Bank Account,
ESI/EPF etc. to the DDO at the time of signing the contract.
28. Timely submission of the security/BG:-
I. Penalty@ 0.35% per week or part thereof subject to maximum 2% of the value of
BG if bank guarantee not submitted within 15days from the date of issue of
LOI/Work Order.
II. If the bank guarantee not submitted within 45 days from the date of issue of
LOI/Work Order HPGCL reserve the right to cancel the LOI/Work Order and
initiate the action for allotment of work to L-2 bidder @ L-1 or below.
NOTE:- However, before the expiry of above mentioned 45 days contractor may
seek approval for grant of additional one month (maximum) on payment of the
entire penalty amount for 45 days as mentioned above. The grant of one month
will not entitle the firm to claim the extension of the scheduled completion time.
Executive Engineer/FTPS
HPGCL, Faridabad
14
Annexure-C
SPECIAL TERMS AND CONDITIONS
ANNUAL REPAIR & MAINTENANCE WORK RELATING TO CARPENTRY,
PLUMBING, ELECTRICIAN AND MASONRY OF THE SECTOR-23 COLONY,
OFFICERS GUEST HOUSE AND ADMIN. BLOCK AT FTPS
ELECTRICIAN
1. Scope of work:
Scope of work mainly includes deployment of 01 electrician for maintenance of street
light points, electrical fitting in the residences, mainly replacement of switches,
sockets, main switches, kit kats, burnt wiring, electric chowkes, energy saving
fluorescent tube rod, side holders, tube starter etc. required for day to day
maintenance works.
2. Work shall be got carried out through the personal (electrician) having knowledge and
competent to do such type of works. Electrician shall be tested by the department and
if found competent will be allowed to carry out the work otherwise the contractor
shall have to arrange some other competent person to carry out the job. The
electrician should be competent to understand the existing wiring circuit and laying
the new wiring circuits as well as knowledge to repair street light points.
3. All T&P like ladders, pliers, screw driver, tester, test lamp, chisel, hammer, safety
gloves, chest guard, helmet and gumboot etc. shall be provided by the contractor to
his personal.
4. The contractor/ electrician shall collect/ note down the complaints relating to
electricity from the Civil Mtc. complaint office and shall attend the same.
5. Contractor shall be responsible for safety of his man and material.
6. The material except T&P required for the maintenance of electrical complaints shall
be provided by the department free of cost. The personal of contractor shall maintain
proper account of the material issued and use at site.
7. Generally one electrician shall be provided to attend the complaints, the quantity of
manpower can be increased/decreased as per the requirement of site.
8. You will provide a mobile telephone set in working condition to the electrician.
B. CARPENTER
1. Generally one number carpenter daily shall be deployed for maintenance work.
However, deployment of carpenter can be increased/decreased as per site requirement.
2. Contractor will provide to Carpenter all T&P such as measuring tape, planner,
hacksaw, screw driver, plier, chisel, hammer, glass cutter, jamboor (nail plucker)
tikona etc. required for maintenance of carpentry work. The contractor will also
provide all safety devices to his carpenter.
C. PLUMBER
1. Scope of work :- Scope of work shall mainly include deployment of 01 plumber
for maintenance and replacement of water supply GI/PVC/CI lines, sanitary
fittings like wash basin, WC’s, Flushing cisterns, taps, ball cocks, overhead tanks
etc. required for day to day maintenance of works.
2. The work shall be got carried out through the personnel (plumber) having
knowledge and competent to do such type of works. The plumber shall be tested
by the department and if found competent will be allowed to carry out the work
otherwise person to carry out the job.
3. All T&P like pipe wrenches, pipe pliers (slide wrench), screw derivers, pliers,
pipe threading dyes (15mm and 20mm NB) chisels, hammer etc. shall be provided
by the contractor to his personnel.
4. The contractor / plumber shall collect/ note down the complaints relating to water
supply and sanitary work form the civil mtc. complaint office and shall attend the
same.
15
5. The contractor will be responsible for the safety of his men and material
6. The material (except T&P) required for maintenance of water supply and
sewerage system shall be provided by the department free of cost and the
personnel of the contractor shall maintain proper account of the material issued
and used at site.
7. The contractor will provide working Mobile Telephone to his personnel to note
down the emergency complaints.
8. The instructions to carry out the job shall be given by the contractor and his
representative.
9. Generally one no. plumber shall be provided to attend the complaints. However,
the deployment of manpower can be increased/decreased as per the requirement of
site.
D. MASON
1. The work shall be got carried out through the personnel (mason) having
knowledge and competent to do building mtc. type of works. The mason shall be
tested by the department and if found competent will be allowed to carry out the
work.
2. The contractor will provide working Mobile Telephone to his personnel to note
down the emergency complaints.
