sagar smart city limited (sscl)

36
1 SAGAR SMART CITY LIMITED (SSCL) REQUEST FOR PROPOSAL FOR “SELECTION OF AN AGENCY TO PROVIDE MANPOWER SERVICES AT SAGAR SMART CITY LIMITED AT SAGAR CITY” 17 th August 2019 Sagar Smart City Limited (SSCL) office, Sagar Regd. Office: Old RTO building, Near Tilli Tiraha, Sagar, M.P. 470002. Email: [email protected], [email protected] Phone - 07582-298700, CIN: U75100MP2017SGC044372

Upload: others

Post on 24-Feb-2022

3 views

Category:

Documents


0 download

TRANSCRIPT

1

SAGAR SMART CITY LIMITED (SSCL)

REQUEST FOR PROPOSAL

FOR

“SELECTION OF AN AGENCY TO PROVIDE MANPOWER SERVICES

AT SAGAR SMART CITY LIMITED AT SAGAR CITY”

17th August 2019

Sagar Smart City Limited (SSCL) office, Sagar

Regd. Office: Old RTO building, Near Tilli Tiraha, Sagar, M.P. 470002.

Email: [email protected], [email protected]

Phone - 07582-298700, CIN: U75100MP2017SGC044372

2

SAGAR SMART CITY LIMITED (SSCL)

NOTICE INVITING TENDER (NIT)

SSCL invites online item rate tender as per schedule as under:

Name of the Work : Selection of an Agency to provide manpower

services at Sagar smart City limited at Sagar City

(MP)

Brief Scope of Work : The brief scope of work comprises for providing

the man power for Network technician, Security

staff, Drivers, Electrician, Sweeper, Gardener,

Plumber, Housekeeping staff for cleaning of all

open and covered area such as Fountain body,

floors, toilets, terrace, Maintenance of all the

Trees, planters, Vertical gardens, assuring refilling

of Water in tanks for Gardening, Fountain and all

Overhead tanks for plumbing/fire tanks/vertical

garden, providing plumber. Assuring plumbing

services leakage and repairs including all statutory

obligations and goods.

Period of Contract : Twelve (12) Months which is further extendable as per the performance

Earnest Money Deposit : Rs. 40,000 (Rupees Forty Thousand Only) Online payment only through Debit Card/ Credit Card/ Internet Banking Or System Generated Challan

Non-refundable c o s t of e - Tender

Document

: Rs. 5000 (Five thousand) to be paid only through

e-procurement portal https://mptenders.gov.in

RFP Publish Date : 17.08.2019 14:00 Hrs

Document Download / Purchase Start Date

: 17.08.2019, 16:30 Hrs

Bid Submission Start Date : 17.08.2019, 17:00 Hrs

Document Download / Purchase End

Date

: 02.09.2019, 12:00 Hrs

Bid Submission End Date : 02.09.2019, 14:00 Hrs

Bid Opening Date : 03.09.2019, 14:00 Hrs

Last date for physical submission of

Bids

: 05.09.2019, 14:00 Hrs

Date of Opening of Financial Bid Will be intimated later to successful bidders.

Validity of offers 180 days from the date of Bid Submission

3

Last date for sending pre-bid queries The queries regarding this RFP document can be

mailed to [email protected] before

23.08.2019 up to 11.00 Hrs (as per format given in

RFP)

Pre-Bid Meeting & Venue 23.08.2019, 15:30 Hrs

Venue:

Office of the Chief Executive Officer, Sagar Smart

City Limited, Old RTO Building, Near Tilli

Tiraaha, Sagar, Madhya Pradesh-470002

Phone: 07582-298700

Email Id- [email protected]

4

Note: -

1. Bidders (authorized signatory) shall submit their offer on-line in Electronic formats

both for technical and financial proposal. However, one/two copy of Technical Bid

shall also be submitted in hard copy as prescribed in this RFP document at the office of

Sagar Smart City Limited, Sagar by date and time mentioned as prescribed in bid

document.

2. Bid Security/Earnest Money Deposit (EMD) of the amount specified for the

Project/Work(s) in the table above shall be paid online only as prescribed above to avail

the participation rights in Bidding.

3. The cost of the bidding documents (non-refundable) shall be paid online through Net

Banking/NEFT/RTGS at portal https://mptenders.gov.in.

4. Any subsequent addendum/corrigendum shall be published only at the website

https://mptenders.gov.in and will not be published in newspapers. In case there is a

holiday on the day of opening of bids, activities assigned on that date shall be carried

out on the next working day.

5. Before electronically submitting the bids, it should be ensured that all the bid

documents including conditions of contract are digitally signed by the Bidder with

Digital Signature Certificate (DSC).

6. Department 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 technical and last minute issues like slow speed; chocking of website due to

heavy load or any other unforeseen problems.

7. All the prospective Bidders are encouraged to participate in the pre-bid meeting and it is

advised that the work sites are visited and bid documents are studied thoroughly.

8. The procuring entity reserves the sole right to cancel the bid process and reject any or

all of the Bids without assigning any reason.

9. Procurement entity disclaims any factual/ or other errors in the bidding document (The

onus is purely on the individual Bidders to verify such information) and the information

provided therein are intended only to help the Bidders to prepare a bid-proposal.

10. No conditional bids shall be accepted and such bids shall be summarily rejected

forthwith.

5

Annexure-I

MEMORANDUM

Sl. No.

Description Cl. No. of NIT/ITT/Clauses of Contract (CC)

Values/Description to be Applicable for Relevant Clause (S)

1) Name of Work Selection of an Agency to provide manpower

services at Sagar smart City limited at Sagar City (MP)

2) Client/Owner Sagar Smart City Limited (SSCL)

3) Time allowed for

Completion of

Work

Twelve (12) months, further extendable as per the satisfactory performance.

4) Validity of Tender 180 days from the Bid Submission date

5) Performance

Guarantee 10 % (Ten Percent Only) of contract value

within 10 days from the issue of Letter of Award before Signing Agreement in the form of Bank guarantee/FDR from nationalized or commercial bank in the favor of Executive Director, Sagar smart city Limited which shall be valid up to 6 months after the date of completion of project.

6) Time allowed for

starting the work The date of start of contract shall be reckoned

from 10 days after the Contract Agreement

7) Defect Liability Period

1 month from the date of taking over of the work by the SSCL or time allowed whichever is earlier.

6

1. About Sagar Smart City Limited:

Sagar Smart City Limited is a Special Purpose Vehicle SPV set up under the Smart Cities Mission, India.

SSCL is a state government company registered under companies act 2013 as a public limited entity on

20th October 2017 with the registered office as Old R.T.O Building, Near Tilli Tiraha, Sagar to

implement the projects identified under the Smart City Proposal (SCP) and as per guidelines of the Smart

City Mission (SCM) by MoHUA, Govt. of India.

2. Introduction to Sagar Smart City Project

Smart Cities Mission (SCM) is an effort by the Government of India (GOI) to drive India into the age of

advancement through economic growth. This advancement rests on the shoulders of India‟s cities, which

are the engines of economic growth, contributing 63% of India‟s GDP, even though only 31% of the

population resides in these urban areas. The GOI plans to implement Smart City Program to transform

100 Indian Cities to Smart Cities. The objective is to promote the city, that provides the core infrastructure

and gives a decent quality of life to its citizens, a clean and sustainable environment and applies `Smart

Solutions'. The focus is on the sustainable and inclusive development and the idea is to look at compact

areas, create a replicable model which will act like a light house to other aspiring cities. For this, GOI

floated a Smart Cities Challenge, a competition designed to inspire and support municipal leaders as they

develop smart proposals to improve residents' lives.

The City of Sagar in the State of Madhya Pradesh in central India is situated on Vindhya Range almost in

the Centre of India. Origin of its name came from “SAU” which means hundred and “GARH” meaning

forts, which implied several small-forts in this region. Sagar was selected as a Smart City in the phase-3 of

Smart Cities Mission.

Sagar Smart City Limited is an SPV set up under the Smart Cities Mission, India. SSCL, a state

government company registered under companies act 2013 as a public limited entity on 20th October

2017 with the registered office as Old R.T.O Building, Near Tilli Tiraha, Sagar.

Sagar Smart City Proposal (SCP) has been selected, to implement the Area-Based Development (ABD)

and Pan-city proposals, by the Government of India (GoI) under Smart City Mission (SCM) in the third

round of competition wherein, Sagar had secured 11th position of the 30 selected Smart Cities.

