rajasthan rajya vidyut prasaran nigam …...rajastahan rajya vidyut prasaran nigam limited...
TRANSCRIPT
RAJASTHAN RAJYA VIDYUT PRASARAN NIGAM LIMITED
(STATE TRANSMISSION UTILITY OF GOVT. OF RAJASTHAN)
[Corporate identity Number (CIN):L40109RJ2000SGC016485]
OFFICE OF THE DY. SECRETARY (GAD),
"RAJASTHAN RAJYA VIDYUT PRASARAN NIGAM LTD, ,
VIDYUT BHAWAN, JYOTI NAGAR, JAIPUR–302005.
Telephone: +91-141-2740844 ; Fax +91-141-2740455
Email: [email protected] ; Website: www.rvpn.co.in
NIB No.: 07 No. RVPN/DS(GAD)/BN (2018-19)
UBN No. ____________
INVITATION FOR BID (IFB) & NOTICE INVITING BID (NIB)
Name and Address of the
Procuring Authority
Name: RAJASTHAN RAJYA VIDYUT PRASARAN
NIGAM LIMITED, VIDYUT BHAWAN, JYOTI
NAGAR, JAIPUR–302005.
Designation and Address of the
Procurement Officer In-Charge
Designation : Dy. Secretary (GAD)
Address :Room No. 14, RVPNL, VIDYUT BHAWAN,
JYOTI NAGAR, JAIPUR–302005.
Telephone: +91-141-2740844 ; Fax +91-141-2740455
Email: [email protected] ; Website: www.rvpn.co.in
Subject Matter of Procurement PROVIDING SECURITY SERVICES AT
CORPORATE OFFICE, RAJASTHAN RAJYA
VIDYUT PRASARAN NIGAM LIMITED,
VIDYUT BHAWAN, JYOTI NAGAR, JAIPUR–
302005.
Bidding Procedure Single Stage - Two Parts
Bid Evaluation Criteria (Selection
Method)
Lowest evaluated technically responsive bid as defined
in the bid document
Website for Downloading Bidding
Document, Addendum/
Corrigendum’s
http://eproc.rajasthan.gov.in
http://rajenergy.gov.in/rvpnl and
http://sppp.rajasthan.gov.in
Bidding Document Fee (non-
refundable including GST) :
Rs. 1,180/- (Rs. One Thousand One Hundred Eighty
Only including GST) in form of DD/Banker Cheque
or any other mode as per RTPP Act payable in favour
of “Sr. Accounts Officer (EA - Cash), RVPN, Jaipur”.
(2)
Bid/Tender Processing Fee (Non-
refundable) :
Rs. 1,180/- (Rs. One Thousand One Hundred Eighty
Only including GST) shall be deposited by
DD/Banker’s Cheque in favour of “Managing
Director, RISL, Jaipur”.
Estimated Procurement Cost INR 22,99,389.00 (Rs. Twenty Two Lacs Ninety Nine
Thousand Three Hundred Eighty Nine Only).
Bid Security and Mode of
Payment
Rs. 46,000.00 (Rs. Forty Six Thousand Only) through
DD/Banker Cheque or any other mode as per RTPP
Act payable in favour of “Sr. Accounts Officer (EA -
Cash), RVPN, Jaipur”.
Manner, Start/End date for the
submission of On-Line Bid
Manner: On-Line on e-procurement website-
http://eproc.rajasthan.gov.in
Start Date : 21.12.2018
End Date : 08.01.2019 (4.00 PM)
End date for submission of Banker’s Cheque/ Demand Draft for Tender Fee, Bid Security and processing fees
08.01.2019 up to 12.00 (Noon) in the Office of
Dy. Secretary (GAD), Room No. 14, RVPN, VIDYUT
BHAWAN, JYOTI NAGAR, JAIPUR–302005.
Date / Time / Place of Technical
Bid Opening
Date : 08.01.2019
Time : 5.00 P.M.
Place : Office of Dy. Secretary (GAD), Room No. 14,
RVPN, VIDYUT BHAWAN, JYOTI NAGAR,
JAIPUR–302005.
Date / Time / Place of Financial
Bid Opening
Will be intimated later to the Technically qualified
bidders.
Bid Validity 120 days from the date of opening of technical bid.
Note:
1) Bidder (authorized signatory) shall submit their offer on-line in Electronic formats both for
technical and financial proposal. However, DD for Tender Fees, RISL Processing Fees and
Bid Security should be submitted physically at the office of Tendering Authority as
prescribed in NIB and scanned copy of same should also be uploaded in the EMD
Envelope/Cover.
2) In case, any of the bidders fails to physically submit the Banker’s Cheque/ Demand Draft
for Tender Fee, Bid Security, and RISL Processing Fee as per timelines mentioned in NIB,
its Bid shall not be accepted.
(3)
3) To participate in online bidding process, Bidders must procure a Digital Signature
Certificate (Type III) as per Information Technology Act-2000 using which they can
digitally sign their electronic bids. Bidders can procure the same from any CCA approved
certifying agency, i.e. TCS, Safecrypt, Ncode etc. Bidders who already have a valid Digital
Signature Certificate (DSC) need not procure a new DSC. Also, bidders must register on
http://eproc.rajasthan.gov.in (bidders already registered on http://eproc.rajasthan.gov.in
before 30-09-2011 must register again).
4) RVPNL will not be responsible for delay in online submission due to any reason. For this,
bidders are requested to upload the complete bid well advance in time so as to avoid 11th
hour issues like slow speed; choking of web site due to heavy load or any other unforeseen
problems.
5) Bidders are also advised to refer "Bidders Manual Kit" available at e-Procurement website
for further details about the e-Tendering process.
6) Training for the bidders on the usage of e-Tendering System (e-Procurement) is also being
arranged by DoIT&C on a regular basis. Bidders interested for training may contact e-
Procurement Cell, DoIT&C for booking the training slot.
Contact No: 0141-4022688 (Help desk 10 am to 6 pm on all working days) e-mail:
Address: e-Procurement Cell, RISL, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur.
7) The procuring entity reserves the complete right to cancel the bid process and reject any
or all of the Bids.
8) No contractual obligation whatsoever shall arise from the bidding document/ bidding
process unless and until a formal contract is signed and executed between the procuring
entity and the successful bidder.
9) The provisions of RTPP Act 2012 and Rules thereto shall be applicable for this
procurement. Furthermore, in case of any inconsistency in any of the provisions of this
bidding document with the RTPP Act 2012 and Rules thereto, the later shall prevail.
Dy. Secretary (GAD)
RVPN, Jaipur.
RAJASTAHAN RAJYA VIDYUT PRASARAN NIGAM LIMITED
[Corporate Identity Number (CIN):L40109RJ2000SGC016485] Regd. Office: Vidyut Bhawan, Jyoti Nagar, Jaipur–302005.
Telephone: +91-141-2740844 ; Fax +91-141-2740455 Email: [email protected] ; Website: www.rvpn.co.in
NIB NO. :RVPN/DS (GAD)/BN-07(2018-19)/UBN No……………………………..
BIDDING DOCUMENT
FOR
PROVIDING SECURITY SERVICES AT CORPORATE OFFICE,
RAJASTHAN RAJYA VIDYUT PRASARAN NIGAM LIMITED,
VIDYUT BHAWAN, JYOTI NAGAR, JAIPUR–302005.
Date :- _________________ Dy. Secretary (GAD)
RVPNL, JAIPUR
PROVIDING SECURITY SERVICES AT CORPORATE OFFICE,
RAJASTHAN RAJYA VIDYUT PRASARAN NIGAM LIMITED,
VIDYUT BHAWAN, JYOTI NAGAR, JAIPUR–302005.
NIB NO. : RVPN/DS(GAD)/BN- 07(2018-19)
UBN No. ……………….
Mode of Bid Submission Online through e-Procurement / e-Tendering
system at http://eproc.rajasthan.gov.in
Procuring Authority DY. SECRETARY (GAD)
RAJASTHAN RAJYA VIDYUT PRASARAN
NIGAM LIMITED
VIDYUT BHAWAN, JYOTI NAGAR,
JAIPUR–302005
Last Date & Time of Submission of Bid 08.01.2019 (4.00 PM)
Date & Time of Opening of Technical Bid 08.01.2019 (4.00 PM)
Bidding Document Fees : Rs. 1,180/- (Rs. One Thousand One Hundred Eighty Only
(Non - Refundable) including GST).
