state bank of india local head office, bhopal … · overview of requirements part – i...

32
1 STATE BANK OF INDIA LOCAL HEAD OFFICE, BHOPAL HOSHANGABAD ROAD, BHOPAL– 462011 Phone: 0755-2575818 E-mail: [email protected] NOTICE INVITING TENDER FOR PROPOSED MECHANISED HOUSE KEEPING AND FACILITY MANAGEMENT SERVICES AT LOCAL HEAD OFFICE, UDYACHAL BRANCH AND HLST WING AT HOSHANGABAD ROAD, BHOPAL CONTENTS OVERVIEW OF REQUIREMENTS Part – I Specification of Services Part – II Mandatory Technical Qualifications Part – III PROPOSAL FORMAT And OTHER CONDITIONS Part – IV Evaluation Process Part – V Security Deposit For Contract Performance Part – VI Other Terms & Conditions Part – VII Penalties For Violation Of Rules, Terms And Conditions Annexure Annexure -1 Technical Bid Form Annexure- 2 Format Of Solvency Certificate Annexure -3 Declaration Of Near Relatives Annexure -4 Technical Evaluation Parameters Annexure- 5 Commercial Bid Annexure- 6 Offer Covering Letter Annexure -7 Job Description, List Of Chemicals and Minimum Manpower Requirement

Upload: phungdien

Post on 11-Jun-2018

226 views

Category:

Documents


0 download

TRANSCRIPT

1

STATE BANK OF INDIA LOCAL HEAD OFFICE, BHOPAL

HOSHANGABAD ROAD, BHOPAL– 462011 Phone: 0755-2575818

E-mail: [email protected]

NOTICE INVITING TENDER FOR PROPOSED MECHANISED HOUSE KEEPING AND FACILITY MANAGEMENT SERVICES AT

LOCAL HEAD OFFICE, UDYACHAL BRANCH AND HLST WING AT HOSHANGABAD ROAD, BHOPAL

CONTENTS

OVERVIEW OF REQUIREMENTS

Part – I Specification of Services Part – II Mandatory Technical Qualifications Part – III PROPOSAL FORMAT And OTHER CONDITIONS Part – IV Evaluation Process Part – V Security Deposit For Contract Performance Part – VI Other Terms & Conditions Part – VII Penalties For Violation Of Rules, Terms And

Conditions

Annexure

Annexure -1 Technical Bid Form

Annexure- 2 Format Of Solvency Certificate

Annexure -3 Declaration Of Near Relatives Annexure -4 Technical Evaluation Parameters

Annexure- 5 Commercial Bid

Annexure- 6 Offer Covering Letter Annexure -7 Job Description, List Of Chemicals and Minimum Manpower

Requirement

2

STATE BANK OF INDIA LOCAL HEAD OFFICE, BHOPAL

HOSHANGABAD ROAD, BHOPAL – 462011 Phone: 0755-2575818

E-mail: [email protected]

NOTICE INVITING TENDER (NIT) FOR PROPOSED MECHANISED HOUSEKEEPING AND FACILITY MANAGEMENT SERVICESAT

LOCAL HEAD OFFICE, UDYACHAL BRANCH AND HLST WING AT HOSHANGABAD ROAD, BHOPAL

This Notice Inviting Tender (NIT) is being issued by State Bank of India, Local Head Office, Bhopal (hereinafter called ‘the Bank’) inviting Tender from Service Providers (hereinafter mentioned as “the Contractor” or “the Service Providers”) for providing MECHANISED HOUSEKEEPING AND FACILITY MANAGEMENT SERVICES for its Local Head Office Building (including its HLST wing) and Udyachal Branch situated at Hoshangabad Road, Bhopal as per the terms and conditions stipulated in this Notice.

This Notice Inviting Tender (NIT) is not an offer by the Bank, but an invitation for Bidder response. No contractual obligation on behalf of the Bank, whatsoever, shall arise from the Tender process unless and until a formal contract is signed and executed by the duly authorized signatories of the Bank and the successful Bidder. The Bank desires to avail MECHANISED HOUSEKEEPING AND FACILITY MANAGEMENT SERVICES, as per the standards stipulated in the Specification of Services mentioned at Part -1 hereunder. It is, therefore, essential that the Service Providers has infrastructure, experience and manpower capable of providing the MECHANISED HOUSEKEEPING AND FACILITY MANAGEMENT SERVICES, as per the aforesaid standards stipulated by the Bank. The Bank requests response to this NIT from those Service Providers, who are eligible as per the Mandatory Technical Qualifications detailed at Part II of this NIT. The Consortium Agreements or Joint Ventures and MOU's will not be considered for the above purpose. The successful Bidder will be awarded the contract for a period of twelve months from date of commencement of the contract, subject to review at quarterly intervals. The Contract shall be extendable at the sole and absolute discretion of the Bank for another twelve months period, on satisfactory performance of the services by the Contractor and if so extended, it shall be on the same terms & conditions. However, if there is revision in statutory minimum wages during the contract period, then the Bank would pay the escalated price towards minimum wages & PF. Other payment like service charges, etc. will remain same throughout the contract period.

The Tender document can be downloaded from the web site of the Bank www.sbi.co.in <Link> Procurement News.

The time schedule for various activities is listed below:

Last date and time for submission of Tender Date: 21st September 2017 Time: 3:00 PM

Address for communication – where the Tender has to be submitted

The Assistant General Manager (Premises & Estate Dept.), State Bank of India, Premises & Estate Department, Local Head Office, 3rdFloor, Hoshangabad Road,Bhopal-, Madhya Pradesh 462011

Place, Date and time of opening Technical Bid

Place : State Bank Of India, Premises & Estate Department,

Local Head Office, 3rd Floor, Hoshangabad Road, Bhopal- , Madhya Pradesh 462011

Date : 21st September 2017 Time : 3:30 PM

3

Date and time of opening Commercial Bid Place : State Bank Of India, Premises & Estate Department,

Local Head Office, 3rd Floor, Hoshangabad Road, Bhopal- , Madhya Pradesh 462011

The date and time of opening Commercial Bid will be advised separately to Bidders who have declared as qualified in the Technical evaluation process)

If the date of Tender Opening happens to be a Bank holiday, the Tender will be opened on the next working day at the same time.

The successful bidder will have to commence the services within 7 days of intimation to them by the Bank. If any Bidder withdraws his tender after submission or makes any modifications to this tender, the tender will be treated as having been rejected or abandoned or rescinded. Tenders (Bids) in response to this NIT have to be submitted in sealed envelopes and should reach State Bank of India at the address for communication mentioned above i.e. State Bank of India, Premises & Estate Department, 3rd floor, Local Head Office, Bhopal (Madhya Pradesh), within the stipulated date and time. Tenders received at any other office of State Bank of India will not be entertained. The Bank is not responsible in any manner for the postal delay or loss or non-receipt of tender documents. The Bank will not entertain any reasons for any delay in submission / receipt of Tenders. Tenders received after the stipulated date and time will be rejected. Bidders have to submit along with their Tender an Earnest Money Deposit –EMD (Refundable**) of Rs.50,000/- (Rupees Fifty Thousand only) issued separately in the form of a Demand Draft / Banker's Cheque in favour of State Bank of India and payable at Bhopal. ** Refundable to unsuccessful bidders. Tender Documents not accompanied with the EMD in the prescribed manner will be rejected. The Bank reserves the right to amend, modify, add, delete, accept or cancel, in part or full, any condition or specification of all proposals/ bids, without assigning any reason thereof at any time during the tender process and shall be binding on all the parties. The Bank reserves the right to reject all or any of the tender documents without assigning any reason therefore or withdraw this Tender Inviting Notice at any time without assigning any reason whatsoever. Soliciting during the tender process, of any nature, would disqualify the Bidder. If it comes to the Bank’s knowledge expressly or implied, that some Bidders may have compounded in any manner whatsoever or otherwise joined to form a cartel for processing Bid in response to this NIT, then the bidders so involved are liable to be disqualified from this Tender process. The Bids submitted by Bidder is liable to be disqualified if Commercial Bid and/or Technical Bid not submitted in the prescribed formats and mode as given in the NIT. Bidder is liable to be disqualified if more than one Bid is submitted by him in response to this NIT. The Court in Bhopal, Madhya Pradesh alone shall have the jurisdiction in respect of any or all matters relating to or connected with the NIT.