7

3. Manpower Requirement

The manpower as shown below is required for SSCL, Sagar, Madhya Pradesh: -

S.no

Category

Particular Minimum Rate as

per Labor law (Monthly, In Rs)

1. Semi-Skilled House Keeping staff (Male, 8 hours

As per

Notification no

19975-20224

dated 27.05.2019

from Labor

Department MP

duty)

2. Semi-Skilled House Keeping staff (Female, 8 hours duty)

3. Semi-Skilled Gardener (8 hours duty)

4. Skilled Plumber (8 hours duty)

5. Skilled Security Staff with Arms (24 x 7)

6. Semi-Skilled Security Staff without Arms (24 x 7)

7. Skilled Electrician (8 hours duty)

8. Un- Skilled Sweeper (Male) (8 hours duty)

9. Skilled Driver with valid driving license (8 hours duty)

10. Skilled Supervisor for all manpower (8 hours duty)

11. Skilled Computer Operator or Office Boy (8 hours duty)

12. Semi-Skilled Lift Operator (8 hours duty)

Note -

SSCL may increase or decrease the number of Manpower vis – a- vis resource type, as and when required.

After the agreement, contractor should submit minimum 3 CV‟s for each required post and

present the resources for interview before SSCL committee for assuring qualification and

capability of candidates as against each post, within 5 days of execution of agreement.

8

MANDATORY PROPOSAL (Envelope A)

1. Earnest Money Deposit (EMD)

2. Cost of Document

3. Letter of Acceptance of tender condition as per format enclosed in Annexure-E.

TECHNICAL PROPOSAL (Envelope B)

[PRE-QUALIFICATION CRITERIA FOR BIDDERS]

1. The Bidder shall be registered entity in India of appropriate class with the Central Govt./State

Governments or Central / State Government Undertakings and shall be in operations for a period of at

least 5 years as on published date of RFP.

2. The average of financial turnover for last 3 years (2015-16, 2016-17, 2017-18) shall be at least 40

Lakhs, Copies of balance sheets of last three financial years duly certified by a Chartered Accountant

shall be submitted in support of the requisite financial Turnover.

3. The Bidder in their own name should have satisfactorily completed or having executed work of

similar nature in Semi Govt./ Govt.& Public in Private Sector Organizations in India, during last

five (5) years ending last day of month previous to the one in which bids are invited as a prime

Contractor (In case of private work TDS certificate along with agreement, completion

should be submitted)

One similar works, costing not less than 30,00,000/-

OR

Two similar works, each costing not less than 15,00,000/-

OR

Three similar works, each costing not less than 10,00,000/-

Work of Similar nature: Providing Manpower/Housekeeping and Facility Management services

having experience in providing similar services to corporate offices/shopping

malls/banks/airports/club houses/ star or above category hotels guest houses

The Bidder should demonstrate through submission of experience certificates for collective

experience of handling the following similar nature of work in the above contracts:

i. Housekeeping and Cleaning of Interior Works with furniture, planters, Structural/Partition

glasses, water tanks, plumbing and allied components of building including toilets.

ii. Cleaning of Exteriors, High Rise Glazed Building, Firefighting water tanks, & campus roads

sweeping work of Buildings.

iii. Maintenance of Gardens and Greenery.

iv. Providing Manpower Service like Security Staff, Electrician, Driver, Sweeper, Gardener,

Plumber etc.

4. Bidder should submit Client/Users Certificate of satisfaction for the work they have completed.

5. Net worth should be positive in last three financial years i.e. 2015-16, 2016-17, 2017-18.

6. Bidder should have GST Registration, EPF Registration Certificate & PAN Card, TAN No, ESIC

certificate. (a. Information regarding the constitution of the Applicant/firm e.g. Proprietary,

Partnership, Private Ltd. etc. along with proof of the same such as copies of registration/ partnership

deed etc.)

9

7. The Bidder should never have been blacklisted/Debarred by any Central/State Government/ PSU

entity in India or similar agencies globally for unsatisfactory past performance, corrupt, fraudulent

or any other unethical business practices. Self-Attested Letter by each Company / Firm / Agency to

be submitted.

8. Joint Ventures (JV) / Consortiums are not allowed.

9. Must have a valid (as on bid submission date) license for security services as stipulated under the

Private Security Agencies (Regulation) Act, 2005 and as amended/revised for the past three years.

The security guards deployed by the agency should satisfy the eligibility conditions stipulated under

the said Act and should have been properly trained under a supervisor.

The copy of above documents shall be submitted by the Bidder along with the hard copies of other required documents and the following list of Documents to be scanned and uploaded within

the period of tender submission:

Proof of online payment / Bank Guarantee of any Nationalized or all commercial Scheduled

Bank against EMD in favor of Executive Director, Sagar smart City Limited

Copy of documents related to qualifying requirement of bidders as per NIT clause

Certificate of Financial Year Turnover duly certified by CA as indicated above.

Acknowledgement towards cost of tender fee submission.

All pages of the entire Corrigendum (if any) duly signed by the authorized person.

FINANCIAL PROPOSAL (Envelope C)

1. Bidders who are found Eligible in Mandatory & Technical Proposals, the financial proposals of

only those bidders will be opened.

2. The tender will be awarded to the Bidder with the lowest quoted rate (L1)

3. If any two or more bidders have quoted equal and are lowest also, in that case, selection of L-1 bid

shall be on the basis of their Maximum scores of Annexure I, which evaluates their eligibility by

procurement committee.

4. Bidders who are not found eligible in Mandatory and Technical Proposals, there proposal will be

rejected and their Financial Proposals will not be opened.

INSTRUCTIONS FOR FINANCIAL BID SUBMISSION-

Financial Bid format is uploaded in PDF/Excel format

Financial Bid in Hard copy will not be accepted, Bidder shall submit their quoted amount online

only.

If any Bidder submits Financial Bid in offline/hardcopy format, their Bid shall be rejected.

Bidders are requested to check final figure. SSCL is not responsible for errors in the financial bid.

Any space left blank in the bidding sheet, then it will be considered as zero “0”.

10

Terms & Conditions:

1. Bids shall be submitted online at M.P. E-Procurement website www.mptenders.gov.in No

hardcopy of financial bid is to be submitted.

2. The complete bidding process is online. Bidders should be in possession of valid digital

Signature Certificate (DSC) of class II or III for online submission of bids. Prior to bidding DSC

need to be registered on the website mentioned above.

3. Bidder/Contractor are advised to follow the instructions provided in the „Instructions to the

Contractors/Bidder for the e-submission of the bids online through the M.P. E-Procurement

Portal (www.mptenders.gov.in)

4. Not more than one tender shall be submitted by one contactor or contractors having business

relationship. Under no circumstance will father and his son(s) or other close relations who have

business relationship with one another (i.e. when one or more partner(s)/director(s) are common)

be allowed to tender for the same contract as separate competitors. A breach of this condition

will render the tenders of both parties liable to rejection.

5. EMD Payment:

The bidder shall be required to submit the Earnest Money Deposit (EMD) for an amount of Rs.

40,000 (Rupees Forty Thousand Only) by way of NEFT/demand drafts/ Bank Guarantee/ FDR

only. The demand drafts/ Bank Guarantee/ FDR shall be drawn in favor of “Executive Director,

Sagar Smart City limited” at Sagar.

The EMD of the successful bidder shall be returned after the successful submission of Bank

Guarantee/ Security Deposit and for unsuccessful bidder(s) it would be returned after award of the

contract. Bid(s) received without NEFT/demand drafts/ Bank Guarantee/ FDR of EMD will be

rejected.

6. The offers submitted by Telegram/Fax/email shall not be considered. No correspondence will be

entertained in this matter.

General Instructions:

1. A pre bid meeting shall be held at Office of the Chief Executive Officer, Sagar Smart City Limited, Old RTO Building, Near Tilli Tiraha, Sagar, Madhya Pradesh-470002 to clarify any queries of the Bidder

2. Period of Contract: The initial period of contract shall be for 1 year which may be further extendable up to for one year at a time, depending on performance of the Agency and at discretion of Executive Director, Sagar Smart City Limited.

3. All the Technical Bid will be scrutinized, by the evaluation committee constituted by the authority to check all relevant documents for their authenticity and the Bidder whose Technical tenders are accepted will be informed about the date and time for opening the Financial Bid.

4. No Bidder will be allowed to withdraw after submission of the tenders within the bid

validity period. Otherwise the EMD submitted by the tendering firm would stand forfeited.

5. In case the successful Bidder declines the offer of contract, for whatsoever reason(s), Its EMD will be forfeited.

6. The Bidder is expected to work out their own rates based on the detailed description of

items, the specifications and conditions and finally arrive at the cost of the Work/Service.

11

7. The Bidder shall be deemed to have satisfied itself before bidding as to correctness and

sufficiency of its Tender. The rates and prices quoted shall, except as otherwise provided, cover

all its obligations under the contract and all matters and things necessary for proper completion

and maintenance of the Works/Services. Where necessary, before submitting its Commercial Bid

the Bidder should inspect and examine the site and its surroundings and shall satisfy itself about

form and nature of the Site, the quantities and nature of the Work/Service and materials

necessary for the completion of the Works/Services, means of access to the site, the

accommodation it may require, and in general, obtain all necessary information as to risk,

contingencies and other circumstances which may influence or affect its Tender.