3. All T&P shall be provided by the contractor to his personnel.
4. The contractor will be responsible for the safety of his men and material.
5. Transportation of material such as cement, stone aggregate, bricks, Yamuna sand
and stone dust etc. from site store to place of work is in the scope of the
contractor.
6. Generally one no. mason shall be provided to attend the complaints. However, the
deployment of manpower can be increased/decreased as per the requirement of
site.
SPECIAL TERMS AND CONDITIONS FOR HYGIENIC CLEANING/SWEEPING
AND UPKEEP OF OFFICE REST HOUSE
1. The work includes the work of cleaning, sweeping, collection, removal of dust
debris, cobwebs, honey combs etc. This shall include T&P consumables reasonably
implied on the execution of work.
2. Scope of Work : The scope of work shall include cleaning of floors, walls, stair
cases, toilets, roofs, open spaces of Officer’s Guest House and shelves of kitchen of
officer’s rest house. All doors and windows, glass panes shall be cleaned with cotton
waste and to be wiped with wet cloth. Roofs shall be kept clean by sweeping with
broom sticks, flower brooms. All collected dust debris shall be brought down to 0.0m.
and disposed off out side the Colony not objectionable to MCF Faridabad. Burning of
Malba/ Kuda-karkat/leaves is strictly prohibited. The consumables such as broom
sticks, bans, brushes, cotton waste, baskets, phenyl, acid, hand cart, kassi/belcha etc.
shall be arranged by the contractor.
Contractor shall also bring the following minimum consumables and nothing shall be
paid extra for this. .
i) Harpic 250 ml 03 Bottle Monthly
ii) Floor duster 05 No. Monthly
iii) Phenyl 5 liter. Monthly
iv) Naphthalene balls/ Odonil As per site requirement
v) Stick broom As per site requirement.
vi) Phool broom (phool jhadu) As per site requirement
The contractor shall deploy atleast 1 (one) no. safai karamchari daily. However, the
deployment of manpower can be increased/decreased as per the requirement of site.
FOR RUNNING AND MAINTENANCE OF MESS/PANTRY (COOK-CUM-BEARER)
SCOPE OF WORK:-
16
1.1 The work will include running and maintenance of mess/pantry service in Officer Rest
House at Thermal Colony Sector-22 Faridabad by deploying two Cook-cum-Bearer in
HPGCL officer rest house. The deployment of cooks would be as per the directions of
engineer-in-charge.
1.2 It also includes guarding of premises of Officer Rest House at Thermal Colony Faridabad
and to protect property/material against theft, pilferage and shortage etc.
2.0 Site Conditions:-
2.1 The bidders are advised to visit the site of work i.e. mess/pantry of Officer Rest House in
order to acquaint themselves about the location of the work ad quote the rates
accordingly.
2.2. All the raw materials & consumables like vim, scotch-brite etc. and any other items
required for running & maintenance and housekeeping in mess/pantry of Officers Rest
House will be arranged by the cook deployed by the contractor.
2.3. The approved rates of items (Annexure-D) would be displayed on the notice board at
prominent places in the Officer’s Rest house.
2.4 The mess/pantry shall be maintained in clean, hygienic and sanitation conditions,
sterilization methods shall use adequate quantities of vim cleaning powder, phenyl etc. in
cleaning the floors of the mess/pantry etc. If the sterilization methods and upkeep of the
premises in the mess/pantry building is not up to the satisfaction of the officer in charge,
the manpower would be replaced immediately to the satisfaction of officer in charge. The
decision of the HPGCL in this behalf is final and binding on the contractor.
2.5 The work of room service & upkeep of all the sets in the Officer’s Rest House like
changing of bed sheet, pillow cover, curtains, dusting of rooms and furniture, running of
motors is in the scope of work & will be carried out by contractor’s manpower.
3. The rates of the eatable items to be prepared and served in the Officer;s Rest House will
be as per Annexure-D.
These rates are applicable for one year w.e.f. date of commencement of the work and
these rates will be revised after one year or on mutually agreed basis and considering the
then market inflation rates, by the committee constituted by Superintending Engineer,
FTPS, Faridabad.
4. No transportation charges will be paid by HPGCL.
5. HPGCL will provide for consumption of gas, commercial cylinders upto 2 Nos. cylinders
(Max.) in one month.
Risk and Cost:-
In case, the cook fails to supply the food items or snack or beverage etc. or fails to meet
the obligation as per the terms as the contact agreement, HPGCL shall be at liberty to
take services etc. from elsewhere at contractor’s risk and cost. The extra amount if any
spent by HPGCL in this account shall be recovered from the contractor by the
corporation from any amount due to him and or from security deposit.