Name of the Bidding Company/ Firm
Contact Person (Authorized Bid Signatory)
Correspondence Address:
Mobile No:
Telephone No:
E-Mail Address:
Website/ E-mail Address:
SECTION – I
INSTRUCTIONS TO BIDDERS 1. Important Instructions :
The bidders are requested to go through the tender requirements & detailed terms
and conditions as laid down in the tender document. Must be fully acquainting
themselves to all the terms & conditions before quoting. Acceptance of Tender will
be on the basis of the followings:
i. Only those agencies, paid the cost of the tender / bid document can submit their
offers.
ii. Incomplete, conditional offer, offer containing vague and indefinite expression
such as “subject to immediate acceptance, conditions apply, subject to condition,
authorized to participate etc.” will summarily be rejected.
iii. Tender / bid received telegraphically or by Fax shall not be accepted in any
circumstances and the same will be rejected.
iv. Rajasthan Rajya Vidyut Prasaran Nigam Ltd., Jaipur takes no responsibility for
any loss of documents /delay/non-receipt of tender document/ tender sent by post
or by any other arrangement.
v. Tenders received after due date & time will not be considered.
vi. No post tender correspondence by the participating firm/agency will be
entertained.
2. EARNEST MONEY/ BID SECURITY:
a) The offer shall be submitted with the required Earnest money deposit in the form of
DD/Banker Cheque or any other mode as per RTPP Act in the name of the “Sr.
Accounts Officer (EA & Cash), RVPN, Jaipur”.
b) Any tender not accompanied by a valid Earnest Money Deposit, it shall be rejected
and the tender will not be opened.
c) In case of unsuccessful bidder (s), the EMD release letter shall be issued by Nigam
within the month of finalization of tender. The unsuccessful bidder shall get the
refund of earnest money deposit on production of the original receipt and EMD
release letter from Nigam.
a. In case of successful bidders, the Earnest Money will be refunded on submission of
contractual formalities by the Service Provider and issue of their acceptance by
Nigam.
d) Request for adjustments/proposals for acceptance of Earnest Money deposit (if any)
already lying with the RVPN in connection with some other tenders/orders shall not
be entertained.
e) No interest shall be payable on such Deposits.
f) The Purchase Authority reserves the right to forfeit Earnest Money Deposit in
circumstances which, according to him, indicate that the bidder is not earnest in
accepting/executing any order placed under the specification.
3. Validity of Tender/ Bid :
The Tender / bid shall be valid for 120 days from the date of opening of technical bid.
4. Schedule of Requirement :
S.No. Services Nos.*
1. PROVIDING SECURITY SERVICES AT
CORPORATE OFFICE, RVPN, JAIPUR.
(WITHOUT ARMS)
20 locations
*However, the number of locations & place may vary from time to time as required
by Rajasthan Rajya Vidyut Prasaran Nigam Ltd., Jaipur.
5. Procedure for Submission of Tender:
a) It will be submitted online in e-format at Government of Rajasthan e-procurement
portal (http://eproc.rajasthan.gov.in) in the forms attached hereto and all blanks in the
tender and the schedules of the specification shall be duly filled in. The completed
form(s), schedule(s) shall be considered as part of the contract documents in the case
of successful tender(s).
b) No addition/alternation should be made in the form of the tender specification and
schedules. The bidder must comply entirely with the specification. Technical and
Commercial deviations, if any, shall be mentioned only in Schedule–K "Schedule of
Deviations" attached with this specification. The deviations mentioned elsewhere in
the offer will not be considered as deviations. The printed terms and conditions of
firms, if any, attached with the tender will not be considered as part of tender and will
be summarily rejected. RVPN reserves the right to accept minor deviations in techno-
commercial terms & conditions provided in Schedule K.
c) The tender and all accompanying documents shall be in English Language and shall
be signed by authorized person. The name, designation and authority of the signatory
shall be stated in the tender.
d) Tenders should be filled in only with ink, ball pen or typed. Tender filled in by pencil
or likewise, shall not be considered.
e) All additions, alterations and over-writings in the tender must be clearly authenticated
and signed by the signatory to the tender. All cutting / over-writing in figures of
tendered documents should also be clearly indicated in the words & duly signed by
the authorized signatory.
f) The bidders are required to furnish the clarification / confirmation / documents if
sought subsequent to opening of bid within specified time failing which the purchase
case shall be decided / awarded on the basis of available information only. The entire
responsibility of bid being ignored on account of delay in furnishing of desired
information / documents shall be of the bidder.
g) The Purchase Officer will not be responsible to accept any cost involved in the
preparation or submission of tenders.
h) The tender / offer shall be furnished in e-format (pdf, xls formats etc. as prescribed in
the e-procurement process) only as prescribed in the following manner: -
i. First envelope/cover shall contain “EARNEST MONEY DEPOSIT &
FEES” with proof of depositing of the Bid Security (EMD) amounting to
Rs. 46,000.00, Bid document cost amounting to Rs. 1180.00 through
DD/BC payable in favour of “Sr. Accounts Officer (EA - Cash), RVPN,
Jaipur” and Tender Processing Fees amounting to Rs. 1180.00 payable in
favour of “Managing Director, RISL, Jaipur”.
ii. Second envelope/ cover shall contain “TECHNO-COMMERCIAL BID
(PART-I)”. The bidder is required to furnish all relevant documents,
except the Price Schedules, as per Specification including documents in
support of qualifying requirement and also confirmation of commercial
terms and conditions as incorporated in GCC (General Conditions of
Contract) Technical specification (Scope of work) and their
addendum/corrigendum, if any, along with details required in various
schedules “EXCEPT THE PRICE SCHEDULE” so that the Purchase
Officer may be able to examine whether the offer submitted is meeting the
requirements of the technical and commercial terms and conditions of
specification.
iii. Third envelope/cover shall contain “FINANCIAL / PRICE BID (PART-
II)”. This price bid shall include submission of details of prices as per
Schedule–B of the specification. The price bid will be opened at a later date
in respect of those bidders whose offers are found/adjudged technically and
commercially acceptable. The date of opening of “PRICE BID” shall be
intimated to successful/qualified bidders in due course of time. Deviation
of any kind shall not be quoted in price bid. If found quoted, the same shall
be ignored.
i) All the relevant document in prescribed e-formats (for the tender to be filled) as
specified on portal (http://eproc.rajasthan.gov.in) in separate covers (First, Second
and Third as described above) shall be submitted by the bidder as per tender schedule.
j) The bidder shall also ensure that his tender is furnished/ submitted strictly in the
manner detailed in the specification.
k) All tenders and accompanying document / schedules should be addressed to the
OFFICE OF THE DY. SECRETARY (GAD), Rajasthan Rajya Vidyut Prasaran
Nigam Ltd., Room No 14, Vidyut Bhawan, Jyothi Nagar, Jaipur.
l) Telegraphic tenders/quotations or tender given in the form other than prescribed form
will not be considered.
6. RECEIPT AND OPENING OF TENDER:
a) Tenders shall be received in the online format on the Government of Rajasthan e-
procurement portal (http://eproc.rajasthan.gov.in) in following three covers:
First Cover : Earnest Money Deposit Documents, Tender Document
Cost and Tender Processing Fees.
Second Cover : Techno-Commercial Bid Documents.
Third Cover : Financial / Price Bid Documents
b) The above documents shall be in the e-format (as per type i.e. pdf, xls etc. as
specified) and required to be uploaded on or before the prescribed tender submission
date and time.
c) First Cover documents i.e. Earnest Money Deposit Documents, Tender Document
Cost and Tender Processing fees in original shall be sealed in separate envelope duly
superscripted “EARNEST MONEY DEPOSIT & FEES AGAINST NIB NO.
_________________ TO BE OPNED ON _____________”. The same shall be
submitted / delivered in the OFFICE OF THE DY. SECRETARY (GAD),
Rajasthan Rajya Vidyut Prasaran Nigam Ltd., Room No 14, Vidyut Bhawan,
Jyothi Nagar, Jaipur on or before the date and time specified for submission.
d) The tenders (Techno-Commercial bid) will be opened in the OFFICE OF THE DS
(GAD), RVPN, Jaipur on the prescribed date time in the presence of such bidders or
their authorized representative who choose to be present.
7. BIDDER’S QUALIFICATION REQUIREMENTS:
Qualification of bidder will be based on meeting the minimum pass/fail criteria specified
in table below regarding the Bidder’s technical experience and financial position as
demonstrated by the Bidder’s responses in the corresponding Bid Schedules. RVPN
reserves the right to accept minor deviation in qualifying requirement and commercial
conditions on the equitable basis.
The bidder is required to submit the following authenticated documents along with
tender, without which the tender will be rejected:-
S. No. Qualifying Requirement
Details
Supporting documents required
1 2 3
1
BIDDER STATUS : 1.1 The Bidder must be a
company or proprietary firm or
Partnership firm.
1.2 The bidder must be
registered for EPF.
1.3. The bidder must be
registered for ESI, 1948.
1.4 The bidder shall have a
valid license issued by
competent authority in the name
of Agency / firm under the
Contract Labour Act (R&A)
Act, 1970.
1.5 The bidder should have filed
Income Tax Returns of last three
financial years.
1.6 The bidder shall have PAN
Card.