8. No extra charges consequent on any misunderstanding or otherwise shall be allowed.

9. A formal contract shall be entered into with the successful Bidder. In this contract, the

successful Bidder shall be defined as contractor.

10. The successful Bidder will have to deposit a Bank Guarantee/ FDR of 10% of total annual cost

of the work by way of Bank Guarantee of scheduled bank in favor of Executive Director, Sagar

Smart City limited as per the prescribed format attached as Annexure -D payable at Sagar valid

for 60 days beyond the expiry period of contract.

11. The successful Bidder will have to deposit the Bank Guarantee and commence the work

within 10 days of acceptance of tender otherwise the contract may be cancelled and EMD will

be forfeited.

12. Each page of the tender documents and papers submitted along with, should be numbered

signed and stamped by the authorized signatory in acceptance of the terms and conditions laid

down by the SSCL

13. The SSCL reserves the right to withdraw/relax/modify any of the terms and conditions

mentioned in the tender document if it is felt necessary in the benefit of the Institute.

14. The SSCL reserves the right to reject all or any tender in whole, or in part, without assigning

any reasons thereof.

Note:

i. Work referred above should be in the name of a firm as a single entity and not aggregates of

joint venture firms/associates or cartels.

ii. Completed work shall mean work under one contract with extension/s. Work considered

should either have been completed.

iii. Concluded or should have been more than one-year-old live contracts with extension/s, if

any. In case of running contract, value of payment received till date of issue of certificate

shall be the qualifying amount.

15. Bidders have to produce supporting documents/certificates in the form of Completion

certificates from the clients and copies of work orders for the subject work

16. Bidder should not have been blacklisted by any Central/State/Govt agency and submit an

undertaking on firm‟s letter head in this respect.

17. Bidder should enclose Certified Copy of registration certificate under Employees State

Insurance Act, and under Employee Provident Fund Act and also latest proof of the same

(Challans to be attached) if applicable.

18. The authority will award the contract to the successful bidder/Contractor whose bid has been determined to be in full conformity to the bid document and the lowest evaluated bid.

12

SCOPE OF WORK

For Housekeeping staff

1. All open and covered area such as Fountain body, floors, toilets, terrace, campus of Building of SSCL as per Schedule-I will be in the scope of housekeeping services to be provided by the contractor. Maintenance of all the Trees, planters, Vertical gardens, assuring refilling of Water in tanks for Gardening, Fountain and all Overhead tanks for plumbing/fire tanks/vertical garden. Assuring plumbing services leakage and repairs

2. Cleaning Services: - The main objective is to provide a high level of a neat, clean, hygienic and presentable look to the entire area to keep the surrounding dust free as per the details given at Annexure-A. The contractor and his management team will supervise the awarded work. The contractor has to ensure that the staffs deployed are dressed in neat and clean uniform approved by the Sagar Smart City Limited officials and will also monitor the entire work and staff.

3. Daily Services: - Housekeeping / cleaning services should be provided round the clock on all days including holidays on all the floors, toilets and campus so that all areas are neat and clean all the time. Housekeeping staff has to do following activities for all covered and open areas of Building floors and campus. A. Cleaning, scrubbing and disinfecting bathrooms, toilets, wash basins, sanitary fittings,

floors ceiling, partition glasses etc. of all the areas including at regular intervals on daily

basis.

B. Cleaning sweeping, mopping with disinfectant stair cases, cabins, lobbies, reception,

pantries, kitchen, canteen, Corridors Ceilings, Office Rooms, training rooms at regular

intervals on daily basis.

C. Vacuum cleaning of all carpets and upholstered furniture. D. Cleaning, dusting electrical switch boards, light fixtures, fans, air conditioner vents, name

plates, door mats, firefighting equipment, computer systems, phones, doors, windows, furniture, window glasses, grills, curtains etc.

E. Cleaning of dust bins, waste paper baskets, cobwebs etc. and disposing off all collected refuse on daily basis at regular intervals i.e. 3 times.

F. The dust bins shall be washed and garbage bags need to be placed in all garbage bins to avoid stains and clear them when it is full time to time.

G. Collect garbage in specified colour coded bags from all dust bins and garbage bins existing inside the premises and shall dispose at the designated area.

H. W h o l e Building exterior cleaning such as Glazing and Cladding and cleaning of Drains in Building Campus

I. Spraying room fresheners in all rooms/toilets on daily basis at regular intervals. J. Cleaning and disinfecting all vitreous fixtures including toilet bowls, urinals, sinks,

toilet Seats, containers etc. Brush thoroughly to include below water level and under rims including areas at hinges and cistern handles. Re-stock toiletries, which include liquid hand soap, toilet rolls, air fresheners, sanitary cubes, naphthalene balls in toilets, etc. after daily check-ups in the morning, afternoons and on call basis during daytime.

K. All the garbage collected at the designated points spreaded over the Building Campus is to be lifted in tractor trolleys as well as the general waste should be cleared on daily basis to municipality defined yards outside Building Campus. In addition to this, the cleaning of garbage points is also under the responsibility of Contractor. If the garbage is not lifted as per above defined mode, penalty of Rs. 500/- on each failure occasion shall be imposed on the Contractor.

L. It is the responsibility of contractor, to keep round the clock a housekeeping staff who is expert in the clearance of chocking of sinks, wash basins, floor traps, nahani traps, EWC, IWC, P Traps, Rain water pipes, sewer chamber & sewer lines, the chocking shall be cleaned within 2(Two) hours after reporting the complaint. If there is any loss/ inconvenience to Sagar Smart City Ltd. owing to chocking, appropriate penalties shall be imposed on the contractor.

13

M. General Requirements and Documentation: -

a) Organizational structure and line of authority. b) Housekeeping manual and all SOP (Standard Operating Procedures). c) List of equipment‟s used d) Colour coding. e) On job training and documentation. f) Description for each category of housekeeping. g) Hospitable and polite behavior with staff. h) Proper Check listing before and after doing cleaning and duly signed by the

Supervisor i) Maintaining records of: -

Attendance and Material Consumed

Memorandum of understanding

Complaint book/Cleaning Checklist j) Maintaining logs and checklist. k) Immediate replacement of on leave staff. l) Rotation of staff if required.

4. Waste Disposal Management: -

A. The contractor will prepare a flowchart indicating the method of collection / disposal, etc. B. The contractor will teach and train his staff for the collection / disposal work. C. The garbage will have to be disposed of at least thrice a day. D. The contractor will make arrangement to collect garbage in specified colour coded

bags from all designated area.

5. Weekly Services: -

The deep cleaning of the entire area will be done by the contractor once a week as under: - A. Dusting of entire area including windows / windowpanes / doors / ledges, etc. B. Thorough cleaning / sweeping / washing / mopping with disinfectant cleaning of all

floors,

C. staircases and toilets, scrubbing of all floors and ceramic tiles base. Cleaning of

ceilings and high walls, removal of wash stains on walls, cleaning of roofs, porches

etc.

D. Cleaning of sanitary fitting, toilet drain pipes etc. in the toilets with standard

cleaning material.

E. Cleaning of all windows glasses and grill with detergent/ cleaning agents.

F. Washing of outside area with High Pressure Jet Machine.

G. Clean all chrome fittings, glass frames, soap holders etc. to a shiny finish.

H. The Bidder will make a cleaning program and submit to Sagar Smart City Ltd. for

weekly cleaning so that Sagar Smart City Ltd. concerned official / In-charge for the

particular area can be deputed on the day of cleaning to make the area available

and supervise the cleaning work.

I. The contractor will work in the specified area mentioned in the scope of work.

6. Monitoring and Control: - For better management and smooth services, the following

monitoring mechanism will be adopted by the contractor: -

A. Toilets Checklist: -This is to be attached on the back of each toilet door. It is to be filled

up by the Contractor supervisor on duty daily.

B. Management/Housekeeping Services Requirements/ Complaints Report: - This is to

be filled up by the management and administrative staff of the Contractor who

14

receive/observe the complaints/requirements for any of the Services. All suggestions,

complaints related to services or staff deployed by the contractor will be registered at site

on the computer provided to the Contractor and report to assigned Officer by CEO of

Sagar Smart City Ltd. The contractor will take immediate action to resolve the same

failing which the Penalty Clause will be invoked.

C. Services Complaint Register: - This register is to be completed on the basis of

information received by the Supervisor from SSCL Officials through the inspection of

the site, material on site, attendance sheet of the staff, weekly report, client letter/fax/e-

mail, verbal complaints from Sagar Smart City Ltd. etc. and necessary action is to be

taken.

7. Additional Scope Pertaining: -

Housekeeping in the Gl az ed Building is different than the house keeping services in other commercial organizations. Housekeeping staff has to work to clean the Exterior of the Building Envelope (Glazing and Cladding), Substation/Panel Room The Building Campus is tiled and shall be cleaned with Auto Scrubbing Machine for Smooth Cleaning.

