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