· pdf file3 notice inviting tender to provide annual maintenance contract for civil,...

36
1 GOVERNMENT OF KARNATAKA FISCAL POLICY INSTITUTE Bangalore-Mysore Road, Next to Panchamukhi Ganagapthi Temple, Kengeri Post, Bangalore-560 060. PH NO: 080-26971000 / FAX: 080-26971010 / WEB: www.fpibangalore.gov.in NOTICE INVITING TENDER To provide Annual Maintenance Contract for Civil, Electrical and allied Works in FPI Campus. (Through e-procurement portal only) https://www.eproc.karnataka.gov.in No. FPI/Tender/AMC/C&E/94/ 2014-15 Dt: 11-07-2014 Tender Schedule Date of commencement of Tender 14-07-2014 Last date and time for receipt of tender forms 18-08-2014 - at 12.00 Noon Campus visiting time On 21-07-2014 between 11-00 am and 4.00 pm. Pre-Bid meeting date, time and Place On 05-08-2014 AT 2.30 P.M., Chambers of the Joint Director (Admn), Fiscal Policy Institute, Kengeri, Bangalore 560 060. Time and date of opening of Tenders Technical Bid - on 20-08-2014 @ 12.30 PM Financial Bid - Tentatively on 23-08-2014 after 12-00 Noon Place of opening of technical tenders Fiscal Policy Institute, Mysore - Bangalore Road, Kengeri Bangalore 560060 Address for communication Contact Person: The Director, Fiscal Policy Institute, Mysore road Kengeri Bangalore 560060 …………… Mr.Rajeswar HN, Special Officer,

Upload: phungdat

Post on 06-Mar-2018

212 views

Category:

Documents


0 download

TRANSCRIPT

1

GOVERNMENT OF KARNATAKA

FISCAL POLICY INSTITUTE

Bangalore-Mysore Road, Next to Panchamukhi Ganagapthi Temple,

Kengeri Post, Bangalore-560 060.

PH NO: 080-26971000 / FAX: 080-26971010 / WEB: www.fpibangalore.gov.in

NOTICE INVITING TENDER

To provide Annual Maintenance Contract for Civil, Electrical and allied

Works in FPI Campus.

(Through e-procurement portal only)

https://www.eproc.karnataka.gov.in

No. FPI/Tender/AMC/C&E/94/ 2014-15 Dt: 11-07-2014

Tender Schedule

Date of commencement of Tender 14-07-2014

Last date and time for receipt of

tender forms

18-08-2014 - at 12.00 Noon

Campus visiting time On 21-07-2014

between 11-00 am and 4.00 pm.

Pre-Bid meeting date, time and Place On 05-08-2014 AT 2.30 P.M.,

Chambers of the Joint Director (Admn),

Fiscal Policy Institute, Kengeri,

Bangalore – 560 060.

Time and date of opening of Tenders

Technical Bid -

on 20-08-2014 @ 12.30 PM

Financial Bid -

Tentatively on 23-08-2014 after 12-00

Noon

Place of opening of technical tenders Fiscal Policy Institute,

Mysore - Bangalore Road, Kengeri

Bangalore 560060

Address for communication

Contact Person:

The Director,

Fiscal Policy Institute, Mysore road

Kengeri Bangalore – 560060……………

Mr.Rajeswar HN, Special Officer,

2

INDEX

Sl .

No Description Page No.

01 Tender Schedule 1 - 1

02 Index 2 - 2

03 TENDER NOTIFICATION - Pre-Qualification Criteria and General Terms and Conditions

3 - 5

04 Instructions to Tenderers (General Conditions of contract - GCC)

6 - 11

05 Special Conditions– (SCC) & Scope of AMC work 12 - 15

06 General Instructions / Conditions to Tenderer 15 - 21

07 Annexure-1 (TECHNICAL BID) 22 - 23

08 Annexure-1 (A) (Performance Statement) 24 – 24

09 Annexure-2 (Additional details to be furnished) 25 - 25

10 Annexure-3 (FINANCIAL BID) 26 - 28

11 Annexure – 3 (A) (Tender form) 29 - 29

12 Annexure-4 (Tenderer’s profile) 30 - 31

13 Annexure-5 (Check List) 32 - 33

14 Annexure-6 (DECLARATION )

- (Self declared Affidavit on letter head) 34 - 34

15 Annexure-7 (Draft Agreement copy) 35 - 36

3

Notice Inviting Tender To provide Annual Maintenance Contract for Civil, Electrical and allied

Works at Fiscal Policy Institute (FPI), Bangalore-Mysore Road, Next to

Panchamukhi Ganapathy Temple, Kengari Post, Bangalore – 560 060

TENDER NOTIFICATION

(Through e-procurement portal only)

No. FPI/Tender/AMC/C&E/94 / 2014-15, Date 11-07-2014

The Director, Fiscal Policy Institute (FPI), Bangalore-Mysore Road,

Kengeri Post, Bangalore-560 060, invites Tenders in two-bid mode, i.e.

Technical and Financial, from eligible Tenderers for Annual Maintenance

Contract of Electrical Systems, DG set, Transformers, Lift, UPS Systems, Water

supply, Water Treatment Plant (WTP), Fire fighting, Sanitary systems, Sewage

Treatment Plant (STP), Civil and Carpentry works, to be provided at its campus

near Kengeri, Bangalore-Mysore Road, Bangalore – 560 060..

1. PRE-QUALIFICATION CRITERIA

The Tenderer who intend to participate shall meet the following qualifying

requirements:

(a) Technical Criteria

(i) The prospective Tenderer (i.e. Facility Management Agency)

should have successfully carried out similar work in similar type

of Institute or in any industry / organization/ establishment.

(ii) The annual value of single largest contract of similar work at a

unit should be not less than Rs.25.00 lakhs per annum on a daily

operation.

(iii) Tenderer should preferably have been incorporated in Karnataka.

If incorporated elsewhere, should have necessary

permission/license to operate in Karnataka.

(iv) Tenderer should be in existence for the past 3 years continuously

in the similar business, furnish information on performance

statement for past three years as per Annexure – 1(A).

(v) The Tenderer shall, make his own arrangements for the

engagement of all staff and labour, local or other, and for their

payment, housing, feeding and transport.

(vi) All Tenders should include the Technical and Financial required

information as per Annexure-I.

(vii) Applications should be accompanied by copies of Registration

certificates under Income Tax, Service Tax, Value Added Tax,

Employees Provident Fund, Employees State Insurance, Shops

4

and Establishments Act and also fulfill any other statutory

requirement prescribed for carrying out the business operations.

(viii) The Tenderers are responsible for employee insurance including

medical coverage. FPI has no liability in this connection.

(ix) Tenders should be accompanied by copies of Income Tax and

Service Tax Returns for the last 2 years.

(x) Tenders should be accompanied by copies of the latest returns of

EPF and ESI.

(b) Financial Criteria:

1. The annual turnover of the Tenderer from the similar operations

during the last two years ending 31-03-2013 should not be less

than Rs.50.00 lakhs per annum (Rupees fifty lakh only).

2. The financial net worth of the Tenderer shall not be negative

during the financial year 2011-12, 2012-13 and 2013-14.

2. GENERAL TERMS AND CONDITONS

(a) The Tenderer shall submit documentary evidence in support of the

above prequalification criteria. Tenders with all information and

supporting documents by way of copies of work orders and audited

Balance Sheets, including Profit & Loss Statement, Annual Turnover

Statement, latest Income Tax Returns, etc. to establish their credentials

and track record for fulfilling the experience.

(b) There shall not be any case or charge under investigation/enquiry/trial

against the Tenderer or convicted in a Court of Law or

suspended/blacklisted by any organization on any grounds.

(c) FPI reserves the right to use in-house information for assessment of

capability of Tenderer. The decision of FPI regarding the tender will be

final and binding.

