delhi policetender.delhipolice.gov.in/content/images/cms/67607.docx · web viewin the office of...

39
OFFICE OF THE DY. COMMISSIONER OF POLICE: SOUTH EAST DISTT: PS SARITA VIHAR NEW DELHI-110076. Telephone No.011-26825852 E-Mail ID:-haa-sed- [email protected] ________________________________________________________________ _____ NOTICE INVITING E-TENDER Percentage Rate Open tenders are invited from the reputed contractors for the empanelment of firms to carry out Minor Repair Works for repair maintenance the Delhi Police Buildings i.e. Police Stations/Police Posts/Police Colonies of South East District for Annual Maintenance Contract for period a period of one year extendable for a further period of two years on yearly basis subject to satisfactory performance of services. The estimated cost of the works during a period of one year will be Rupees 4.25 Crore. The contractors will have to deposit earnest money of Rs.8,50,000/- (Rupees Eight Lacs Fifty Thousand Only). The tender should be received through e-tendering (CPP Portal) in Deputy Commissioner of Police, 1 ST Floor, DCP South East District Office Complex, Police Station Sarita Vihar, Opposite Apollo Hospital, New Delhi-110076 upto 17.10.2020 at 1800 hours. The technical bid of tenders will be opened on 19.10.2020 at 1400 hours in the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions and detailed specification can be obtained either from the office of the undersigned i.e. Admn. Branch, Room No.215, 2 nd Floor, DCP Office South East District, Delhi on any working day within office hours i.e. on 17.10.2020 at 1800 hours or can be downloaded from Central Public Procurement Portal: https://eprocure.gov.in . No Tender form will be entertained after the expiry of stipulated period i.e. after 1800 hours on (last date ). The cost of the tender form containing terms & conditions is Rs. 500/- each. -sd- Page 1 of 39

Upload: others

Post on 07-Dec-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Delhi Policetender.delhipolice.gov.in/Content/Images/CMS/67607.docx · Web viewin the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions

OFFICE OF THE DY. COMMISSIONER OF POLICE: SOUTH EAST DISTT:

PS SARITA VIHAR NEW DELHI-110076.Telephone No.011-26825852 E-Mail ID:[email protected]_____________________________________________________________________

NOTICE INVITING E-TENDER

Percentage Rate Open tenders are invited from the reputed contractors for the empanelment of firms to carry out Minor Repair Works for repair maintenance the Delhi Police Buildings i.e. Police Stations/Police Posts/Police Colonies of South East District for Annual Maintenance Contract for period a period of one year extendable for a further period of two years on yearly basis subject to satisfactory performance of services. The estimated cost of the works during a period of one year will be Rupees 4.25 Crore. The contractors will have to deposit earnest money of Rs.8,50,000/- (Rupees Eight Lacs Fifty Thousand Only). The tender should be received through e-tendering (CPP Portal) in Deputy Commissioner of Police, 1ST Floor, DCP South East District Office Complex, Police Station Sarita Vihar, Opposite Apollo Hospital, New Delhi-110076 upto 17.10.2020 at 1800 hours. The technical bid of tenders will be opened on 19.10.2020 at 1400 hours in the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions and detailed specification can be obtained either from the office of the undersigned i.e. Admn. Branch, Room No.215, 2nd Floor, DCP Office South East District, Delhi on any working day within office hours i.e. on 17.10.2020 at 1800 hours or can be downloaded from Central Public Procurement Portal: https://eprocure.gov.in . No Tender form will be entertained after the expiry of stipulated period i.e. after 1800 hours on (last date).

The cost of the tender form containing terms & conditions is Rs. 500/-

each.

-sd-

(DHAL SINGH)Addl. Dy. Commissioner of Police-II

South East District: Delhi

No.11996-12095 /Admn.Br.(I)/SED, dated 26.09.2020Copy forwarded for information and necessary action, to the:-

1. All Spl. CsP/Delhi. 2. All Joint CsP/Delhi.3. DCP/PRO, Delhi with the request to publish the above said tender notice in all

newspapers. 4. All DCsP/Distts./Units, Delhi including DCP/L&B Cell, PHQ, Delhi. 5. All ACsP/Sub. Divisions/SED.6. PAs to DCP/Addl. DCsP/SED for information.

Page 1 of 25

Page 2: Delhi Policetender.delhipolice.gov.in/Content/Images/CMS/67607.docx · Web viewin the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions

TERMS & CONDITIONS OF TENDER FOR CARRYING OUT MINOR WORKS

Online Percentage Rate open tenders are invited in two bid system i.e. Technical Bid and Price Bid on behalf of Delhi Police from specialized contractors for Minor Repair Work to maintain the Police Colonies, Police Stations and other Sub-Offices of South East District, Delhi through Annual Maintenance Contract for a period of one year from the date of signing contract and extendable for a further period of two years on yearly basis subject to satisfactory performance of services.

Instructions for submitting online e-tender are enclosed at “Annexure-D”. Bidders are advised to quote their rate/price after careful study of the tender specifications as well as the following terms and conditions: -

SECTION-1: INSTRUCTIONS TO BIDDERS: -1 Instructions: -

i. The Tender documents can be downloaded from Central Public Procurement Portal website http://eprocure.gov.in/eprocure/app. Bid submission will be closed on 17.10.2020 at 1800 hours.

ii. Online technical bids will be opened on 19.10.2020 at 1400 hours in the Chamber of Addl. DCP-II/South East District at 1st Floor, DCP South East District Office Complex, Opposite Apollo Hospital, Delhi-110076. The bidders or their authorized representatives may remain present, if they so desire.

iii. The firm shall also upload/attach a legible scanned copy of documentary proof of depositing GST latest by 31.03.2020 or thereafter for such services/trade in the concerned department (in the language of English/Hindi).

iv. As per instructions of the Govt., the tender document has been published on the Central Public Procurement Portal: http://eprocure.gov.in . The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificate before the stipulated date & time i.e. upto 17.10.2020 at 1800 hours.

v. The legible scanned copy of application fee of Rs.500/- (Rupees Five Hundred only) in the form of Account Payee Demand Draft/Pay Order/Banker’s Cheque drawn in favour of Deputy Commissioner of Police, South East District, New Delhi shall be attached/uploaded in the prescribed column along-with the Technical Bid of Tender. The application fee is non-refundable. The original Demand Draft/Pay Order/Banker’s Cheque towards Application Fee shall be submitted by the bidder on or before the time of tender opening i.e. up to 19.10.2020 at 1400 hours.

vi. Conditional tender will not be accepted.