The cleaning materials used by contractor should not be reactive to marble, vitrified tiles, ceramic tiles, mosaic flooring, carpets, furniture, upholstery, ceramic fittings of toilets, if it is found at any time that any damages occurred due to use of wrong chemicals the same shall be rectified on the risk and cost of contractor.

All the Cleaning and housekeeping work shall be done before the official working time i.e. 10:00 Hrs.

8. Cleaning of office Rooms: -

a. The contractor shall remove trash from office dustbins and change the trash liner every evening before closing hours.

b. Cleaning and dusting of entire furniture, partitions, wooden cabin walls, railings, doors,

windows venetian blinds, racks, sofas, typewriters, computers, telephones, curtains, wall

mounted fans etc. with dry/wet cloth, feather brush and duster.

c. The offices shall be dry dusted and swept after the closing hours. Vacuum cleaning shall be done on carpets and upholstery.

d. The worktables shall be mopped with soap solution in the morning.

e. The office shall be mopped with soap solution in the morning.

f. Office staff rest rooms/toilets shall be cleaned using soap solution and kept odour free

using deodorizer.

9 Glass Windows, Doors & Aluminum Partitions: -

Thorough cleaning of all toilets with phenol, removing all dust and unwanted material, keeping dry, cleaning of window grills/glass once in a day. Naphthalene balls should be put in wash basins and toilets. Air purifiers, toilet rolls and liquid soap are to be provided by the bidder regularly to ensure continuous availability of the materials in requisite place.

Lifting, carrying and disposing the dead bird‟s animals, rats, insects etc., if found in and around the Building. Cleaning and sweeping of open area including balconies and roof tops with brooms.

10. Underground (Fire tank) & Overhead Water Tanks: -

The Contractor shall clean & disinfect the Under Ground & Overhead Tank periodically after emptying the water from the tanks as per instructions. The Contractor‟s quoted rates should be inclusive of this item. No extra payment what so ever will be made on this account.

15

11. Terrace Cleaning: -

The Contractor shall clean the terrace periodically as per instructions. The Contractor‟s quoted rates should be inclusive of this item. No extra payment what so ever will be made on this account.

12. Maintenance of Vertical Garden, Open Garden, Planters and Green Area: -

The purpose of Gardening and Cleaning work is that the whole premise must look Clean, Hygienic, rich with lush green lawns, gardens and beautiful flowers so as to provide an excellent ambience of work-environment and at the same time makes the premises environmental friendly and to make a good impression on the visitors and public who visit here for various purposes. The contractor has to undertake all such jobs/activities required to maintain the premises in a presentable condition and in above mentioned spirit at all the time whether such activities are elaborated hereunder or not

Supply of worker (Semi- skilled) for maintenance of all the trees, plants, shrubs, hedges,

lawns and flower bed preparation by uprooting the old plants for sowing planting of new

seedlings (seasonal and perennial both) and different types of cutting including earth work,

spreading and mixing of cow dung manure and fertilizers and leveling and bund making etc.

To prepare and maintain flowers and plant pots with flowers and plants both indoor and

outdoor at designated places to be decided in consultation with the designated officer. This

job also includes regular watering of grass, lawns, trees, shrubs, plants etc. Transportation

and placing of decorative plants to various seminars/functions of the Institute and back,

spraying of insecticides, pesticides, weedicides on the plants as and when required, removing

the waste to the proper place. Intercultural operation and maintenance of the plants both in

flower beds and pots including preparation of soil mixture (cow dung manure, soil,

fertilizers), weeding, liming, manuring, filling of pots with soil mixture, cutting of hedges,

grass cutting in lawn and lifting the grass to the compost pit.

Any other job which is required to make the campus from Horticulture point of view beautiful with lush green environment. The gardener (Mali) should demonstrate own

initiative for horticulture up gradation

13. Regular Maintenance

Remove weeds from planters.

Remove and dispose of trash and debris from planters, parking areas, and along fence lines

(inside and outside). All trash and green waste of a reasonable quantity may be disposed of

utilizing Western‟s bins if bins are on-site. Anything in excess of Western‟s capacity, or if

no bins are present, removal will be the responsibility of the Contractor.

Remove broken or damaged plant material.

Trim plant material that has or may become a hazard (blocking pedestrian pathways, etc.)

Inspect and treat plants and trees, as needed, for disease and insect infestations.

Remove cob webs and debris from building structures and signs.

Remove graffiti or report to assigned officer if unable to remove.

Inspect all irrigation valves and emission devices to be sure they are functioning properly.

Check irrigation equipment for leaks, breaks, and malfunction and repair as needed.

Check and maintain irrigation systems for efficient water application reducing overspray and

eliminating all runoff from leaving the planted areas.

Adjust irrigation scheduling as seasonal needs and/or plant appearance dictate

FOUNTAIN WATER BODY- Refilling water regularly and weekly cleaning.

16

14. Successful Bidder Shall Supply the Following:

Trash can liners for trash receptacles in the Garden, Planters locations

Parts for minor irrigation repairs: pipe fittings, sprinkler nozzles, drip emitters, etc.

Fertilizers and pesticides

Mulch

For Security staff

The agency shall ensure protection of the personnel & property of the SSCL, prevent trespass

with/without arms, perform watch and ward functions including night patrol on the various

points and to prevent the entry of stray dogs and cattle and anti-social elements, unauthorized

persons and vehicle inside the SSCL premises. In case of any incident such as theft, robbery,

fight, accident inside SSCL premises, it is the responsibility of Security agency to coordinate

with Nodal Designated Officer in lodging of FIR, legal proceeding etc.

Duties and responsibilities of security Staff

1. The Security Agency will be responsible for overall security arrangements of the SSCL Office

Premises entrusted/ covered in the contract.

2. Security Agency will ensure that all instructions of the administration are strictly followed and

there is no lapse of any kind.

3. No items are allowed to be taken out without proper Gate Passes issued by the competent officers

as laid down in the contract for in-out movement of stores. The specimen signatures and telephone

numbers of the above stated officers will be available with the Security personnel.

4. Deployment of Guards/Security Supervisors will be as per the instructions of the authorized nodal

officer from time to time and the security agency will be responsible for their optimum utilization.

5. The Guards on patrol duty should take care of all the water taps, valves, water hydrants etc.

installed in the open all over the premises.

6. It should be ensured that flower plants, trees and grassy lawns are not damaged either by the staff

or by the outsider or by any cattle.

7. The Security Guards/Supervisors should be trained to extinguish fire with the help of fire

extinguishing cylinders and other fire- fighting material available on the spot. They will also help

the fire-fighting staff in extinguishing the fire or in any other natural calamities.

8. In emergency situations, security staff/supervisor/Senior Security Supervisors deployed shall

also participate as per their role defined in the disaster plan, if any, Security personnel should be

sensitized for their role in such situations.

9. The Security Guards shall assist the visitors in reaching their desired department/locations,

10. The Security Guard on duty shall not leave the premises until his reliever reports for duty.

11. Any other duties/responsibilities assigned by the Administration department may be incorporated

in the agreement. The same shall also be binding on the contractor

12. The contractor shall bear all the expenses incurred on the following items i.e. Provision of

torches and cells, lathis /ballams and other implements to security staff, stationary for writing

duty charts and registers at security check points and records keeping as per requirements.

17

INSTRUCTIONS FOR CONTRACTOR:

1. The persons deployed by the contractor should be properly trained, have requisite experience and having the skills for carrying out a wide variety of housekeeping work using appropriate materials and tools/ equipment‟s.

2. The contractor will be responsible for supply / installation / refilling / maintenance of all such items

/ equipment‟s used in wash rooms for housekeeping & security purposes as given in Annexure - A.

3. The contractor must employ adult labor only. Employment of child labor will lead to the termination of the contract. The contractor shall engage only such workers, whose antecedents have been thoroughly verified.

5. SSCL however, reserves the right to terminate the contract by serving one months‟ notice, in writing if the Institute is not satisfied about the services of the contractor. The contractor may also ask for the same by giving three months‟ notice but he has to provide the housekeeping facility till the next agency takes over.

6. In case of breach of any terms and conditions attached to the contract, the Bank Guarantee of the contractor will be liable to be forfeited by SSCL besides annulment of the contract.

7. The contractor has to provide standard liveries to its staff. The staff shall be in proper uniform

provided by the contractor but approved by Sagar Smart City Ltd with their identity properly displayed, samples of liveries will have to be submitted by the Contractor for the approval of competent authority.

8. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders to the nature of the site. The nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves o b t a i n all necessary information as to risks, contingencies and other circumstance which may influence or effect their tender. A Bidder shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. Submission of tender by a Bidder implies that he has read this notice and all other contract documents has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plants etc., will be issued to him by the Government and local conditions and other factors having a bearing on the execution of the work.