1.7 The Bidder shall submit
valid GST Registration number.
i)Memorandum of Association, Registration
Certificate as per Companies Act, 2013 or as
per its latest amendment in case of Companies
or
Registration Certificate under Rajasthan Shop
& Establishment Act, 1958 or similar Act in
case of Proprietary firm
or
Registration Certificate from Registrar of
Firms in case of partnership firm
or
Certificate of registration where the Agency /
Society / Placement agency which has been
registered as per applicable Act/rules under
employment exchange / State Government /
Central govt. / Societies’ Act.
ii) Copy of EPF Registration Number
Certificate/ Letter.
iii) Copy of ESI Registration Number
Certificate/ Letter
iv) Copy of registration under Contract
Labour Act (R&A) Act, 1970
v) Copy of ITR Returns of Last Three
Financial Year.
vi) Copy of PAN Card.
vii) Copy of GST Registration certificate.
2. TECHNICAL EXPERIENCE
i) Bidder shall have experience
of carrying out the specified
services for at least 2 (Two)
years in PSU / Govt.
Deptts./Public Sector Banks/
Universities in last 5 years in
Rajasthan as on the date of Bid
opening.
ii) The Bidder should have
executed 2 Orders (each not less
than Rs. 25.00 Lacs of Services
for Security Guards or similar
nature of work, as in (i) above in
last 5 years as on the date of bid
opening.
i. Certificate(s) from the end users for
satisfactory performance in fulfillment
of Clause 2 (i).
ii. Copy of contract for fulfillment of Clause
2(ii). (Details in the Schedule-N).
3
FINANCIAL POSITION :
3.1 The bidder shall meet
Minimum Average Annual
Turnover for best three financial
years out of last five financial
years i.e. Rs. 5.00 crores.
Audited balance sheets and income statement.
or
CA Certificate.
3.2 Bidder shall have liquid
assets (L.A. = Current Assets-
Inventories) and/or evidence of
access to or availability of credit
facilities equal to Rs. 5 Lacs.
i) Audited Balance Sheets and Income
Statement or CA certificate.
ii) For Credit Facilities: Certificate from bank
as per Annexure-C.
3.3 The Net worth of the bidder
for last three (3) years should be
positive.
Audited Balance Sheets and Income
Statement or CA Certificate.
4 The bidder should be qualified,
not be insolvent, not be in
receivership, not be Bankrupt or
being wound up, should not have
affairs administered by a court or
a judicial officer, should not
have business activities
suspended, should not be
blacklisted or debarred by any
Declaration in Annexure – B.
utility / Government agency,
should not have a conflict of
interest.
8. Service Charges :
The service provider shall make payment to all deployed workers as per prescribed
rate of minimum wages from time to time.
The Service Charges quoted by the agency/bidder shall be on percentage basis and in
compliance to Department of Labour, Rajasthan Government Notification issued vide
1125 dated 16.01.2018 and prescribed as per Labour Department from time to time. Any
Service charges not adhering to the above guidelines shall be considered unresponsive
and such bid shall not be considered.
9. GOODS AND SERVICE TAX (GST) :
a) The Rajasthan Rajya Vidyut Prasaran Nigam Ltd. is registered under GST Law in the
Rajasthan State vide No. 07AABCR8312AIZV and all the provisions of the GST law
related to supply of Goods and Services are applicable.
b) The GST shall be shown separately in the price schedule as per prevailing rate as on
the date of bid submission. Any statutory variation during the contractual period shall
be on the account of Nigam.
c) Nigam shall however have a right to make the statutory deductions in the due payment
to the firm for which wherever applicable the deduction certificate shall be issued by
the Nigam’s paying authority.
10. QUANTITIES:
a) The quantum of services/ work indicated in the accompanied schedule(s) are for the
general reference of the bidder and accordingly, bidder is required to quote the
charges as required in the Price Schedule-B on the total scope basis in compliance
of the specification. Later on no request for extra price implication shall be
entertained.
b) The Purchase Authority/ Nigam also reserve the right to drop the tender.
11. CONTRACTUAL PERIOD FOR SERVICES:
a) Contractual Period for PROVIDING SECURITY SERVICES AT CORPORATE
OFFICE, RAJASTHAN RAJYA VIDYUT PRASARAN NIGAM LIMITED,
VIDYUT BHAWAN, JYOTI NAGAR, JAIPUR–302005 shall be (12) TWELVE
MONTHS.
b) Nigam have the right to extend the contractual period by further TWELVE MONTHS
(i.e. after the contractual period of 12 months) on the same service charges, terms and
conditions on mutually agreeable basis with successful Service Provider.
12. CONTRACT AGREEMENT:
a) The successful bidder shall have to execute the contract documents/ agreement for the
proper fulfillment of the contract. He shall furnish such executed stamped agreement
(in triplicate) free of charge at his cost to the purchaser as per Clause No. 6 of GCC.
b) It may however be ensured that the one copy of the work order and other Documents
as above, are signed by an authorized person holding valid power of attorney. The
power of attorney on Non-judicial Stamp paper worth Rs.100/- should be attested by
the Notary Public. For this, a copy of the power of attorney in favour of the person
signing these documents, duly notarized in original will be submitted along with the
above documents.
c) The payment shall be made on completion of contractual formalities and no Running
Account Bills will be acceptable till completion of contractual formalities.
13. RIGHT TO VARY QUANTITY:
a) If the procuring entity does not procure any subject matter of procurement or
procures less than the quantity specified in the bidding documents due to change in
circumstances, the bidder shall not be entitled for any claim for compensation.
b) Order for additional quantities may be placed on the rates and conditions given in
the contract. The limit of orders for additional quantities can be up to 50% of the
value of services of the original contract.
c) GRAFT & COMMISSION ETC.:
Any graft, commission, gift or advantage given promised or offered by or on behalf
of the Service Provider or his partner, agent, officers, director, employee or servant
or any one on his or their behalf in relation to the obtaining or to the execution of
this or any other contract with the Nigam, shall in addition to any criminal liability
which it may incur, subject the Service Provider to the cancellation of this and all
other contracts and also to payment of any loss or damage to the Nigam resulting
from any cancellation. The Nigam shall then be entitled to deduct the amount so
payable from any monies otherwise due to Service Provider under the contract.
d) TRANSPARENCY IN PUBLIC PROCUREMENT:
The Government of Rajasthan has enacted the Rajasthan Transparency in Public
Procurement Act, 2012 and Rajasthan Transparency in Public Procurement Rules,
2013 w.e.f 26.01.2013. This procurement process is abided by the processes and
procedures of the aforesaid Act & Rule. In case the any clause (s), term (s) &
condition (s) in this tender document differ in its interpretation and context from it
the later (i.e. GOR Act and Rule as mentioned above) shall prevail.
SECTION – II
GENERAL CONDITIONS OF CONTRACT (GCC)
1. Scope of Work :
i. Providing security services at Corporate Office as mentioned at Point No. 4 of
Section-I of instruction to bidders / bidders for Corporate office, RVPN, Jaipur,
required by RVPN.
ii. To discharge the duties in a diligent manner as required in Technical specification -
Section III - Scope and Duties of the workers deployed in RVPN.
2. Eligibility Criteria of Personnel :
i. All the workers deployed for assigned duties by the service provider shall have been
covered under EPF & ESI Scheme to the extent applicable well before their deployment
in RVPN.
ii. All workers deployed by the service provider should have cleared minimum 8th standard
schooling.
iii. The age of workers shall not be more than 55 years and they should have a pleasing
personality and carrying good health.
iv. All workers deployed by the service provider shall have to be provided with Uniform,
which they should mandatorily wear during their duty hours.
v. No child labour shall be allowed.
3. PERFORMANCE SECURITY :
a) In order to secure/assure the fulfillment of the contract, the successful bidder(s),
upon receipt of preliminary acceptance letter/detailed purchase order, as the case
may be, shall furnish within a period of 15 days a security deposit amount equivalent
to 5% (Five Percent) of the Contract Value by crossed Bank Demand Draft from the
scheduled Bank or by way of Bank Guarantee from the Scheduled Banks in the
prescribed proforma, on a Non Judicial Stamp Paper worth Rs. _______ (as per
applicable Stamp Duty Rules for the Secured Amount) of Rajasthan State duly
authenticated by a Ist Class Magistrate or notary public or directly confirmed by the
issuing Banker.
b) Unless otherwise specifically required to be retained/forfeited by the NIGAM, the
Security deposit/ Bank Guarantee shall be refunded / released on request of the
Service Provider after three months from completion of contractual period subject to
services given to the satisfaction of the NIGAM.
c) If the Service Provider fails or neglects to observe or perform any of his obligation
under the contract, it will be lawful for the NIGAM to forfeit / invoke/ retain either
in whole or in part at its absolute discretion, the Performance cum Security deposit/
Bank Guarantee furnished by the Agency/ firm.
d) No interest shall be payable on security deposits. Bank charges or any other charges,
if any, shall be to the firm’s account. If the agency / firm fails to provide the Security
within the period specified, such failure shall constitute a breach of the Contract and
the NIGAM shall be entitled to make other arrangements at the risk and expenses of
the Service Provider and the Earnest money deposited by the Agency / firm shall
stand forfeited to the NIGAM and may take action to debar the bidder from the
future business in Nigam.