Page 2 of 25

Page 3: Delhi Policetender.delhipolice.gov.in/Content/Images/CMS/67607.docx · Web viewin the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions

vii. Submission/uploading of unwarranted/irrelevant/out of context documents online with the bid with an intension to disturb/misuse online procurement system will be taken seriously and stringent action against such bidders besides action for rejection of bid and blacklisting of firm may be initiated.

viii. The legible scanned copy of properly filled “Tender Acceptance Letter” Annexure- “C” duly signed and stamped by the bidder should be uploaded/attached with the technical bid.

ix. The participating firms must upload a scanned copy of undertaking mentioning therein the entire details (like ISI mark, technical specifications) along-with brochures of the product which will be used/installed by the firm.

x. Any items/articles which are not specially mentioned in the tender/specifications but are necessary, are to be provided by the firm without any extra charge for completeness of the work under this tender.

xi. A tender Committee will be constituted under the chairmanship of Tender Inviting Authority to consider bids/bid documents.

xii. Only authorized representative will be allowed to attend the meeting of the Tender Committee. He/She should also bring authority letter on company/firm’s letter head and any decision/negotiation taken by him/her would be accepted by company/firm.

xiii. Not more than one representative shall be allowed to attend the meeting of the Tender Committee on behalf of one tendering company/firm. The representative, who is deputed to attend the meeting, should be Director or Partner or Owner or an employee of the company possessing an authority letter, whose specimen signatures should be attested by the company/firm’s authorized signatory with seal.

xiv. If a firm quotes NIL charges/consideration, the bid shall be treated as unresponsive and will not be considered.

xv. The payment will be made depending upon the availability/release of funds by the Govt. and the firms/contractors shall have no claim in case of delayed payment and no interest will be paid for the delay.

xvi. The competent authority reserves the right to annul the tendering process at any stage on administrative reasons. Tender Inviting Authority with the approval of competent authority shall have the right of rejecting all or any of the tenders and will not be bound to accept the lowest of any other tender.

xvii. Bidder shall not be allowed to alter or modify their bids after expiry of the deadline or receipt of bids.

xviii. In case any clarification is required, prospective bidder may contact the tender inviting authority or his authorized representative for clarification within the currency of bid and during office hours.

xix. In case any work is to be executed other than mentioned in the schedule of quantities, in case of being Schedule items (Delhi Schedule of rates items), these shall be paid as per the schedule rate

Page 3 of 25

Page 4: Delhi Policetender.delhipolice.gov.in/Content/Images/CMS/67607.docx · Web viewin the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions

plus cost index (at the time of tender) plus/minus percentage above/below or at par of contract amount. Payment of other than schedule items it shall be made as per the market rate plus/minus percentage above/below or at par with the contract amount subject to approval of competent authority.

2. PROCEDURE FOR SUBMISSION OF BIDS: -A single bid will be submitted by every bidder in the following manner: -

2.1 Technical Bid consisting of all technical bid documents.2.2 Financial Bid indicating percentage below / percentage above or at

par with the estimated cost given in schedule of quantities.

3 The Bidder should submit the legible scanned copy of Earnest Money Deposit (EMD) of Rs.8,50,000/-(Rupees Eight Lacs Fifty Thousand only) with the Technical bid. Tender shall not be accepted without EMD. The EMD shall be in the shape of Account Payee Bank Draft/FDR/Bankers Cheque/Bank Guarantee from a Scheduled / Commercial Bank in favour of Dy. Commissioner of Police, South East District, Delhi. EMD shall bear no interest. The EMD shall be valid for a period of forty-five days beyond bid validity period from opening of bid. If, it is found during the tendering process or at a later stage, that the EMD has been prepared from the bank account, other than the account on the participating bidder, the bid shall be rejected straightway and action, as deemed fit, shall be initiated as per rules for concealing the facts. In case the firm fails to upload the scanned copy of Demand Draft/Pay Order/Banker’s Cheque/Bank Guarantee in respect of application fee as well as EMD online, the tender shall be rejected straightway. The EMD in physical form shall be submitted on or before the opening of tender.

3.1 The bidders registered with Micro and Small Enterprises (MSEs) as defined in MSE procurement policy and issued by Department of Micro, Small and Medium Enterprises (MSME)/NSIC or are registered with the Central Purchase Organization or Startups as recognized by Department of Industrial Policy & Promotion (DIPP) for the requisite work is exempted from Bid Security and Application Fee. However, the bidders will have to submit scanned copy of the valid Registration Certificate with the technical bid of the tender to avail this exemption. The original document projected for application exemption can be verified/checked.

4 DOCUMENTS COMPRISING THE BIDS: - The participating firms/companies are requested to attach/upload self-attested/scanned legible documentary proof of the following documents with their technical bids. In the absence of any of these documents, the bid will be disqualified/cancelled straightway without any further clarification: -

4.1 Technical Bid:4.1.1 Cost of the tender/Tender Fee and EMD of stipulated amount.4.1.2 List of owners/partners along-with corresponding address of the bidder

with telephone number and photograph.

Page 4 of 25

Page 5: Delhi Policetender.delhipolice.gov.in/Content/Images/CMS/67607.docx · Web viewin the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions

4.1.3 Copy of Certificate of Registration of Firm with EPFO/ESIC to establish that the firm is registered with EPFO/ESIC.

4.1.4 Copy of certificate of Registration under GST and latest Tax Clearance Certificate/vide which the latest tax was deposited.

4.1.5 A firm should have Average Annual Financial turnover not less than Rupees 1.25 Crore in the last three financial year. Further, the firm has not incurred any loss in more than 01 year in the last 03 years ending 31st March, 2020. Certificate from Chartered Accountant/issued from Govt. department viz. TDS Certificate, Form No. 16 shall be submitted by the bidder.

4.1.6 The bidding firm should have experience of having successfully completed similar works costing not less than the total amount equal to Rupees One Crore Seventy Lacs only in one of the financial year during the last 7 years as on 31st March, 2020. A copy of work order / performance certificate from Govt. Departments / PSUs in order to establish the credentials/experience of the firm shall be submitted to the effect that the contractor has executed the work satisfactorily clearly mentioning the amount of work executed against each financial year separately.

4.1.7 Undertaking that the firm as well as owner has neither been blacklisted by any Govt. Department nor any Criminal Case is registered/pending against the firm or its owner/partner/director anywhere in India.

4.1.8 Tendering Firm should be registered in Government Department i.e. PWD/MCD/DDA/NDMC/CPWD etc. A copy of registration certificate should be enclosed.

4.1.9 A copy of Tender Documents and Terms & Conditions duly signed by the Bidder.

4.1.10 Tender Acceptance Letter (Annexure- “C”).4.1.11 The tender must contain the name, office and residential address

including telephone number(s) of the firm or person with their signature.

4.1.12 The bidder shall not submit the percentage rates in the technical bid packet in any case. In case of doing so, the bid shall be rejected straightway.

4.1.13An undertaking under fall clause shall be submitted by the bidder stating that “if at any time, during the period of contract, the contractor reduces the sale price and/or sales such stores to any organization under the govt, he shall forthwith notify such reduction to the purchases and the price payable under the contract for that part shall stand correspondingly reduced”.

4.2 Financial Bid : -It shall be submitted in the prescribed format of .pdf.4.2.1 The financial bid of only those bidders will be opened who qualifies in

the technical bid. Evaluation of financial bids will be done on the basis of financial values quoted by the bidder.

Page 5 of 25

Page 6: Delhi Policetender.delhipolice.gov.in/Content/Images/CMS/67607.docx · Web viewin the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions

4.2.2 The quoted price shall be inclusive of supply, installation/commissioning and removal of old articles. There shall be no extra charges for the items.

5 The tender Committee so nominated, shall examine the technical/financial aspects of the tender. The decision of the tender committee shall be final and binding. The interpretation of Delhi Police on terms and conditions of tender shall be final and binding.