(d) If the performance of the Tenderer is/has been found to be unsatisfactory

for any reason, whatsoever, in any organization including FPI, then FPI

reserves the right to reject the tenders submitted by such Tenderer at any

point of time.

(e) Tender forms can be downloaded from the website

https://eproc.karnataka.gov.in from 14-07-2014 to 18-08-2014.

(f) Tenderers are advised to visit the site on 21-07-2014 between 11.00 am

to 4.00 pm to understand the nature and scope of the work. The tenderers

may contact Mr Rajeswar HN, Special Officer (Procurement), for

clarification.

5

(g) A Pre-Bid meeting will be held at published time (i.e. on 05-08-2014 at

2.30 PM) and place in Tender Schedule of this Tender Document to

clarify the issues, if any, and to answer the questions on any matter that

may be raised at that stage as stated in of ‘Instructions to Tenderers’ of

the tender document. The doubts of any nature should be got clarified

before quoting. The clarification on the issues raised would be given in

writing.

(h) FPI will have the right to issue addendum to tender documents to clarify,

amend, modify, supplement or delete any of the conditions, clauses or

items stated. Addendum so issued will form part of original invitation to

tender.

(i) Corrigendum / Addendum / Modification / Corrections, if any, will be

published on e-procurement portal i.e. http/www.eproc.karnataka.gov.in

(j) The original tender proposal (Technical Proposal and Financial

Proposal) shall be prepared in indelible ink. It shall contain no inter-

lineation or overwriting. Errors to be corrected with counter signature of

owner/authorized representative of Tendering agency.

(k) The Tenderer / Authorized Representative should sign on all pages of

the tender proposal. The representative’s authorization is confirmed by a

written power of attorney accompanying the proposal.

(l) Tender forms completed in all respects along with supporting documents

shall be submitted on-line up to 18-08-2014 till 12.00 noon. The

Technical bids will be opened on 20-08-2014 at 12.30 PM. The

qualified tenders will be considered for opening of Financial Tender

tentatively on 23-08-2014 after 12-00 noon. If the above day of

opening happens to be a closed holiday for FPI, it is implied that the

opening of the tenders will be held on the next working day at the time

stipulated as above.

(m) FPI shall not be responsible for any costs or expenses incurred by the

Tenderer in connection with the preparation of Tender.

(n) FPI reserves the right to reject any or all the tenders received without

assigning any reason.

Sd/-

Joint Director (Admn.)

Fiscal Policy Institute

6

INSTRUCTIONS TO TENDERER

[(General Conditions of Contract (GCC)]

1. GENERAL CONDITIONS OF CONTRACT

You are invited to submit your Technical tender and Financial tender

separately for Annual Maintenance Contract of Electrical, DG set,

Transformers, Lift, UPS System, Water supply, Water Treatment Plant (WTP),

Fire fighting, Sanitary systems, Sewage Treatment Plant (STP), Civil &

Carpentry Works of FISCAL POLICY INSTITUTE (FPI), AT KENGERI,

BANGALORE” for a period of 24 months. The ‘Scope of Work / Services’

is outlined under the same title in a later section of this document. The

TENDER documents shall remain the exclusive property of the Institute without

any right to the Tenderer to use them for any purpose except tendering and for

use by successful Tenderer with reference to the work.

2. TENDER DOCUMENT : Tender document is available in the Karnataka

Government web-site http://eproc.karnataka.gov.in and can be downloaded.

3. TENDER VALIDITY : The Tender shall remain valid for acceptance for a

period of 3 (three) months from the due date of submission of tender. The

Tenderer shall not be entitled to modify, vary, revoke or cancel their tender

during the said period. In case of the Tenderer modifying, varying, revoking

or canceling the tender, the Tenderer shall forfeit the Earnest Money Deposit

paid. The validity of the tender shall be extended as and when required for

the period as requested by the Institute in writing.

4. LANGUAGE : This Contract has been executed in English language, which

shall be the binding and controlling language for all matters relating to the

meaning or interpretation of this Contract

5. AMENDMENT TO TENDERING DOCUMENT: The FPI may, for any

reason, whether at its own initiative or in response to the clarification

requested by the prospective Tenderer, issue amendment in the form of

addendum / corrigendum during the period of issue of tender document. Any

addendum / corrigendum thus issued shall become part of the Tender

Document and the Tenderer shall submit “Original” addendum corrigendum

duly signed and stamped in token of acceptance. For addendum/

corrigendum issued during the tendering period, Tenderer shall consider the

impact of such addendum / corrigendum in the tender. For addendum

/corrigendum issued subsequent to receiving the tenders, Tenderer shall

follow the instructions issued along with such addendum / corrigendum.

6. CLARIFICATIONS REQUESTED BY TENDERERS: Although the

details presented in the tendering document consists of Conditions of

Contract, Scope of Work/Services, Specifications have been compiled with

all reasonable care, it is the Tenderer’s responsibility to ensure that the

information provided is adequate and clearly understood. The Tenderer shall

examine the Tender Document thoroughly in all respect and the Tenderer

7

may request clarification in writing at any time up to seven days prior i.e. to

the Tender Closing Date (before 01-08-2014). The queries must be submitted

in the following format only:

Sl

No

Section No. /

Clause No.

Page

No.

Ref / Subject

Clarification sought

1

2

The Queries not adhering to the above format shall not be responded.

The queries shall be addressed to the Joint Director (Admin), Fiscal Policy

Institute, Bangalore-Mysore Road, Kengeri, Bangalore or mail it to

[email protected] OR [email protected]

7. CHECK LIST FOR SUBMISSION OF TENDER: To assist the Tenderer

in ensuring the completeness of tender, a check list for submission of various

documents details in “Technical & Financial Tender, has been enclosed as

Annexure-5. Tenderer in their own interest, are requested to fill the check list

and submit it along with the tender for ready reference. In case of incomplete

submission, Fiscal Policy Institute, Bangalore will not be under any

obligation to give the Tenderer an opportunity to make good such

deficiencies and FPI may at its own discretion treat such tenders as

incomplete and not consider the same for further evaluation.

8. MODE OF SUBMISSION OF TENDER: TENDER shall be submitted in

e-procurement portal only in two tenders.

PART – I: TECHNICAL BID (Annexure-1)

PART – II: FINANCIAL BID (Annexure-3)

PART – I of the Tender shall contain the following:

Part-I of the tender document shall contain all pre-qualification (i.e.,

Technical) details as mentioned in Annexure-1 below under the heading

“Pre-Qualification Requirements”.

PART – II of the Tender shall contain the following:

Part – II of the tender shall contain information regarding the lowest rates for

different items both in figures and words as in Annexure-3.

The tenderer should submit the unconditional Financial Bid. If any

conditions mentioned in Part – II shall not be taken into account and if

insisted upon, the tender shall be liable for rejection.

9. TENDER SUBMISSION: Tender documents can be downloaded from

http://www.eproc.karnataka.gov.in. The Tenderers should ensure that their

offers are uploaded at e-procurement portal within the stipulated date and

time as per Tender Schedule. FPI shall not take responsibility if the tenders

are not uploaded at the above portal within due date and time and the tenders

uploaded after the date and time stipulated for receipt of tenders are liable to

8

be rejected. No request for extension of time for submission of tender shall

be considered.

10. EARNEST MONEY DEPOSIT (EMD)

10.1 Minimum Earnest Money Deposit of Rs.50,000/- shall be

deposited with the Tender.

10.2 The EMD shall be paid through e-procurement with any of the

following modes:

a) Debit Card,

b) Credit Card,

c) NEFT (National Electronic Fund Transfer) and

d) OTC (Over-the-Counter payment - through AXIS Bank

e) e-payment

10.3 Tenders without the EMD will be rejected.

10.4 No interest shall be payable on the EMD furnished.

10.5 If the Tenderer after submitting the tender, revokes the offer or

modifies the terms and conditions thereof during the validity of

the offer, except where the Institute has given opportunity to do

so, the EMD shall be liable to be forfeited.