9. The Sagar Smart City Ltd does not bind itself to accept the lowest or any other tender and

reserves to itself the authority to reject any or all the tenders received without the assignment of any reason. All tenders in which any of the prescribed condition is not fulfilled or any

condition including that of conditional rebate is put forth by the Bidder shall be summarily

rejected.

18

CLAUSES OF CONTRACT: -

1. Performance Guarantee:

As a guarantee towards due performance and compliance of the contract work, the successful

bidder (agency) will deposit an amount equal to 10 % of Contract value towards Security

Deposit by way of FDR/ Bank Guarantee in favor of Executive Director, Sagar Smart City

Ltd. drawn on any Nationalized Bank/Scheduled Bank and payable at Sagar. Bank Guarantee

Bond of a nationalize bank in the prescribed format is also acceptable in this regard.

2. Quality of Services:

All Services to be supplied by the contractor shall be in conformity with the specifications laid

down in the Contract. The services supplied under the Contract must be of the highest

quality and standard.

3. Inspection of Services:

The Competent Authority will carry out inspection of the Services supplied to confirm their

conformity to the Contract specifications. The Competent Authority shall be entitled at any

time to inspect the services.

4. Payments: -

The service provider shall submit the bill to the Sagar Smart City Ltd every month. Payment

of bills for services rendered will be on reimbursable basis. Bills when submitted shall be

supported by the following documents: -

(a) Certificate to the effect that “Conditions as envisaged Government of India /Madhya

Pradesh Government Minimum Wages Act and other Statutes on the subject have been

complied with.”

(b) Copies of the remittance such as EPF, ESI etc. shall be enclosed.

(c) The company will ensure that all their personnel should possess bank account and their

salaries are remitted to their account.

The rates quoted shall be inclusive of all statutory obligations, all types of taxes or any taxes

levied by the Central or State Govt. or Local Body but excluding GST which shall be paid extra.

The rates shall be firm and fixed and shall not be subject to any change on any condition of

whatsoever nature, and shall hold well till completion of supply of the Services. Bills for Services

supplied under this contract shall be prepared in triplicate by the Contractor at the end of every

month. The payment of bills and other claims arising out of the Contract will be made by Account

Payee Cheque drawn in the name of the Contractor or through E.C.S. It may be noted that under the

provision of the Indian Income Tax Act.

The Successful agency should ensure that all components of minimum wages (ESI, PF,

Bonus etc.) are to be paid to the staff engaged as per the Min. Wages Act, 1948.

5. Forfeiture of Performance Security Deposit:

If during the term of this Contract the Contractor is in default of the due and faithful performance of

its obligations under this Contract, or any other outstanding dues by the ways of fines, penalties and

recovery of any other amounts due to it, the Sagar Smart City Ltd shall, without prejudice to its

other rights and remedies hereunder or at the Applicable Law, be entitled to call in, retain and

19

appropriate the Performance Security. Nothing herein mentioned shall debar the Sagar Smart City

Ltd from recovering from Contractor by a suit or any other means any such losses, damages, costs,

charges and expenses as aforesaid, in case the same shall exceed the amount of the Performance

Security.

6. Price Variation: -

The Service provider shall be responsible for compliance of all statutory provisions relating to

Minimum wages, Provident Fund, and Employees State Insurance etc. in respect of the persons

deployed by it in the Institute.

Rates quoted by the firm will include all statutory obligations of the contractor under Minimum

Wages Act. Minimum wages for all purposes of tendering and execution thereof shall be rates as

notified by Labor Commissioner (State of MP). Revision of rates will be acceptable against

submission of order/notification from time to time with authentic proof of having paid the same.

Only Minimum wages for number of persons deployed will be revised as and when Minimum wages

revision is notified by Labor Commissioner (State of MP). Apart from this no other escalation on

any component on any component is payable whatsoever.” This clause shall be operational for

decrease in quoted/awarded amount on same analogy as above in case there is decrease in labor

rates.

7. Disputes & Arbitration: The Sagar Smart City Ltd and the Contractor shall make every effort to resolve amicably by direct informal negotiation, any disagreement or dispute arising between them under or in connection with the Contract. If a dispute of any kind whatsoever that cannot be resolves the same shall be referred to the sole arbitration of the Executive Director, Sagar Smart City Ltd it is also a term of this Contract that no person other than a person appointed by the Executive Director, Sagar Smart City Ltd it as foresaid should act as an Arbitrator. As aforesaid the provisions of the Arbitration and conciliation Act 1996 or any statutory modification or re- enactment thereof and the rules made there under and for the time being in force shall apply to the arbitration proceedings under this clause.

8. Legal Jurisdiction:

No Legal suit or other proceedings relating to performance or breach of Contract shall be filed or

taken by the Contractor in any Court of Law except principal court of Ordinary Civil Jurisdiction at

Sagar which shall have exclusive jurisdiction to the exclusion of any outside court.

10. Rights of the Sagar Smart City Ltd.

Sagar Smart City Ltd it reserves the right to suitably increase/ reduce the scope of work put to this

Tender. In case item rate contract, the Sagar Smart City Ltd it does not in any way guarantee the

quantity for which an order may be placed and the Tender quantity may only be treated as indicative.

In case of any ambiguity in the interpretation of any of the clauses in Tender Document or the

Contract Document, interpretation of the Clauses by the Sagar Smart City Ltd it shall be final and

bindings on all Parties.

10. Contractor’s Responsibilities

a) Cleaning Materials: - Procurement of all the cleaning material, soap solutions, room

fresheners, naphthalene balls, disinfectants, deodorants etc. will be scope of the

contractor.

20

b) The Operator shall employ semi-skilled and unskilled labor in sufficient numbers

to carry out its Services at the required rate of progress and of quality to ensure

workmanship, of the degree specified in the Contract for timely fulfilling of the

Contractor‟s obligations under the Contract and to the satisfaction of the Competent

Authority.

c) The Operator shall provide its staff, a minimum of two sets of uniforms. The

employees shall also display a photo identity card on their person clipped to the shirt at

all times.

d) Contractor shall be responsible for the watch and ward of the material provided by him

against pilferage and breakage during the period of execution and thereafter till the

work is physically handed over to the department.

e) The contractor shall ensure quality work in planned and time bound manner. Any sub-

standard material/ work beyond set out tolerance limits shall be summarily rejected by

the CEO, Sagar Smart City Ltd All the materials and chemicals required for purpose of

cleaning should be of reputed brand as mentioned in the tender document.

f) Sagar Smart City Ltd it shall not be responsible for any loss of material used by the

contractor at site. After execution of work, contractor shall store the cleaning Material

& equipment in proper organized manner so as not to give any ill appearance to the

building interiors.

g) The agency shall ensure that the person deployed are disciplined and shall enforce in

prohibition of consumption of alcoholic drinks, paan, gutkha, smoking, loitering and

shall not engage in gambling, satta or any immoral act.

i) It will be the responsibility of the contractor to meet transportation, food, medical and any other requirements in respect of the persons deployed by him.

j) This Office shall not be responsible for any damages, losses, claims, financial or other

injury to any person deployed by the contractor in the course of their performing the

functions/duties, or for payment towards any compensation.

k) Manpower deployed by the contractor shall not have any claim or be entitled to pay,

perks and other facilities admissible to casual, ad-hoc, regular/ confirmed employees of

this Department during the term or after expiry of the contract.

l) After the agreement, contractor should submit minimum 3 CV‟s for each required post

and present the resources for interview before the SSCL committee for assuring

qualification and capability of candidates as against each post, within 5 days of

execution of agreement.

11. Replacement

Any Staff/Personnel of The Manpower providing Agency, found misfit or indulging into

indiscipline Act or found medically unfit shall be immediately removed henceforth and immediate

replacement accordingly shall be made by Agency, at the same time at no extra cost.

12. Deployment of Manpower

Contractor should be responsible for the deployment of manpower within the 10 days from the

signing of the contract. The Staff shall be deployed as per the requirements defined by SSCL to the

different locations and perform their duties. The Manpower providing Agency shall get an

approval from SSCL before deploying any staff.

21

13. Special Instructions:

a. Quoted rates shall be for completed work covering all operations, labor, carriage,

machinery & equipment, any other taxes etc. (if any), wages, tools and plants transportation

risks, overheads, general and special liabilities /obligations as mentioned and profits etc.