6 Non submission of any of the documents specified in clause 4 above shall be liable for rejection of bid.

7 Conditional tender, Unsigned Tender and Late Bid shall not be accepted and shall be rejected straightway.

8 All tender(s) in which any prescribed condition is/are found incomplete in any respect, shall be rejected by the committee, without assigning any further reason.

9 Bidders would not be permitted to alter or modify their bids after expiry of the deadlines for receipt of bids.

10 Contacting the Department: - No Bidder, in order to influence the bid process, shall contact the Department. Any efforts by a Bidder to influence the Department’s bid evaluation/bid comparison or contract award decisions shall result in the rejection of the Bidder’s bid. No enquiry shall be made by Tenderer(s) during the course of examination of the Tender, after the opening, till final decision is taken by the competent authority.

11 Period of Validity of Bids: -Bids shall remain valid for a period of 180 days from the date of opening of technical bid.

12 Terms & Conditions of Bidder: -In case terms and conditions of the Contract applicable to this Invitation of Bid are not acceptable to any Bidder, he should not bid.

13 Local Conditions: - It will be incumbent upon each Bidder to fully acquaint himself/herself with the local conditions and factors at the respective locations/sites and offices which would have any effect on the performance of the contract and or the cost. Participation in the tender process implies that the bidder is satisfied with the conditions.

14 Right to accept any Bid and to reject any or all bids: -14.1 The department reserves the right to terminate the whole tendering

process or any part thereof without assigning any reason.14.2 The Department may terminate the contract if it is found that the

contractor is blacklisted on previous occasions by any of the Departments/Institutions/Local Bodies/Municipalities/PSUs etc.

14.3 The Department may cancel the award of contract in the event the successful bidder fails to furnish the Performance Security or fails to execute the agreement.

15 Quoted Rates: -15.1 The quoted price shall be inclusive of supply, installation and

commissioning as well as removal of old articles. There shall be no extra charges for these items.

Page 6 of 25

Page 7: Delhi Policetender.delhipolice.gov.in/Content/Images/CMS/67607.docx · Web viewin the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions

15.2 The rates shall be quoted as per price bid format inclusive of all taxes. Firms offering unjustifiable rates shall be considered as unresponsive bid. In case, it is found that the bidder is trying to sabotage the tender process, the bid of the firm will be rejected straightway and the firm may be considered for blacklisting to participate in the tendering process of Delhi Police.

15.3 The bidder shall indicate their rates inclusive of all taxes in clear/visible figures & words and shall not alter/overwrite/make cutting in the quotations. If any, alteration/overwriting/cutting etc. is noticed, the rates of the item shall not be considered and treated an unresponsive.

15.4 The price shall be quoted indicating percentage below / percentage above or at par with the estimated cost given in schedule of quantities. The quoted percentage below / percentage above or at par, shall be applicable on each item/work separately as per schedule of quantities inclusive of all taxes. The price shall be quoted upto two decimal points.

15.5 The tender shall be treated as invalid if: - (a) The contractor does not quote percentage above / below / at par applicable on each item of tender. (b) The percentage above / blow / at par is not quoted in figures & words, (c) The quoted percentage above / below / at par is different in figures & words.

15.6 The rates shall be quoted only on percentage rate basis. Any tender containing item rates is liable to be rejected. The percentage quoted by the contractor in percentage rate tender shall be accurately filled in figures and words so that there is no discrepancy.

15.7 Optional Rate shall not be considered and bid shall be rejected.15.8 The lowest tender amount shall be decided on the basis of +/- worked

out on the basis of percentage above / below / at par which shall be beneficial to the Govt.

15.9 After the finalization of L-1, the counter offer shall be given to L-2, L-3, L-4 and L-5 to submit their willingness to work on L-1 price. In case any of the vendor amongst L-2, L-3, L-4 and L-5 vendor does not agree to work on L-1 rate, the offer shall be given to L-6, L-7 so on.

15.10 Tender Inviting Authority with the approval of Competent Authority reserves the right to increase / decrease the firms in case two or more contractor quoted the same price only if it happens to select the last firm.

16 AWARD OF CONTRACT: - 16.1 The contract shall be awarded for a period of one year extendable for a

further period of two years on yearly basis on mutually agreed basis subject to satisfactory performance.

16.2 The Department will communicate the successful bidder by confirmed letter that his bid has been accepted. This letter shall prescribe the amount at which contractor shall be awarded the contract.

Page 7 of 25

Page 8: Delhi Policetender.delhipolice.gov.in/Content/Images/CMS/67607.docx · Web viewin the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions

17 The tender committee, with the approval of the competent authority, reserves the right to relax any of the condition(s), or reject any or all tenders altogether without assigning any reasons.

18 The unacceptable/defective articles/items shall be subject to replacement at the risk and responsibility of the contractor without any extra cost.

******

Page 8 of 25

Page 9: Delhi Policetender.delhipolice.gov.in/Content/Images/CMS/67607.docx · Web viewin the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions

OFFICE OF THE DY. COMMISSIONER OF POLICE: SOUTH EAST DISTT:

PS SARITA VIHAR NEW DELHI-110076.

SECTION-2: - GENERAL CONDITIONS OF CONTRACT

1. OVERPAYMENT/UNDERPAYMENT: If as a result of post payment audit or otherwise, any overpayment is detected in respect of any work done or alleged to have been done to the Contractor under the contract, the Contractor shall pay back the overpayment and it shall be recovered by the Department from him. If any underpayment is discovered, the amount shall be duly paid to the Contractor by the Department.

2. TAX OBLIGATION OF THE CONTRACTOR: - The Contractor shall ensure full compliance with tax laws of India with regard to this contract and shall be solely responsible for the same such as income tax and GST wherever applicable and shall keep the Department fully indemnified against liability of tax, interest, penalty etc. of the contractor in respect thereof, which may arise.

3. AWARD OF CONTRACT: - 3.1 The successful bidder will be required to execute an Agreement within a

period of 15 days from the date of issue of Letter of Offer.3.2 The successful Bidder shall furnish Performance Guarantee to the

Department within 14 days of receipt of “letter of offer” issued by the Department before signing the Contract which shall be equal to 5% of the total value of the Contract and shall be in the form of an Account Payee Pay order/DD/Bankers Cheque/Fixed Deposit Receipt/Bank Guarantee from a Nationalized/Scheduled Bank which would be valid up to a period of sixty days beyond the date of completion of all contractual obligations and no interest shall be payable on performance guarantee on its release.`

3.3 If the contractor fails to deposit the performance guarantee within prescribed period Delhi Police shall without prejudice to any other right or remedy, be at liberty to forfeit the earnest money absolutely. Further, if the contractor fails to commence work as specified or agreed, Delhi Police shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said performance guarantee absolutely. The said Performance Guarantee shall be a guarantee to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to those in excess of that limit at the rates to be determined in accordance with the provision contained in of the tender form.

3.4 In case the contract gets extended on mutually agreed basis, the contractor shall get the validity of Performance Guarantee extended to cover such extended time. After completion of contract period, the performance guarantee shall be returned to the contractor, without any interest.