8. The cook(s) shall provide catering services on all days of the year.
9.2 If, at any time, it is found that the quality and quantity of food stuffs supplied by the
contractor or the services by the contractor are unsatisfactory or that the contractor has
violated, terms and conditions of this agreement, the corporation reserves the right to
terminate the contractor or impose penalty as per the Penalty clause.
10. The quality of the items/services shall be ensured by contractor at all the times, Engineer-
in-Charge may check the quality and/or quantity of materials, food items at any time
whose decision shall be final in this regard. Fortune Oil, Tata/Brooke Bond-Tea, MDH –
Massala, Nescafe/Bru-Coffee should preferably be used for the preparation of food items.
The expenditure for the eatable/consumables items for the pentary would be met from the
collection made from the mess charges as per approved list.
11. If any damage/losses to the assets/property & material which belongs to HPGCL occurs
the same shall be recoverable from contractor.
18. The labour engaged in the work must be well experienced and conversant with similar
nature of work. Deployment of manpower must be strictly under the approval of
Engineer-in-Charge or his authorized representative.
17
19. It is the whole responsibility of cook to collect rental charges of the rooms from the
occupants against slips to be issued by authorized officer of HPGCL at FTPS, Faridabad
& deposit the same in the office concerned Sr. Account Officer at FTPS, HPGCL,
Faridabad on the last working day of every month.
20. Cook deployed by the contractor will insure timely preparation of Breakfast, Lunch &
Dinner in the mess/pantry of Officers Rest House regularly as per the occupancy and
arranged to prepare special meals etc. within a notice of two hours of order.
21. Any item if arranged by cook as per request of HPGCL in the Officers Rest House and
not covered in the price list will be paid on actual market rate after verification by
HPGCL.
22. Cook-cum-bearer deployed to work in the officers rest house shall be physically and
mentally fit and shall be free from all communicable, contagious infections and other
disease and shall present themselves to the HPGCL’s medical officers from time to time
for such medical examination as may be required and decided by the HPGCL.
23. If in case cook-cum-bearer engaged by contractor found drunk in duty hours or including
in unlawful activities strict disciplinary action will be initiated against the official and full
responsibility will be of contractor also.
24. FACILITIES TO BE PROVIDED BY HPGCL
24.1 HPGCL will provide the furniture such as tables, chairs, beds etc. for Officers Rest House
as & when required.
24.3 In mess/pantry of offices rest house all the utensils required from time to time for cooking
as well as for serving the meals, tiffins, microwave, fridge, deep fridge etc. will be
supplied/arranged by the HPGCL and the same will be handed over to the contractor. All
these items have to be returned same be returned in good condition on completion of
work by contractor to HPGCL.
24.4 HPGCL will supply free water and electricity for mess/pantry including Officers Rest
House.
24.5 HPGCL will provide any suitable accommodation free of cost in Thermal Colony
Sector-23 Faridabad or in rest house at Faridabad to one cook-cum-bearers deployed by
the contractor. However, the electric connection and only electricity charges will be
borne by occupants/contractor and water charges shall be exempted.
FOR HORTICULTURE WORK (MALI)
1. Generally one no. mali shall be provided. However, the deployment of manpower can be
increased/decreased as per the requirement of site.
2. Contractor will provide T&P such as grass cutting machine, Talwar, Scissor, sprinkle
fountain, Khurpa, Kassi, Tasla, Tokri, Hose pipe or any other T&P required as per site
condition for the horticulture work.
NOTE:- 1. Generally one No. carpenter, mason alongwith helper, plumber alongwith helper
electrician, two no. cook-cum-bearer, safai karamchari and one no. mali shall be
provided daily for maintenance work. However, manpower can be
increased/decreased as per site requirement and payment shall be made
accordingly.
2. The contractor shall be responsible for replacement of carpenter, mason
alongwith helper, plumber alongwith helper electrician, cook-cum-bearer, safai
karamchari and mali provided by him due to sickness or casual absence or
otherwise without any extra cost to Nigam on this account. In case it is found
that above said manpower has not been provided as per schedule or found
missing unauthorisedly the penalty @ 300/- per person shall be recovered from
the bills of the contractor in addition to nonpayment of manpower not provided
Executive Engineer/FTPS
HPGCL, Faridabad
18
ANNEXURE-D
STATEMENTS OF BIDDERS
1. Name of Bidder _______________________________
2. Address of Head Office _______________________________
3. Correspondence Address _______________________________
_______________________________
4. Legal status
5. PAN & TIN Number of the Bidder (attached self attested photocopies)
PAN ______________________ TIN ________________________
CST No. _________________________.