10.6 In the event of withdrawal of the Invitation to Tender by the

Institute, the EMD paid with the tender will be returned to the

Tenderer.

10.7 In the event of the successful Tenderer’s failure or refusal to

sign the agreement or furnish the security deposit within 21

days from the date of award, the earnest money deposit shall be

forfeited without prejudice to the Institute’s right to recover

any further loss or damage incurred or caused in consequence

thereof, from the Tenderer.

11. FINANCIAL TENDER (PART – II)

1. The rates quoted by the Tenderer as per Annexure-3 shall be firm and

fixed. If quoted in separate typed sheets and any variation in item

description, unit or quantity is noticed, the tender is liable to be rejected.

2. The AMC rates shall be inclusive of all costs, taxes and dues.

3. Rate should include charges for removal of debris out of premises to

nearest municipal dump, removing stains, cleaning the site thoroughly

and restoring it to original condition where work is undertaken.

4. Monthly payments will be made in the case of items covered in the

annual maintenance contract based on the bills submitted by the

contractor and certified by the concerned officer/Caretaker.

9

5. Income tax, surcharge, Works Contract tax and other taxes as applicable

will be deducted from total payment due to the contractors.

6. The tenderer shall express the price of the bid in Indian Rupees (both in

figures and words).

12. TENDER OPENING AND EVALUATION : Opening of Technical

tender will be on the date and time mentioned in' Notice Inviting Tender’.

In the event of the specified date of tender opening being declared a holiday

for FPI, the tender shall be opened at the appointed time and location on the

next working day.

13. TECHNICAL DISCUSSIONS : Technical clarifications with the

Tenderer shall be through official communication, if needed. The Tenderer

shall depute their authorized representative(s) attending the discussions and

sign the minutes of meeting on behalf of his organization. The authorized

representatives must be competent and empowered to settle all technical

and commercial issues.

14. COMPLIANCE TO TENDER REQUIREMENT : FPI expects the

Tenderer to comply with requirement of tendering document without any

deviation. In any case, no exception or deviation shall be accepted.

Deviation on clauses, if felt necessary, should be furnished along with

technical bid, i.e. with Annexure - I. FPI shall not take cognizance of any

deviation stipulated elsewhere in the tender.

FPI reserves the right to accept or reject the deviation, if any.

15. TENDER EVALUATION CRITERIA

15.1 Tendering is the responsibility of the Tenderer and no relief or

consideration can be given for errors and omissions made by the

Tenderer inadvertently or otherwise. Tender with incomplete

information is liable for rejection.

15.2 Performance of Tenderer on works executed / under execution

shall be taken into consideration before selecting the Tenderer for

opening of their financial part [Annexure – 1 (A)].

15.3 The Tenderer shall not mention their rate of any items or total

quoted Financial (bid) anywhere in the Technical (Part-I) part of

the tender. If Tenderer specifies rate of any items or total quoted

Financial Tender in the Technical (Part-I) part of the tender, then

their offer shall be rejected summarily.

15.4 The Tenderer failing to meet the Technical criteria shall not be

considered for Financial Tender evaluation.

15.5 Decision of FPI in the evaluation of the Technical bids shall be

final.

15.6 The Financial bids submitted by Technically qualified Tenderers

will be opened in e-Procurement software.

10

15.7 In the Financial bids price quoted includes all applicable taxes

and grand total shall be entered in the e-Procurement portal. The

lowest amount as indicated in the e-Procurement portal shall be

treated as L-1.

16. PROPOSAL OF THE TENDERER:

The Tenderer shall arrange their tender in the following order:

16.1 PART - I : TECHNICAL PART:

(a) Tendering document duly uploaded in all respects

(b) Documents in support of pre-qualifying requirements as per

Annexure-1, (i.e. approximately 17 self attested/audited documents).

(c) Earnest Money Deposit of Rs.50,000/- (Rupees fifty thousand

only) through online, - furnish in as per GCC No.10 at page No.8.

(d) VAT registration Certificate VAT Act 2003.

(e) Service Tax Registration Certificate

(f) Power of Attorney in the name of the person who has signed the

tender.

(g) Annual Turnover Statement

(h) ESI/EPF/Labour Laws/Local bodies registration details

(i) Other statutory details, if any.

Note: The Technical Proposal shall not include any financial information,

which can vitiate Financial Bid.

16.2 PART - II : FINANCIAL PART :

The Financial Part of tender shall be submitted in Annexure-3 issued to

the Tenderer. Financial tender shall contain only Financials quoted by

the Tenderer.

Tenderer should estimate the total work force required (professional and

support staff; staff time) to be provided to carry out the Assignment.

17. TENDERER’S RESPONSIBILITY FOR QUOTATION:

17.1 Although the details presented in this tender document have been

compiled with all reasonable care, it is the Tenderer responsibility to

ensure that the information provided is adequate and clearly

understood.

17.2 Tenderer has the option to inspect the site and surrounding area

on 21-07-2014 as per General Terms and Condition No. (f) at Page 5.

Tenderer shall satisfy himself/herself of the existing facilities and shall

collect any other information, which he/she may require.

17.3 Claims and objections due to ignorance of existing conditions will not

be considered after submission of the tender and during

implementation.

11

17.4 Tenderer is responsible for the tender submitted and no relief or

consideration can be given for errors and omissions.

18. CONTRACT DOCUMENT

18.1 The Tenderer, whose tender has been accepted by FPI, shall enter into

formal agreement with FPI at the date and place to be notified by the

Institute.

18.2 Contract documents for agreement shall be prepared after award of

works as intimated to the successful Tenderer and by a Letter of

Acceptance by the Tenderer. Until the final contract documents are

prepared and executed, the Tendering document together with the

annexed documents and Tenderer’s acceptance thereof shall

constitute a binding contract between the successful Tenderer and the

Institute. Contract documents to be signed between FPI and

successful Tenderer, shall consist of following:

• Agreement on stamp paper of appropriate value

• Letter of Acceptance

• Detailed Letter of Award / Acceptance along with agreed variation

/ Amendment and other enclosures

• Original Tendering document

• Addendum issued to Tenderer, if any.

19. AWARD OF WORK:

19.1 The Tenderer, whose tender is accepted by FPI, shall be issued with a

Letter of Acceptance prior to expiry of tender validity. Tenderer, shall

confirm Acceptance by returning a signed copy of the Letter of

Acceptance.

19.2 FPI shall not be obliged to furnish any information / clarification /

explanation to the unsuccessful Tenderer as regards non-acceptance

of their tenders. Except for refund of EMD to unsuccessful Tenderer,

the Institute shall correspond only with the successful Tenderer.

19.3 The notification of award will constitute the formation of the Contract.

- 0 -

12

Special conditions and Scope of AMC Work : 1 GENERAL

1.1 Special Conditions of Contract shall be read in conjunction with the

General Conditions of Contract, Schedule of Rates, specifications of work

and any other document forming part of this contract wherever the context

so requires.

1.2 Notwithstanding the sub-division of the document into these separate

sections and volumes, every part of each shall be deemed to be

supplementary to every other part and shall be read with and into the

contract so far as it may be practicable to do so.

1.3 Where any portion of the General Conditions of Contract is repugnant to

or in variance with any provisions of the special conditions of contract,

then unless different intention appears, the provision(s) of the Special

Conditions of Contract shall be deemed to override the provision(s) of

General Conditions of Contract only to the extent that such repugnancies

or variations in the special conditions of contracts are not possible of

being reconciled with the provisions of General conditions of contract.

1.4 Wherever it is stated in this tender document that such and such a supply

is to be effected or such and such a work is to be carried out, it shall be

understood that the same shall be effected / carried out by the Tenderer at

his own cost, unless a different intention is specifically and expressly

stated herein or otherwise explicit from the context.