4. TERMS OF PAYMENT:
a) Any payment under this contract shall only be made after submission of all
contractual formalities i.e. Contract Agreement, Security cum Performance Deposit
by the Service Provider and the acceptance of the same by Nigam.
b) Payment for the items/ work/services will be made on the terms mentioned as
below:
100% payment of the Services shall be admissible on receipt of monthly bill
complete in all respect, in triplicate from the Service Provider. The Service
Provider has to get verified the duties of service personnel from Office / Section in
charge, where he/she has been placed. The Service Provider while presenting the
consolidated bill, shall enclose the verified duty chart as per which DS
(GAD), RVPN, Jaipur, shall verify the monthly service bill for payment.
5. MODE OF PAYMENT:
a) The Service Provider shall submit Bill for the payment with the details of amount,
payment schedule/ month, particular of service extended in pursuant to the contract to
the Dy. Secretary (GAD) RVPN who shall process the same to the Sr. Accounts
Officer (EA-Cash), RVPN, Jaipur for payment. The bills shall be serially numbered
with the Suffix TN- _______.
b) It is also mandatory on the part of Service Provider to furnish the following
documents to the Dy. Secretary (GAD) RVPN, who will verify the same and pass the
monthly bills on the basis:
I. List of engaged workers by the Service provider.
II. Details of payment made to the staff engaged by the Service Provider, on
monthly basis.
III. Documentary evidence of remittance of employees’ and employer’s EPF
contribution to EPF Authority on monthly basis.
IV. Documentary evidence of remittance of ESI premium with the concerned
ESI Authority on monthly basis.
V. Copy of GST challan deposited during last month.
c) Further bills for subsequent months shall be admitted after compliance of above.
d) Payment shall be made by the Nigam directly to the Service Provider as per the
payment schedule.
e) The payment shall be made by the Sr. Accounts Officer (EA-Cash), RVPN, Jaipur as
per prevailing payment policy of RVPN after receipt of the complete document and
completion of all contractual formalities as per requirement of the work order. All
efforts shall be made by Nigam to make the due payments in 30 days after completion
of all necessary/required formalities, however no interest on delayed payment shall be
payable and such delay will not entitle Service Provider for any compensation or
extension in time.
6. CONTRACT AGREEMENT:
a) The Service Provider shall have to execute the contract agreement within 15 days
from the date of receipt of detailed work order in triplicate in the prescribed
Annexure-I on Non Judicial Stamp Paper worth (as per stamp duty rules) along with
copy of work order, copy of "General Conditions of Contract", "Instructions to
Bidders" and "Technical Specification". It is advised that each and every page of
relevant documents is to be signed by authorized person with stamp.
b) It may however be ensured that the one copy of the work order and other Documents
as above, are signed by an authorized person holding valid power of attorney. The
power of attorney on non judicial stamp paper worth Rs.100/- should be attested by
the notary public. For this, a copy of the power of attorney in favour of the person
signing these documents, duly notarized in original be also submitted along with the
above documents.
c) The acceptance of above documents in order shall be notified by the Chief Accounts
Officer/ Sr. Accounts Officer/ Accounts Officer in due course of time under
intimation to this office. No payment shall be released without acceptance of the
contract agreement.
d) The Earnest money amount of successful Service Provider deposited along with
tender shall be released after confirmation of completion of contractual formalities.
No interest will be payable on the Earnest Money deposit.
7. Period of Contract and Cancellation of Agreement:
i. The period of contract is initially for One year only from the date of agreement and
can be extendable thereafter on satisfactory performance and mutual consent.
ii. RVPN reserves the right to terminate the contract without assigning any reason
thereof, at any time during the period of contract by giving 15 days’ notice of its
intention to do so. In the event of any such termination of the contract, the
firm/agency shall only be entitled for the amount of services actually provided under
the contract till the termination of contract, subject to deductions, if any, under the
terms & conditions of contract. No other claims can be allowed or considered.
8. INSURANCE:
i. The Service Provider if deems fit and proper may take at its own costs, insurance
policies for adequate amount against injury, death, dishonesty, theft, extortion,
robbery, forgery, altered documents, fraud, fidelity and / or any other dishonest acts
on the part of Service Provider’s employees or representatives.
ii. In an event of any loss suffered by the Corporation, the Service Provider shall upon
demand within 7 days’ time make good the loss to the Corporation without any
demur, protest, dispute or objection, if not, appropriate action as decided by the
Competent Authority will be taken against the service provider.
9. DISPUTES:
All disputes, differences, questions whatsoever arising between the NIGAM and the
Service Provider upon or in relation to or in connection with the contract shall be deemed
to have arisen at JAIPUR (RAJASTHAN) only and no courts other than courts in Jaipur
shall have jurisdiction to entertain the same.
10. Service Provider’s Obligations:
The service provider shall have following but not limiting obligations in meeting the
scope of work under the contract :
i. Service Provider shall carry out the works assigned under the contract strictly.
ii. The Tender should remain valid at least for a period of 120 days from the date of
opening of the tender.
iii. The Agency shall not engage any worker continuously for 16 hours.
iv. The Agency shall furnish the bio-data & photograph of the worker to be deployed
in RVPN for approval. After approval of the same, deployment can be made.
v. The Agency has to ensure that the workers deployed in RVPN (various sections
of corporate office) are not involved in any criminal activities.
vi. Every worker of Service Provider shall have to be enrolled for the membership of
Employees, Provident Fund in accordance of the provisions of “Employee
provident fund” and Misc. Provision Act. 1952 with all the amendments as may
be enacted by the Provident Fund Commissioner from time to time.
vii. The Service provider shall be responsible for deduction towards E.P.F.
contribution from workers and remittance to E.P.F. authorities together with an
equal amount contributed by him and its deposition with the concerned authority
along with his share. The prescribed yearly format duly verified/ accepted by
EPF authority shall be submitted to the Officer-in-charge for confirmation of
deposit of EPF share of individual labour engaged by the Service Provider with
concerned authority.
viii. The bidder shall be responsible for compliance of all the legal provisions of
Minimum Wages Act, 1948 (Act No. 11 of 1948).
ix. The bidders registered under following Acts shall only be qualified to participate
in the bid:-
i) Rajasthan Contract Labour (Regulation & Abolition) Act, 1970.
ii) Employees Provident Funds & Miscellaneous Provisions Act, 1952.
iii) Employees State Insurance Act, 1948.
The bidder shall have to upload / submit attested copy of Registration Certificates
under these acts with the qualifying bidding documents.
x. It will be mandatory for the contractor to make payment of wages to the engaged
workers through their bank accounts only. The contractor will have to necessarily
submit to the procuring entity, details of amount paid in the bank accounts of the
workers, along with the next month’s bill. The payment of next month’s bill shall
be released after satisfaction of the procuring entity about the details of amount
paid in the bank accounts of the workers furnished by the Contractor.
xi. The contractor will be responsible and will ensure payment to the engaged
workers as per prescribed rate of minimum wages. In case the rates quoted by the
firm for dedicated services are less than the minimum wages, the tender offer of
the firm shall be rejected.
xii. In case, during currency of the contract, rate of minimum wages is increased by
the Labour Department, difference of increased amount in minimum wages shall
be payable by the procuring entity.
xiii. As per applicable Labour rules in the State of Rajasthan, the contractor will be
responsible to deposit prescribed amount of EPF & ESI in respect of his engaged
workers.
xiv. GST on wages payable to the workers will be payable extra. While submitting
ensuing monthly bill, the contractor will invariably submit copy of challan of
GST deposited during last month. If, copy of challan as a proof of GST deposited
is not submitted by the contractor, payment of GST claimed in the ensuing
month’s bill shall not be made. Under such circumstances, the contractor shall be
entirely responsible for the consequences arisen.
xv. The contractor shall be responsible to follow the labour laws / rules, regulations,
directions & guidelines and changes made therein from time to time by the Govt.