6. Bank Details (attached signed cancelled cheque)
i) Bank Name & Address
ii) Bank Account Number
iii) Bank Branch Code
iv) IFSC Code of Branch
v) Nature of account (current/saving/OD/CC)
7. Main lines of Business
i. ____________________________ since______________
ii. ____________________________ since______________
iii. ____________________________ since______________
8. Annual Turnover of past three year
i. ____________________________
ii. ____________________________
iii. ____________________________
9. Past Experience:-
Name of
Organization
Period Reference of
Contract
Order Value
contract wise
10. Any other
Signature & Stamp of Bidder
19
Annexure-E
Instructions to bidder on Electronic Tendering System
These conditions will over-rule the conditions stated in the tender documents,
wherever relevant and applicable.
1. Registration of bidders on eProcurement Portal:- All the bidders intending to participate in the tenders processed online are required to
get registered on the centralized e - Procurement Portal i.e.
https://haryanaeprocurement.gov.in. Please visit the website for more details.
2. Obtaining a Digital Certificate: 2.1 The Bids submitted online should be encrypted and signed electronically with
a Digital Certificate to establish the identity of the bidder bidding online.
These Digital Certificates are issued by an Approved Certifying Authority, by
the Controller of Certifying Authorities, Government of India.
2.2 A Digital Certificate is issued upon receipt of mandatory identity (i.e.
Applicant’s PAN Card) and Address proofs and verification form duly attested
by the Bank Manager / Post Master / Gazetted Officer. Only upon the receipt
of the required documents, a digital certificate can be issued. For more details
please visit the website – https://haryanaeprocurement.gov.in.
2.3 The bidders may obtain Class-II or III digital signature certificate from any
Certifying Authority or Sub-certifying Authority authorized by the Controller
of Certifying Authorities or may obtain information and application format
and documents required for the issue of digital certificate from:
M/s Nextenders (India) Pvt. Ltd.
O/o. DS&D Haryana,
SCO – 09, IInd Floor,
Sector – 16,
Panchkula – 134108
E - mail: Chandigarh@nextenders.com
Help Desk: 1800-180-2097 (Toll Free Number)
2.4 Bid for a particular tender must be submitted online using the digital
certificate (Encryption & Signing), which is used to encrypt the data and sign
the hash during the stage of bid preparation & hash submission. In case,
during the process of a particular tender, the user loses his digital certificate
(due to virus attack, hardware problem, operating system or any other
problem) he will not be able to submit the bid online. Hence, the users are
advised to keep a backup of the certificate and also keep the copies at safe
place under proper security (for its use in case of emergencies).
2.5 In case of online tendering, if the digital certificate issued to the authorized
user of a firm is used for signing and submitting a bid, it will be considered
equivalent to a no-objection certificate/power of attorney /lawful authorization
to that User. The firm has to authorize a specific individual through an
authorization certificate signed by all partners to use the digital certificate as
per Indian Information Technology Act 2000. Unless the certificates are
revoked, it will be assumed to represent adequate authority of the user to bid
on behalf of the firm in the department tenders as per Information Technology
Act 2000. The digital signature of this authorized user will be binding on the
firm.
2.6 In case of any change in the authorization, it shall be the responsibility of
management / partners of the firm to inform the certifying authority about the
change and to obtain the digital signatures of the new person / user on behalf
of the firm / company. The procedure for application of a digital certificate
however will remain the same for the new user.
20
2.7 The same procedure holds true for the authorized users in a private/Public
limited company. In this case, the authorization certificate will have to be
signed by the directors of the company.
3 Opening of an Electronic Payment Account:
Tender document can be downloaded online. Bidders are required to pay the tender
documents fees online using the electronic payments gateway service. For online
payments guidelines, please refer to the Home page of the e-tendering Portal
http://haryanaeprocurement.gov.in.
4 Pre-requisites for online bidding:
In order to bid online on the portal http://haryanaeprocurement.gov.in , the user
machine must be updated with the latest Java. The link for downloading latest java
applet is available on the Home page of the e-tendering Portal.
5 Online Viewing of Detailed Notice Inviting Tenders:
The bidders can view the detailed N.I.T and the time schedule (Key Dates) for all the
tenders floated through the single portal eProcurement system on the Home Page at
http://haryanaeprocurement.gov.in
6 Download of Tender Documents:
The tender documents can be downloaded free of cost from the eProcurement portal
http://haryanaeprocurement.gov.in
7 Key Dates:
The bidders are strictly advised to follow dates and times as indicated in the online
Notice Inviting Tenders. The date and time shall be binding on all bidders. All online
activities are time tracked and the system enforces time locks that ensure that no
activity or transaction can take place outside the start and end dates and the time of the
stage as defined in the online Notice Inviting Tenders.
8 Bid Preparation (Technical & Financial) Online/offline Payment of Tender
Document Fee, eService fee, EMD fees and Submission of Bid Seal (Hash) of
online Bids:
8.1 The online payment for Tender document fee, e-Service Fee & EMD can be
done using the secure electronic payment gateway. The Payment for Tender
Document Fee and e-Service Fee can be made by eligible bidders/ contractors
online directly through Debit Cards & Internet Banking Accounts and the
Payment for EMD can be made online directly through RTGS / NEFT.