Page 9 of 25

Page 10: Delhi Policetender.delhipolice.gov.in/Content/Images/CMS/67607.docx · Web viewin the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions

3.5 Failure of the successful bidder to comply with the requirements of above clauses shall constitute sufficient grounds for the annulment of the award, forfeiture of Performance Security and blacklisting.

4. EARNEST MONEY DEPOSIT (EMD): -The EMD may be forfeited: -a. If the bidder withdraws or amends its bid or impairs from the bid in

any respect within the period of validity of its bid, or b. In case of a successful bid, if the Bidder fails;

i. To sign the Contract, orii. To furnish performance security

5. ARBITRATION: -Any dispute and/or difference arising out of or relating to this contract will be resolved through joint discussion of the authorized representatives of the concerned parties. However, if the disputes are not resolved by joint discussions, the same shall be settled through amicable negotiations between a maximum of two (2) officers nominated by the competent authority of Delhi Police and two (2) employees nominated by the contractor, failing which the dispute shall be submitted to arbitration in accordance with the provisions of the Arbitration and Conciliation Act, and the Arbitrators decision shall be final and binding. All disputes are subject to the jurisdiction of the Courts in the NCT of Delhi.

6. TERM FOR EXTENSION OF CONTRACT: -6.1 At the initial stage, the contract shall be awarded for a period of one

year from the date of signing of contract. The period of contract can be extended for a further period of two years on yearly basis in the interest of Delhi Police on mutually agreed basis subject to satisfactory performance, on the same rates, terms and conditions.

6.2 Delhi Police reserves the right to terminate the contract at any stage, in either full or in part. In the event the contract is terminated by the department for reasons of unsatisfactory performance or breach of contractual conditions, the full Performance Security of the contractor shall liable to be forfeited.

6.3 SERVICE DURING POST CONTRACT PERIOD:- It will be obligatory on the part of contractor to continue to work on the same rates, terms and conditions prevailing on the last date of contract even beyond contract period (inclusive of extended period, if any) till alternate arrangements are made/new contract is finalized with the approval of the Competent Authority.

6.4 Delhi Police reserves the right to increase/decrease the Quantity as specified in the schedule of requirement.

7. The goods/articles should be ISI Mark (wherever applicable) and new item(s) is/are to be used. In case any substandard/defective material is used, the same shall be replaced by the agency at its own cost. In case of any dispute in this regard, decision of the departmental officer shall be final.

Page 10 of 25

Page 11: Delhi Policetender.delhipolice.gov.in/Content/Images/CMS/67607.docx · Web viewin the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions

8. If the performance of any repairs/maintenance work fails to meet the contract specification (s) and do not fulfill the requirement(s), then the firm shall be liable to replace/re-work free of cost within the shortest possible period. In case of any defect/fault noticed after the work is executed, the tenderer shall attend the same immediately. If he fails to do so, the defect/fault shall be executed from the open market and the cost thereof shall be recovered from the payment claimed by the firm. (The same shall also be adhered by District/Units while awarding contract for minor works).

9. All procedure for the minor repairs/maintenance work laid down shall be adhered to strictly as per CPWD Manual and the instructions on the subject.

10. The contractor will deposit the old replacement materials such as door/windows glass, grill, panes, plumbing/sanitary materials and electric articles etc. in the General Store/South East District or Malkhana of the concerned Police Stations on their own, without charging any transportation charges.

11. A departmental Officer duly authorized by DCP shall monitor the performance and conduct of every contractor and check the quality and quantity of minor work directly as well as through monitors and submit a “Completion Certificate” to Land & Building Cell/PHQ. The Contractor is liable to be removed from the approved list if the Contractor fails to abide by the terms and conditions or fails to work within the specified time or make any false declaration on any ground which in the opinion of the DCP concerned is not in the interest of Delhi Police.

12. The contractor will submit the bills, after completion of entire work along with a copy of work order and photographs before & after execution of work through Concerned MHC(M)GP/Estate Officer (ATO)/ACP.

13. The payment shall be released, subject to allocation of budget by MHA and availability of funds with Delhi Police. However, no advance payment shall be given to any agency/firm.

14. In case the successful Tenderer(s) fails to complete the works within specified time period, payment shall not be released and action as per Terms & Conditions shall be taken, besides debarring/blacklisting the firm concerned for further dealing in this Department. He will also be liable to pay 10% of the total work order as Liquidated Damages Charges. The Liquidate Damage Charges would be deducted from the pending bills or from the performance security as the case may be.

15. In case of blacklisting, the aggrieved contractor will be at liberty to file an appeal to concerned Addl.CP/Jt.CP of District/Units for relief within one month from the date of issue of the such order. Final appeal, if required, may be filed to the competent authority of PHQ i.e. Spl.CP/GA, Spl.CP/P&I or Jt.CP/GA, Jt.CP/P&I as the case may be.

Page 11 of 25

Page 12: Delhi Policetender.delhipolice.gov.in/Content/Images/CMS/67607.docx · Web viewin the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions

16. The successful tenderer(s)/bidder(s) shall attend and rectify/replace/restore extremely essential and emergent services requiring immediate attention related to plumbing and electrical or any other urgent minor work having a definitive bearing on the quality of life of a resident on the same day positively, failing which, action shall be initiated against the firm as per rule.

17. Any new Government levies/taxes imposed or increase in taxes after the contract date shall be paid as per actual against submission of documentary evidence and in case of decrease thereof, the same shall be adjusted by the contractor as per revised slabs. In case, the tax rates are reduced after release of payment the same shall be adjusted against future bills or from the Performance Security of the contractor.

18. The Bidder(s) will produce original documents for inspection at the time of opening of tender and/or whenever asked.

19. In case the successful tenderer(s) is found of any breach of Terms & Condition at any stage during the period of contract, action as per rules/laws as applicable shall be initiated against the firm concerned, besides forfeiture of performance security & termination of contract.

20. A good quality wood be used for doors/windows and frame works.21. The Committee reserves the right to keep a panel of qualified firms.22. The Committee also reserves the right to relax any of the above-

mentioned condition(s), or reject any or all tenders altogether without assigning any reason, with the approval of competent authority.

23. The contractor shall provide a minimum of one year warranty for store items.

24. After completion of work as per work order issued the contractor will obtain the END USER CERTIFICATE from the allottee with full signature of the allottee along with Quarter number & phone number duly verified from the Estate Officer concerned. In case of Non-Residential Building(s) completion certificate will be obtained from the concerned officer duly verified by a G.O.

25. Fall Clause : If at any time, during the period of contract, the contractor reduces the price and/or sales/provides services to any organization under the govt./PSUs, he shall forthwith notify such reduction to the purchaser and the price payable under the contract for that part shall stand correspondingly reduced. An undertaking may be submitted by the bidder in this regard.

26. The contractor shall comply with the provisions of the Apprentices Act, 1961, minimum wages Act, 1948, Workmen’s compensation Act, 1923, Employer’s liability Act, 1938, Maternity Benefit Act, 1961 and the Industrial disputes Act, 1947 as applicable and the rules and regulations issued there under by the local Govt. Authorities from time to time as well as provisions of law applicable to workmen. Failure to do so shall amount to breach of the contract and the Delhi Police may at his discretion termination the contract. The contractor shall also be liable for any pecuniary liability arising on account of violation by him of any

Page 12 of 25

Page 13: Delhi Policetender.delhipolice.gov.in/Content/Images/CMS/67607.docx · Web viewin the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions

of the said Acts and shall indemnify the Delhi Police on that account. Delhi Police will not be liable for any act or omission on the part of the contractor in so far as any violation of any of the aforementioned acts or any other acts.