Of India / State. In case of non-compliance of the legal provisions of all such
applicable laws, the contractor shall be responsible and bear the consequences.
xvi. In case of any dispute between workers and the contractor, the contractor will be
responsible to manage / address the same. However, competent authority of the
procuring entity will be responsible to ensure compliance of provisions of
Minimum Wages Act, 1948 (Act No. 11 of 1948) & Rajasthan Contract Labour
(Regulation & Abolition) Act, 1970.
xvii. The contractor will be entirely responsible for payment of compensation if
payable under the provisions of Industrial Dispute Act, 1974, as a result of
removal, dismissal, screening etc. to the workers after completion of 240 days
service by the engaged workers.
xviii. During currency of contract, the contractor shall be entirely responsible for or in
relation to execution of the work assigned payment of any type compensation /
ESI premium / group insurance charges etc. RVPN shall not be responsible for
any type of liability other than the payment of approved charges payable for the
contractual work/services as per terms & conditions of contract.
xix. If the contractor fails to pay his workers minimum wages as per rules and on
receipt of such complaint, RVPN will inform the Labour Department and if
necessary as per rules, action will be taken for debarring the defaulter contractor.
xx. The Service provider shall obtain necessary License and Competency Certificate.
xxi. On the breach of any terms and conditions of this contract or failure in
implementing the statutory rules and regulations by the Service Provider, the
Nigam shall be entitled to forfeit / invoke / retain the performance-cum-security
or the balance thereof that may at the time be remaining and to realize and retain
the same as damages and compensation for the said breach but without prejudice
to the right of the Nigam to recover any further sum as damages from any sums
due or which may become due to the Service provider by Nigam or otherwise
howsoever.
xxii. No child labour should be employed by the Service provider.
xxiii. The Service provider shall have to take up any emergency work entrusted by the
Nigam at short notice at any time of the day.
xxiv. The concerned competent authority of RVPN will be final authority for deciding
disputes, if any, arising out of the contract between the Nigam and the Service
provider.
xxv. In case of theft, Owner (Nigam) shall lodge the compliant with Police
Department. However, service provider shall make good loss to the Nigam in any
case. Service provider will be responsible for pursuance with Police Department,
as the case may be, suitable assistance/support will be provided by Nigam.
xxvi. The Service Provider shall be fully responsible for behavior and conduct of his
workers. Nigam shall have right to report any misbehavior and misconduct of
deployed worker. Smoking and Consumption/Distribution of Alcohol and
Tobacco shall be strictly prohibited. If any worker found guilty the Service
Provider shall promptly replace the same.
xxvii. The Police verification record of all the workers will have to be maintained by the
agency.
Nigam’s Obligations: The Nigam shall have following obligations under the contract:-
1) Nigam’s work-in-charge / Officer In-charge i.e. Dy. Secretary (GAD), Rajasthan
Rajya Vidyut Prasaran Nigam Ltd., Room No 14, Vidyut Bhawan, Jyoti Nagar,
Jaipur - shall maintain the co-ordination and communication with Service Provider
and his authorized supervisor/ representative.
Section-III
TECHNICAL SPECIFICATION
OF
PROVIDING SECURITY SERVICES AT CORPORATE OFFICE,
RAJASTHAN RAJYA VIDYUT PRASARAN NIGAM LIMITED,
VIDYUT BHAWAN, JYOTI NAGAR, JAIPUR–302005.
1. Scope of Work : The service provider shall provide the security services, the scope of work and duties of which are mentioned below:
S.No. Particulars
Nos.
1. Providing the Security Services at specified
locations in RVPN (Without arms) on 24x7 basis
20 locations
PART A – SCOPE OF WORK AND DUTIES OF SECURITY SERVICES :
1. The normal duty hours for the security person will be 8 hours. Since security services
are required on 24x7 basis, therefore, adequate number of workers on shift basis shall
be deployed for providing security services on 24x7 basis.
2. To be present on time as per allotted schedule
3. To be always in uniform with proper identity card to be provided by the service
provider agency along with individual identity card
4. To hold the keys of the Building/Offices/Gates and maintain a logbook for handing
over/taking over of the keys.
5. To open the gates in the morning before office time as prevalent and to man the gates
6. To close the gates in the evening/night as per present timing maintained in the
Building/premises after switching off all the lights / fans / AC units
7. To be courteous to the Officers / Employees / Visitors.
8. To keep close watch so that no repair / construction work is carried out in the building
without permission of RVPN and no bulk items / fixtures are moved out and in without
Gate Pass of the concerned office of RVPN
9. To patrol the entire building including rooftops and terraces periodically
10. To be vigilant regarding Fire and take Fire safety measures immediately on noticing
any outbreak of fire
11. To keep close watch on overall security of the building / premises
12. To keep control on incoming and outgoing vehicles when it is not office in/out time.
13. To operate Lift wherever necessary.
REQUIREMENTS TO BE COMPLIED BY THE SERVICE PROVIDER FOR
SECURITY SERVICES :
1. The list of personnel to be engaged along with their address and mobile number is to
be informed and changes if any, afterwards are also to be informed to DS
(GAD), RVPN, Vidyut Bhawan, Jaipur.
2. The age of the security personnel provided shall not be above 55 and should be
physically fit in all respects.
3. It shall be the responsibility of the service provider to provide with an uniform to the
security personnel, shoes, cap along with name plate/identity card to the security
guard deployed to perform the duties.
4. All essential items for security purposes like torches, lathi, whistles, shoes/rain boots,
raincoats, first aid arrangements, etc., shall be provided by the Service Provider at
their own cost.
5. The Service provider will produce the security guard for interview before the authorized
officer/ committee of the RVPN for their verification and satisfaction before deployment
and the service provider shall furnish the complete particulars / Bio-data of
security guards with passport size colour photo duly attested before deployment
including the copy of arm license, wherever applicable.
6. RVPN reserves the rights to ask the service provider to remove any guard found
not discharging his duties satisfactorily or of doubtful character and will
immediately be removed and suitable replacement will be made available.
7. RVPN shall not provide any residential accommodation in the premises or elsewhere
for the security guards deployed by the service provider.
8. It may be distinctly understood that there shall not be any absenteeism by the
security guards and in case of absenteeism, if any guard’s replacement deputed by
the service provider is unable to join his duty within two hours, failure to do
so would render the service provider liable to pay the damages at double the rate of
the wages and suitable deductions will be made from monthly bills of the service
provider, such replacement guard shall also be subject to meeting the standards.
9. Adjustment shall be made by the service provider regarding addition / deletion of
premises or addition / deletion of security personnel / whenever such contingency
may arise on written request by RVPN.
DUTIES OF SECURITY GUARDS
1. Safeguarding Corporation’s property against theft, damage, misuse and keeping a
watch over the cars, scooters, cycles etc. parked inside the premises/compound.
2. Preventing unauthorized persons, vehicles etc. or animals from entering the premises
3. Taking charge of personal property found in the Corporation’s premises and handling
over the same to the office.
4. Watching the entire premises and patrolling the same frequently during the period of
duties.
5. Observing carefully, while on patrol pipelines, electrical fittings, drainage and safety
installations and taking action against damages, or wastage, wherever possible and
bringing them to the notice of the superiors for further remedial action.
6. Preventing additions or alterations in the premises being carried out by outsiders or
tenants or employees in an unauthorized way and reporting the matter to the
supervisors.
7. Keeping the special order and instructions given by the superiors confidential,
whenever specifically told.
8. Checking that all the doors, windows, ventilators in the case of office building are
properly closed after office hours. Locking of main door at night, checking that the
electrical lights and air-conditioners electrical gadgets are properly off, whenever
necessary.
9. In case of theft or damage by any person to the property or any untoward incident or
unusual occurrence, informing Head of the department/Security Officer.
10. Taking care of keys under his custody and handing them over to the relieving
watchman or to any other authorized person/s.
11. Ensuring that no person has remained inside the premises while locking.
12. Taking the following precautions against fire:-
To switch off electrical heaters and other equipments.
To switch off gas cylinders, kerosene stove or other such appliances used in the
office premises including canteen.
To see that all waste papers is removed from the office and stored properly in
the place meant for it.
13. Taking the following action in case of fire:-
To raise alarm and muster assistance from neighboring buildings/passers by.
To contact immediately fire brigade and the police.
To try to put out the fire by using the fire extinguishing appliances available.
To inform immediately the Head of the Office or the Head of the Establishment
and the security officer.
14. Observing strictly and instructions/orders regarding the security and watch ward as
would be given from time to time by the authorized persons oral or written.
....................
SECTION-IV
FORMS, SCHEDULES & ANNEXURES
I. Bid Proposal Form
II. Schedules & Annexure:
Annexure- A
& Annexure-B
Compliances and Declaration under Rajasthan Transparency in
Public Procurement Act, 2012 and Rajasthan Transparency in
Public Procurement Rules, 2013.
Annexure-C Format for evidence of access to or availability of credit facilities.
Schedule-A Schedule of Requirements & Proposed Work Completion Schedule.
Schedule-B Schedule of Prices.
Schedule-H Schedule of Additional Information
Schedule-K Schedule of Deviations
Schedule-L Schedule of Participating Firm (s) Details
Schedule-M Schedule of Previous Experience & Performance
Schedule-N Schedule of Qualification Data
FORMAT FOR SUCESSFUL BIDDER.