Contractor shall pay necessary taxes, such as GST etc. as above to relevant authorities.

b. It may be noted that the material and chemicals required shall be kept in the safe custody at

designated place which will be allocated to the contractor.

c. All the materials/ chemicals / consumables brought to site shall be protected suitably duly

Wrapped/packed& stored so as to avoid any damage during loading transportation/unloading

& handling due to weather conditions etc. at any stage.

d. The standard of sanitation/cleanliness shall always be to the satisfaction of the authorized

representative of the CEO, Sagar Smart City Ltd. In case of default CEO, Sagar Smart City

Ltd may get the improvement done at the cost of agency without any notice.

e. The contractor shall appoint exclusively for this work for each building depute one

Supervisor round the clock with mobile phone and one Manager for all with mobile who shall

coordinate with the concerned authorities as and when needed.

f. The contractor shall arrange the necessary water supply fitting, flexible pipe etc. for taking

water from the water taps provided in the building for the work of housekeeping at his own

cost However water will be supplied free of cost.

g. The Bidder should provide sufficient number of staff required for completion of the required

scope of work. The staff in uniforms and badges as approved by CEO, Sagar Smart City Ltd it

only shall be allowed for duty. The workers shall be supplied with sufficient sets of uniforms

by the contractor so that they wear them at all time and keep them clean. The uniform

provided to the workers should be different and distinguish from other categories of the

Institute staff with name plate & badges.

h. The contractor shall take at his own cost, if required, necessary insurance cover in respect of

staff and other personnel to be employed or engaged by him in connection with the afore

mentioned services to be rendered to Sagar Smart City Ltd it and shall comply with all

relevant labor laws as applicable to the area as existing or as may be mentioned during the

contract period and shall indemnify Sagar Smart City Ltd it against all acts of omissions, fault,

breaches and or any claim or demand, loss injury and expenses to which Sagar Smart City Ltd

it may be party or involved as a result of the contractors failure to comply and of the

obligation under the relevant act law which the contractor is to follow.

i. The Bidder should procure the required equipment/machines for staff within fifteen days of

issue of letter of Notification of Award (before the issue of award letter)

j. The cost of maintenance of machine will be borne by the contractor.

k. The chemicals should be Eco-friendly, Bio-degradable of international quality.

l. For any stolen, missing or defective items related to Civil, Electrical or A/C, machinery,

equipment‟s, computers etc. persons in charge of outsourced facility of respective area shall

lodge complaint with the concerned section mentioning the item replaced or repaired

otherwise the responsibility lies with the outsourcing agency.

m. There should not be any dust & dirt in and around the area assigned to the firm during the

execution of work.

n. The Bidder shall provide Plumber during office hours

Date:

Place:

(Signature of the Bidder)

Along with Stamp of Firm/Company

22

PROVISIONAL CLEANING: - SCHEDULE -I

FLOORS/WASHROOM/TOILETS

S. No. Activity Frequency Agents used

1 Cleaning Twice a day Detergent, Germicide, or any disinfectant

2 Washroom & wash basins cleaning

As per the usage and when required

Germicide, or any approved disinfectant

3 Garbage Removal Thrice a day As per the guidelines

4 Dry Mop Twice a day Feather Brush

5 Dusting Twice a day --

6 Mopping Twice a Day Cleaning agent

Additional conditions: -

1. Detailed technical schedule for automated housekeeping along with the details of chemicals

to be used (with specified brands & makes) as per enclosed list in tender form should be

followed. Materials and chemicals of approved quality shall be used. The

consumption of material / chemicals shall be regulated as per manufacturer‟s

specifications.

2. Chemical should be approved from MSDS report. 3. Machines procured by agency are the property of the contractor and will be maintained by

agency at his own cost.

Penalties: - 1. If during inspection, the workers are not found in uniform without I-Card, a penalty of

Rs.300/- per employee will be charged per instance per day. The firm will have to issue a ID card at his own cost

2. It is mandatory that the Supervisors / Sanitary Attendants / Attendants should be present on daily basis. If the same is found to be absent, an alternative arrangement needs to be done within 2 hours, failing which a penalty of man day salary with additional penalty of Rs. 500/- per instance will be charged.

3. If the quality of work is found un- satisfactory or any such complaint in this regards is registered either by Visitor or staff, a penalty of ₹1000/-day for inside area of work place will be charged to the contractor per instance per day.

4. If the contractor fails to dispose the garbage in any day & any locations, the penalty shall be

imposed @2000/- per day/location and garbage may be disposed of at his risk & cost.

5. If the contractor fails to deploy the manpower within 10 days after the signing of agreement, the penalty shall be imposed @1000/- per day on the each resources.

.

HYGIENE & OTHER STANDARDS FOR THE STAFF PROVIDED BY THE CONTRACTOR:

1. The Contractor shall employ semi-skilled and unskilled labor to carry out its Services at the required rate of progress and of quality to ensure workmanship.

2. The contractor shall be responsible for behavior and conduct of his workers. No workman with doubtful integrity of having bad record shall be engaged by the contractor.

23

3. The employees should be in proper uniform at the time of work. The uniform provided to the workers by the contractor should be different and distinguish from other categories of the Institute staff with name plate & badges.

4. The employees should be presentable in appearance i.e. well cut and groomed hair, properly combed, neat shaved etc.

5. Contractor/service provider shall get medical examination of the staff deployed to ensure that they are free from any contagious diseases and/or are fit for discharge of duties as are assigned to him/her.

6. The Contractor shall provide its staff, a minimum of two sets of uniforms.

Date: Place: (Signature of the Bidder)

24

Annexure-A

Standard operating procedure of cleaning of General/Low risk area.

Objective: To clean and maintain general as per highest cleaning standards.

Public areas

Waiting areas

Corridors

Staircases

Elevators

Kitchen & Pantry

Description:

Remove all garbage from the dustbins.

Dust the entire area with a damp cloth

Vacuum cleans the entire area.

Mop the floor

Scrubbing of the above mentioned areas to be done thoroughly every Weekly

Once a week area to be polish with Trinova.

Polished area needs to be buffed on daily basis.

Curtain or divider should be washed/changed on weekly basis.

Through cleaning of the areas to be done once in a week.

Maintenances to be noted in checklist

Standard operating procedure of Corridor cleaning

Objective: To clean corridor within the facility safely and with as little interference as

possible with daily activities and to minimize the potential risk associated with wet floor.

Description:

Place “Wet floor” caution signs at both ends of corridor to alert staff and visitors to a

potential risk.

Brush the floor with feather duster.

Check the cobwebs in and around the wall and pillars.

Wet mop all corridor, covering only half of the width at time. This allows safe foot traffic at all times.

Wet mop the remaining half of the corridor only when the first half has dried completely.

React to an emergency code in the area being cleaned by moving all equipment

and supplies (except “Wet floor” signs, which should remain in place to mark

potentially slippery areas) out of the main traffic area to avoid interfering with

emergency personnel.

Standard operating procedure for Elevator Cleaning

Objective: To clean elevator cars, tracks, interiors and exterior of doors safety with as little inconvenience to the passengers.

Description:

Material required

Step ladder

25

Rags

Dust Mop

Bucket with wringer

Wet Mop

Disinfectant detergent

Hand vacuum/Steel polish

Small brush

Rubber gloves

Description:

Take the elevator to a non-patient, non-public floor for cleaning and turn off with key.

Mix Disinfectant detergent in pail and bucket.

Remove the light diffusers carefully & clean with damp cloth soaked in disinfectant detergent. Wipe dry to prevent streaking and replace.

Dust mop the floor.

Clean channel on regular basis.

Weekly cleaning with cleaning kit as per standard practice.

Standard operating procedure of cleaning the STAIRCASES

Objective: To clean staircases with as little inconvenience to the users

Description:

Dusting of stair case railing.

Sweeping with feather brush/vacuum clean. Corners cleaning weekly.

Pay attention to hand marks, smudges, and snuffs on the railing and glass panels.

Finally mop the floors.

Report any maintenance requirement to the supervisor immediately.

Hourly mopping/touch up with hand mop to be given to maintain it.

Heavy cleaning and scrubbing should be carried out at night.

Check corner properly for the dirt.

Check for the cobwebs on regular basis.

Standard operating procedure for toilets cleaning Objective: To provide clean, hygiene and bacteria free toilet to the patient and for our guests.

Material/Chemicals used: -

Hygienic hard Surface Cleaner concentrate / Glass cleaner concentrate

Furniture Maintainer (Ready to use product)/Room Freshener (Ready to use

product).

Toilet bowl/W.C. cleaner (Ready to use Product).

Bathroom Cleaner Concentrate

Scrubber/Scotch brite. Hand mop

Dusters Corner Brush Soap solution

Toilet Roll, Odonil, urinal cubes & naphthalene bowl.

Description:

Check all maintenance in washroom. Remove all garbage from garbage bins and change garbage bag.

Scrub tiles, washbasin all fittings & fixtures nicely. Wash tiles, washbasin all fittings & fixtures nicely.

Scrub toilet bowl from inside and outside.

26

Wipe all tiles, fixtures, fittings, washbasin & w/c (seat cover & outside w/c). Clean mirror, no water marks, frame edges clean.

Scrub & Mop washroom floor from inside to outside.

Check & fill liquid soap, toilet roll, tissue paper, Odonil, urinal cubes & naphthalene bowl. Spray air freshener.

Sign on toilet check list bind main door.