4

Part -I

SPECIFICATION OF SERVICES: The Contractor should provide MECHANISED HOUSEKEEPING AND FACILITYMANAGEMENT SERVICES as per the Scope of Services, stipulated at Annexure “A” to this Notice Inviting Tender. MECHANISED HOUSEKEEPING shall include cleaning using Mechanized equipment like vacuum cleaners, scrubbing machine, carpet shampooing machine, etc. Such equipment shall be of ISI standard and suitable for use in the building. The Contractor shall provide MECHANIZED HOUSEKEEPING & FACILITY MANAGEMENT SERVICES as mentioned hereunder at the following premises of the Bank at Hoshangabad Road, Bhopal (hereinafter mentioned as “the Bank premises” :

(i) Local Head Office Building, including HLST wing and

(ii) Udyachal Branch

(iii) Open space/Portico/Parking space within the campus of the LHO building. The area of Service shall include all floors inside and outside areas, in the above premises of the Bank, including passages & Corridors, Conference rooms, Meeting Halls, Chambers, Rest Rooms, VIP Cabins, other Cabins, Canteens, Electrical Installation/DG set rooms/areas, Receptions, Lounges, Stores, Recreation, Washing Rooms, Toilets and also the internal roads/pathways, Garden etc. The Bidder can inspect the premises for understanding the building layout and assess the Scope of Services before submitting the Tender. The intending bidders are free to contact the Office of the Assistant General Manager (Premises & Estate Dept.), State Bank of India, LHO, Bhopal on working days during 11.00 am to 4.00 pm. for any appointment for inspection of the premises, clarification of any issues and to get the answer to any questions that may be raised at that stage as to the Tender processes and such other issues as may be deemed proper, by the Tender Committee.

The work to be rendered by the Contractor under MECHANIZED HOUSEKEEPING & FACILITY MANAGEMENT SERVICES shall include vacuum sweeping, spray/manual dusting, mopping, water/chemical cleaning of scheduled premises comprising of marble/quality granite/tiles, ornamental and decorative wooden furniture of high value, crystal glass doors/panes, windows, window glasses, curtains and blinds, carpets, windscreens, polished metal surfaces including lobby areas, lounges, corridors, toilets, and wash basins, etc. and exterior cleaning, ACP cladding and glasses and metallic engravings, logos, name plates, sign boards etc. The area not approachable by machine/equipment shall be cleaned manually. The Contractor shall be responsible to keep the premises clean and in a state of complete hygiene. The contractor may be fined in case of violation of terms and conditions (jointly or severally) set out in the tender document as under, at the discretion of the Bank depending upon the circumstances. In case of the Contractor is not providing the services as stated here in the NIT, the Bank may at its discretion levy penalties on Contractor as mentioned at

Part –VII of this NIT.

The Contractor to provide for Maintenance & Housekeeping services as per the job description stipulated at Annexure 7 of this NIT. The contractor shall provide all such machines / equipment to his personnel for providing MECHANIZED HOUSEKEEPING & FACILITY MANAGEMENT SERVICES at the premises. Storage space for machines / equipment’s to be used by the contractor in providing maintenance and housekeeping services shall be provided by the Bank. All materials used for providing MECHANIZED HOUSEKEEPING & FACILITY MANAGEMENT SERVICES should be non-hazardous and environment friendly. Materials and consumables should be available at the site in sufficient quantity to ensure their uninterrupted supply. The contractor shall arrange for their purchases on his own and shall bear all expenses in connection with such purchases including their transportation.

5

All Chemicals used for services should have certified ISI mark and/or as per the brand names/others as may be specified by the Bank. List of Chemicals for Mechanized Housekeeping is mentioned at Annexure 7 of this NIT. The contractor shall always have on his active rolls the services of agreed number of able, qualified, efficient, clean, healthy, honest, well-behaved and polite personnel for rendering the services. The minimum manpower requirement expected for providing MECHANIZED HOUSEKEEPING & FACILITY MANAGEMENT SERVICES is mentioned at Annexure 7 of this NIT. The Contractor shall provide one separate supervisor for supervising the services, who will personally supervise and check the working of the maintenance / housekeeping personnel to be engaged by the Contractor for providing the Service. The contractor shall provide one personnel dedicated for cleaning of toilets on each floor including ladies personnel for ladies toilet apart from regular personal for cleaning other areas on each floor. The Contractor shall be responsible for disposal of the garbage/waste at frequent intervals from the Bank’s premises as per Bhopal Municipal Corporation Norms at their own cost to the notified/specified BMC dumping ground. The personnel engaged by Contractor to render the Service shall be the employees of Contractor and should be on the Contractor’s Payroll; and in no event the personnel engaged by Contractor shall be deemed to be the employees of the Bank. It will be the responsibility of the Contractor’ to provide details of personnel engaged by them to the Labour Department and SBI, as and when demanded. The contractor shall be responsible for the good conduct and performance on the part of his personnel. The Contractor will, at the request of the authorized officer of the Bank, remove from the work any personnel engaged by him for the services, who may be unsuitable or incompetent or whose conduct is not trustworthy or who misbehaves and/or is not courteous, polite with the employees of the Bank or it’s participants or third parties or guests etc. The contractor service performance will be judged by the Key Performance Indicators set by the Bank.

Part –II

MANDATORY TECHNICAL QUALIFICATIONS The experience and expertise of bidder, record of satisfactory services, resources, capacity and capability for providing the MECHANISED HOUSEKEEPING AND FACILITY MANAGEMENT SERVICES, as per the Scope of Services, stipulated at Annexure “A” will be critical factors in selection and it would also include the evaluation process mentioned at Part V of this NIT. The Contractor who fulfils the Mandatory Technical Qualifications mentioned hereunder shall only apply. The applicant shall not have any right to participate in the Tender process merely on satisfying the MANDATORY TECHNICAL QUALIFICATIONS or on being found suitable to apply for tender. The Bidders who do not meet the Mandatory Technical Qualifications will be eliminated and their bids will not be considered. The Bidders would be required to submit documentary evidence in support of their fulfilment of the Mandatory Technical Qualifications. The Mandatory Technical Qualifications are:

1. The applicant must be a Registered Company or Partnership firm or Sole Proprietor.

6

2. The applicant should have an office preferably in Bhopal with a valid Shop & Establishment License issued prior to the NIT published date. The applicant should submit proof of Lease Agreement/Ownership in their favour in respect of the said office.

3. The applicant must have experience of minimum 5 years, preceding the date of this Notice Inviting Tender, in satisfactorily rendering similar MECHANIZED HOUSEKEEPING AND FACILITY MANAGEMENT SERVICES in reputed organizations/Institutions including at least one Public Sector (Central or State)/Govt. Dept. (hereinafter referred to as “Clients”), as specified hereunder (all mandatory): (i) with at least :

(a) one single work order of annual Contract Value of not less than Rs. 25 lakh; or (b) two work orders of annual Contract Value of not less than Rs. 15 lakh each; or

(c) three work orders of annual Contract Value of not less than Rs. 12 lakh each, currently in force and being executed by the applicant; and

Copies of the Work Orders and a Performance Certificate from such Clients regarding fulfillment of the above conditions must be furnished with the Technical Bid Document Bid.

4. The applicant must have a minimum annual turnover of Rs. 30 Lac (Rupees Thirty Lacs only) during each of the three financial years preceding the FY 2017-18, in rendering MECHANISED HOUSEKEEPING AND FACILITY MANAGEMENT SERVICES. The Audited financial statements of three financial years preceding the FY 2017-18 should be furnished with the Technical Bid Document and in case applicant is a company and its Audited financial statements for FY 2016-17 is not finalized, then certified copy of the provisional balance sheet by the CA of the company should be submitted. The Bank would have the liberty to consider (+/-) 10% variation while examining the turnover. If the audited financial statements do not meet the qualifications set out here, the Bank reserves the right to scrap the contract for submitting false information and shall proceed accordingly.

5. The applicant should have on roll manpower of more than 50 personnel and payment of wages to manpower should be made to their bank account only.

6. The applicant should be contributing EPF and ESI to the employees under its Payroll 7. The Bidder should have license under Contact Labour (Regulation & Abolition) Act, 1970, EPF, ESIC, and GST

registration and also License from the Labour Department for engagement of manpower. 8. The applicant must have sound financial capacity and credit worthiness acceptable to the Bank. The bidder

should submit a Nationalized Banker’s solvency certificate (as per the format prescribed at Annexure – 2) obtained within last six months from the date of notification of this NIT, for minimum of Rs.25.00 Lac (Rupees Twenty Five Lacs).

9. The applicant has not rescinded or abandoned any contract awarded by any of his clients before the expiry of prescribed period of contract. Applicant to submit a sworn affidavit in this regard. A notarized affidavit declaring the factual position as to the above should be submitted with the bid.

10. The applicant should not be a Contractor/Service Provider whose contract/service has been terminated by the Bank any time in the past for unsatisfactory performance or for any breach of the contract awarded by the Bank or has been disqualified by the Bank from participation in future tender process. A notarized affidavit declaring the factual position as to the above should be submitted with the bid.

11. The applicant should not be blacklisted or included in negative list by the Bank or any Scheduled Bank /PSU/Corporate Body / Government Body. No Directors / Partners / Proprietor of applicant is / has been a Director / Partner / Promoter / Proprietor / Key Managerial Person in a Company / Firm / Entity which is / has been black listed or included in negative list by by the Bank or any Scheduled Bank /PSU/Corporate Body / Government Body. A notarized affidavit declaring the factual position as to the above should be submitted with the bid.

12. The applicant must not have been prosecuted or levied any penalty during the last 5 years by any Government Dept./Agency/Authority, including Income tax Dept., Labour Authority, EPFO, ESIC. Commercial Tax Dept. A notarized affidavit declaring the factual position as to the above should be submitted with the bid

13. The applicant is not a sub-contractor to any other entity or person nor has at any time sub-let the contract awarded to the applicant to any other person. Applicant to submit a sworn affidavit in this regard.