The secure electronic payments gateway is an online interface between
contractors and Debit card / online payment authorization networks.
8.2 The bidders shall upload their technical offer containing documents,
qualifying criteria, technical specification, schedule of deliveries, and all other
terms and conditions except the rates (price bid).
The bidders shall quote the prices in price bid format.
8.2 Submission of bids will be preceded by submission of the digitally signed&
sealed bid (Hash) as stated in the time schedule (Key Dates) of the Tender.
NOTE:-
(A) If bidder fails to complete the Online Bid Submission stage on the stipulated
date and time. His/hers bid will be considered as bid not submitted, and
hence not appear during tender opening stage.
(B) Bidders participating in online tenders shall check the validity of his/her
Digital Signature Certificate before participating in the online Tenders at the
portal https://haryanaeprocurement.gov.in.
(C) Forhelp manual please refer to the ‘Home Page’ of the eProcurement website
at https://haryanaeprocurement.gov.in, and click on the available link ‘How
to online’ to download the file.
21
Annexure-F
RATES OF EATABLES TO BE SERVED IN MESS/PANTRY OF OFFICERS REST
HOUSE AT THERMAL COLONY SECTOR-22 FARIDABAD.
PART-I
Sr.
No.
Items Qty. Rates
1. Coffee (filter) (75ml.) 1 Cup 7.00
2. Tea (Dip/Tata Tatley) with sugar cube 1 Cup 6.00
3. Nes Café 1 Cup 8.00
4. Tea Pot (for two persons) 12.00
5. Coffee Pot (for two persons) 16.00
6. Milk with sugar 200 ml 12.00
7. Lassi 250 ml 12.00
8. Lemon Water (with sugar/salt) 200 ml 7.00
9. Breakfast (2pc. Bread with butter/jam) 12.00
10. 2 Aalu paratha with curd 25.00
11. Additional paratha 1 No. 8.00
12. Aalu curry + with 4 poori 25.00
13. Omlet 2 Eggs 14.00
14. Boiled Egg 2 Eggs. 12.00
15. Veg. cutlet 2 Pc. 14.00
16. Veg. pakoda 6 Pc 15.00
17. Paneer pakoda 6 Pc. 40.00
18. Finger chips 9 Pc. 13.00
19. Toast with butter 12.00
20. Break fast Corn flake with milk 4 pcs. of toast/
bread slice with jam/butter/sauce
25.00
Plus taxes extra as applicable
PART-II MEALS ITEMS
Sr. No. Item Qty. Rates
1. Rice (Basmati) -1plate 200 Gm coocked 25.00
2. Chapatti 1 No. 3.00
3. Raitha (Ordinary) 13.00
22
4. Salad Half 13.00
5. Vegetable noodle Full 30.00
6. Boiled vegetable 1 Bowl 20.00
7. Dal Fried 25.00
8. Vegetable dry 1 Plate 25.00
9. Muttor paneer 1 Plate 40.00
10 Shahi paneer 40.00
11. Palak Paneer 40.00
12. Malai kofta 40.00
13. Chola 15.00
14. Egg Curry 2 Eggs 25.00
15. Mutton curry 4 Pcs. 110.00
16. Mutton Dry 4 Pcs. 120.00
17. Chicken Curry 2 Pcs. 95.00
18. Chicken Masala 2 Pcs. 110.00
19. Fried Chilly Chicken (Boneless) Full 200.00
20. Fried Chilly Chicken (Boneless) Half 130.00
21. Tomato Soup with cream 200 ml 22.00
22. Vegetable soup 22.00
23. Sweet corn soup 22.00
24. Pappad Fried (Lijjat) 1 No. 7.00
25. Pappad Roasted/ Dry (Lijjat) 1 No. 7.00
Plus taxes extra as applicable
PART-III
Sr. No. Item/Quantity Rates
1. Vegetarian Meals (Thali):-
4 Chappati, 1 Kattori rice, 1 dal fried, 1 dry vegetable, 1 veg
curry, 1curd, 1 salad, 1 papad, 1 pickle
40.00
2. Non Vegetarian Meals (Thali)
4 chappati, 1 kattori Rice, 1 Dal, 1 Dry Vegetable, 1
Mutton/Chicken Curry, 1 Curd, 1 Salad, 1 Pappad, 1 Pickle
80.00
23
3. Special Veg Lunch//Dinner
For HPGCL Employees 90.00
For Other 120.00
1 Veg soup,1 Panner subji (Muttor Panner/Palak Panner/Shahi
Paneer), 1 Dry veg or 1 stuff tomato/ stuff vegetables, 1 Dal,
Boiled vegetables, 1 Rice/Rice Fried/ Pulao/Chappati/Poori,
curd/Raitha/ Pickle/Pappad, salad, sweet/ice cream (100ml)
Plus taxes extra as applicable.