Standard operating procedure for cleaning the structural glazing/curtain glazing of desired

area. Objective: To provide clean environment to the visitors, & out guests regularly. Cleaning of fixed spandrel glasses panes/ structural glazing/exterior ACP cladding of desired area from out sides, using Spiderman method. Including removal of bee hives if any once in a month and bird dropping etc.

Dynamic rope Shunt Suction pad, Cleanser (all clean), Wiper, Scrapper, Helmet, Bucket Safety Belt Hanging Staircases

Subject: Cleaning of the water closet Materials required:

Harpic

Vim powder (To be used as per the supervisor instructions)

Pine gold/Disinfectant

Dettol

Nylon scrubber

WC brush

Discard towels

Check for:

Continuous flow of water,

Flush timer, Automatic Sensors functioning

Stained/scratched/broken/cracked/WC or WC seat,

Leakages under WC.

Process:

Flush out the water and spread cleaning liquid over the rim of WC and leave it for five

minutes.

Scrub the seat and the seat cover with cleaning agent.

Wash it with water.

Using the WC scrub brush, thoroughly clean the WC and flush.

With a clean discard, wipe the WC, WC pipes and underneath the WC bowl.

Push out the water from the bowl and put pine gold in it.

Wipe the WC with clean discard.

Wipe the WC with Dettol.

In case of any stubborn stains, report to the supervisors.

Do not use any hard abrasive on the WC.

Check under the grooves and rim of WC for sparkling cleanliness.

Subject: Cleaning of the Washbasin.

Materials required:

Cleaning agent

Nylon scrubber

Discard towel

27

Toothbrush

Procedure:

Check the washbasin for cracks, loose fitting.

With the scrubber and cleaning agent scrub the washbasin and counter taking care to

scrub the rim and the drain corners properly with a toothbrush. Remove all the trays and

other item from the counter before starting.

Take out the washbasin stopper and remove any hair sticking on the washbasin stopper jail.

With the help of a toothbrush, clean the plastic jail properly removing any slime or stains from it.

Rinse the cleaning agent properly from the basin and dry it with a dry discard.

With a wet discard, wipe the bottle trap to remove any dust or cobwebs from it.

Lastly, pour some pine gole into the drain so that the water in the bottle does not give any

odor and the washbasin is properly sanitized.

Standards to be maintained

Washbasin should be sparkling clean.

Fitting should be shining after cleaning them with a mild-cleaning agent. There should be not watermarks.

Polish the fitting with chrome polish.

The bottle trap should be free of dust and cobwebs.

No hard abrasive to be used to prevent scratching.

In case of any stubborn stains, report to supervisor immediately.

Subject: Cleaning of Marble surfaces/Granite/Tiles.

Materials required:

Mild cleaning agent (Bath/Spiral Solution)

Scrubber

Clean discard

Procedure:

Scrub the surface with mild cleaning agent and a scrubber.

Rinse the surface thoroughly.

In case of excessive stains seek marble polisher‟s help.

For any stubborn white water marks on floor corners spray super gel and leave for 5 minutes and rinse with wet and dry the floor with the help of discard.

Once a week area needs to be polished with Trinova.

Daily areas need to be buff.

Use only dry mops.

Subject: Cleaning of looking mirrors.

Material required:

Glass cleaner

Feather duster

Flannel cloth

Procedure: -

Dust the top of the glass with the feather duster to remove dust.

Neatly fold the glass cloth and spray glass cleaner on it and wipe the surface in a

sideways motion or top to down.

Clean any oil stains or smudges on the mirror.

Finally, wipe with a lint free cloth.

The mirror should be sparkling after being cleaned.

28

Subject: Cleaning a glass window.

Materials required:

Glass cloth

Glass cleaner

Damp cloth should be lint free

2” paint brush

Dust pan

Feather duster

Procedure

Check the cracks, loose glass.

Wipe the window glass and frame with a dry cloth of feather duster to remove loose dust.

Take a brush and clean the grooves.

Check the window or lock hinges. The latch should not be creaking.

Spray some glass cleaner onto a cloth and start wiping the outside of the window from

top to downward.

Check the window for any stubborn stains.

Clean the glass from inside. Finally wipe with a yellow flannel cloth.

Check for any stains and fingerprints.

The given manpower during duty hours must be in uniform and follow all the hygienic

manners.

The garbage generated shall be dumped at the nearest underground smart bin

Standard operating procedure of maintaining Vertical Garden, Planters, and Garden:

Daily watering,

Seasonal Cutting

Mixing of Fertilizers/Manure in soils.

Removing dry shrubs, leaves etc.

(Signature of the Bidder)

Along with Stamp of Firm/Company

Date:

Place:

29

Annexure – B

1. Details of mechanized & automated cleaning and equipment likely to be used in carrying out the

work:

Sr.N Machine Name

1 Automatic scrubber driver

2 High pressure machine

3 Glass Cleaner Kit

4 Stopper

5 Stairs

6 Automatic scrubber driver (Ride on-battery operator)

7 Facade cleaning equipment‟s(Stairs, vacuum suction cups etc.)

*Equipment’s listed above can be modified as per the requirement * The garbage generated shall be dumped at the nearest underground smart bin

2. Details of manpower required to carry out the work:

S.no. Manpower

1. House Keeping staff (Male)

2. House Keeping staff (Female)

3. Gardener

4. Plumber

5. Security Staff with Arms

6. Security Staff without Arms

7. Electrician

8. Sweeper (Male)

9. Driver

10. Supervisor for all manpower

11. Office Boy

12. Lift Operator

* The above given requirement for manpower is tentative and can be decrease or increase

* They will be posted in shifts as per the requirement

* At each washroom of every floor individual manpower shall be depurated during office hours.

Date:

Place:

(Signature of the Bidder)

Along with Stamp of Firm/Company

30

Annexure –C FINANCIAL BID

Name of the Agency: M/s……………………………………………….………………

Address of the Firm: ………………………………………………………………

The requirements as mentioned in Para 3 Page no.7 are tentative. SSCL may increase or decrease the number of Manpower vis – a- vis resource type, as and when required.

S. No. Particulars Rate (% only)

1 Service Charges for Staff/Personnel as per Terms and Condition given in the Tender Document

The service charge, calculated from the quoted percentage, will be added to the labor rate for the respective resource mentioned in the tender document for the no. of resources deployed. No other charges except GST shall be paid additionally

Financial Bid need to be submitted online only. Financial bid should be over and above Zero percent.

(Note – Zero percent included all derivatives of zero up to 0.9999 and thereof) The rates in the bid should be applicable for all manpower required for carrying out the above

work. This should b e inclusive of all salaries as per minimum wages, bonus, ESI, PF, uniform cost etc., Labor Cess & all other taxes & dues payable Inclusive of all statutory obligations, all types of taxes but excluding GST which shall be paid extra

If any two or more bidders have quoted equal and are lowest also, in that case, selection of L-1 bid shall be on the basis of their Maximum scores of Annexure I, which evaluates their eligibility by procurement committee.

The firm, who will fail to comply any of the above said tender conditions, their bid will summarily be rejected.

Declaration by the Bidder:

This is to certify that I/We before signing this tender have read and fully understood all the terms

and conditions contained herein and undertake myself/ourselves to abide by them.

a. Under no circumstances should financial bid be put in Technical Bid document; else his tender will

be summarily rejected.

b. No other charges would be payable by Client.

c. There would be no increase in rates during the Contract period except provision under the terms

and conditions.

Place:………………………………… (Signature of Bidder with seal)

Date:………………………………… Name: Address:

Phone No (O):

Fax No. (O):

E-mail:

31

Annexure - D

Proforma of Performance Bank Guarantee

In consideration of the executive Director, Sagar Smart City Ltd (hereinafter called ''The

Client'') having offered to accept the terms and conditions of the proposed agreement between

Sagar Smart City Ltd and (hereinafter called ''the said contractor(s) for the work of Contract

Housekeeping Services (hereinafter called ''the said agreement'') having agreed to production of an

irrevocable Bank Guarantee for Rs……. only) as a security/ guarantee from the contractor(s) for

compliance of his obligations in accordance with the terms & conditions in the said agreement.

1. We............. (hereinafter referred to as the ''Bank'') hereby undertake to (indicate the name of

the Bank).

2. We ….................... do hereby undertake to pay amounts due and payable (indicate the name

of the Bank) under this Guarantee without any demur, merely on a demand from the Sagar Smart

City Ltd stating that the amount claimed is required to meet the recoveries due or likely to be due

from the said contractor(s). Any such demand made on the Bank shall be conclusive as regards

the amount due and payable by the Bank under this guarantee. However, our liability under this

Guarantee we shall be restricted to an amount not exceeding Rs. .............