27. If the contractor assigns, transfers or sublets the work in parts or in full, it shall be considered as breach of contracts and action of termination of contract and blacklisting of firm can be taken.

28. Force Majeure: The contractor shall not be liable for forfeiture of its performance security, termination of contract, if and to the extent that its delay in performance or other failure to perform; obligations under the contract is the result of an event of Force Majeure. For the purpose of this clause “Force Majeure” means an event beyond the control of the bidder and not involving the bidder’s fault or negligence and not foreseeable. Such events may include but are not limited to, acts of God or of public enemy, acts of Government in their sovereign capacity, acts of war, fires, floods etc. If such situation arises, the contractor shall notify the department within five days. Notwithstanding the above, the decision of Delhi Police shall be final and binding on the vendor.

29. The bidders should quote the rates inclusive of all prevailing taxes of Central Govt. GNCTD.

-Sd-(DHAL SINGH)

Addl. Dy. Commissioner of Police-IISouth East District: Delhi

SIGNATURE OF TENDERER________________________

NAME IN BLOCK LETTERS_________________________

FULL ADDRESS____________________________________

Page 13 of 25

Page 14: Delhi Policetender.delhipolice.gov.in/Content/Images/CMS/67607.docx · Web viewin the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions

OFFICE OF THE DY. COMMISSIONER OF POLICE: SOUTH EAST DISTT:

PS SARITA VIHAR NEW DELHI-110076.SECTION-3 SCHEDULE OF REQUIREMENT

LIST OF MINOR WORKS TO BE CARRIED OUT IN THE UNIT ITEMS LIST

S.No.

Name of Item/work DSR-2018

Code No./ Market Rate/earlier tender rates

Unit DSR-2018 Rates

in Rupees

REPLACEMENT OF WINDOW PANES1. P/F of Window glass panes, Float glass 4 mm thick 9.7.7.1 Per Sq. Ft. 166.60

2. Wooden beading if required

(with glass 4 mm)

9.7.7.1 Per Sq. Ft. 166.60

3. Putty for fixing of window glass MR Per Ft. 10.00REPAIR OF WOODEN WORK

4. Repair of old door shutter MR Per Sq. Ft. 30.005. P/F of existing door ( overall 35 mm thick, ISI

approved Quality)9.21.1 Per Sq. Ft. 175.00

6. Replacement of old wooden windows, Jali door 9.1.1 Per cubic Ft. 3687.007. P/F Chokat Door/Window 9.1.1 Per cubic Ft. 3687.008. Repairing of old window and door MR Per Sq. Ft. 25.009. P/F iron door frame including cutting and welding

primer coat of

steel primer & paint coating.

Approved rate Per R. Ft. 148.00

10. Iron Cage 25MM Angle and 6MM wiremess Approved rate Per Sq. Ft. 30.0011. Welding by electric machine MR Per

CentimeterREPLACEMENT OF BROKEN SINK, DEFECTIVE WATER TAPS ETC.12. P/F of Steel sink without drain board

(1000x510mm bowl depth 225 mm) with CI angle & stainless steel.

17.10.1.2 Each 5851.00

13. Taps (C.P. brass tap of approved brand)

15 MM nominal bore.

Approved rate Each 150.00

14. Taps (C.P. brass tap of approved brand)

20 MM nominal bore.MR Each 250.00

15. P/F of PTMT taps 15 mm. 86 mm long. Weighting not less than 88 grms. (approved quality having ISI marked)

18.55.2 Each 151.00

16. Long body CP brass bib cock weight not less than 690 grm. of 15 mm dia.

18.50.1 Each 552.00

17. Pillar cock ( 15 mm nominal bore ) 18.49.1 Each 419.0018. Waste Pipe/whole 18.58.1.2 Each 51.00

19. Steel Jali Approved rate Each 5.0020. PVC connection 12” 18.74.1 Each 94.90

21. PVC Connection 18” 18.21.2.1 Each 83.0022. Tank Nipple MR Each 330.0023. P/F of Wash basin Size 660x460 with pair of 15 mm

CP brass pillar taps (approved quality of branded Company )

17.7.8 Each 4052.00

Page 14 of 25

Page 15: Delhi Policetender.delhipolice.gov.in/Content/Images/CMS/67607.docx · Web viewin the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions

24. Water Closet Indian style with footrest 580x440 mm 17.1.1 Each 3524.00

25. Cistern white (10 Ltrs. Capacity, white) Plastic body with durable

quality.

17.1.1 Each 1897.00

MINOR CEMENT/PLASTERING WORKS

26. Repair of ceiling plaster-12 mm. ( 01 cement : 4 fine sand )

13.1.1 Per Sq. Ft. 25.00

27. Repair of wall plaster

20 mm plaster (1 cement : 4 fine sand )

13.3.1 Per Sq. Ft. 34.00

28. Repair of wall plaster

15 mm plaster (1 cement : 4 fine sand )

13.2.1 Per Sq. Ft. 29.00

29. Repair of wall plaster10 mm plaster (1 cement : 4 fine sand ) in super

structure above plinth level to V level

13.19.1 Per Sq. Ft. 63.00

WHITE WASHING & PAINTING OF DOORS & WINDOWS ETC. (ISI Mark)30. Colour wash/White wash new work 3 or more coats

with a base

coat of white wash with line.

13.37.1 Per Sq. Ft. 3.00

31. Snowcem (New work, 2 & more coats applied @ 3.84 Kg/10 sum).

MR Per Sq. Ft. 8.00

32. Oil bond distemper of approved brand including priming coat new

work (two or more coat)

13.41.1 Per Sq. Ft. 14.00

33. Enamel paint (Synthetic) two or more coat on new surface.

13.62.1 Per Sq. Ft. 16.00

34. Primer on new wooden/Iron work (approved brand) 13.50.1 Per Sq. Ft. 5.30

35. Acrylic work ( two or more coat applied @ 1.67 Ltr/10 sum over and including base coat of water proofing cement paint applied @2.20 Kg./10 sum)

13.46.1 Per Sq. ft. 15.00

36. Plastic paint (two or more coat) after scrubbing & repairing of

surface.