14. The applicant has complied with all labour laws and obtained all licenses, approvals, permissions from all statutory authorities including Municipal/Labour/P.F./Income Tax/Sales Tax/Commercial Tax/ESI Depts .to carry on the business of - / maintenance/ housekeeping services work.

7

15. The applicant (including any directors/partners of the applicant) should not have any near relative*(s) employed in State Bank of India. A Declaration has to be given to this effect as per the format given at Annexure-3. In case at any stage, it is found that the information given is false or incorrect, applicant shall be liable to be immediately disqualified or Contract shall be terminated, if the contract awarded, as the case may be and the amount under the EMD/Security Deposit will be liable to be forfeited by the Bank.

*Near relatives are members of Hindu Undivided Family/ husband, wife/ the one related to the other in the manner as father, mother, son(s) and son's wife (daughter-in- law), daughters and daughter's husband (son-in-law), brother(s) and brother's wife, sister(s) & sister's husband (brother-in- law).

16. In the event, it is found any time either at the time of bid submission/processing or during the period of the

contract (if the contract awarded) that any information/document/affidavit/undertaking furnished by the Bidder is false or forged or incorrect, then the bidder/Contractor shall be liable to be immediately disqualified or Contract shall be terminated, if the contract awarded, as the case may be and the amount under the EMD/Security Deposit will be liable to be forfeited by the Bank.

Bidder should submit with his Technical Bid the documents specified at Part –III of this NIT - “PROPOSAL FORMAT and OTHER CONDITIONS” - towards evidence as to fulfillment of Technical Qualifications. Non-submission of the specified documents shall render rejection of the Bid.

Part –III

PROPOSAL FORMAT and OTHER CONDITIONS:

The Bidder must obtain for himself at his own responsibility and expenses, all the information and documents necessary including approvals, permissions, risks, contingencies and other circumstances to enable him to make a proper tender and to enter into contract with the Bank, he must examine the specifications, conditions and seek whatever clarifications he desires before submitting the tender documents. The Bidder shall also bear all expenses in connection with the preparation and submission of his tender. Omission, neglect or failure on the part of the Bidder to so obtain requisite, reliable and full information on any matter affecting his tender, the contract and the Work, shall not relieve the Bidder whose tender is accepted from any liability under the contract. The tender process will be in two cover system. There should be two separate bids – Technical and Commercial – to be submitted in separate sealed envelopes super scribed on the each envelop as “Technical Bid”/ “Commercial Bid”, as detailed hereinafter. A duly authorised signatory of the Bidder should sign in full (along with date) all pages of the Tender Document (both Technical and Commercial Bids, and all documents appended with the Tender) and affix the name seal/stamp of the Bidder below the signature authenticating all pages of the Bid. All bids should be in hard copy. All numerical figures in Tender form must be filled completely in English language only. Incomplete Tender application will be rejected. In case of applicants being a partnership firm, the entire bid form must be executed by each partner thereof, or in the event of absence of any partner, it must be signed on his behalf, by a person holding a valid notarized Power of Attorney authorizing him to do so and such Power of Attorney should be appended with the Bid Document. In the case of an applicant who is a body corporate, a Board resolution duly authorizing the person signing the Tender/bid Document should be enclosed.

8

Bidders are requested to structure their technical proposal only as per the format given in this NIT. It should be organized, structured, neat and duly bounded; and should not be submitted in loose form. No modification/addition/deletion should be made in the formats/letter stipulated. Any change/modification/addition/deletion to the descriptions will invalidate the documents. The Bid submitted by the Bidder should be valid for a period of 6 months from the last date stipulated by the Bank

for submission of bid. The price quoted in the Commercial Bid should hold good for the period of the entire contract

i.e. it will remain fixed for the period of contract. Tenders not accompanied with the EMD in the prescribed manner will be rejected. The bid should be submitted in hard copies in two separate parts, as under: Part I – Technical Bid:

The duly completed Technical Bid (as per the Format prescribed at Annexure 1) and Offer Covering Letter (as per the Format prescribed at Annexure -6) along with all necessary documents must be submitted in a sealed envelope super scribed as “Technical Bid – MECHANISED HOUSEKEEPING AND FACILITY MANAGEMENT SERVICES”. The technical details must be completely filled in. Violation of the above requirements will disqualify the bidder. Bid submitted in any form, other than the format specified above will be rejected. A duly signed hard copy of this Notice Inviting Tender (NIT) (signed on all pages by authorised signatory of the bidder) should also be submitted along with the Technical Bid. The Technical Bid along with its enclosures should be bounded and indexed with a List mentioning the name of the Documents submitted with the Bid and the page number(s) thereof. Bid submitted in loose form shall be rejected. Documents to be enclosed with the Technical Bid: The applicants must submit along with the Technical bid documentary evidence in support of the information furnished in their Technical Bid, including fulfillment of Technical Qualifications. Applicants should submit the documents list mentioned below, towards evidence as to fulfillment of Technical Qualifications. Non-disclosure of relevant information or furnishing of incorrect information or documents will invite disqualification of the Technical Bid.

i. Certificate of Incorporation, Articles & Memorandum of Association in case of a limited company/

partnership deed in case of a partnership firm, Gumashta License, Director Identification Numbers and PAN numbers of Partners / Proprietor etc.

ii. Resolution of the Company authorizing it to apply in the tender process. In case of entities other than Company, related authority letter is required.

iii. Copies of the Work Orders and Certificate from such Clients regarding fulfillment of the conditions set out as to Experience at clause 3 of Mandatory Technical Qualifications

iv. Certificate of Registration with Labour Department, where presently rendering the services v. Certificate of Registration with Professional Tax Office, where presently rendering the services.

vi. Certificate of Registration under for Goods and Service Tax (GST), where applicable vii. Certificate of Registration under Shops & Establishment Act, where presently rendering the service.

viii. Copy of the Lease Agreement/Ownership Document in favour Applicant in respect of their office in Bhopal

ix. Certificate of Registration with the Office of the Regional Provident Fund Commissioner, where presently rendering the service.

x. Certificate of Registration with Employees’ State Insurance Corporation, where presently rendering the service.

xi. Documentary evidence (challan/online payment receipt) as to the Contractor contributing EPF and ESI to the employees under its Payroll for last 5 years.

9

xii. The Audited financial statements three financial years preceding the FY 2017-18 should be furnished with the Technical Bid Document and in case applicant is a company and its Audited financial statements for FY 2016-17 is not finalized, then the same should be furnished within two months from the award of the contract.

xiii. List of personnel actually required for the services including technical/Skilled personnel. (Along with qualification details where applicable)

xiv. List of machinery, equipment and tools etc. available on hand (own) for the work and proposed to be inducted.

xv. List of works on hand indicating description of work, contract value, date of award, number of personnel and equipment deployed, supportive documents from the organization to be enclosed. Details of Organizations / Persons to whom maintenance& housekeeping services are presently being rendered along with certificates.

xvi. Banker’s solvency certificate as per the format prescribed at Annexure 2 from a Public Sector Bank (other than SBI) obtained within last six months from the date of notification of this NIT, for minimum of Rs. 25.00 lacs (RsTwenty Five Lacs).

xvii. Income Tax Assessment copies for the last three financial years. xviii. Satisfactory Performance certificate from previous & present clients for last 5 years.

xix. Any other documents mentioned herein above or as required in this Notice Inviting Tender. xx. Declaration as to no near relatives working in SBI (Annexure-3).

xxi. A duly signed hard copy of this Notice Inviting Tender (NIT) (signed on all pages by authorised signatory of the bidder) should also be submitted along with the Technical Bid.

xxii. A notarized affidavit declaring the factual position of applicant in respect of Mandatory Technical Qualifications set out at item Nos. 8,9,10,11 and 12 in Part II of this NIT.

Tenders not accompanied with the EMD in the prescribed manner will be rejected. Part II – Commercial Bid:

The Commercial bid should be submitted as per “Annexure 5” in a sealed envelope, super scribed as “Commercial Bid -MECHANISED HOUSEKEEPING AND FACILITY MANAGEMENT SERVICES”. The rates quoted should be inclusive of all statutory obligations such as Minimum Wages, ESI, EPF contributions, wages for leave reserve, etc. The Commercial Bid Price should be inclusive of all taxes, levies, etc., except GST, wherever applicable. GST, wherever applicable, will be paid by the Bank on actual basis.

If the amount so quoted by the Bidder in the Commercial Bids is unreasonable or impractical or with Zero Profit margin, based on the statutory payments or otherwise, then the Bank reserves the right to reject such Bids.