NOTE:- 1. The rate of any additional item to be provided will be finalized after
mutual discussions.
2. In case of necessity to revise the food items our article rates due to
increase in course, a committee would be constitute by SE/FTPS, HPGCL
Faridabad which would examined the matter and finalized the same on
practice consideration.
Executive Engineer/FTPS
HPGCL, Faridabad
24
CHECK LIST FOR CONTRACTOR
Sr.
No. Technical Specification
Bidder Response
(Yes or No)
1 Acceptance of all terms & conditions of tender.
2 Documentary Evidence regarding Qualification Criteria
i) Proof for possessing the Labour License from Labour
Department, Govt. of Haryana or requisite undertaking.
ii) Permanent EPF Registration number from Provident Fund
Commissioner.
iii) Experience Certificates duly attested for successfully providing
security work as prescribed in NIT.
iv) ESI Number.
v) PAN Number / TAN Number.
vi) GST No.
vii) Experience
a. Bidders who are enlisted in appropriate financial class with
PWD/CPWD/ HVPNL/M.E.S./IOCL/ Railways or any other
Govt. Departments are not required any work/financial
experience.
b. The bidders must have successfully executed the similar
work in HPGCL/ NTPC/any State Electricity Boards/any
PSUs/any Corporations/Central Govt./State Govt./Semi
Govt. or in any Thermal/Hydel Plant during last 5 years
ending last day of the month previous to the month in which
tender is invited having minimum order value as under:-
Single order of the value not less than Rs. 12.54 lakh
OR
Two orders of the value not less than Rs. 7.84 lakh/-
OR
Three orders of the value not less than Rs. 6.27 lakh/-
Financial Strength Bidder must average annual turnover in last 3 consecutive
financial year ended prior to the financial year in which the
tender is invited shall not be less than Rs. 15.68 lakh (copy of
balance sheet/audit result of last three consecutive year should
be attached as proof or certified copy by CA (Charted
Accountant) for average annual turnover).
3 Authority letter in the name of the Authorized Person who has
signed the Tender Document / Price Bid on behalf of the
Contractor / Company.
25
Annexure-G
TRIPARTITE ESCROW AGREMENT
The agreement is made on the ..... day of ................................ at Faridabad amongst Service
provider ___________________________________________________,
_____________________(hereinafter referred to as “The Service Provider” which expression
shall include its successors or assigns) of the first part and Haryana Power Generation
Corporation Limited. Constituted under the Companies Act 1956 having its Registered
Office at Urja Bhawan, Sector-6, Faridabad (hereinafter referred to “the HPGCL” which
expression shall include its successors or assigns) of the second part and
_______________________________________ (Bank Address) constituted under the
Banking Companies (Acquisition and Transfer of undertaking) Act 1970, having its Head
Office at _______________ and several branches throughout the country including branch at
____________________ (hereinafter referred to as the “ESCROW Agent” which terms shall
include its successors or assigns) of the third part.
AND WHEREAS the HPGCL has agreed to take skilled/unskilled labour i.e. plumber,
mason, helper, carpenter, electrician, cook, sweeper, mali etc. for different activities and
services from the Service Provider as specified in Service Agreement under Work order No.
_______________________________ (hereinafter referred as Service Agreement).
AND WHEREAS the Service Provider has agreed to provide skilled/ unskilled labour i.e.
plumber, mason, helper, carpenter, electrician, cook, sweeper, mali etc. for different activities
and services from the Service Provider as specified in Service Agreement under Work order
No. __________________________.
AND WHEREAS the Service Provider has agreed to open & maintain ESCROW
ACCOUNT for making the payment of wages and other statutory benefits to workers and the
obligatory contribution of ESI, EPF, Service Tax and other statutory fund (if any) through
respective Departments in the name of the concerned workers who have been engaged, shall
be made as per detailed format by Service Provider through “ESCROW ACCOUNT”
operated under a Tripartite Agreement to be executed between HPGCL, Service Provider on
Current Account No.................................(hereinafter referred to as an “ESCROW
ACCOUNT”) maintained with Escrow Agent under the Service Agreement made by the
Owner i.e. HPGCL, as per guidelines and conditions specified in the Service Agreement.
AND WHEREAS the Service Provider also declares and undertakes that it shall not collect
credit or make any adjustment against receivables directly or through any other person except
as provided under serviced agreement and shall ensure that no other person is being
authorised to utilize or appropriate any part of the receivables
AND WHEREAS the HPGCL declares and undertakes that on receipt of confirmation of
payment made to staff deployed and statutory payment by the banker/Service provider, the
payment of the amount released through ESCROW ACCOUNT will be made to the Service
Provider by Cheque at the earliest.