2. LANGUAGE : This Contract has been executed in English language,

which shall be the binding and controlling language for all matters relating

to the meaning or interpretation of this Contract

3. LOCATION AND UTILISATION OF SERVICES : Fiscal Policy

Institute Campus, Next to Panchamukhi Ganapathi Temple, Bangalore-

Mysore Road, Kengeri, Bangalore – 560 060.

4. SCOPE OF WORK / SERVICE:

4.1 Electrical & Power supply System: The scope of work covers but not limited to:

1. Preventive maintenance

2. Removal/Extension/Alteration/Addition of spare parts / items in

electrical system.

3. Fault Diagnosis

4. Repairs of electrical equipments

5. Routine maintenance and restoration of power supply

6. Electrical maintenance of outdoor and indoor lights, all electrical

13

fittings, pumps, LT / HT Panel etc in the campus.

7. Maintenance of pumps including rewinding

8. Normal servicing, oiling , greasing etc. shall be inclusive in the

AMC charges.

9. Attending to the repairs in starter panels and to the water level

sensors.

10. Supply and fitting of materials if required with prior approval from

FPI.

11. Electrical Substation: The successful Tenderer will have to take

care of the Day-to-day Operation of the Electrical Substation

including transformers. Round the clock monitoring and manning

of the Electrical Substation and related machinery are required.

The successful bidder shall ensure regular maintenance through

the qualified electricians. The replacement of consumables, spare

parts or any part of the substation would be carried out with the

explicit approval of FPI and the material cost will be paid by FPI.

12. Maintenance of DG set: The successful Tenderer will have to

take care of the Daily Operation of the DG Set, Monitoring of the

DG Set by making supervisory visits to related machinery. The

Tenderer will have to liaise with the manufacturer for maintenance

requirements and breakdown calls during defect liability period

and thereafter. The Tenderer will have to maintain operation

logbook indicating DG set operating time (opening and closing),

fuel consumption, time of breakdown etc and maintenance history

of the DG set.

13. Maintenance of UPS systems: The successful Tenderer will have

to take care of the regular operation of the UPS systems including

batteries in the campus. The replacement of consumables, spare

parts or any part of UPS would be carried out with the approval of

FPI and the material cost will be paid by FPI.

14. Lift Monitoring: One Lift (i.e. ‘KONE’ make) installed in the

main block, the Lift is operating between ground floor and second

floor. FPI already awarded a separate AMC to M/s KONE

Elevators India Pvt Ltd., (manufacturer) for repair and

maintenance of the lift. The successful Tenderer has to attend Day-

to-Day operation of the lift by making supervisory visits to related

machinery in the lift room etc. The Tenderer has to liaison with lift

manufacturer/service provider i.e. M/s KONE for maintenance.

The Tenderer will also have to maintain operation logbook

indicating time of breakdown etc and maintenance history of the

Lift.

4.2 Civil, Water supply and Sanitary System: The scope of work covers but not limited to:

1. The supply of minor materials, labour and deputing required

number of experienced labourers with tools etc. for rectification of

all complaints pertaining to the work.

2. Repairing and rectifying all internal and external sanitary water

supply and sewage works of the building, as and when the defects

14

are observed and/or complaints registered except external sewage

(outside campus).

3. All drains, traps (gully / nani traps), sewer lines and manhole

chambers etc. inside the campus.

4. The underground pipelines and garden pipes etc, installed in the

campus.

5. Stopping leakage in various sanitary and water pipes, etc.

6. Disconnecting and reconnecting water supply connection in case of

water heaters, geyser, boilers, coolers and other electrical

gadgets, whenever such electrical gadgets are required to be

replaced/repaired.

7. Cutting, threading and fixing of water pipes of any sizes, taps,

valves, showers, flushing system; applying paint to joints.

8. Adhesive has to be used for fixing plumbing and sanitary fixtures,

etc.

9. Repair / replacement of toilet flushing system etc.,

10. Daily maintenance / monitoring / repair / replacement etc of Water

Treatment Plant (WTP).

11. The contractor must replace, the water supply and sanitary items

as when the same are found damaged/unserviceable.

12. Periodic cleaning and maintenance of sump tank (water tank) and

overhead water tank in the campus as per the health standards. 13. The bore-wells with submersible water pumps, sump water pump,

rainwater harvesting pump, sewage pumps etc. The pumps have to

be operated daily and maintained. 14. Fire fighting system: The successful Tenderer shall have to take

care of the Day-to-day Fire fighting system operation and

maintenance in FPI campus. The successful Tenderer has to take

care of the operation, maintenance & readiness of fire fighting

system by making periodical maintenance of the system. The

supervisor and workers should be trained in monitoring and

operation of fire alarm panel, smoke detectors, heat sensors, use of

fire extinguishers, wet riser system, fire pumps, jockey pump, hose

pipes, sprinkler system etc.

15. Civil with Carpentry works: The successful Tenderer shall have

to take care of the Day-to- day civil including carpentry as per

requirement. Civil works shall include small modifications, small

painting patches, minor building repair as per requirement,

replacement / repairing of door closers, door alignment, door

handles, small glass replacement etc, the cost these small works

have to be borne by the tenderer. No labour charges will be paid

extra. Any big replacement or painting work shall not be included

and it shall be paid separately on prior approval obtained from FPI.

4.3 Sewage Treatment Plant (STP) Maintenance

The STP operation, maintenance, safety measures, disposal of waste and

environmental monitoring have to be taken as per the standards and

specifications of the supplier/ working manual of the system. On the

prior approval, the necessary cost of consumables will be reimbursed by

FPI.

15

4.4 Water Treatment Plant (WTP) Maintenance:

The WTP operation, maintenance, safety measures and environmental

monitoring have to be taken as per the standards and specifications of

the supplier/ working manual of the system. On the prior approval, the

necessary cost of consumables will be reimbursed by FPI.

General Instructions / Conditions to the Tenderer:

1. The Tenderer shall supply the requisite number of workmen with means

& materials as well as tools, appliances, machines, implements, vehicles

for transportation, cartage etc. required for the proper execution of work

within the time prescribed in the work orders.

2. The monthly review of the AMC status will be done by the Officer-in-

charge of Estate, FPI to review the performance/corrective measures

required, if any. The Tenderer’s supervisor should attend such reviews

and comply with the instructions.

3. Monthly Payment will be after satisfactory completion of previous

month. The tenderer should submit the bill.

4. The tenderer should work in consultation with the Officer-in-charge of

Estate, FPI, and AMC bill should be submitted to them. The bills

submitted by the tenderer should be certified by the the Officer-in-

charge of Estate, to the effect that all the complaints recorded in the

registers have been attended and routine maintenance has been carried

out.

5. Separate work slips/work orders will be issued in respect of the items

which are not covered under the AMC charges, the contractor may raise

the bills for the same within a period of one month after completion of

work. FPI will be at its liberty to reject any claim made after the

stipulated time period. The bills for the works carried out without proper

work-slip/work order will be rejected and no further representations will

be entertained.

6. Any discrepancy in settlement of bills may be brought to the notice of

FPI within a period of one month after the settlement of the Bills. FPI

will not entertain any claim regarding any dispute in settlement of the

bills after the stipulated period.

7. Income tax, surcharge, Works Contract tax and other taxes as applicable

will be deducted from total payment due to the Tenderer.

8. Default Penalty : All complaints covered in the AMC charges in the

Annual Maintenance Contract are to be attended to on the same day and

other complaints for which work slips are issued to be attended within a

period of 3 days after issue of the work slip. In case of delay in attending

the work in time, FPI will be at liberty to get the work done through any

other contractor and the cost may be recovered from the Tenderer with

penalty at 50% of the cost incurred.