For other terms & Conditions as to quoting of Bid Price, please refer to the Commercial Bid Format at “Annexure 5”

These two envelops (Technical Bid & Commercial Bid ) along with the Demand Draft / Banker's Cheque towards EMD shall be kept & sealed in a single envelop super scribed as “Tender in Response to the NIT for providing MECHANISED HOUSEKEEPING AND FACILITY MANAGEMENT SERVICEs at State Bank of India, LHO, Bhopal” and should reach State Bank of India at the address for communication mentioned above i.e. State Bank of India, Premises & Estate Department, 3rd floor, Local Head Office, Bhopal (Madhya Pradesh), within the stipulated date and time. Tenders not accompanied with the EMD in the prescribed manner will be rejected. Tenders received at any other office of State Bank of India will not be entertained. The Bank will not entertain any reasons for any delay in submission / receipt of Tenders. Tenders received after the stipulated date and time will be rejected.

10

Part IV Evaluation Process The Bidder‘s proposal is central to the evaluation and selection process. Therefore, it is important that the Bidder carefully prepares the proposal as per the Bank‘s prescribed formats completely. There should be no hand-written material, correction or alteration in the offer. Correct and current technical details must be completely filled in. The Bank may, at its discretion, waive any non-material conformity or any non-material irregularity in the offer. The waiver shall be binding on all the bidders. The Bidder is required to respond to the NIT only in the prescribed format as detailed in Section. Under no circumstances, the format can be changed, altered and modified. A duly authorized signatory of the bidder under seal should authenticate all pages of the bid. Incomplete Bids or Bids not confirming to the requirement of NIT are liable to be rejected. The Technical Bid will be evaluated for technical requirements as per the stipulations. The experience and expertise of bidder, record of satisfactory services, resources, capacity and capability for providing the MECHANISED HOUSEKEEPING AND FACILITY MANAGEMENT SERVICES, as per the Scope of Services stipulated at Part I will be critical factors in selection and it would also include the evaluation process mentioned below. The evaluation will focus on the degree of capability of the bidder to requirements of the Bank. It may include reference calls, and Site visits to selected institutes/corporates/organizations/ banks etc. where the similar services are rendered by the Bidder. To facilitate scrutiny, evaluation and comparison of offers, the Bank may, at its discretion, ask for clarifications on offers. The request for such clarifications and bidder‘s response must necessarily be in writing/e-mail. However, if the Bank, based on the information furnished in the bid document or received otherwise, finds that the bidder is not capable to provide the MECHANISED HOUSEKEEPING AND FACILITY MANAGEMENT SERVICES, the Bank reserves the right to reject any or all such bids without assigning any reason whatsoever. As part of the scrutiny & evaluation, if so demanded by the Bank, the Bidder should produce the Originals of any document(s) submitted by the Bidder with the Bid Document. Bids received without documentary evidence in support of their fulfilment of the Mandatory Technical Qualifications shall be rejected. Technical bids will be opened on the stipulated day in the presence of authorized representative of the bidders who choose to attend.

(i) Preliminary examination: After opening of the technical bids and preliminary examinations, the Bidders who have fulfilled the Mandatory Technical Qualifications will be considered for Technical Evaluation. The Bidders who have not met the Mandatory Technical Qualifications will be eliminated and their bids will not be considered for further evaluation process. (ii) Technical Evaluation: Detailed technical evaluation will include scrutiny of Technical Qualifications and other technical information submitted in the Technical Bid. As part of Technical Evaluation, the Bank may inspect the bidder‘s Office and also the premises of their Clients to whom the similar Services are provided by the bidder. The costs incurred by the evaluation team representing the Bank for visits will be borne by the Bank. Based on the Technical Evaluation Parameters mentioned at Annexure 4 of this NIT, marks will be awarded at a scale of 1 to 100. The Minimum Qualifying Marks to qualify in Technical Evaluation will be 60 marks. However, if Bank does not receive sufficient Bids for minimum qualifying marks of 60, then the Bank reserves the right to reduce the Minimum Qualifying Marks to 50.The Bidders who have not obtained the Minimum Qualifying Marks will be eliminated and the Bidders who have obtained Minimum Qualifying Marks, will only be considered for Commercial Evaluation.

11

(iii) Commercial Evaluation: After Technical evaluation, the envelope containing the Commercial bid of only those Bidders who are qualified in the Technical evaluation process would be opened. The date and time for opening of Commercial Bid will be advised separately to Bidders who have qualified in the Technical evaluation process and will be opened on the stipulated day in the presence of authorized representative of the said bidders who choose to attend. The format for Commercial Bid is set out in Annexure 5. Commercial Bid submitted in any form, other than the format specified in Annexure 5 will be rejected. If the amount quoted by the Bidder in the Commercial Bid is unreasonable or impractical or with Zero Profit margin, based on the statutory payments or otherwise, the Bank reserves the right to reject such Bids. State Bank of India reserves the right to reject any or all Commercial Bids which is unreasonable or impractical, based on the statutory payments which have to be made to its employees, or otherwise, without assigning any reason thereof. Based on the amount quoted by the qualifier bidders in their Commercial bids, the Bidder who has quoted the lowest amount will be declared as L1 and others will be ranked as L2, L3, L4 and so on in the order of the amount quoted. Bidder quoting the lowest amount (L1 Bid Price) will qualify for award of Work. In case, for any reasons L-1 bid is rejected or L1 Bidder backs out, the Bank may at its sole and absolute discretion to retender the process again.

The successful bidder will have to commence the Services within 7 days of intimation to them by the Bank.

The contract shall be for a period of twelve months from date of commencement of the contract, subject to review at quarterly intervals and satisfactory performance as mentioned hereinabove. The Contract shall be extendable at the sole absolute discretion of the Bank for another twelve months period, on satisfactory performance of the services by the Contractor and if so extended, it shall be on the same terms & conditions. However, if there is revision in statutory minimum wages during the contract period, then the Bank would pay the escalated price towards minimum wages & PF.

Part V

SECURITY DEPOSIT FOR CONTRACT PERFORMANCE

The successful bidder, upon selection, will have to deposit at the Bank’s Udayachal Branch, Bhopal an amount equivalent to two month’s Contract value, calculated at the rate of the L1 Bid Price accepted by the Bank, in the form of an STDR in joint A/C of The Bank and Contractor, as a security for performance of the Contract (Security Deposit ) for a period of two years duly discharged in favor of the Bank. Subject to the right of the Bank for

forfeiture of the Security Deposit as stated in this NIT, the security deposit will be refunded on expiry / termination of the contract as the case may be after adjusting/realizing from the said amount the dues/penalties/forfeitures, if any.

The Security Deposit should be furnished by Contractor within 10 days of the receipt of intimation from the Bank about acceptance of his bid offer by the Bank. The Bank shall retain the EMD till such time, which shall be returned once the security deposit is made. The Contract has to be executed along with Security Deposit within 10 days of the allotment of the contract.

Bank shall have the right to forfeit the EMD, in the event the contractor fails to enter into the contract and deposit the security amount within the stipulated time mentioned above.

12

In the even the Bank has to recover any dues from the Contractor by breaking the security deposit, the Bank would be entitled to get the shortfall in the deposit reimbursed from the contractor and/or realized from any Bill amount due to contractor. The contractor would make good the shortfall, within a period of 15 days from the payment made by the Bank out of the security deposit. The Bank reserves the right to terminate the Contract, in case Contractor

fails to make good the shortfall within the stipulated time mentioned above.

Part VI OTHER TERMS & CONDITIONS

A. PERMITS, LAWS AND REGULATIONS:

i. The Contractor shall strictly comply with all Labour and such other statutory Laws in relation to the services to be provided and the personnel engaged by the Contractor and he shall be solely responsible for all acts of the said personnel so enrolled and there shall and will not be any privity of contract for any purpose and to any intent between the Bank and said personnel so engaged by the Contractor. The Bank shall neither be liable nor answerable in respect of any claims or demands in respect of any matter or on any account which may be raised by the said personnel so engaged by the Contractor and it shall be the sole responsibility and liability of the Contractor to answer all such claims or demands of the said personnel so engaged, under any law in force.

ii. The contractor shall be responsible for the training, allotment of duties, hours of work and timings within time advised by the Bank to the engaged personnel for the purpose. The contractor shall alone have the right to exercise control, give directions and manage the personnel engaged for the purposes.

iii. The contractor shall provide proper uniform along with the name and logo of the contractor to all personnel and ensure their cleanliness and upkeep. Separate uniforms need to be provided for different categories of staff viz. supervisors, skilled/unskilled and others etc with their photo identity card. For winters if separate uniform is being provided like sweaters, woolen clothes, then the same should have the name and logo of the contractor.

iv. The contractor should possess, for the entire duration of the contract, all licenses and registrations as may be required under any law and shall be responsible to register himself and obtain a valid license under Contract Labour (Regulation and Abolition) Act, 1970 and rules there under and laws / rules applicable to the State of Madhya Pradesh. The Contractor shall comply with all rules and regulations in force under the said Act and rules. The Contractor shall comply with all applicable laws, rules and regulations relating to Provident Fund, Payment of Bonus, Minimum Wages, holiday/Sunday working charges / National Holidays or any other Statutory/Regulatory requirements. Any dispute regarding such dues shall and would be dealt with and settled by the contractor.