Annexure-I Contract Agreement Form
Annexure-II Performance Security Bank Guarantee Form
BID PROPOSAL FORM
[Techno Commercial Bid (Part-1)]
Bid Proposal Ref. No.: .............................. Date: ……….
To
The Dy.Secretary (GAD)
Rajasthan Rajya Vidyut Prasaran Nigam Ltd.,
_____________________________
_________________________________
Jaipur- .
Sub: Proposal for Annual Rate contract for providing security services at Corporate Office, RVPN,
Jaipur against Specification No. ..............
Dear Ladies and/or Gentlemen,
1.0 Having examined the Bidding Documents, including Amendment Nos. (Insert Numbers) ……… dated
........................ the receipt of which is hereby acknowledged, we the undersigned, offer for Annual Rate
Contract for providing security services at Corporate Office, RVPN, Jaipur – 302005 against
Specification No. ................... under the above-named package in full conformity with the said Bidding
Documents for the amount, in accordance with the terms and conditions of the Bidding Documents and
are made part of this bid.
2.0 Attachments to the Bid Form
In line with the requirement of the Bidding Documents, we enclose herewith the following Attachments
to the Bid Form:
(a) Attachment 1: Bid Security (Earnest Money Deposit) in the form of ................................**
for a sum of................................................ (Name of currency and amount in
words and figures)
** Please fill in the alternative chosen in line with Clause 2 Section-I of the
Bidding Documents.
(b) Attachment 2: A power of attorney duly authorized by a Notary Public indicating that the
person(s) signing the bid have the authority to sign the bid and thus that the
bid is binding upon us during the full period of its validity in accordance
with the ITB Clause 12.
(c) Attachment 3: The documentary evidence that we are eligible to bid in accordance with ITB
Clause 7. Further, in terms of ITB Clause 7, the qualification data has been
furnished as per your format enclosed with the bidding documents
[Schedule-N].
(d) Attachment 5: The variation and deviations from the requirements of the Conditions of
Contract, other commercial conditions, Technical Specification in your
format enclosed with the Bidding Documents.
3.0 Price Schedules:
3.1 In line with the requirements of the Bidding documents, we enclose herewith the following Price
Schedules, duly filled-in as per your Schedule-B.
3.2 We confirm that Bid Prices in this Price Bid (Part-2) includes GST and charges as may be assessed on
us, by our Sub-Service Provider/Sub-Vendor or their employees by all municipal, state or national
government authorities in connection with the scope of services, in India.
4.0 Construction of the Contract :
We declare that we are making this proposal with a stipulation that you shall award us single contract for
providing all the services as per the scope of specification.
5.0 We have read the provisions of following clauses and confirm that the specified stipulations of these
clauses are acceptable to us:
a) Terms of Payment: Clause 4, Section-IIA: GCC
b) Earnest Money Deposit: Clause 2, Section-I: ITB
c) Performance Security: Clause 3, Section-IIA GCC
Further we understand that deviation taken in any of the above clauses by us shall make our bid non-
responsive as per provision of bidding documents and rejected by you.
6.0 We undertake, if our bid is accepted, to commence the work on scope of services immediately upon your
Notification of Award to us up to the contractual period stated in the Bidding Documents.
7.0 If our bid is accepted, we undertake to provide a Performance cum Security Deposit in the form and
amounts, and within the times specified in the Bidding Documents.
8.0 We agree to abide by this bid for a period of 120days from the date fixed for submission of bids as
stipulated in the Bidding Documents, and it shall remain binding upon us and may be accepted by you at
any time before the expiration of that period.
9.0 Until a formal Contract is prepared and executed between us, this bid, together with your written
acceptance thereof in the form of your Notification of Award shall constitute a binding contract between
us.
10.0 We understand that you are not bound to accept the lowest or any bid you may receive.
11.0 Electronic Communication: We propose to send the communications to us on following E-mail address
for fast disbursement of replies/ information/queries etc.:
1. Email Address-I: _______________________________
2. Email Address-II:_______________________________
However, we fully understand and agree that the hard copy shall only be sent to our postal address and
the same shall prevail in case of any discrepancy exist between soft and hard copy.
12.0 We, hereby, declare that only the persons or firms interested in this proposal as principals are named
here and that no other persons or firms other than those mentioned herein have any interest in this
proposal or in the Contract to be entered into, if the award is made on us, that this proposal is made
without any connection with any other person, firm or party likewise submitting a proposal is in all
respects for and in good faith, without collusion or fraud.
Dated this ____ day of ________2018
Thanking you, we remain,
Yours faithfully,
(Signature)..................................
(Printed Name)............................
(Designation)...............................
(Common Seal)...........................
Date:
Place:
Business Address:
Country of Incorporation:
(State or Province to be indicated)
Name of the Principal Officer:
Address of the Principal Officer:
Note: Bidders may note that no prescribed proforma has been enclosed for:
(a) Attachment 2: Power of Attorney.
(For Attachments 2, Bidders may use their own proforma for furnishing the required information with the bid).
Schedule - A
S.
No.
Description Work
Requirement/
Services
Contractual
Period
1 2 3 4
1. Providing security services at Corporate
Office, Rajasthan Rajya Vidyut Prasaran
Nigam Ltd., Vidyut Bhawan, Janpath,
Jaipur-302005.
As Specified in
Clause 4 of ITB
(Section-1)
12 Months
Signature of the Bidder
Complete Address
Full Name of the Bidder
Seal of the Establishment
Date:
Place:
Schedule –B
PRICE SCHEDULE
Tender Inviting Authority : Dy. Secretary (GAD), RVPN, Jaipur.
Name of work : Providing security services at Corporate Office,
Rajasthan Rajya Vidyut Prasaran Nigam Ltd.,
Vidyut Bhavan, Jyoti Nagar, Jaipur-302005.
Contract No. : Specification No. RVPN/DS(GAD)/NIB 07(2018-19)
S. No.
Type of Services No. of Workers
Minimum wages prescribed
by the Labour Deptt.
Per person Rate
quoted by the Bidder
EPF @ 13.15%
ESI @ 4.75%
Service Charges quoted
by the Bidder
Total Amount (Rs.)
(1) (2) (3) (4) (5) (6) (7) (8) (9)
1. Providing security
services at Corporate Office,RVPNL, Vidyut Bhavan, Jyoti Nagar, Jaipur.
20 Rs. 233/-
Per Day Per Person
13.15% 4.75%
Note: Prices to be filled in enclosed excel sheet.
* The service charges quoted by the bidder shall be on percentage basis and the per
person charges shall be in compliance to Department of Labour, GoR, notifications
issued vide 1125/16.01.2018, failing which the pre bid shall be rejected.
Signature of the Bidder
Complete Address
Full Name of the Bidder
Seal of the Establishment
Date:
Place:
ANNEXURE-C
FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT/FACILITIES
BANK CERTIFICATE
This is to certify that M/s ______________________________________________ (Full Name &
Address), who have submitted their Bid to Rajasthan Rajya Vidyut Prasaran Nigam Limited against
their Bid specification Vide ref. No. _____________ & date _____________ is our Customer for the past
_______ years.
Their financial transactions with our Bank have been satisfactory. They enjoy the following fund based
and non fund based limits including for guarantees, L/C and other credit facilities with us against which
the extent of utilization as on date is also indicated below:
Sl. No. Type of Facility Sanctioned Limit as on Date Utilisation as on Date
1.
2.
3.
This letter is issued at the request of M/s ______________________________________________
Name of Bank ______________________
Name of
Authorized Signatory ______________________
Designation ______________________
Phone No. ______________________
Address ______________________
SEAL OF THE BANK
Schedule - H
SCHEDULE OF ADDITIONAL INFORMATION
The Dy. Secretary (GAD),
Rajasthan Rajya Vidyut Prasaran Nigam Ltd.,
---------------------------------------------,
-------------------------------------------------------------------,
Jaipur.
Dear Sir,
We have enclosed with our proposal the following additional information for the subject
package
Sl. No. Brief description of Information Ref. & Page No.
Date: (Signature) ..................................................
Place: (Printed Name) ............................................
(Designation) .............................................
(Common Seal) ...........................................
Note: Continuation sheets of like size and format may be used as per Bidder's requirements
and annexed to this Schedule.
Schedule-K [Attachment-5]
SCHEDULE OF DEVIATIONS
(TO BE FILLED IN AND SIGNED BY THE BIDDER)
1. COMMERCIAL DEVIATIONS :
Bidder's Name & Address:
To,
The Dy.Secretary (GAD),
Rajasthan Rajya Vidyut Prasaran Nigam Ltd.,
---------------------------------,
----------------------------------------------------
-----------------------------------------.
Dear Sirs,
Sub. : Commercial Deviations for providing security services at Corporate Office,
RVPNL, Vidyut Bhavan, Jyoti Nagar, Jaipur against Specification No.