AND WHEREAS the ___________________________________ (Bank Address) has
agreed to act as the ESCROW Agent in respect of the amount deposited in the said ESCROW
ACCOUNT and in the event of receipt of notice of demand from the Service provider apply
the proceeds in the ESCROW ACCOUNT for payment of the dues to the Service Provider
form the HPGCL in the manner provided in the agreement.
NOW THIS AGREEMENT WITNESSETH AS UNDER:-
1. Each of the Service Provider and the HPGCL hereby appoint the ________________
_____________________ (Bank Address) as the Escrow Agent and the Escrow
Agent hereby accepts the appointment as the Escrow Agent of the Service Provider
and the HPGCL on the terms and conditions contained herein.
2. The Service Provider hereby acknowledges and undertakes to ensure the deposit of
the amount equivalent to the payment of wages and other statutory benefits to workers
and the obligatory contribution of ESI, EPF, Service Tax and other statutory fund(if
any) through respective Departments in the name of the concerned workers who have
been engaged in ESCROW ACCOUNT No .________________maintained with
26
Escrow Agent as per terms & condition of the Service Agreement and by the date as
specified in the Service agreement.
3. The Service provider further acknowledges and undertakes not to open or establish
any other account for making the payment of wages and other statutory benefit to the
workers and the obligatory contribution of ESI, EPF, Service Tax and other statutory
fund in the name of the concerned workers who have been engaged, In the event, the
Service Provide intends to open any other account or establish any other mode for the
said purpose; the Service Provider shall obtain prior written consent of the HPGCL.
4. The Service provide further acknowledges and undertakes to comply with all the
terms & conditions mentioned in the Service Agreement and this agreement is part &
parcel of Service Agreement.
5. The service provider will ensure that the wages and other statutory benefits to workers
and the obligatory contribution of ESI, EPF, Service Tax and other statutory fund (if
any) through respective Departments in the name of the concerned workers who have
been engaged / deployed by him are paid in time as per service agreement with them
and he will provide evidence of payment of dues of staff deployed in HPGCL in the
manner agreed upon between the parties. All the dues of the engaged workers will be
liquidated through “ESCROW ACCOUNT” in the following manner:
a. The payment of wages and other statutory benefit to workers and the
obligatory contribution of ESI, EPF, Service Tax and other statutory fund (if
any) through respective Departments in the name of the concerned workers
who have been engaged, shall be made engaged, shall be made as per detailed
format by Service Provider through “ESCROW ACCOUNT” operated under a
Tripartite Agreement to be executed between HPGCL, Service Provider and
the ESCROW Agent, shall be forwarded to bank for making listed payments
to stake holders as per the format of Annexure-“G”.
b. The Service provider shall submit monthly payroll on the prescribed format
attached at Annexure-“G” of this agreement on or before 3rd of every month of
concerned DDO with a copy to Chief Engineer/FTPS./Dy. Secy./Genl.,
HPGCL, Faridabad for verification to enable him reimbursement of payment
along with prescribed documents mentioned thereon.
c. It is obligatory on the part of the Service Provider to open the account of all
the workers in one bank where payment can be remitted by him through
ESCROW ACCOUNT to the stake holders and to the obligatory contribution
of ESI, EPF, Service Tax and other statutory fund in the name of the
concerned workers who have been engaged as per the format of Annexure-
“H”.
6 That the HPGCL shall without prejudice to other rights and remedies is entitled to
recall the amount covered under the Service Agreement at any time, if the Service
Provider fails to fulfill its obligations under the said agreement and/or in the event of
its committing breach of any of the terms thereof.
7 If any time, for any reason whatsoever, the Service Provide defaults in making
deposits in ESCROW ACCOUNT and for making the payment of wages and other
statutory benefits to workers and the obligatory contribution of ESI, EPF, Service Tax
and other statutory fund (if any) through respective Departments in the name of the
concerned workers who have been engaged, Notice of Demand will be served on the
ESCROW Agent by the HPGCL to remit the amount to the staff deployed and
statutory liability form the said designated ESCROW ACCOUNT. Such Notice of
Demand shall be conclusive evidence of the Service Provider having defaulted to the
payment due to Staff employed and statutory payments.
8 That on receipt of the Notice of Demand from the HPGCL, the Escrow Agent shall
immediately effect the payment demanded by the HPGCL in full, superseding all
other payments under the obligation of the Service provider and also any other
instructions of the HPGCL and notwithstanding any reason whatsoever.