v. The Contractor shall in terms of the provisions of Section 16, 17 and 18 of the Contract Labour (Regulation & Abolition) Act, 1970 and the rules framed under the said Act provide the prescribed amenities to its personnel. In case of failure of the Contractor in complying with the said provisions, the Bank may provide the same when called upon to do so by the Competent Authorities and deduct the expenses incurred thereof from the bills of the Contractor without prejudice to its other rights and remedies under the contract. The Contractor shall be responsible for proper maintenance of all Registers, Records and Accounts so far these relate to the compliance of any and all statutory provisions/obligations for inspection of Bank/Statutory bodies.

vi. The contractor shall be responsible for any loss due to theft or pilferage of or damage to the Bank ’s property, including any portion of the building under the Contractor’s occupation, or the fittings, fixtures, furniture or other equipment’s entrusted in his charge, or any property belonging to the trainees or guests, when such loss or damage is, in the Bank ’s opinion, caused due to negligence or carelessness or any fault on contractor’s part or that of his representative or any of his employee, he shall be liable to pay to the Bank such amount in respect of such damage as may be assessed by the Authorised Officer or any other officer authorized in this regard. Accordingly, the Contractor shall ensure that the character and antecedents of the personnel to be engaged has been verified through the appropriate authority and they have unblemished past records.

vii. The contractor will pay rates and wages and observe hours of work and conditions of employment as per existing Statutory Rules, agreement and applicable laws. He shall be responsible to register

13

himself and obtain a valid license under the Contract Labour (Regulation and Abolition) Act, 1970 within a period of one month from the award of contract and rules there under and he must comply with and carry out all the provisions and obligations under the said Act and Rules and furnish all information to the Authorised Officer as may be required by the Act or Rules and shall indemnify Bank against any penalties or claims from any default on his part, which the Bank is obliged to pay on his behalf and the said obligation shall survive even after the termination of the agreement.

viii. The contractor shall provide weekly off/holidays to his workmen as per labour laws but it will be his responsibility to ensure uninterrupted services on all days. In case he takes any double duty from any of his personnel then he would be responsible for the overtime payment to them.

ix. The Bank has the right to check compliance of any of the above mentioned conditions at any time. Failure to comply with any of the conditions may lead to penalty as per penalty clause mentioned in this NIT

B. TAXES

i. The contractor shall alone bear all taxes, rates, charges, levies or claims whatsoever as may be imposed or levied by the State/Central Government(s) or any local body or authority for and in connection with the rendering services except GST as applicable.

ii. All the taxes which the Bank may be liable to deduct at source or called upon to so deduct, during the currency of the arrangement which are liable to be payable by the contractor under the law but not so paid, shall be set-off against the bills raised by the contractor and paid to the respective government departments or authorities as may be required under law and the contractor shall have no claim against the Bank in respect of any or all such payments.

C. INSURANCE: i. The contractor shall arrange and pay for policy under the Public Liability Insurance Act, 1991 and

insure and keep insured all materials which are or have been declared to be hazardous under the notifications issued or that may be issued from time to time under the above said Act or any Rule framed there under and which are used by the Contractor during the course of the housekeeping services under these presents.

ii. The contractor shall obtain adequate Insurance Policy in respect of his workmen engaged for the service, towards meeting the Liability of Compensation arising out of death, injury/disablement at work etc. and shall regularly and punctually pay each and every premium as and when the same shall become due during the currency of these presents. The copy of the insurance policy should be submitted to the Bank.

iii. The Bank has the right to check compliance of any of the above mentioned conditions at any time. Failure to comply with any of the conditions may lead to penalty.

D. DAMAGE TO PERSONS & PROPERTY:

The Contractor undertakes, accepts and admits absolute and complete responsibility for the service conditions, claims, damages and other compensations of the personnel employed by him and will be liable for and unequivocally assume responsibility for due compliance with all the requirements of all statutory obligations, duties and liabilities (including insurance) and to pay all such claims, costs, damages, expenses, fines penalties and compensation which may arise out of any claim, suit or prosecution for contravention thereof. The contractor shall indemnify and keep the Bank indemnified from and against all such claims, demands, costs, charges, fines, or penalties and compensations etc. if any imposed on the Bank by any statutory authorities, as aforesaid.

E. ASSIGNMENT AND SUBLETTING:

The Contractor shall not assign or sublet the benefits of this contract to any person or entity and in the event of any violation or breach thereof, the Bank may at its discretion but without prejudice to its other rights and remedies terminate this contract.

14

F. PAYMENTS: a) The Contractor will submit bill for Mechanized Maintenance and Housekeeping services rendered, at

the end of each month to the Premises & Estate Dept. at LHO, Bhopal as per the format to be given by the Bank with supporting documents detailed belowProof of payment of Salary (Wages and other statutory allowances) for that month of the staff/personnel employed by the Contractor for rendering the Service is credited in the savings bank account of the staff/personnel.

b) Challans evidencing online payment taxes, EPF & ESIC contribution. c) Monthly certificate from the Contractor in regard to payment of all wages/statutory & mandatory

dues as per format to be provided by SBI . d) Any other requirement as notified by the Bank in future.

Payment of Wages, taxes, levies, etc. as required to be paid/payable by him under any law for the time being in force. The contractor shall make available for scrutiny documents in this regard as and when desired by the Bank. Failure to provide any document for verification may attract penalty as per penalty clause. The tender quoted amount or total contract value is fixed and no additional claim will be entertained during contract period. However, if there is revision in statutory minimum wages during the contract period, then the Bank would pay the escalated price towards minimum wages & PF.

The Contractor should give every month a written confirmation to the Bank that there are no dues towards GST and should also submit copies of the related Challan and Tax Return filed by it towards payment of the Service Tax. Contractor shall be solely liable and responsible for payment of Minimum Wages as per the Minimum Wages Act, 1948, PF Contribution, ESIC Contribution, Statutory Bonus etc. and other applicable statutory dues to the staff employed by him and no liability of any kind whatsoever towards the said Caretaker(s) shall devolve upon the Bank. Any sort of payments as per Central Government Rules/Acts for extra duties or overtime or double duties (other than National Holidays) performed by the personnel of the Contractor will be borne by the Contractor and the Bank has no liability of payment for the same. Financial liabilities/legal complications devolved against the Bank due to violation of Minimum Wages Act or any other Act, Rules or Regulations by the Contractor will be recovered from the Contractor.

G. PERFORMANCE: i. The contractor shall ensure excellent standard of maintenance and housekeeping and also ensure

that the entire premises are kept hygienic and clean The cleansing materials, equipment should be arranged by the Contractor. The Bank will fix up the benchmark of cleanliness desired to be achieved. Non-compliance may lead to penalty as per penalty clause.

ii. The Contractor shall arrange for and ensure cleaning and other services for the entire premises as specified in Scope of Service.

iii. The contractor will be responsible to attend all complaints/requirements within 24 hours of the complaints / requirements received.

iv. The contractor shall discharge his obligations under the contract most diligently, efficiently and honestly.

v. The contractor or his authorized representative will be obligated to meet the authorized officer of the Bank at least once in a week for assessing and monitoring the quality of housekeeping services rendered as may be decided by the Bank . The Contractor shall comply with such observations/ feedback made and furnished by the Bank for improvement of the services by him/her.

vi. The continuance of the contract shall be subject to review of the performance from time to time and in case the performance is not found to be satisfactory by the Bank for any period under such review, the Bank at its discretion, reserves its right to terminate the contract under due notice to the Contractor without incurring any further liability thereof.

vii. The Contractor shall ensure that its employees performing the duties at the premises do not waste the resources of the Bank in any manner.

15

Performance evaluation will be done by the Bank as well as the Contractor/Agency as per the KPI norms set by the Bank.

H. TERM OF CONTRACT AND BANK’S RIGHT TO TERMINATE THE CONTRACT:

The contract shall be for a period of twelve months from date of commencement of the contract, subject to review at quarterly intervals and satisfactory performance as mentioned hereinabove. The Contract shall be extendable at the sole and absolute discretion of the Bank for another twelve months period, on satisfactory performance of the services by the Contractor and if so extended, it shall be on the same terms & conditions. However, if there is revision in statutory minimum wages during the contract period, then the Bank would pay the escalated price towards minimum wages and PF. The contract shall be terminated any time during the currency of its term by one month’s notice at the option of the Bank. In the event of unsatisfactory performance or on breach of any of the stipulated conditions agreed upon by the Contractor, the Bank reserves the right to terminate the contract forthwith, without any Notice. If the contract is terminated as stated above the contractor shall be entitled to the payment up to the date of termination for the work already performed. The contractor who committed/commits any breach of the contract awarded/ to be awarded by the Bank, shall be disqualified from participation in future tender process if any to be initiated by the Bank for similar work. If during the currency of the Contract, any Statute, rules/Govt. notification prohibits employment of Contract Labour for the services envisaged under this Agreement or otherwise, the contract shall come to an end forthwith and no compensation shall be payable to the Contractor or his workmen/employees.

I. SETTLEMENT OF DISPUTES: i. All questions relating to the performance of the obligations under this agreement and to the quality

of materials used in respect of the services and all the disputes and differences which shall arise either during or after the agreement period or other matters arising out of or relating to this agreement or payment to be made in pursuance thereof shall be referred to the DGM & Circle Development Officer, State Bank of India, LHO, Bhopal, whose decision shall be final, conclusive and binding on the contractor.