16

9. The workmen employed by the Tenderer should have the valid license

and experience in their specific skill.

10. The Tenderer shall observe all the safety precautions for the safety of

the labour and the employees/residents of the FPI Campus during

execution of works. The Tenderer should arrange to obtain necessary

insurance cover for his/her employees and third party. Tenderer would

be solely responsible for the safety of persons employed by him.

11. All risks of loss or of damage to property and of personal injury and

death which arise during and in consequence of the performance of the

AMC /contract are the responsibility of the Tenderer

12. The Tenderer shall comply with all the applicable Acts, Rules,

Regulations, requirement of Law(s) for entering into maintenance

contract and FPI will not in any way be liable or responsible for any

default/irregularities/penalties on the contractor’s part. The contractor

shall indemnify FPI against all claims on this account.

13. The Tenderer shall comply with the provisions of contract, Labour

Regulation & Abolition Act, 1970, Minimum Wages Act and all other

labour laws and other Statutory Regulations (both Central and States)

that may be enforced from time to time by the appropriate authorities.

FPI shall not be held responsible for any penalty on account of failure to

adhere to the above labour regulations, etc. FPI shall have the power to

inspect the wage book and muster books and any other records of the

contractor and to ask the contractor to comply with Laws.

14. The Tenderer should be responsible to fulfill all the obligations in

connection with the workers employed by the contractor for the purpose

of the contract and all the Statutory and other liabilities, if any, including

minimum wages, leave salary, uniform, ex-gratia, gratuity, ESI,

Employees Provident Fund, Workman Compensation, if any, etc. in

connection therewith shall be on the contractor account and payable by

the concerned contractor.

15. FPI not bound by Personal Representations: The Tenderer shall not

be entitled to any increase on the quoted rates except as provided under

the heading “Financial Bid” or any other rights or claim whatsoever by

reason of any representation, explanation or statement or alleged

representation, promise or guarantee given or alleged to have been given

to him by any person.

16. Man-Power to Maintain the Services:

1. One Supervisor should be deployed in general shift in the campus on

all days to monitor the man power deployed.

2. The Tenderer has to estimate the different skill sets and the man

power required for the AMC to perform the work on 24 x 7 basis.

3. The Tenderer or his Field officer / Manager should visit the site at

least twice in a week or as and when required by FPI for which no

17

extra payment will be made, as they should be readily available to

FPI. .

17. The Tenderer should provide uniforms to his workers engaged at site.

The Tenderer should arrange to issue photo identity card, which should

be used during the presence of their workmen in FPI premises. Penalty

will be levied if a worker is not found in uniform or with bad turnout

without proper haircut/ nail trimming etc

18. Tenderer Obligation: The successful Tenderer shall be fully responsible

and shall compensate FPI in the event of any damage to men or material,

injury/damage or death as the case may be, caused directly or indirectly

due to the negligence of the tenderer or his agents and/or his employees

or workmen. The decision of FPI in this regard shall be final and binding.

The Tenderer shall obtain workmen insurance policy from insurance

company and submit the same.

19. Antecedents of Workers: The Tenderer will arrange to carry out, at his

own cost, the verification by the Police Authorities of the character and

antecedents of the personnel engaged by him for the job, and ensure that

no person, whose character and antecedents have not been so verified,

shall be engaged in the campus. Notwithstanding the same however, any

person whose engagement is objected to by FPI, shall be promptly

replaced by the Tenderer.

20. The Tenderer will be the employer for all the workmen deployed for the

Contract and in no case shall these workmen be treated as the employees

of Fiscal policy Institute (FPI) of Bangalore at any point of time.

21. The workman employed by the contractor should abide with the rules

and regulations inside FPI Campus. For any act of violation, FPI shall

hold tenderer responsible and shall take action as under extant rules and

regulations

22. The Tenderer should obtain approvals, if any, necessary for the work

from the statutory bodies on behalf of FPI.

23. FPI reserves the right to accept/reject/revise any quotations/tenders

either in whole or in part without assigning any reasons thereof,

whatsoever.

24. The Tenderer shall not directly or indirectly transfer, assign and sublet

the contract or any part of it.

25. DUTY TIME: Tenderer should deploy the required workers for AMC

in FPI campus, working hours to be observed by the contractors shall be

24 X 7 basis.

Note: Supervisor should take periodical / regular supervision of their

respective works in and around the campus. Remaining time they

should be available in control room near the utility buildings.

18

25 LEAVE: The Tenderer / Agency shall deploy his/her employees in such a

way that they get weekly rest and other holidays as per the provisions under

existing labour laws.

Payment of leave encashment of un-availed leave(s), if any, will be the sole

responsibility of the Tenderer / Agency and the FPI, will not be liable to

make any payment on this count.

26 CAMPUS: The maintenance works stated in the scope of work shall be

carried out in the following buildings and areas surrounding them,

staircases and common areas :

(i) Main Building(Block) which includes training rooms, seminar

rooms, faculty rooms, DIRECTORS 's room and other rooms,

committee room, entrance hall, conference hall, administrative hall,

office rooms, stores, halls, ACs, Electrical rooms, all toilets,

kitchen, offices and staff lounge, corridors, pergola, complete

lounges and common areas on all three floors etc.

(ii) Guesthouse Block: having 12 rooms with attached toilet, dining

hall, kitchen, store rooms and lounges and common areas on two

floors etc,.

(iii) Hostel - Blocks having 72 rooms with attached toilet, office store,

Dining hall and kitchen - complete with hand wash area, all toilets,

utensil wash area, main kitchen and store rooms complete lounges

and common areas on all three floors etc.,

(iv) Director’s quarters - 1 No., lounges, parking & common areas,

(v) Staff quarters – Houses 22 No. including lounges, common areas

on all floors etc,

(vi) Utility buildings (electrical/transformer sub-station and DG Set

room), bunkers for workers, Pump room, garbage rooms, staff

toilets, water treatment plant, vehicle garage, garden/nursery area,

sump tank & overhead water tank facility, etc.,

(vii) Roof tops/terrace area of all buildings.

(vii) Security rooms at entrance & Exit gate - 2 nos

(viii) All roads and pathways inside the campus.

(ix) All drains, rain water harvesting system, sewer lines and manhole

chambers etc. inside the campus.

(x) Entire open area (approx 5 Acres) having underground

pipelines/garden hydrants etc.,

27 Performance Security: The selected Tenderer should pay Performance

Security at @5% of AMC value in the form of Bank Guarantee from a

public sector bank located in Bangalore. The performance security in

the form of bank guarantee will be retained by FPI till the end of

contract period. The performance security / security deposit will not

carry any interest for the period retained.

19

28 Duration of Contract:

A. The duration of AMC contract shall be for a period of 24 (Twenty

four) months only. The scheduled commencement date of contract

for providing security service shall be from the date as indicated in

the Letter of Acceptance.

B. The Tenderer shall be allowed a period of 10 days from the date of

issue of Letter of Acceptance to mobilize resources to commence

services in all respects.

29 LIASION: Successful Tenderer should nominate an official to liase on

its behalf with the Officer-in-charge of Estate, FPI, at least once a week

and whenever called for.

30 DUTY CHECKING: The AMC agency would be liable to be checked

by the Officer-in-charge of Estate, FPI, and for this purpose he should

maintain a daily Attendance/Schedule Register. AMC Agency staff

should also be checked by its supervisors, or any of its officials for their

upkeep, alertness and alcoholism. As special assignment, they have to

carry out intelligence work by taking rounds.

31 REMOVAL STAFF / SUPERVISOR: The Agency shall

remove/change/replace any of AMC Staff/Supervisor, if at any time

found unsuitable or undesirable in the opinion of the Director / Joint

Director (Admn), FPI, Bangalore, and shall make immediate alternative

arrangement to provide substitution for carrying out his obligations

undertaken under this contract. Notwithstanding the above, he will

periodically change the guards from the Institute and also rotate them on

their duty posts to ensure effective service.