MR Per Sq. Ft. 25.00

37. Sprit Liquor Polish work on furniture after rubbing of old surface.

MR Per Sq. ft. 35.00

38. Primer & putty work on old surface after rubbing. 13.26 Per Sq. ft. 18.0039. Plaster of Paris work. 13.26 Per Sq. ft. 18.0040. Apex MR Per Sq. ft. 20.00REPAIR OF DEFECTIVE SANITARY FITTINGS41. Angle valve15 MM 18.53.1 Each 532.0042. Angle valve20 MM MR Each 630.0043. Stopcock

15 mm nominal bore

18.52.1

Each

606.00

44. Stopcock

20 mm nominal bore

MR Each 705.00

45. P/F Ball cock of approved quality high or low pressure with plastic float (body+red+all)15 mm nominal bore

18.62.1 Each 192.00

46. P/F Ball cock of approved quality high or low pressure with plastic float (body+red+all)20 mm nominal bore

18.62.2 Each 253.00

47. Replacement of Plastic/Synthetic water tank branded Company

with ISI marked

MR Per Liter 12.00

48. Plastic/Synthetic water tank cover. MR Each 350.00

Page 15 of 25

Page 16: Delhi Policetender.delhipolice.gov.in/Content/Images/CMS/67607.docx · Web viewin the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions

49. P/F Union 15MM (GI) 18.46.1 Each 236.0050. P/F Union 20MM(GI) 18.46.2 Each 261.0051. P/F Union 25MM(GI) 18.46.3 Each 360.0052. P/F Union 40 MM(GI) 18.46.5 Each 452.0053. P/F T 15MM(GI) MR Each 480.0054. P/F T 20 MM(GI) MR Each 480.0055. P/F T 25 MM(GI) 18.13.1 Each 673.0056. P/F T 40MM(GI) 18.13.1 Each 673.0057. Elbow 15MM(GI)/SS 18.90.1 Each 78.0058. Elbow 20MM(GI) /SS 18.90.2 Each 84.0059. Elbow 25 MM(GI) /SS 18.90.3 Each 128.0060. Elbow 40MM(GI) /SS 18.90.6 Each 155.0061. Socket 15MM(GI) MR Each 50.0062. Socket 20 MM(GI) MR Each 60.0063. Socket 25MM(GI) MR Each 80.0064. Socket 40MM(GI) MR Each 100.0065. Nipple 15 MM (GI) x 50 MM 18.53A Per Inch 61.0066. Nipple 25MM (GI) x 50 MM MR Per Inch 72.00REPLACEMENT/REPAIR OF DEFECTIVE WATER PIPES/SEWER LINE67. Providing & Fixing of GI /CPVC pipe including fittings &

Clamps including cutting and making good the walls etc. ( Internal work – Exposed on wall ) :-15 MM dia nominal bore

18.10.1

18.7.1

Per Ft. 72.00

74.00

68. Providing & Fixing of GI/CPVC pipe including fittings &

Clamps including cutting and making good the walls etc. ( Internal work – Exposed on wall ) :-20 MM dia nominal bore

18.10.2

18.7.2

Per Ft. 106.00

94.00

69. Providing & Fixing of GI /CPVC pipe including fittings &

Clamps including cutting and making good the walls etc. ( Internal work – Exposed on wall ) :-25 MM dia nominal bore

18.10.3

18.7.3

Per Ft. 135.00

114.00

70. Providing & Fixing of GI /CPVC pipe including fittings &

Clamps including cutting and making good the walls etc. ( Internal work – Exposed on wall ) :-40 MM dia nominal bore

18.10.5

18.7.5

Per Ft. 197.00

200.00

71. Providing & Fixing of GI pipe including fittings &

Clamps including cutting and making good the walls etc. ( Internal work – Exposed on wall ) :-50 MM dia nominal bore

18.10.6

18.7.6

Per Ft. 242.00

278.00

72. Providing and Fixing of CI pipe :-

40 MM nominal bore

MR Per Ft. 340.00

73. Providing and Fixing of CI pipe :-

50 MM nominal bore

MR Per Ft. 390.00

74. P Trap. 17.1.1 Each 320.0075. P/F of PVC Pipe-40MM Nominal Bore MR Rft. 280.00

76. P/F of PVC Pipe-50MM Nominal Bore MR Rft. 320.00ANY OTHER MINOR REPAIR/MAINTENANCE WORKS OF GOVT. BUILDING77. P/F wall tiles (Approved Quality) laid on 12mm thick

cement mortar 1:3 including grouting the joints with white cements.

8.31 Per Sq. Ft. 96.00

78. P/F wall tiles (Approved Quality) laid on 25 mm thick cement mortar 1:4 including grouting the joints with white cements. (12”X18”).

MR Per Sq. Ft. 135.00

79. P/F floor tiles (Approved Qlty.) laid on 20 mm thick cement mortar 1:4 including grouting the joints with white cements.(300x300)

11.40 Per Sq. Ft. 109.00

Page 16 of 25

Page 17: Delhi Policetender.delhipolice.gov.in/Content/Images/CMS/67607.docx · Web viewin the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions

80. P/F Ceramic floor tile with chemical 7.5 mm to 10 mm thick.

Approved rate Per Sq. Ft. 190.00

81. P/F Vitrified Tiles (2’X2’) 11.41.2 Per Tile 140.0082. Bricks work with F.P.S. bricks of class designation 75 in

foundation and plinth in (Cement mortar 1 : 4 coarse sand):- 4 Inch.

6.1.1 Per cum. Ft. 60.00

83. Bricks work with F.P.S. bricks of class designation 75 in foundation and plinth in (Cement mortar 1 : 4 coarse sand):- 4 Inch superstructure above plinth level to V level

6.4.1 Per cum. Ft. 74.00

84. Bricks work with F.P.S. bricks of class designation 75 in foundation and plinth in (Cement mortar 1 : 4 coarse sand):- 9 Inch.

6.1.1 Per Sq. Ft. 120.00

85. Bricks work with F.P.S. bricks of class designation 75 in foundation and plinth in (Cement mortar 1 : 4 coarse sand):- 9 Inch super structure above plinth level to V level

6.4.1 Per Sq. Ft. 145.00

86. P/F Granite/white stone 18MM thick 7.38.1.17.38.1.2

Per Sq. Ft. 236.00208.00

87. Rubbing & Polishing of Kota Stone & Marble MR Per Sq. Ft. 22.0088. Cleaning of over-headed water tank with approved

disinfectionsMR Per Liter 1.20

89. Cleaning of underground water tank with approved disinfections

MR Per Liter 1.20

90. Repair of flooring floor plaster of 1:2:4 ( 1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size ) including finishing complete.

4.1.3 Per cum. Ft. 64.00

91. P/F CC work (1:2:4) (one cement, two red sand & four graded stone aggregate 20 MM nominal size

MR Per sq. Ft. 115.00

92. Surface dressing 2.28.1 Per Sq. Ft. 3.00

93. Earth work Excavation 2.1.1 Per Sq. Ft. 9.00OTHER CIVIL WORKS94. Providing & fixing wooden cupboard. MR Per Sq. Ft. 1580.0095. Providing and fixing Aluminum sheet 3mm thick on

bathroom/toilet door in lower part to a height of 1 ½.MR Per Sq. Ft. 60.00

96. P/F grill work with 16 mm dia bar. MR Per Sq. Ft. 210.0097. Cement Concrete work (1 Cement : 5 Fine sand : 10

Graded stone)4.1.10 Per cum. Ft. 52.00

98. Brick aggregate (Bets) MR Per Sq. Ft. 25.00

99. Urinal China squatting plate 17.24 Each 3207.00100. P/F Ply work 6 mm thick with approved brand MR Per Sq. Ft. 50.00101. Re-fixing old door and window MR Per Sq. Ft. 500.00102. P/F Wooden window ( good quality ) applying a

priming coat of approved primer with window panes/wiremess.