................
The following are the Commercial Deviations and variations from and exceptions to the specifications and documents for the subject package. These deviations and variations are
exhaustive. Except for these deviations, the entire work shall be performed as per your
specifications and documents.
Section/Clause Ref./Page No. As specified in the
specification
Commercial deviation and
variation to the specification
Date : (Signature) ..................................................
Place :
(Printed Name)..........................................
(Designation) .............................................
(Common Seal) ...........................................
Note : Continuation sheets of like size and format may be used as per Bidder's
requirements and annexed to this Schedule.
2. TECHNICAL DEVIATIONS :
Bidder's Name & Address:
To,
The Dy.Secretary (GAD),
Rajasthan Rajya Vidyut Prasaran Nigam Ltd.,
---------------------------------,
----------------------------------------------------
-----------------------------------------.
Dear Sirs,
Sub. : Technical Deviations for providing security services at Corporate Office,
RVPNL, Vidyut Bhavan, Jyoti Nagar, Jaipur against Specification No.
................
The following are the Technical Deviations and variations from and exceptions to the
specifications and documents for the subject package. These deviations and variations are
exhaustive. Except for these deviations, the entire work shall be performed as per your
specifications and documents.
Section/Clause Ref./Page
No.
As specified in the
specification
Technical deviation and variation to the
specification
Date : (Signature) ..................................................
Place : (Printed Name) ............................................
(Designation) .............................................
(Common Seal) ...........................................
Note: 1. Continuation sheets of like size and format may be used as per Bidder's
requirements and annexed to this Schedule.
2. The deviations and variations, if any, shall be brought out separately for each of
type of service / equipment.
Schedule-L PARTICULARS OF PARTICIPATING FIRMS/ INDIVIDUAL
Participating Firms/ Individual shall furnish following information in separate sheet/ statement along
with Techno-Commercial Bid to be opened on scheduled date of Bid opening.
S. No. Description Details to be filled by Bidder
1 Name & Address:
2 Details to be furnished:
i) Full Legal Name
ii) Full Address of
a. Registered Office
b. Office where to corresponded:
iii) Authorized Contact Person(s):
(Power of Attorney to be enclosed)
iv) Phone No.
v) Telex No.
vi) Telefax No./Email
vii) Nature of registration of agency. (Whether
sole/proprietor/ partnership/ private limited public
limited)/ society. Etc..
viii) Memorandum of Understanding and Articles of
Association of the Agency.
3 BASIS OF PARTICIPATION:
The firm shall clearly indicate whether it:
Desires to take up the entire work to be completed as
per Specification
4 EXPERIENCE IN EXECUTION of desired services
on date of Bid Opening :
a) Firms intending to participate for these works should
furnish briefly their past experience in the enclosed Schedule-M
b) Indicate the responsibility under taken in the field of
specialization in executing the said services.
c) Providing and supply of manpower
d) Performance cum Security Deposit (s)
e) Work execution
f) What was the financing arrangement for above work?
Whether the funding was done by the firm or through
a separate financial institution.
5 FINANCIAL DETAILS:
Firms are required to furnish details of financial structure of the company and provide Annual
Financial Report and Balance Sheet of the company
for the last 3(Three)years and following clearance
certificate:
a) Annual Financial report
b) Balance Sheet
c) Solvency Certificate
d) ITCC
6 Firms are required to indicate funding proposals
for the placement services :
i) Equity proposed to be brought in :
a) by firm's own source
b) by Financial institution(s)
ii) Debt profile/source of debt :
a) Indian
b) Suppliers credit etc.
7 ORGANISATIONAL STRUCTURE & CAPABILITY:
Firms should furnish the following information /
document in respect of their organization
i) Corporate Structure: Details of various
divisions/departments including manpower available
and responsibilities undertaken by such
divisions/department.
ii) List of the placement services and like maintained by
the Firm.
iii) Proposed organization structures for execution of
Services/ Work under consideration.
iv) Any other information which is considered relevant.
NOTE: - Please furnish documents in support of the above, wherever necessary.
Place
Signature
Name
Status
Whether authorised attorney
of the Biding company
Name of the Biding Company
Schedule-M
SCHEDULE OF PREVIOUS EXPERIENCE AND PERFORMANCE
(TO BE FILLED IN AND SIGNED BY THE BIDDER)
Name of the Bidder
S.
No.
Description of the Security
related services
Number and date of the
order
Name of the customer
1. 2. 3. 4.
Details of
company/Location
Dates since when
the related service
Period
Satisfactory
performance
certificate issued by
purchaser is
enclosed or not
Remarks
5. 6. 7. 8.
Place:-
Date :-
Signature
Name
Status
Whether authorised attorney of the
Biding company
Name of the Co.
Schedule-N [Attachment-3]
QUALIFYING REQUIREMENT DATA
Bidder’s Name & Address:
In accordance with the clause 1.7 of ITB, we are furnishing the following details/ documents in
support of Qualifying Requirement for Security and Office Support Services
1.0 General Information
All individual/ firms bidding for the Security and Office Support Services are requested to
complete the information in this form:
1. Name of firm
2. Head Office address
3. Telephone Contact Person
4. Fax/ E-mail
5. Place of incorporation/ registration Year of incorporation/ registration
2.0 Technical Experience Details
(Must be filled in by the bidder and attached with Techno-commercial Bid)
The bidder is required to fill the following format for each project/ work on which they wishes
to meet qualification requirement in fulfillment of technical experience:
1 Number of contract
Name of contract
Country
2 Name of the Owner
3 Owner’s address
4 Nature of works and special features relevant to the contract
5 Contract role (check one)
□ Prime Service Provider □ Sub Service Provider □Partner in a
joint venture
6 Value of the total contract (at completion, or at date of award for current
contracts).
7 Date of award
8 Date of completion
9 Contract duration (years and months)
10 Performance certificate
3.0 The original letter of authority to seek reference from our banks.
Date:
Place:
Signature
(Printed Name)
(Designation)
(Common Seal)
ANNEXURE – I
RAJASTHAN RAJYA VIDYUT PRASARAN NIGAM LIMITED
(Rupees Five Thousand Rajasthan Government Non-Judicial Stamp)
CONTRACT AGREEMENT
This Indenture made at ________ on ______ this _____ day of the Month of ________________ of
the year ____________ between the Secretary (Admn.), Rajasthan Rajya Vidyut Prasaran
Nigam Limited, Jaipur (hereinafter referred to as the owner which expression unless the
context does not permit includes his successors and assigns) of the one part and
(I) To be used in case of Limited Companies
Messers____________________________________ a private/ Public Limited Company incorporated
/agency / Society _____________________ under the ___________________________________ relevant
act and having its registered office at _____________________ (hereinafter referred to as Service
provider which expression unless the context does not permit includes their successors and
permitted assigns).
(II) To be used in case of Partnership concerns
Messers ________________________________ a Partnership Firm consisting of the following
Partners namely:
(Name) (Age) (Residence) (Occupation)
1.
2.
3.
(hereinafter referred to as Service Provider which expression unless the context does not
permit includes their respective heirs, executors, administrators, legal representatives,
permitted assigns) of the second part, witnesses as follows:-
1 The Service Provider, does by these presents agree to execute the service/ work to the
owner and the owner does agree to get the services/ work execute from the Service
Provider, the services specified in the Work order No. ___________ dated __________ and
amendment letter No. __________ dated __________ appended and on the terms &
conditions contained in the said order and amendment letter. The General terms of the
contract appended hereto are considered a part of this agreement.
2. The Service Provider has deposited Rs. _____________________ (in words Rs.
________________________only).
a) * In cash, or
b) * by furnishing a Demand Draft No. ________ dated ______ drawn in favour of
_______________ or
c) * by furnishing a Bank guarantee equivalent to ____________% of the contract
value, towards performance of this agreement by the contractor.
d) The Service Provider has agreed to deduct the amount Rs. _______ equivalent to
______% of the contract value from their first Works Bill(s) towards Performance
cum Security deposit as per stipulations of the work order.
(* delete whichever is not applicable)
3. The specification of the execution of services/ work to be executed under this
agreement shall be as set forth in the schedule referred to above.
4 In case of dispute as to whether any execution of services/ work are or are not in
accordance with specifications set-forth in the schedule, the decision of the Secretary
(Admn.), Rajasthan Rajya Vidyut Prasaran Nigam Limited, Jaipur shall be final and
binding on both the parties.
5 Payment of the price for the execution of work under this agreement shall be as under:
(a) As per clause No.4, Section-II-General Terms and Conditions of the work order and
amendment letter No. _____ dated _____ to the W.O.
6 The Service Provider is also bound to fulfil all the conditions mentioned in the above
work order.
7 The work to be executed under this agreement shall be as per terms and conditions
mentioned in the above work order.