32 SPECIAL ASSIGNMENT: The AMC Staff / Supervisor should carry

out any specific task as may be assigned to them by FPI, Bangalore,

from time to time in the interest of the maintenance of the premises, any

unauthorized activity may be objected and should be brought to the

notice of the higher authorities in writing. The Supervisor should collect

information on maintenance matters and brief the Officer-in-charge of

Estate, FPI immediately depending upon gravity of the situation.

33 NON-BLACKLIST DECLARATION: Tenderer shall not be under a

declaration of ineligibility for corrupt and fraudulent practices issued by

Govt. of Karnataka. The Tenderer shall furnish a non-blacklisting

certificate that the agency has not been blacklisted in the past by any

Govt. or Private institutions. The Tenderer has to give an affidavit on

letter head duly signed that there is no vigilance/Police/CBI case

pending against the firm/ supplier and the firm has not been blacklisted

in the past in any institution of the country, Annexure – 6.

34 MEDICAL EXAMINATION: All staff/personnel of the Tenderer

employed for handling the AMC services should be subjected to Pre-

placement Medical Examination. In addition to the above, the AMC staff

20

should undergo periodical medical checking as and when FPI deem it

necessary and as required. Tenderer has to deploy medically fit

personnel for the services envisaged and FPI’s decision on fitness of the

personnel so deployed will be binding on the Tenderer. The Tenderer

shall maintain medical check-up register along with the medical reports

at all times.

35 FIRST AID: The Tenderer shall provide necessary First Aid Facilities

to his personnel. If FPI provides, entirely at its discretion, any of these

facilities, the cost of such support as worked out by FPI shall be

recovered from the Tenderer.

36 LIQUIDATED DAMAGES: Subject to Force Majeure, if the Tenderer

fails to perform the Services within the period(s) specified in the

contract, FPI shall, without prejudice to its other remedies under the

Contract, deduct from the Contract / Tender Price, as liquidated

damages, a sum equivalent to 0.5% of the Contract/Tender price of the

unperformed Services for each week or part thereof of delay until actual

performance, up to a maximum deduction of 10% of the Contract Price..

Once the maximum is reached, FPI may consider termination of the

Contract.

37 TERMINATION FOR DEFAULT: FPI may, without prejudice to any

other remedy for breach of contract, by written notice of default sent to

the Tenderer, terminate the Contract in whole or part:

(a) if the Tenderer fails to perform the service within the period(s)

specified in the Contract,

(b) if the Tenderer fails to perform any other obligation(s) under the

Contract.

(c) If the Tenderer, in the judgement of FPI has engaged in corrupt or

fraudulent practices in competing for or in executing the Contract.

The AMC can be terminated by FPI on 15 days notice if the services

are found to be unsatisfactory and the Performance Guarantee amount

will be forfeited

For the purpose of this Clause :

“Corrupt practice” means the offering, giving, receiving or soliciting of

anything of value to influence the action of a public official in the

procurement process or in contract execution.

“fraudulent practice” means a misrepresentation of facts in order to

influence a procurement process or the execution of a contract to the

detriment of the Borrower, and includes collusive practice among

Bidders (prior to or after bid submission) designed to establish bid

prices at artificial non-competitive levels and to deprive the Borrower

of the benefits of free and open competition.

21

In the event FPI terminates the Contract in whole or in part, FPI may

engage the similar service, upon such terms and in such manner as it

deems appropriate, Services similar to those unperformed, and the

Tenderer shall be liable to FPI for any excess costs for such similar

Services. However, the Tenderer shall continue the performance of the

Contract to the extent not terminated.

38. TERMINATION FOR INSOLVENCY : FPI may at any time

terminate the Contract by giving written notice to the Tenderer, if the

Tenderer becomes bankrupt or otherwise insolvent. In this event,

termination will be without compensation to the Tenderer, provided that

such termination will not prejudice or affect any right of action or

remedy which has accrued or will accrue thereafter to FPI.

39 MODIFICATION: Modification of the terms and conditions of this

Contract, including any modification of the scope of the Services or of

the Contract Price, may only be made by written agreement between the

Parties.

40 FORCE MAJEURE : "Force Majeure" means an event beyond the

control of the Tenderer and not involving the tenderer’s fault or

negligence and not foreseeable. Such events may include, but are not

limited to, acts of the FPI either in its sovereign or contractual capacity,

wars or revolutions, fires, floods, epidemics, quarantine restrictions and

freight embargoes.

If a Force Majeure situation arises, the Tenderer shall promptly notify

the FPI in writing of such conditions and the cause thereof. Unless

otherwise directed by the FPI in writing, the Tenderer shall continue to

perform its obligations under the Contract as far as is reasonably

practical, and shall seek all reasonable alternative means for

performance not prevented by the Force Majeure event.

41 All action at law or suits arising out of or in connection with this tender

contract or the subject matter thereof will be instituted in a Court of

Jurisdiction in Bangalore, in the State of Karnataka.

---

22

TECHNICAL BID

(Pre-qualification Requirement) ANNEXURE-I

NAME OF THE WORK : To provide Annual Maintenance Contract for

Civil, Electrical and allied Works in FPI Campus, Bangalore.

TENDER NO. FPI/Tender/AMC/C&E/942014-15

This table has to be filled in by the prospective Tenderer without fail. Details of

contract undertaken & annual turnover of the Tenderer for the preceding 3 years

shall be given

A TECHNICAL/EXPERIENCE REQUIREMENTS

Sl. No

Description

Particulars to be

furnished by the Tenderer

01 Name of work & Description

02 Contract Details

a) Contract period in months

2011-12

2012-13

2013-14

b) Contract Value in Rupees

2011-12

2012-13

2013-14

c) Date of commencement of

business of the Tenderer

03 Client Details –

a) Name of Client

b) Name & Address of Client's

contact person

c) Telephone & Fax No

04 Supporting Documents

a) Work order (Copy to be

furnished)

b) Completion certificate

(Copy to be furnished)

05 Confirm whether supporting

documents as per 4.0 (a) and (b)

are submitted clearly identifying

the scope of work.

Contd….

23

ANNEXURE-I

B FINANCIAL INFORMATION

Sl. No

Description

Particulars to be

furnished by the Tenderer

01 Details of Annual Turnover of

Tenderer preceding three years:

2011-12

2012-13

2013-14

02

Whether Audited Balance Sheets

& Profit & Loss Account submitted.

2011-12

2012-13

2013-14

YES / NO

03 Net worth:

2011-12

2012-13

2013-14

04 Banker’s details –

Name and Address

Type of account & No.

1)

2)

Note:

1) Tenderer shall furnish the experience details as above only of those contracts, which

they consider suitable for meeting the qualifying requirements specified in the Notice

Inviting Tender. FPI reserves the right not to evaluate any other contract details. Details of

more contracts may be furnished in the same format, if desired.

2) Tenderer may note that non-submission of relevant supporting documents will lead to

rejection of their tender. It shall be ensured that all relevant supporting documents are

submitted along with their tender in the first instance itself. Evaluation may be completed

based on the details so furnished without seeking any subsequent additional information.

3) If the Tenderer has executed/completed similar nature of work (as called in Experience

Criteria of NIT (Notice Inviting Tender)), as a part of combined work order, then it is the

responsibility of the Tenderer to produce documentary evidence from Client to establish

the value and description of such works and that the Tenderer meets the experience

requirements of tender.

4) The Tenderer may submit the un-audited financial statement for FY 2013-14, if

finalization is not completed. In such case, the Tenderer needs to submit the audited

financial statement for FY 2010-11.