3. We, the said Bank, further undertake to pay to the Sagar Smart City Ltd any money so

demanded not withstanding any dispute or disputes raised by the contractor(s) in any suit or

proceeding pending before any Court or Tribunal relating thereto, our liability under this present

being absolute and unequivocal. The payment so made by us under bond shall be a valid discharge

of our liability for payment there under, and the contractor(s) shall have no claim against us for

making such payment.

4. We............... further agree that the Guarantee herein contained shall (indicate the name of the

Bank) remain in full force and effect during the period that would be taken for the performance of

the said agreement, and it shall continue to be enforceable till all the dues of the Sagar Smart City

Ltd under or by virtue of the said agreement have been fully paid, and its claims satisfied or

discharged, or till the CEO, Sagar Smart City Ltd on behalf of the Sagar Smart City Ltd,

certifies that the terms & conditions of the said contractor(s), and accordingly discharges this

guarantee. We……… further agree with the Sagar Smart City Ltd that the Sagar Smart City Ltd

(indicate the name of the Bank) shall have the fullest liberty without our consent , and

without effecting in any manner our obligations hereunder, to vary any of the terms & conditions of

the said agreement or to extend time of performance by the said contractor(s) from time to time or

to postpone for any time or from time to time any of the powers exercisable by the Sagar Smart

City Ltd against the said contractor(s) and to forbear or enforce any of the terms and conditions

relating to the said agreement, and we shall not be relieved from our liability by reason of any

such variation or extension being granted to the said contractor(s) or for any forbearance, act of

omission on the part of the Sagar Smart City Ltd or any indulgence by the Sagar Smart City

Ltd to the said contractor(s) or by any such matter or thing whatsoever which under the law

relating to sureties would, but for this provision, have effect of so relieving us.

5. This Guarantee will not be discharged due to the change in the constitution of the Bank or the

contractor(s).

6. We.. lastly undertake not to revoke this Guarantee except with (indicate the name of the bank) the

previous consent of the Sagar Smart City Ltd in writing.

7. This guarantee shall be valid up to …................ unless extended on demand by the Sagar Smart

City Ltd Notwithstanding anything mentioned above, our liability against this Guarantee is

restricted to Rs.…... (Rupees. ............................ Only), and unless a claim in writing is lodged with

us under this Guarantee shall stand discharged.

Dated the ….......................... Day of …....................... for …... (Indicate the name of the Bank)

32

Annexure - E

ACCEPTANCE OF TENDER CONDITIONS

From: (On the letter head of the company by the authorized officer having power of attorney)

To

The Executive Director,

Sagar Smart City Limited

Sagar (MP)

Sub: Name of the work & NIT No.:

Sir,

This has reference to above referred tender. I/We are pleased to submit our tender for the above work and I/We hereby unconditionally accept the tender conditions and tender documents in its entirety for the above work.

I/we are eligible to submit the tender for the subject tender and I/We are in possession of all the documents required.

I/We have viewed and read the terms and conditions of this GCC/SCC carefully. I/We have downloaded the following documents forming part of the tender document:

a. Notice Inviting Tender (pg…….to….pg-) b. Instructions to Bidder (ITB) & General conditions of Contract (pg ......... to….pg-) c. Acceptance of Tender Conditions ( d. Corrigendum/Addendum, if any (pg…….to….pg-)

I/we have uploaded the mandatory scanned documents such as cost of tender document, EMD, e-Tender Processing Fee and other documents as per Notice Inviting e-tender AND I/We agree to pay the cost of tender document, EMD, e- Tender Processing Fee (only receipt/proof of online payment) and other documents in physical form in the form and manner as described in NIT/ITB.

Should this tender be accepted, I/We agree to abide by and fulfill all terms and conditions referred to above and as contained in tender documents elsewhere and in default thereof, to forfeit and pay SSCL, or its successors or its authorized nominees such sums of money as are stipulated in the notice inviting tenders and tender documents.

If I/we fail to commence the work within 10 days of the date of issue of Letter of Award and/or I/we fail to sign the agreement as per Contract and/or I/we fail to submit performance guarantee as per of Clauses of Contract, I/we agree that SSCL shall, without prejudice to any other right or remedy, be at liberty to cancel the Letter of Award and to forfeit the said earnest money as specified above.

Dated

Your faithfully, (Signature of the Bidder with Rubber stamp)

33

Template for Pre-Bid Queries

Annexure - F

Bidder shall submit all pre-bid queries in MS excel in the following format to be emailed at

[email protected] clearly specifying in the subject column- „Queries for Selection of Man

Power agency.

Work Name ……………………………………

Bidder’s Company Name …………………….

SL # RFP Section and sub-

section

Page No Clause/ Content

in the RFP

Clarification sought from

bidder

34

Pre-Qualification Bid checklist

Annexure - G

SI.

No.

Checklist Items

Compliance

(Yes or No)

Page No. and

Section No. in

bid

1. RFP Document fees

2. Bid Security/ Earnest Money Deposit

3. Pre-Qualification Covering letter

4.

Copy of Certification of Incorporation/

Registration Certificate

PAN card and GST Registration Certificate

5. Audited financial statements for the last three

financial years and Certificate from the Statutory

Auditor/ CA

6.

Declaration of non-blacklisting

7. Power of attorney for signing the Bid

8. Experience Certificate

9. Address proof / Undertaking for Local presence

Note – Submitted on the Company Letter Head.

35

Annexure – H

Format for Power of Attorney for signing of BID

Know all men by these presents, We…………………………………………….. (name of the firm and

address of the registered office) do hereby irrevocably constitute, nominate, appoint and authorize Mr./

Ms (name), …………………… son/daughter/wife of ……………………………… and presently

residing at …………………., who is presently employed with us and holding the position of

……………………………. , as our true and lawful attorney (hereinafter referred to as the “Attorney”) to

do in our name and on our behalf, all such acts, deeds and things as are necessary or required in

connection with or incidental to submission of our BID for the “Name of work” („‟Project”) proposed or

being developed by the SSCL (the “Authority”) including but not limited to signing and submission of all

applications, BIDs and other documents and writings, participate in Pre-BID and other conferences and

providing information/ responses to the Authority, representing us in all matters before the Authority,

signing and execution of all contracts including the agreement and undertakings consequent to acceptance

of our BID, and generally dealing with the Authority in all matters in connection with or relating to or

arising out of our BID for the said Project and/ or upon award thereof to us and/or until the entering into

of the Contract with the Authority.

AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things

done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this

Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers

hereby conferred shall and shall always be deemed to have been done by us.

IN WITNESS WHEREOF WE,………………., THE ABOVE NAMED PRINCIPAL HAVE

EXECUTED THIS POWER OF ATTORNEY ON THIS ……… DAY OF .................. 2019

For …………………………..

(Signature, name, designation and address)

of person authorized by Board Resolution

(in case of Firm/ Company)/ partner in case of Partnership firm

Witnesses:

1.

2.

Accepted

……………………………

(Signature)

36

Annexure – I

Criteria for the evaluation of bids of same financial proposal –

S.

No.

Parameter Max.

Marks

Required Document

1

The Bidder shall be registered entity in India of

appropriate class with the Central Govt./State

Governments or Central / State Government

Undertakings and shall be in operations for a period

of at least 5 years as on published date of RFP.

Operations for a period of 5 to 10 years – 5

Marks

Operations for a period of more than 10 Years

– 10 Marks

10

Copy of certificate of

Incorporation/Registration

under Companies Act 1956

or The Companies Act 2013

(In case of Indian

companies)

For partnership firm‟s

registration under Indian

partnership act, 1932 shall

be allowed /Proprietorship

Registration proof

2

Bidder‟s average turnover for the last three years i.e.

2015-16, 2016-17, 2017-18.

Between Rs. 40 to ≥ 50 Lakhs (5 Marks)

Between Rs. < 50 to ≥ 60 Lakhs (10 Marks)

Between Rs. < 60 to ≥ 80 Lakhs (15 Marks)

Greater than 80 Lakhs. (20 Marks)

20

Audited Financial

Statement/Auditor

Certificate from Chartered

accountant to be submitted.

3

The Bidder in their own name should have

satisfactorily completed or having executed work of

similar nature in Semi Govt./ Govt.& Public in

Private Sector Organizations in India, during last

five (5) years

40

Proof of experience in the

form of Completion

Certificate and relevant work

orders to be submitted.

5 Marks per project, up to maximum of 8

Projects. Only projects which are of value Rs. 15

lakhs will be considered

4

Number of fulltime/regular employees -

Between 10 to ≥ 20 (2 Marks)

Between < 20 to ≥ 30 (4 Marks)

Between < 30 to ≥ 40 (6 Marks)

Between < 40 to ≥ 50 (8 Marks)

Above 50 (10 Marks)

10

Self-Attested Certificate

including employees CV and

last three month salary slip.

5 Planning of Execution work for different task as required under Smart Cities Mission to be presented before the Procurement Committee for Technical Evaluation.

20 Planning/Execution Report.

Total Points/Marks 100