Nothing contained in the contract is intended nor shall be construed to be a grant, demise or assignment in law of the premises or the articles/equipment or any part thereof by the Bank to the Contractor and or its personnel and they shall vacate and handover the same in good working condition and order upon termination of these presents either by efflux of time or otherwise.

J. OTHERS

Nothing contained in the contract is intended nor shall be construed to be a grant, demise or assignment in law of the premises or the articles/equipment or any part thereof by the Bank to the Contractor and or its personnel and they shall vacate and handover the same in good working condition and order upon termination of these presents either by efflux of time or otherwise.

i. Any indulgence, forbearance or waiver, granted or shown or made on the part of the Bank will not

prejudice its rights under the contract. ii. The rates quoted should be inclusive of all statutory obligations such as Minimum Wages, ESI,

PF contributions, wages for leave reserve, services charges (excluding GST). The offers of those prospective bidders which do not meet the statutory requirements are liable to be rejected.

iii. The Courts in Bhopal (Madhya Pradesh) alone shall have jurisdiction in respect of any matter touching these presents.

16

Part VII

KEY PERFORMANCE INDICATOR AND PENALTIES FOR VIOLATION OF RULES, TERMS AND CONDITIONS The contractor’s performance would be measured by the KPI out below, at the discretion of Bank depending upon the circumstances. In case the contractor is not providing the services as stated here, the Bank may its discretion levy penalties on contractor. Key Performance Indicator and Measurement thereof

KPI Measurement

Excellent (100)

Good (85) Average (70) Poor (50) Very Poor (40)

Cleaning

Standard

Rectification of issues raised to

be clear of within an hour

The standard of

clean as observed on

regular inspection this

month is excellent

No issue to

rectify. Always the same high

standard.

The standard of

clean as observed on

regular inspection this

month is very good.

Few issues

pending for rectification.

Usually a consistent high

standard.

The standard of

clean as observed on

regular inspection this

month is acceptable.

Few issues

pending for rectification

spilled over an hour.

Cleaning

consistently to an acceptable

standard.

The standard of

clean as observed on

regular inspection this

month is below standard.

Numerous issues

pending for rectification

spilled over an hour.

Inconsistent,

often a lot of complaints to

deal with.

The standard of clean

as observed on regular inspection

this month is of very poor standard.

Premises were noticeably unclean.

Issues are not

rectified for a long time.

Very inconsistent usually a poor

standard.

Complaints Compliments

received. No complaints

received from users of the

floors.

Very few

complaints (say 2 per

month) or none from users of

the floors.

Few complaints

(say 3 to 5 per month) from

users of the floors and

promptly

attended to.

Some complaints

(>5 per month) received from

the users of the floor.

Constant complaints

received from users of the floors.

Service Quality Individual

cleaners clean the premises

repeatedly to

maintain high standard

cleaning.

Cleaners are

proactive in offering service.

.

Cleaners are

polite and helpful.

Service needs

improvement; cleaners are

polite but not

very helpful.

Service quality is

poor. Cleaners are impolite.

Waste Management

The docks are spotless. Waste

management system is

optimised.

Cleaners make pro-active

contribution.

Docks are excellent. Waste

management excellent.

Docks are acceptable.

Waste management is

acceptable.

Some problems in docks.

Docks are unacceptable. Waste

management system is disorganised.

Payment of

wages to staff

on time.

Wages are paid

as per labours

laws between stipulated period

and time.

- Not applicable-

- Not applicable-

- Not applicable-

Wages are not paid

as per labours laws

between stipulated period and time.

Stability of

Supervisors and

Supervisors /

managers with

Supervisors/

managers

Site Supervisor

/manager do

Too many

changes to

Site

supervisor/managers

17

Staff no change. Few

site staff changes.

changes are

rare. Few site staff changes.

not changes

often. Site staff reasonably

stable.

senior staff and

many changes to site staff.

change frequently.

Many changes to site staff.

Presentation & Uniforms

All staff is well presented, in

perfect uniform and equipped at

all times.

All staff are well presented. Very

high standard of uniform almost

all the time, few

exceptions.

Occasional exceptions but

promptly rectified. Overall

acceptable.

Often a staff member out of

uniform on regular basis and

unacceptable.

Many staff often out of uniform or not

equipped.

Penalty Provisions: Average Overall Rating Penalty to be imposed

Average rating 85% and above

No penalty

Average rating 75 % to 84%

5% of the contract value.

Average rating 65% to 74%

10% of the contract value.

Average rating 64% and below

15% of the contract value and a review of

the contract.

Annexure -1

18

STATE BANK OF INDIA LOCAL HEAD OFFICE, BHOPAL

HOSHANGABAD ROAD, BHOPAL– 462011

TEHCNICAL BID FORM 1. Name, constitution (Individual/Firm/Company) :

and Address of the Bidder (with telephone number) 2. Name of the Contact Person with Tel No. : 3. Details of Registration with Labour Dep’t. (State): 4. Name of the Proprietor/Partners/ : Directors together with technical Qualifications (DIN/TIN numbers) : 5. Past Experience in the field : (Please enclose testimonials on the above) :

Period of Contract Name of the Client (Organization / The Bank / Corporate Body / Person / Client / Government Body) for whom Mechanized Housekeeping contracts undertaken

Value of contract & other details

Remarks, if any

Name of the contact person and his mobile number where services are being provided

From To

(You can use additional sheets, if required) 6. Annual turnover during the last three Years pertaining to Mechanized housekeeping and facility management services :

Year

2014-2015 (Audited)

2015-2016 (Audited)

2016-2017 (Audited/ *Provisional)

Turnover (Rs. In lacs)

(Enclose copies of last three years Audited financial statements and if Audited financial statements for FY 2016-17 is not finalized (in case of applicant who is a company), then the same should be furnished within two months from the award of the contract.) 7. Whether an Income Tax Assesse? : Permanent Account Number and enclose

a copy of latest Assessment Order.

19

8. Contract Labour (R&A) Act License No, if any : 9. EPF Act, 1952 registration/License No. if any. 9. Registration No. under Shops &

Establishment Act & Gumashta enclose photocopy), if any:

10. Service Tax/ESI/EPF Regn.nos. :

(Enclose photocopies). Enclose copy of latest Assessment Order. 11. Enclose Performance certificate from

Previous & present clients (last 5 years) : 12. Whether 24 x 7 service and support will be : Available? 13. No. of persons employed on rolls : Permanent : : Temporary : (Please provide breakup of skilled / Semi-skilled / Un-skilled employees)

14. Details of the infrastructure, including Machines And equipment’s Bidder has to provide Mechanized Housekeeping Service: (Documentary evidences should be enclosed)

15. Address of the Office the Bidder has in Bhopal

With telephone number :

(Proof of Lease Agreement/Ownership document

in favour of Bidder in respect the Office

Should be enclosed.) 16. Name and Address of Bankers and type of : Facility enjoying from them 17. Any other information relevant for technical

evaluation of the Bidder Date :

Signature of the Bidder with seal Name & Address Note : Documentary evidences should be enclosed, wherever necessary

Annexure -2

20

Format of Solvency Certificate (Name and Address of the Issuing Bank)

The Assistant General Manager (Premises & Estate Dept.), State Bank of India, Premises & Estate Department, Local Head Office, 3rdFloor, Hoshangabad Road,Bhopal-, Madhya Pradesh 462011 Dear Sir/ Madam, Solvency Certificate This is to state that to the best of our knowledge and information M/s .................................. ..............................................................................., customer of our Bank, is respectable and can be treated as good up to a sum of Rupees ...................................................... (Rupees in words)........................................................................ . It is certified that this information is furnished without any risk and responsibility on our part in any respect whatsoever more particularly either as guarantor or otherwise. This certificate is issued at the specific request of the customer. Yours faithfully,

Branch Manager

21

Annexure -3

DECLARATION OF NEAR RELATIVES OF SBI EMPLOYEES WORKING IN SBI / TENDER COMMITTEE

I/We.................................……………………………….s/o.............................................residing at ……………………….........................................................................................................…..….…………….. here by certify that none of our near relative(s), including near relatives of our Directors/Partners, is/are employed in State Bank of India. In case at any stage, it is found that the information given by me is false or incorrect, SBI shall have the absolute right to take any act ion as deemed fit, without any prior intimation to me. (The near relatives are member of Hindu Undivided Family/husband and wife/ the one related to the other in the manner as father, mother, son(s) and son's wife (daughter-in- law), daughters and daughter's husband (son-in-law), brother(s) and brother's wife, sister(s) & sister's husband (brother-in- law). Place: Signature with seal of all the Directors/ Date: Partners of the Company/Firm (applicant)

22

ANNEXURE-4

TECHNICAL EVALUATION PARAMETERS (Please refer Part IV - Evaluation Process of the NIT)

Parameters Score 1. CONSTITUTION

Public Ltd. Co/ Pvt. Ltd Co./ Limited Liability Partnership firm 10 Partnership/ Proprietorship/individual 8