27
9 Should for any reason, the balance in the ESCROW ACCOUNT is insufficient and
HPGCL deposit the deficient amount to meet the full payment demanded by the
HPGCL in their notice, the ESCROW Agent may debit and make the payment of
wages and other statutory benefits to workers and the obligatory contribution of ESI,
EPF, Service Tax and other statutory fund (if any) through respective Departments in
the name of the concerned workers who have been engaged / deployed to the extent
available there in and when further credits are affected/received in the ESCROW
ACCOUNT, the ESCROW Agent shall continue to make payment of the salary to the
Statutory obligation/Staff deployed till the full amount as per notice of demand by the
HPGCL is paid, this will be construed as default on the part of service provider.
10 The Service provider and the ESCROW Agent confirm that the Service provider has
given an irrevocable and unconditional authorization under this agreement in favour
of the ESCROW Agent extending inter-alia, the mandate to discharge the
commitments under the agreement from time to time and the Service provider and the
ESCROW Agent shall not revoke the mandate without the prior written approval and
consent of the HPGCL.
11 The Escrow Agent shall not have any lien or right to set off or be entitled to assert a
general claim on the monies in the Escrow Account to the extent of demand raised by
HPGCL.
12 The parties shall be governed and construed in accordance with the India Laws and
parties hereby irrevocably submit to the exclusive jurisdiction of the Court at
Faridabad to entertain the decide any dispute relating to or arising of this agreement.
13 The ESCROW Agent shall furnish the authenticated bank statement of the transaction
on the day of payment to the HPGCL or as and when called for by the HPGCL on the
format ‘A’ or as per the requirement of HPGCL/Service Provider.
14 The ESCROW Agent shall, at the joint request of the Service Provider and the
HPGCL made on or after the payment by the Service provider of all outstanding
amounts under the Service Agreement and upon confirmation of receipt of such
payments by the staff deployed, close the ESCROW ACCOUNT. Upon closure of the
ESCROW ACCOUNT hereunder, the ESCROW Agreement shall be deemed to be
terminated.
15 The ESCROW Agent shall be entitled to receive its fee and expenses in an amount
and at such times, as may be agreed between the ESCROW Agent and the Service
Provider. For the avoidance of doubt, such fee and expenses shall be borne by the
Service provider.
16 Names and specimen signatures of the HPGCL’s official, authorised to issue notice
duly attested, are annexed. Any change in the said authorization will be advised to
ESCROW Agent at the appropriate time & requirement.
17 Except as otherwise expressly provided elsewhere in this agreement, all notices and/or
communications, which are required, and remitted to be in writing and shall be
sufficient if delivered by Registered/ Speed post / Facsimile/Courier/Telegram shall
be addressed on the addresses given hereunder.
IN WITNESS whereof the parties hereto have executed these presents on the respective day,
month and year first herein below written.
Signed and Delivered
On behalf of Service Provider
Signed and Delivered
On behalf of Haryana Power Generation Corporation Ltd.
Signed and Delivered
On behalf of ESCROW Agent.
28
ANNEXURE-H
1. Name of Department .....................................................
2. Name of Contractor ........................................................
3. (a) Licence No. ................................................. under Contract (Regulation & Abolition) Act,1970
(b) Validity expires on .............................................
4. MONTH YEAR
No. Name of Skilled/ unskilled worker
Amount Payment made vide cheque
No./Account No of engaged worker
ESI code of Engaged
workers
Amount deposited Ch. No Engaged
of Engaged of workers PF deposited Cheque No
Emp workers wages P.F. No
Employer’s contribution
Engaged workers contribution
Chllan No.
Employer’s contribution
Engaged workers contribution
Challan No.
29
Price bid (part-II)
Sr.
No.
Description of work To be paid by Contractor/Firm to the persons to
be deployed
Reimbursement by HPGCL to the
Firm/Contractor
1. Wages in respect of the category of the person to be provided
like
As per minimum wages vide Labour Department
Haryana notification no. IR-2/7083-7193 dated
02.03.2017 for the category of the person to be
provided
As per minimum wages vide Labour Department
Haryana notification dated IR-2/7083-7193 dated
02.03.2017 for the category of the person to be
provided Cook-cum-bearer
Safai karamchari
Mali
Carpenter 1st class
Plumber 1st class
Electrician 1st class
Mason 1st class
Helper
2. Statutory liabilities of the bidder (including share of
employer such as EPF, ESI etc. if any
@ As applicable at the time of payment of wages (as
per the Govt. Notification)
@ As applicable at the time of payment of wages
(as per the Govt. Notification)
3. GST As applicable As applicable
4. Service charges of the service provider (quotation of rate
should be inclusive of all other component & obligations of
the service provider provided in the bid document and
deduction of taxes at source as per laws for the time being in
force)
Service charges @ _______ .% of the minimum
wages provided vide Labour Department Haryana
notification dated 02.03.2017 and its amendments
thereafter.
(Quoted service charges, in words
_____________________________________%)
Signature of contractor
top related