8 If the Service Provider fails wholly or in part to fulfil this agreement, the owner’s shall
be entitled at his discretion to retain the whole or any part of the deposit made by the
Contractor under clause (2) and if the loss suffered by the owner exceeds the amount of
said deposit, they will be entitled to recover the said loss from the Service Provider.
9. If any sum remains due or becomes recoverable from the Service Provider on account of
the non-fulfilment of this agreement or on account of any other reason, the Service
Provider shall pay the same immediately on demand. If the Service Provider do not
make such payment on demand, the owner shall be entitled to recover the same from
the Service Provider as arrears of Land Revenue.
10. In witness of the due execution of this agreement the parties have hereunder set their
hands the day and the year first above written.
Signed and delivered by
In case of Limited/Partnership Shri_____________ (1)Signature
Companies & Firms Designation (2)Signature
For and on behalf of _______________________ (1) Signature
In presence of witnesses (2) Signature
Signed and delivered by
In case of individuals Shri________________ (1) Signature
Signed and delivered by
In case of Individuals Shri_________________ (1) Signature
In the presence of witness:
(1) Shri__________________ Designation (1) Signature
(2) Shri _________________ Designation (2) Signature
Signed and delivered by the ___________________ Rajasthan Rajya Vidyut Prasaran
Nigam Ltd., Jaipur by order and on behalf of the Chairman & Managing Director,
Rajasthan Rajya Vidyut Prasaran Nigam Limited, Jaipur of the Nigam.
Rajasthan Rajya Vidyut Prasaran Nigam Limited
(Seal to be affixed)
PERFORMANCE BANK GUARANTEE FORM
[Performance Bank Guarantee on Non-judicial Stamp Paper of Rajasthan Govt.
worth Rs. .........(as per applicable Stamp Duty Rules for the Secured Amount)]
The Dy. Secretary (GAD) GUARANTEE NO.________
Rajasthan Rajya Vidyut Prasaran Nigam
Limited,
DATE __________________
AMOUNT _______________
DATE OF VALIDITY_______________
DATE OF VALIDITY WITH GRACE
PERIOD_______________________
Dear Sir,
THIS DEED OF GUARANTEE is made this day _______________ of __________________ of
the year _________ between the Dy. Secretary (GAD), Rajasthan Rajya Vidyut Prasaran
Nigam Limited (which expression shall unless excluded by or repugnant to the context
includes his successors, assigns and his authorized representatives, hereinafter called “The
Purchaser” of the one part and the _______________________________, having its Head office at
_______________________________hereinafter called "The Bank" (which expression shall unless
excluded by or repugnant to the context includes its successors and assigns) of the other part.
WHEREAS MESSERS ________________________ (hereinafter called “The Service
Provider”), having their/its Registered/Head office at _________________________, agreed to
provide services to the Dy. Secretary (GAD), Rajasthan Rajya Vidyut Prasaran Nigam Ltd.
against Purchase Order No. __________________ dated _____ (hereinafter referred to as the
contract).
AND WHEREAS as per the terms of the Contract, it was provided that the contractor
shall furnish a Bank Guarantee equivalent to ________% of the total contract value of
Rs.__________ (Rupees ________________________) by way of security for supplying any material
free of cost that may be required due to not providing satisfactory performance of the, so as to
make it meet the guarantee and requirements of the contract.
AND WHEREAS at the request of the contractor the Bank has agreed to execute these
presents.
NOW THIS INDENTURE WITNESS AND IT IS HEREBY AGREED AND DECLARED
by the end between the parties hereto as follows:
1. The Bank hereby guarantees to the Dy. Secretary (GAD), Rajasthan Rajya Vidyut
Prasaran Nigam Ltd., the fulfillment by the contractor of the various obligations
imposed on him under the aforesaid contract including the obligations of the contractor
to timely completion of services and workmanship and the bank further guarantees to
the Rajasthan Rajya Vidyut Prasaran Nigam Ltd. that the contractor shall substitute
the manpower service which are not as per the terms and conditions of the contract
and the Bank undertakes to indemnify and keep the Dy. Secretary (GAD), Rajasthan
Rajya Vidyut Prasaran Nigam Ltd. indemnified to the extent of Rs. _________ ( Rupees
______________) against any loss or damage that may be caused to or suffered by the
Rajasthan Rajya Vidyut Prasaran Nigam Ltd. by reason of any failure by the Service
Provider for timely service and workmanship as aforesaid and further undertake to pay
to the Dy. Secretary (GAD), Rajasthan Rajya Vidyut Prasaran Nigam Ltd. on demand
a sum not exceeding Rs. ________ (Rupees __________________) in the event of the Service
Provider failing or neglecting to perform and discharge the aforesaid duties and
obligations on their part to be observed and performed under the said contract.
The decision of the Secretary (Admn.), Rajasthan Rajya Vidyut Prasaran Nigam Ltd.
as to whether the Service Provider has failed or neglected to perform or discharge his
duties and obligations as aforesaid and as to the amount payable to the Dy. Secretary
(GAD), Rajasthan Rajya Vidyut Prasaran Nigam Ltd. by the Bank herein shall be
final and binding on the Bank.
2. The guarantee herein contained shall remain in full force and effect during the period
that would be taken for the performance of the said contract and it shall continue to
be enforceable till all the obligations to the Rajasthan Rajya Vidyut Prasaran Nigam
Ltd. under or by force of the contract have been fully and properly discharged by the
said contractor, subject however, to the conditions that the Rajasthan Rajya Vidyut
Prasaran Nigam Ltd. will have no right under this guarantee after 12 months from the
contractual period, provided further that if any claim arises by virtue of this guarantee
before the aforesaid date, the same shall be enforceable against this bank
notwithstanding the fact that the same is enforced after the aforesaid date.
3. The guarantee herein contained shall not be affected by any change in the constitution
of the contractor or Bank.
4. The Dy. Secretary (GAD), Rajasthan Rajya Vidyut Prasaran Nigam Ltd. shall have
the fullest liberty without affecting the guarantee to postpone for any time and from
time to time any of the powers exercisable by the NIGAM against contractor and either
to enforce or forebear from enforcing any of terms and conditions of the said contract
and the Bank shall not be released from its liability under this guarantee and exercise
of the Rajasthan Rajya Vidyut Prasaran Nigam Ltd. of the liberty with reference to the
matter aforesaid or by the reasons time being given to the Service Provider or any other
forbearance, act or omission on the part of the Rajasthan Rajya Vidyut Prasaran
Nigam Ltd. to the Service Provider or by any other matter or thing whatsoever which
under the law relating to the sureties shall not for this provision have the effect of so
releasing the bank from such liability.
5. The Dy. Secretary (GAD), RVPN includes any other officer exercising the powers of Dy.
Secretary (GAD), RVPN.
6. The Bank further undertakes not to revoke this guarantee during its currency except with
the previous consent of the Dy. Secretary (GAD), Rajasthan Rajya Vidyut Prasaran Nigam
Limited in writing.
7. All disputes arising under the said guarantee, between the Bank and the Nigam or
between the Service Provider and the Nigam pertaining to this guarantee, shall be subject
to the jurisdiction of Courts, only at Jaipur in Rajasthan alone.
8. Notwithstanding anything contained herein before, the Bank's liability under this
guarantee is restricted to Rs. _________ (Rupees _____________) and the guarantee shall
remain in force up to __________________________________. Unless demand or claim in
writing is presented on the Bank within six months from that date, the Bank shall be
released and discharged from all liabilities there under. However the validity of the bank
guarantee shall be extended as and when required by the Rajasthan Rajya Vidyut
Prasaran Nigam Limited.
9. IN WITNESS WHEREOF THE BANK HAS executed these presents the day and year
written above.
Yours faithfully,
Bankers (EXECUTANT)
Signed by the above named Bank in presence of: -
(Signature with full Name and Address)
Witness: -
1.
2.
Attested by Notary Public, First Class Magistrate or directly confirmed by the executing
bank.
Schedule B.O.Q.
Tender Inviting Authority : Dy. Secretary (GAD), RVPN, Jaipur.
Name of work : Providing security services at Corporate Office,
Rajasthan Rajya Vidyut Prasaran Nigam Ltd.,
Vidyut Bhavan, Jyoti Nagar, Jaipur-302005.
Contract No. : Specification No. RVPN/DS(GAD)/NIB 07(2018-19)
S.
No.
Type of Services No. of
Workers
Prevailing
Minimum Wages prescribed by the
Labour Deptt.
Per
person Rate quoted by the
Bidder
EPF @
13.15%
ESI @
4.75%
Service
Charges quoted by the Bidder
Total
Amount (Rs.)
(1) (2) (3) (4) (5) (6) (7) (8) (9)
1. Providing security services at Corporate Office, RVPNL,Vidyut Bhavan, Jyoti Nagar, Jaipur.
20 Rs. 233/- Per Day
Per Person
13.15% 4.75%