2. LINE OF EXPERIENCE > 10 YEARS 10 > 7 YEARS 8 > 5 YEARS 6

< 5 YEARS 0

3. ANNUAL TURNOVER IN BUSINESS AS PER LAST AUDITED BALANCE SHEET >Rs. 75 LACS 20 >Rs. 50 LACS 18 >Rs. 30 LACS 15

<Rs. 30 LACS 0

4. Experience in executing minimum specified value or high value work of similar nature

Work costing Rs. 25 Lacs & above for Public sector/Govt/Bank/etc. 20

Work costing Rs. 15 Lacs & below 25 Lacs for Public sector/Govt/Bank/etc. 15

Work costing Rs. 12 Lacs & below 15 Lacs Public sector/Govt/Bank/etc. 10

5. Amount as per Solvency Certificate >Rs. 50 lacs 15 <= Rs. 50 lacs to > Rs. 35 lacs 12 <= to Rs. 35 lacs to >= Rs. 25 lacs 10 < 25 lacs 0

6. Registration under Shops and Establishment Act in MP (Preferably in Bhopal) Registration available in Bhopal 5 Registration not available in Bhopal but registered elsewhere 3

Not Registered 0

7. Past experience (in years) of Services rendered for Mechanized housekeeping for minimum area 20,000 SqM

>10 YEARS 20

> 7 YEARS 16

> 5 YEARS 14 < 5 YEARS 0

MAXIMUM MARKS 100

23

ANNEXURE - 5

STATE BANK OF INDIA LOCAL HEAD OFFICE, BHOPAL

HOSHANGABAD ROAD, BHOPAL– 462011 Phone: 0755-2575818

E-mail: [email protected]

COMMERCIAL BID FOR MECHANIZED HOUSEKEEPING & FACILITY MANAGEMENT SERVICES WORK OF SBI LHO PREMISES, HLST WING AND UDYACHAL BRANCH AT BHOPAL

PART - A DETAILS OF MINIMUM WAGES PAYABLE FOR SKILLED/SEMI-SKILLED WORKERS TO BE EMPLOYED BY THE BIDDER FOR PROPOSED MECHANIZED HOUSEKEEPING & FACILITY MANAGEMENT SERVICES WORK OF SBI LHO PREMISES,

UDYACHAL BRANCH AND HLST WING AT BHOPAL

Category

Wage payable per worker per

day **

EPF

ESI

Any other Liability

Total cost per personnel

per day

Total cost per personnel

per month

1. 2. 3. 4. 5 6 7

1. Supervisor Rs…………..

Rs………….. Rs…………. Rs…………. Rs…………. Rs…………. 2. Workers (Male) Rs………….. Rs………….. Rs…………. Rs…………. Rs…………. Rs…………. 3. Workers (Female) Rs………….. Rs………….. Rs…………. Rs………….. Rs………….. Rs…………..

Note : 1. In order to ensure compliance of “Minimum Wages Act’, the bidder is required to quote rates in the column

2 above, considering prevailing “Minimum Wage” prescribed by the Govt. The Bidder should enclose copy of the latest Gazette Notification advising the prevailing rate of “Minimum Wage” prescribed by the Govt.

2. If quoted rates are found below prevailing rate of minimum wages prescribed by the Government, the Bid shall automatically be disqualified. Similarly, the rates quoted by the Bidder as to the other statutory payments, viz. EPF,ESIC etc, if found below prescribed rate shall automatically be disqualify the Bidder.

3. Bidder should quote rates for “only one Supervisor / Worker” in the above table.

PART B

COST OF MANPOWER A

CATEGORY OF WORKERS

Number of WORKERS TO BE ENGAGED

BY THE CONTRACTOR

RATE PER MONTH PER WORKER AS PER

COLUMN 7 OF PART - A

ABOVE

TOTAL EXPENDITURE PER

MONTH

2 4 5 6 (I) Supervisor 1 Nos Rs………. Rs………………

(II) Workers (Male) 12 Nos Rs……….

Rs………………

(III) Workers (Female) 6 Nos Rs……….

Rs………………

Total Cost of Manpower

Rs………………

Cost of consumables (Chemicals and Cleaning materials

24

B

required as per Tender). Bids quoting an amount less than Rs.15000/- towards Cost of consumables shall be summarily rejected.

Rs………………

C

Contractor’s profit and supervision Charges Bidders are required to quote Profit and Supervision Charges strictly in percentage of Total Cost of Manpower. Quotes in any other form shall be summarily rejected. If the rate so quoted by the Bidder in the Commercial Bids is “Nil” or unreasonable or impractical, then the Bank reserves the right to reject such Bids.

Rs………………

D TOTAL (A+B+C)

Rs………………

Total amount quoted is Rs……………………. (In words Rupees …………………………………………………………) per month. Note : If the amount quoted by the Bidder in the Commercial Bids is unreasonable or impractical or with Zero profit margin, based on the statutory payments or otherwise, then the Bank reserves the right to reject such Bids. SEAL AND SIGNATURE OF BIDDER

Declaration by the Bidder

We agree to abide by this offer and the price quoted should hold good for the period of the entire contract i.e. it will remain fixed for the period of contract. We understand that if the Bid amount quoted by us is unreasonable or impractical or with Zero profit margin, based on the statutory payments or otherwise, then the Bank reserves the right to reject such Bids. We undertake that the minimum wages as may be prescribed by the Government of India, from time to time as applicable at Bhopal, will be paid to manpower deployed. We also undertake that all statutory requirements e.g. EPF, ESI, BONUS, LEAVE SALARY etc. will be met by us.

Date: Sign:

Seal:

25

ANNEXURE – 6

Offer Covering Letter The Assistant General Manager (Premises & Estate Dept.), State Bank of India, Premises & Estate Department, Local Head Office, 3rdFloor, Hoshangabad Road, Bhopal-, Date: Dear Sir REF: YOUR NOTICE INVITING TENDER (NIT) FOR MECHANIZED HOUSEKEEPING & FACILITY MANAGEMENT SERVICES WORK OF SBI LHO PREMISES, HLST WING AND UDYACHAL BRANCH AT BHOPAL We have examined the NIT, the receipt of which is duly acknowledged and we offer to extend the Mechanized Housekeeping & Facility Management Services at SBI LHO premises, HLST Wing And Udyachal Branch at Bhopal, as per the terms, conditions and qualifications spelt out and in accordance with the schedule or prices indicated in the “Price Bid” and made part of this offer. 2. While submitting this bid, we certify that:

a. Prices in this bid have been arrived at, without agreement with any other bidder of this NIT for the purpose of restricting competition.

b. The prices in the bid have not been disclosed and will not be disclosed to any other bidder of this NIT c. We have not induced or attempted to induce any other bidder to submit or not submit a bid for restricting

competition. d. We have not added / deleted / modified the contents / text of the document or any part of the bid

document and if the The Bank / Bank observes any modification / alteration / addition / deletion is made, bank has right to reject the bid without assigning any reason.

3. We agree to abide by this offer till 6 months from the last date stipulated by the Bank for submission of bid, and our offer shall remain binding upon us and may be accepted by the Bank any time before the expiry of that period. The price quoted by us in our Commercial Bid should hold good for the entire period of the contract and will remain

fixed for the period of contract. 4. We agree that in the event of our self / our Firm / our Company being selected for providing services with Bank for Mechanized Housekeeping & Facility Management Services, we will enter into and execute the necessary contract agreement as per the format specified by the Bank. We understand and agree that until a formal contract is prepared and executed, this offer, together with the Bank ’s written acceptance thereof and the Bank ’s notification of award shall constitute a binding contract between us. 5. We understand that the Bank is not bound to accept the lowest or any bid that may be received. 6. We also certify that we have not been blacklisted or included on negative list by the Bank / Corporate Body / Person / Client / Government Body to whom we have rendered services. Further we have not abandoned any work or rescinded any part of our contract. We also certify that none of our Directors / Partners / Proprietor / Individual is / has been a Director / Partner / Promoter / Proprietor / Key Managerial Person in a Company / Firm / Entity which is / has been black listed or included in negative list by any Client / Firm / The Bank / Corporate Body / Government Body / Others to whom we have rendered services. 7. We also certify that we are not involved in any litigation / material litigations with any client / own employees / Directors / Partners etc or any Vigilance cases, whose outcome could have a materially adverse impact on our