MR Per Sq. Ft. 325.00

103. P/F Vinyal PVC flooring (2 MM thick) Approved rate Per Sq. Ft. 40.00104. Tar felting work on roof repair.( ISI Mark) Approved rate Per Sq. Ft. 2.00105. Fall ceiling work with board with iron frame Approved rate Per Sq. Ft. 110.00106. Providing and fixing AC sheet 6 mm thick Approved rate Per Sq. Ft. 90.00

107. P/F IS : 3564 marked Aluminum die cast body tubular type universal hydraulic door closer with necessary accessories &screws complete (ISI mark)

Approved rate Each 100.00

108. Removal of Malwa work. (Per Truck) MR Per Truck 1800.00109. Removal of Malba/Garbage work. (Per Trolley) MR Per Trolley 1200.00110. Iron Work welded in built up sections/frames work

including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer.

MR Per Kg 90.00

111. Red stone work exposed face fine dressed with rough backing (40mm thick).

MR Per Sq. Ft. 105.00

112. Cleanness of Sewer line Approved rate Per R. Ft. 20.00

Page 17 of 25

Page 18: Delhi Policetender.delhipolice.gov.in/Content/Images/CMS/67607.docx · Web viewin the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions

113. Cleanness of Septic Tank by removing of Malba (Silt) through mechanical transport

MR Per Trip (5000Ltr.)

1200.00

114. Cleanness of Main hole Approved rate Each 200.00115. P/F M.S. Pipe & applying a priming coat of approved

steel primer1 ½ Inch.MR Per Ft. 75.00

116. P/F M.S. Pipe & applying a priming coat of approved steel primer2 Inch.

MR Per Ft. 90.00

117. P/F M.S. Plate MR Per Sq. Ft. 50.00118. Wire mess with Bidding Approved rate Per Sq.Ft. 30.00119. Cleaning of roof Approved rate Per Sq. Ft. 21.00REPAIR/REPLACEMENT OF DEFECTIVE ELECTRIC ITEMS/WIRING ETC.

( ISI Mark )120. Rewinding of submersible motor (removal/installation

including labour charges for installation) 7.5 HPMR Each 15000.00

121. Rewinding of electric motor (removal/installation including labour charges for installation) 1 HP

MR Each 2500.00

122. Replacement of electric wiring (1mm) Approved rate Per R. Ft. 28.00123. Replacement of electric wiring (1.5mm) Approved rate Per R. Ft. 35.00

124. Replacement of electric wiring (2.5mm) Approved rate Per R. Ft. 60.00

125. Replacement of electric wiring (4mm) Approved rate Per R. Ft. 80.00

126. Replacement of electric wiring (6mm) Approved rate Per R. Ft. 90.00

127. Tube rod (complete set ) 40 W (Phillips) Approved rate Each 150.00

128. Tube rod only. Approved rate Each 80.00129. Tube rod T-5 Approved rate Each 200.00130. Starter 40 W tube (Phillips) MR Each 60.00131. Bulb 100 W and below (Phillips) Approved rate Each 10.00132. Copper conductor wiring size 1/16 Approved rate Per R. Ft. 38.00133. Sodium light with all fitting size (45x 45 cm) Approved rate Each 2500.00

134. Sodium light with all fitting size (30 x 30 cm) Approved rate Each 3600.00

135. P/F Electric plastic pipe-1” MR Per R. Ft. 9.00

136. P/F electric plastic pattern 2.5” MR Per R.Ft. 10.00

137. C.F.L.15 W Approved rate Each 200.00138. C.F.L.20 W Approved rate Each 200.00

139. C.F.L. Bulb 11W Approved rate Each 200.00

140. C.F.L.Bulb Chalk Approved rate Each 200.00

141. C.F.L.2 ft. Tube light Approved rate Each 200.00

142. LED Blub 5 W Approved rate Each 95.00

143. LED Blub 10 W Approved rate Each 130.00

144. LED Blub 15 W Approved rate Each 180.00

REPLACEMENT OF DEFECTIVE ELECTRIC FITTING, SWITCH BOARDS, PLUG ETC. (ISI Mark)145. Replacement of Switch ( Light) Approved rate Each 100.00146. Replacement of Switch (Power) Approved rate Each 150.00

147. Replacement of Socket (Light) Approved rate Each 100.00148. Replacement of Socket (Power) Approved rate Each 150.00

Page 18 of 25

Page 19: Delhi Policetender.delhipolice.gov.in/Content/Images/CMS/67607.docx · Web viewin the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions

149. Replacement of Plug Top Approved rate Each 35.00150. Replacement of Fan Regulator Approved rate Each 60.00151. MCB-16 AMP Approved rate Each 80.00

152. MCB-32 AMP Approved rate Each 90.00153. MCB-63 AMP Approved rate Each 125.00154. MCB-100 AMP Approved rate Each 150.00155. MCB-200 AMP Approved rate Each 200.00156. Switch Board MR Each 250.00

REPLACEMENT OF ELECTRIC FANS157. Servicing and greasing of Ceiling fans Approved rate Each 150.00158. Replacement of condenser Approved rate Each 50.00159. Rewinding of motors Approved rate Each 350.00160. Ball bearing set 48” Approved rate Each 50.00161. Ball bearing set 56” Approved rate Each 50.00162. Replacement of fan (Wall) MR Each 2250.00163. Replacement of fan (Ceiling) 48” Approved rate Each 1800.00164. Exhaust fan (12”) Approved rate Each 1500.00

FITTINGS165. Hinges MR Each 85.00166. Handles MR Each 90.00167. Door stopper MR Each 120.00OTHERS168. P/F Bamboo Jaffri of 35x10 mm with wooden frame of

teak wood.Approved rate Per Sq. Ft. 5.00

169. P/F Tin Sheds MR Per Sq. Ft. 350.00170. P/F Interlocking tiles Approved rate Per Sq. Ft. 90.00171. P/F Kota Stone over 20 MM thick base laid over & joint

with gray cement including rubbing & policing11.26 Per Sq. Ft. 142.00

172. S.W. Drain Pipes

4 Inchs.

Approved rate Per R. Ft. 6.00

173. S.W. Drain Pipes

6 Inchs.

Approved rate Per R. Ft. 6.00

174. P/F Aluminum Partition with 5.50 mm thick float glass panes

Approved rate Per Sq. Ft. 350.00

175. P/F Aluminum Door/Window Frame with fixed portion and aluminum Jali

Approved rate Per R. Ft. 300.00

176. P/F Readymade Iron Door with all fittings MR Per Sq. Ft. 350.00177. P/F Wooden Board 12 mm thick

(approved quality ISI Mark )9.140.1 Per Sq. Ft. 97.00

178. P/F Fiber Sheet Approved rate Per Sq. Ft. 75.00179. P/F Cement Sheet Approved rate Per Sq. Ft. 80.00180. P/F Plastic Sheet MR Per Sq. Ft. 65.00181. P/F Iron Sheet Approved rate Per Sq. Ft. 70.00

182. Safaiwala MR Per Day 650.00183. P/F Concertina Coil with iron “Y” angle MR Per R. Fit 1550.00

Page 19 of 25

Page 20: Delhi Policetender.delhipolice.gov.in/Content/Images/CMS/67607.docx · Web viewin the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions

ANNEXURE-“A”

PROFORMA FOR PRICE SCHEDULE

(Attach with price bid)

S.No. Description of work

Percentage above / below or at par which will be applicable in each item of works

(1) (2) (3)1.