UNDERTAKING

1. I / We have read and agree to adhere by all terms and conditions of the same.

2. I / We here by state that none of the employees of my/our organization is a relative

of any employee of FPI and that none of the employees of FPI is a beneficiary of

my/our organization including in the capacity as part-time employee, agent, partner

or shareholder.

SIGNATURE OF TENDERER WITH OFFICIAL SEAL

24

ANNEXURE – 1 (A)

Proforma for Performance Statement for the last Five years:

Tender to provide Annual Maintenance Contract for Civil, Electrical and

allied Works in FPI Campus, Bangalore.

Name of the Tenderer :

Orders placed by

(Full address of

Client)

Order No

& Date

Description

Of Services

Value of

order

Date of

Completion

of Service as

per contract

(attach a

certificate )

Is the service

provided is

satisfactory (Attach

certificate from the

client)

Note: Separate sheet to be enclosed for each order executed.

SIGNATURE OF TENDERER

WITH OFFICIAL SEAL

25

ANNEXURE -2

Tender to provide Annual Maintenance Contract for Civil, Electrical and

allied Works in FPI Campus, Bangalore.

This table has to be filled in by the prospective Tenderer without fail. Self-

attested copies of certificates of registrations under various departments of State

and Central Government to be furnished.

SL

No.

Description Details to be furnished by the

Tenderer

01 EPF Registration No. and District

& State

02 ESI Registration No. and District &

State

03 VAT/TIN

04 Service Tax Registration

05 Income Tax /PAN

06 Certificate of Incorporation (in case

of Company)

07 Registration Certificate from Local

Bodies

08 Registration obtained from Labour

Department

09 Any other Statutory registrations

obtained

I / We confirm that all the above registrations are under operation presently and

shall be used for all related activities

SIGNATURE OF TENDERER

WITH OFFICIAL SEA

26

ANNNEXURE 3

FINANCIAL BID

Tender to provide Annual Maintenance Contract for Civil, Electrical and

allied Works in FPI Campus, Bangalore.

This table has to be filled in by the prospective Tenderer without fail

Name of the Tenderer

This financial bid has to be filled in by the prospective Tenderer to provide

AMC for Electrical, Lift, Water supply system, Sanitary system, STP and Civil

Works without fail.

1 The financial bids of AMC Services are as quoted below:

A. Remuneration to Staff:

Position

No. of

staff

proposed

Monthly

Rate

(Rs.)

Staff

Month

Amount (Rs.)

(A) (B) (C) D = (A x B x C)

( figures) ( words)

1 Supervisor: (General Shift

only)

Electrical system services, DG

Set, Transformers, & Lift

Maintenance,

Water Supply, Water Treatment

Plant(WTP), Drainage System,

Sewage Treatment Plant

(STP), Fire fighting, Civil &

Carpentry.

12

months

2 Professional Staff / workers :

( 3 Shifts)

Electrical system services, DG

Set, Transformers, & Lift

Maintenance,

Water Supply, Water Treatment

Plant(WTP), Drainage System,

Sewage Treatment Plant

(STP), Fire fighting,

Civil & Carpentry.

12

months

Total

Note:

1. Deploy supervisor in general shift (one shift) and professional

staff/workers in three shifts on all days

Contd…

27

ANNEXURE-III

2 Analysis of the rate quoted :

a) The above monthly rates are inclusive of the following (Rates per Person /

per Month)

I. Supervisors : (Amt. in Rs. In figures)

Details

Electrical system DG set, Transformer &

Lift, Water Supply, WTP, Drainage

System, STP & Fire fighting, & Civil &

Carpentry

1 Basic wage

2 ESI @

3 EPF @

4 EDLI (Employees Deposit Linked

Insurance) @

5 Administrative Charges @

6 HRA

7 Washing allowance

Total (A)

8 Service charges

9 Others – Service tax / levies / taxes etc. ( Pl

specify)

Total (B) = (8 + 9)

Grand Total (A + B)

II. Professional Staff: (Amt. in Rs. In figures)

Details Electrical system DG set, Transformer &

Lift, Water Supply, WTP, Drainage

System, STP & Fire fighting, & Civil &

Carpentry

1 Basic wage

2 ESI @

3 EPF @

4 EDLI (Employees Deposit Linked

Insurance) @

5 Administrative Charges @

6 HRA

7 Washing allowance

Total = (1 to 7) (A)

8 Service charges

9 Others – Service tax / levies / taxes etc. ( Pl

specify)

Total (B) = (8 + 9)

Grand Total (A + B)

Contd…

28

ANNEXURE-III

Note:

ii. Service or any other tax in accordance with the rules as applicable from time to

time

ii) Income Tax (TDS) deduction at source in accordance with the rules as applicable

from time to time.

Certified that I/ We have read the instructions given in the tender documents. I/We

undertake to supply the required categories and number of manpower on the rates of

basic/ minimum wages and shall be solely responsible to discharge the liabilities as

mentioned in Para (a) above and the administrative charges proposed by me/us in Para

(a) above are inclusive of all charges within the specified period as per requirements of

the FPI Bangalore.

I/We have understood the contents of the terms and conditions and undertake to abide

by the same as laid down in these documents.

Place : __________ Signature of Tenderer

Date : __________ (with seal)

Address : ____________________

____________________

Foot Note :

1.Prices quoted must be firm for the period/extended period of contract. No

escalation shall be admissible in respect of any payment of the contract,

except in case of statutory variation in service tax / works contract tax ( if

applicable) which shall be reimbursed subject to submission of necessary

documents.

2. No escalation clause shall be admissible during the first year of contract.

3.The price quoted is subject to arithmetic errors i.e. in case there is error, the

individual sum total shall be considered

Financial Bid Rejection Criteria:

Incomplete Financial Bid.

Financial bid do not conform to the Financial bid format (Annexure–III).

Rate quoted by Tenderer does not include all taxes & levies applicable.

****

29

ANNEXURE – 3 – (A)

TENDER FORM

Tender to provide Annual Maintenance Contract for Civil, Electrical and

allied Works in FPI Campus, Bangalore.

TO:

The Director

Fiscal Policy Institute

Kengeri, Bangalore – 560060.

Dear Sir,

Having examined the Tender Documents including Addenda Nos...............

[insert numbers], the receipt of which is hereby duly acknowledged, we, the

undersigned, offer to perform AMC work.......................................................

(Description of Services) in conformity with the said tender documents for the

sum of ..................... (Total tender amount in words and figures).

We undertake, if our tender is accepted, to perform the services in accordance

with the scope of work specified in tender document .

If our tender is accepted, we will obtain the guarantee of a bank in a sum

equivalent to 5.0% of the Contract Price for the due performance of the

Contract, in the form prescribed by Fiscal Policy Institute (FPI).

We agree to abide by this tender for the Tender validity period specified in

tender document and it shall remain binding upon us and may be accepted at

any time before the expiration of that period.

Until a formal contract is prepared and executed, this tender, together with your

written acceptance thereof and your notification of award, shall constitute a

binding Contract between us.

We undertake that, in competing for (and, if the award is made to us, in

executing) the above contract, we will strictly observe the laws against fraud

and corruption in force in India namely “Prevention of Corruption Act 1988”.

We understand that FPI is not bound to accept the any tender which are

received.

We confirm that we comply with the eligibility requirements as per the tender

document.

Date ---------. (Signature)

Tenderer / Authorised person

On behalf of --------------------------------

30

ANNEXURE – 4

TENDERER’s PROFILE

This table has to be filled in by the prospective Tenderer without fail. Details of

Tenderer’s profile are to be furnished in the following proforma.

Sl.

No

.

Subject Details

1 Name and address of the Tenderer

2 Whether a

Proprietor/Partnership/Company/Any other?

– Please indicate

3 If a Company, please indicate whether a

Private Company or Public Company.

4 PAN issued by the Income Tax Dept.

(a copy of PAN to be enclosed)

5 Official address of the Tenderer

1. If a Company please indicate registered

office address and corporate address

separately.