AS given in schedule of

requirement

Percentage above: (+) ______% (in figures)____________________________ (in words)

OR

Percentage below: (-) ______% (in figures)_____________________________ (in words)

OR

At par with estimated cost given in schedule of requirement.

NOTE: - NO CONDITIONS SHOULD BE INSERTED IN THE PRICE BID AS CLARIFIED IN THE TERMS & CONDITIONS.

It is hereby certified that we have UNDERSTOOD ALL THE TERMS and conditions specified in the tender document and are thoroughly aware of the nature of job required to be done and goods/items to be supplied. We agree to abide by all the tender terms and conditions.

We hereby offer to carry out the job and (or) supply the goods/items detailed above or such portion(s) thereof as you specify in the notification of award.

A Standard .pdf Sheet of Price Schedule format has been provided with the tender document to be filled by all the bidders. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. Bidders are required to upload the duly filled .pdf sheet in the finance bid packet only. If the Price Schedule in the .pdf format file is found to be modified by the bidder, the bid will be rejected.

Page 20 of 25

Page 21: Delhi Policetender.delhipolice.gov.in/Content/Images/CMS/67607.docx · Web viewin the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions

ANNEXURE- “B”BID FORM

(Enclose with Commercial Bid)Date________________

To,The Deputy Commissioner of Police,South East District, New Delhi-76

Sir,Having examined the Bid Documents of TENDER NO.___________

We, _________________________________, offer to supply and deliver_______________________________________________________________________________________________________________________________________________________________________________________________in conformity with the said tender provisions for sums as may be ascertained with the Schedule of Prices provided in the Commercial Bid.

We undertake, if our bid is accepted to complete delivery, installation and commissioning of the Systems as per the schedule specified in the Tender.

Further undertake that, if our bid is accepted, we will obtain the guarantee of a Scheduled Bank in a sum equivalent to 5% of the Contract Price for the due performance of the Contract as per terms and conditions of the Tender.

We agree to abide by this bid for a period of 180 days from the date fixed for bid opening and it shall remain binding upon us and may be accepted at any time before the expiration of that period. This bid together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us.

We have noted the contents of Contract Form (Chapter 6) and agree to abide by terms and conditions in the same.

We understand that you are not bound to accept the lowest or any bid you may receive. We also understand that you have the right to vary the quantities and/or split the total order among the Bidders and/or procure the available and compatible items/equipment under DGS&D Rate Contract.

Signature and seal of Bidder

Page 21 of 25

Page 22: Delhi Policetender.delhipolice.gov.in/Content/Images/CMS/67607.docx · Web viewin the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions

Annexure “ C “TENDER ACCEPTANCE LETTER

(To be given on Company Letter Head)(Enclose with Technical Bid)

To

The Deputy Commissioner of Police,South East District, New Delhi-76

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No.: _______________________________

Name of Tender/Work: - Tender for empanelment of firms to carry out Minor Repair Works in order to maintain the Govt. Building for Annual Maintenance Contract for period a period of one year.

Sir,

1. I/We have download/obtained the tender document(s) for the above mentioned ‘Tender/Work’ from the website(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 from 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/ organization 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. In case any provisions of this tender are found violated, then your department/organization shall without prejudice to any other right or remedy be at liberty to reject this tender/bid including the forfeiture of the full said earnest money deposit absolutely.

Yours faithfully,

(Signature of the Bidder, with Official Seal)

Page 22 of 25

Page 23: Delhi Policetender.delhipolice.gov.in/Content/Images/CMS/67607.docx · Web viewin the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions

Annexure “D”

INSTRUCTIONS FOR ONLINE BID SUBMISSION

As per directives of Department of Expenditure, this tender document has been published on the Central Public Procurement Portal: (URL: http://eprocure.gov.in). The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal. More information useful for submitting online bids on the CPP Portal may be obtained at: https://eprocure.gov.in/eprocure/app.

REGISTRATION: -i) Bidders are required to enroll on the e-Procurement module of the

Central Public Procurement Portal (CPPP): https://eprocure.gov.in/eprocure/app by clicking on the link “Click here to Enroll” on the CPP Portal which is free of charge.

ii) As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts.

iii) Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal.

iv) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify/TCS/nCode/eMudhra etc.) with their profile.

v) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSCs to others which may lead to misuse.

vi) Bidder then log in to the site through the secured log-in by entering their user ID/password and the password of the DSC/e-Token.

SEARCHING FOR TENDER DOCUMENTS: -i) There are various search options built in the CPP Portal, to facilitate

bidders to search active tenders by several parameters. These parameters could include Tender ID, organization name, location, date, value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as organization name, form of contract, location, date, other keywords etc. to search for a tender published on the CPP Portal.

ii) Once the bidders have selected the tenders they are interested in, they may download the required documents/tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This would

Page 23 of 25

Page 24: Delhi Policetender.delhipolice.gov.in/Content/Images/CMS/67607.docx · Web viewin the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions

enable the CPP Portal to intimate the bidders through SMS/e-mail in case there is any corrigendum issued to the tender document.

iii) The bidder should make a note of the unique Tender ID assigned to each tender; in case they want to obtain any clarification/help from the Helpdesk.

PREPARATION OF BIDS: -i) Bidder should take into account any corrigendum/addendum published

on the tender document before submitting their bids.ii) Please go through the tender advertisement and the tender document

carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents – including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid.

iii) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document/schedule and generally, they can be in PDF/XLS/RAR/DWF formats. Bid documents may be scanned with 100 dpi with black and white option.

iv) To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” area available to them to upload such documents. These documents may be directly submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process.

SUBMISSION OF BIDS: -i) Bidder should log into the site well in advance for bid submission so

that he/she upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.

ii) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.

iii) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter details of the instrument.

iv) Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be posted/ given in person to the Tender Processing Section, latest by the last date of bid submission. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered

Page 24 of 25

Page 25: Delhi Policetender.delhipolice.gov.in/Content/Images/CMS/67607.docx · Web viewin the office of Addl. Dy. Commissioner of Police-II, South East District, Delhi. The terms and conditions

during bid submission time. Otherwise the uploaded bid will be rejected.

v) A standard Price Schedule provided with tender document in .pdf format has been provided with the tender document to be filled by all the bidders. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. Bidders are required to download the Price Schedule provided with tender document in .pdf file, open it and complete the respective cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the Price Schedule provided with tender document in .pdf file is found to be modified by the bidder, the bid will be rejected.

vi) The serve time (which is displayed on the bidder’s dashboard) will be considered as the standard time for referencing the deadlines for submission bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission.

vii) All the documents being submitted by the bidders would be encrypted using PKl encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128-bit encryption technology. Data storage encryption of sensitive fields is done.

viii) The uploaded tender documents become readable only after the tender opening by the authorized bid openers.

ix) Upon the successful and timely submission of bids, the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details.

ASSISTANCE TO BIDDERS: -i) Any queries relating to the tender document and the terms and

conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.

ii) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk is 18002337315.

Page 25 of 25