2. Tenderer must have either the Corporate

office or Registered Office or Head

Office or Regional office in Karnataka, if

not, tender will be rejected.

6 Name and address of the person submitting

the tender whose photograph is affixed

above (In case of proprietor/partnership

firms, the tender has to be signed by

proprietor or one of the partner only, as the

case may be)

Shri/Smt.

7 Telephone number of the Tenderer (Off) :

(Res:):

(Mobile):

(Fax):

(e-Mail):

8 Registration and incorporation particulars of

the Company. (If Partnership or

Proprietorship, please indicate registration

details obtained from local authority)

Contd….

Photograph

31

Annexure - 4

9 Bank Details

1. Name and address of the Bank:

2. Bank Account No.

3. Type of Account

10 Details of Technical and Supervisory Staff

proposed to be deployed

Note:

1. The Tenderers, as the case may be, shall submit self-attested copies of

PAN Card, Certificate of Incorporation, Certificates of registration from

local authorities, Partnership Deed, Articles and Memorandum of

Association.

2. Authorization letter of the Company in case the person signing the

tender document is an authorized representative of the company.

3. Self-attested copies of passport of proprietor and partner, in case the

Tenderer is a proprietor or partner.

4. The tender is liable to be rejected if the signature and photograph do not

match with the photograph affixed and the signature made in the tender

documents, with the Identity and signature proof.

5. Please attach a copy of last income tax return.

I/We hereby declare that the information furnished above is true and correct

to the best of knowledge and belief.

Place: SIGNATURE OF TENDERER

WITH OFFICIAL SEAL

Date:

32

ANNEXURE – 5

CHECK LIST

Tender to provide Annual Maintenance Contract for Civil, Electrical and

allied Works in FPI Campus, Bangalore.

The Tenderer shall check the following parameters before submitting the tender

Enclosure Details Remarks

1 Name & Address of Tenderer with photograph Yes / No

2 Documents in support of pre-qualifying requirements as per Annexure-1.

- 2 years contract details & value

- Client details

- Work orders

- Completion certificate

- 3 years Annual Turnover

- 3 years Profit & Loss A/c

- 3 years Balance Sheet

Yes / No

Yes/ No

Yes / No

Yes / No

Yes / No

Yes / No

Yes / No

3 Proof of annual value of single contract of similar work in a unit not less

than Rs.25.00 lakh p.a. (furnish copy of work order from the existing clients)

Yes / No

4 Proof of continuous 3 years existence of tenderer in similar business as per

Annexure – 1 (A)

Yes / No

5 Payment of EMD of Rs50,000/- (Fifty thousand only) Yes / No

6 Copy of VAT registration Certificate (self attested) Yes / No

7 Copy of Service Tax Registration Certificate (self attested) Yes / No

8 Copy of Pan card enclosed (self attested) Yes / No

9 Authorization letter of the Company in case the person signing the tender

document is an authorized representative of the Company.

Yes / No

10 Self attested copy of passport / driving license / aadhar card of Proprietor or

Partner in case tenderer is proprietor or partner as proof of identity &

signature (on tender doc / self attestations).

11 The signature and photograph should match with the identity and signature

proof.

12 Power of Attorney in the name of the person who is authorized to attend

tender meeting Yes / No

13 Annual Turnover Statement enclosed Yes / No

Contd..

33

Annexure - 5

14 Registration details:

- ESI

- EPF

- Labour Laws/Local bodies (pl. specify)

Yes / No

Yes / No

Yes / No

15 Enclosed copies of latest Returns filed in respect of

- IT

- ESI

- EPF

Yes / No

Yes / No

Yes / No

16 Self attested copy of Registration and incorporation particulars of the

Company. (If Partnership or Proprietorship a copy of Partnership Deed /

Registration certificated issued by local authorities)

Yes / No

17 Bank details furnished Yes / No

18 Registration obtained from Labour Department, Govt. of Karnataka, Yes / No

19 Antecedents of Workers: Police verification of the character and

antecedents of the Staff to be deployed.

Yes / No

20 Other statutory details, if any. Yes / No

21 Tendering document duly uploaded in all respects Yes / No

Place: SIGNATURE OF TENDERER

Date: WITH OFFICIAL SEAL

34

ANNEXURE – 6

DECLARATION

(Self declared Affidavit on letter head)

Tender to provide Annual Maintenance Contract for Civil, Electrical and

allied Works in FPI Campus, Bangalore.

I / We hereby declare that our Services / Firm / Company (i.e. Business

Establishment) has not been blacklisted in the past by Government of India or

by any State Governments or Union Territories or by PSUs or by Private

Institutions. There is no vigilance / Police / CBI case pending against our

establishment. Further we declared that our establishment has not been

blacklisted in the past by any institution in the country.

Place: SIGNATURE OF TENDERER

Date: WITH OFFICIAL SEAL

35

ANNEXURE – 7

AGREEMENT

Tender to provide Annual Maintenance Contract for Civil, Electrical and

allied Works in FPI Campus, Bangalore.

The agreement made on this………………… day of month

………………year…………………………….betweenM/S…..………………

……………………………………………………………………. herein after

called “The Tenderer” (which expression shall unless excluded by or repugnant

to the context, include its successors, heir, executors, administrative

representative and assignee) of the one part &herein after referred to as the

Fiscal Policy Institute (FPI), of other part.

Whereas the Tenderer has offered to enter into contract with the said FPI in

section …… …….. for the execution of work of AMC for Electrical, Lift,

Water supply system, Sanitary system, STP, Civil Works and associated works

in FPI terms in the Bangalore jurisdiction) on the terms and conditions herein

contained and the rates approved by the FPI (copy of Rates annexed) have been

duly accepted and whereas the necessary security deposits have been furnished

in accordance with the provisions of the Tender document and whereas no

interest will be claimed on the security deposits.

Now these presents witness and it is hereby agreed and declared by and between

the parties to these presents as follows.

1. The Tenderer shall, during the period of this contract that is to say from

(Date) …………….. to (Date)………. or completion of work for

Rs……………… (in words) ……………………………………. whichever is

earlier or until this contract shall be determined by such notice as is hereinafter

mentioned, safely carryout, by means of labours employed at his own expenses

and by means of tools, implements and equipment etc. to supplied by him to his

labour at his own expensed, all other associated works as described in Tender

documents (annexed to the agreement), when the FPI, Bangalore or any other

persons authorized by the FP,I Bangalore in that behalf require. It is understood

by the Tenderer that the quantity of work mentioned on the schedule is likely to

change as per actual requirements as demanded by exigencies of service.

2. The Tender (notice inviting expression of interest), Tender documents

(Qualifying and Financial), letter of intent, approved rates, annexed hereto and

such other additional particulars, instructions, drawings, work orders as may be

found requisite to be give during execution of the work shall be deemed and

taken to be an integral part of the contract and shall also be deemed to be

included in the expression “The Agreement” or “The Contract” wherever herein

used.

3. The Tenderer shall also supply the requisite number of workmen with means

& materials as well as tools, appliances, machines, implements, vehicles for

transportation, cartage etc. required for the proper execution of work within the

time prescribed in the work orders.

4. The Tenderer hereby declares that nobody connected with or in the

employment of the Fiscal Policy Institute is not/shall not ever be admitted as

partner in the contract.

36

5. The Tenderer shall adhere by the terms and conditions, rules, guidelines,

construction practices, safety precautions etc, stipulated in the Tender document

including any correspondence between the Tenderer and the FPI having bearing

on execution of work and payments of work to be done under the contract.

In witness whereof the parties present have here into set their respective hands

and seals the day year in………………

Above written:

Signed sealed & Delivered by

the above named Tenderer

in the Presence of

Witness: 1. 2.

Signed & Delivered on behalf of the FPI by the

Witness : 1. 2.

*****