26

business / finance. We also certify that no litigation / prosecution is pending against us or our Directors / Partners involving violation of statutory regulations or alleging criminal offence or tax liabilities. 8.We also certify that our contract/service has not been terminated by the Bank any time in the past for unsatisfactory performance or for any breach of the contract awarded by the Bank. We also certify that we are never disqualified by the Bank from participation in future tender process. 9. We certify that the information / data / affidavit/undertaking/declaration/particulars furnished in our proposal are factually correct. We also accept that in the event of any information/ data / affidavit/undertaking/declaration etc. proving to be incorrect, the Bank will have the right to disqualify us from the bid. 10. We undertake to comply with the terms and conditions of the NIT. We enclose in one set along with our proposal a duly signed hard copy of the NIT document. We understand that the Bank may reject any or all of the offers without assigning any reason whatsoever. 11. It is certified that the information furnished herein and as per the documents submitted is true and accurate and nothing has been concealed or tamper with. We have gone through all the conditions of Bid and are liable to punitive action for furnishing false / misleading / incorrect information / documents. 12. We have understood that the engagement of the selected contractor shall be for 2 years, however, the Bank , at its discretion, terminate the engagement anytime during the currency of the contract for violation of any of the terms and conditions by contractor or otherwise. At the end of the contract period of 2 years, or on termination during the currency of the contract, we shall withdraw all our employees from the Bank, immediately and unconditionally, without any obstruction or exerting of pressure on the Bank from Politicians / Government / Other officials, for the purpose of continuation of contract or for growth of business interests of the respective Contractor, whatsoever. Yours Faithfully Authorised Signatory of the Bidder (Name & Designation) For and on behalf of ________________________________________ Contact number (Mobile) E-mail:

27

Annexure 7

JOB DESCRIPTION, LIST OF CHEMICALS FOR MECHANIZED HOUSEKEEPING MINIMUM MANPOWER REQUIREMENT

(Refer Part I - SPECIFICATION OF SERVICES of this NIT)

Part A Job description for all floors inside and outside areas, in the above premises of the Bank, including passages & Corridors, Conference rooms, Meeting Halls, Chambers, Rest Rooms, VIP Cabins, other Cabins, Canteens, Electrical Installation/DG set rooms/areas, Receptions, Lounges, Stores, Recreation

S.N. Scope of Work Frequency Method

1 Sweeping of Floor Once a Day, and also as and when required Vaccum/Manual

2 Scrubbing & Drying of Floor Once a Day , and also as

and when required With Scrubbing &

Drying Machines

3 Collection of Garbage & Waste. Continuous Manual

4 Dustbin Movement Once a Day, and also as and when required Manual

Collection & Segregation of

5 Waste to the nominated bins Once a Day, and also as and when required Manual

inside premises.

Cleaning, mopping of all Conference Rooms/Canteens,

6 other common areas staircases, Once a Day, and also as and when required Manual

main entrance gate and vehicle parking areas of Bank’s premises.

7 Water Cooler Cleaning - Outside Once a Day, and also as and when required

Wet & Dry Wiping,

Vacuum cleaning.

Sweeping, Mopping &

8 Staircases & Railing Cleaning Once a Day, and also as and when required wet/dry wiping,

Vacuum cleaning.

9 Glass Cleaning in passages & Once a Day, and also as

and when required Dusting, Wet & Dry

corridors from inside.

wiping

10 Cleaning of Sign Boards & Once a Day, and also as

and when required Wet & Dry wiping and

Signage.

Vacuum cleaning.

11 Partition (Wooden, M.S. & Glass) Once a Day, and also as

and when required Wet & Dry Wiping and

Cleaning

Vacuum cleaning.

12 Window channel etc. Cleaning Once a week, and also as

and when required Dusting & Vacuum

cleaning.

13 Electric Panel & Instruments Once a week, and also as Dusting & Vacuum

28

Cleaning and when required

cleaning.

Cleaning of electrical fixtures viz.,

14 ceiling fans, tube lights, Fortnightly , and also as

and when required Wet & Dry Wiping and

refrigerators, Xerox machines, Vacuum cleaning.

computer peripherals etc.

15 Cob Web Cleaning

As per requirement. Dusting & Vacuum

cleaning.

16 Window cleaning Fortnightly, and also as

and when required Dusting & Wiping,

Vacuum cleaning.

17 Man height Column, Side-Walls Fortnightly, and also as

and when required Wet & Dry wiping and

Cleaning

Vacuum cleaning.

18

Mechanized cleaning of Sofas,

Monthly, and also as and when required

Dusting & Wiping,

cushioned chairs etc/. by Vacuum cleaning. shampooing process cushioned

chairs etc/. by shampooing process.

19 Cleaning of tank of all Water Weekly, and also as and

when required Manual

Coolers

Cleaning of Sofas, chairs, Almarh Dusting & Wiping,

20 and all furniture provided in the Daily, and also as and when required

Vacuum cleaning.

premises.

Providing/Replacing polythene bags for dust bins regularly and

21 removing used ones to Daily, and also as and when required Manual

designated disposal place at Bank’s Premises.

Collection of sweepings and

22 placing them at designated Daily, and also as and

when required Manual

disposal place at Bank’s

premises.

23 Cleaning of claddings fitted on Quarterly, and also as

and when required Wet & Dry wiping and

outer walls of the building

Vacuum cleaning.

Shifting of items of furniture etc., 24 within the premises as per need As per requirement Manual

of the Bank

25 Carpets in chambers

Fortnightly, and also as and when required

Dusting & Vacuum

cleaning /shampooing

29

26

Sofas/ Chairs/ Furniture in office Daily, and also as and when required

Dusting & Vacuum

cleaning

Toilets of all Floors (Common & inside VIP Cabins) :

Sr. No Scope of Work Frequency Method

1 Cleaning of all toilets provided in Twice a Day , and also as

and when required Vacuum / manual the premises

Sweeping of Floor Twice a Day, and also as and when required Vacuum / manual

3 Mopping of Floor Twice a Day, and also as and when required Manual

4 Scrubbing & Drying of Floor Once a Day, and also as and when required

with Scrubbing &

Drying M/c

5 Dustbin Movement Once a Day/as and when required Manual

6 Glass Cleaning Once a Day, and also as

and when required Dusting, Wet & Dry

wiping

7

High pressure

Urinals & Water closets Twice a Day, and also as and when required cleaning & Wet & dry

Vacuum cleaning

8 Wash Basin & Mirror Cleaning Twice a Day, and also as and when required

Scrubbing, Washing &

Wet and Dry wiping

9

Cleaning of Fittings like Taps, Wet & Dry Wiping and

soap dispenser, towel rods, flush Once a Day, and also as and when required

Vacuum cleaning

tanks etc

10 Partition (Wooden, M.S. & Once a week, and also

as and when required Wet & Dry Wiping and

Glass) Cleaning

Vacuum cleaning

11 Window channel etc. Cleaning Once a week, and also as and when required

Dusting & Vacuum

cleaning

12 Switch boards & Instruments Once a week, and also

as and when required Dusting & Vacuum

Cleaning

cleaning

13 Exhaust Fans, Tube light etc. Once a week, and also

as and when required Wet & Dry Wiping and

Cleaning

Vacuum cleaning

30

14 Side-Walls Cleaning up to man Once a week, and also

as and when required Wet & Dry wiping and

height

Vacuum cleaning

15 Cob Web Cleaning

As per requirement, and also as and when required

Dusting & Vacuum

cleaning

16 Spit stains removal

As per requirement, and also as and when required

Scrubbing, Washing &

Wet and Dry wiping

Replenishment of Toiletries viz.

17 toilet papers, liquid soaps, Daily, and also as and

when required Manual

naphthalene cakes/balls, odonil

etc. Roads, Parking & Outside area.

Scope of Work Frequency Method

1 Twice daily, and also as and when required

Road sweeping M/c &

Sweeping of Roads manual

2 Scrubbing, Washing &

External Drainage Cleaning Fortnightly, and also as and when required with High Pressure jet

M/c

3 Collection & segregation of Garbage Continuous Manual

4 Spit stains removal As per requirement

Scrubbing, Washing &

Wet and Dry wiping

5 Removal of Small plants & weeds As per requirement Manual

along road-side.

6 Removal of Stagnant water As per requirement Manual

31

PART B List of Chemicals for Mechanized Housekeeping

M/s Johnson Diversey or equivalent quality

S.NO Chemicals Items To Be Cleaned

1 R1 Bathroom Items

Rooms, Office Items, Laminated Furniture’s, PC, 2 R2 Marbles, Granite Floors

3 R3 Glass Surfaces

4 R4 Shine Up Wood Polish

5 Good Sense Room freshener (spray)

6 R6 WC, Urinals

7 R9 Bathroom Cleaner (hard Water)

8 TR 101 Carpet Shampoo

9 TR 103 Carpet deep Cleaning

10 R 20 Floor stripers

11 Complete Kota, Vinyl, Mosaic tiles- Polish

12 Nobile Marble floors Polishing

13 Spiral Kota & Hard Floor

14 Snapback Kota, Vynil, Mosaic tiles

Hard disinfectant before / after going into critical 15 Leverstar areas

16 Emerel Restorative Product for fixtures

B) M/s ECO Lab-Henkel or equivalent quality

SR.NO Chemicals Items To Be Cleaned

1 OC Bathroom Cleaner Bathroom fittings & fixtures

2 OC Glass Cleaner Glass Cleaner

3 OC Air Fresh Air Freshener

4 OC Neutral Cleaner Neutral Cleaner

5 Sigla Floor mopping &scrubbing

6 Nettoklar Marble crystallization

7 Bendueol Floor Stripping

8 Polli Regular buffing of granite

9 Sapur Dud For carpet cleaning

10 Sapur A & P carpet spotting

11 Helios Stainless steel / chrome shining

12 Homocol Hand soap

13 Opti Wooden furniture polish

Part C MINIMUM MANPOWER REQUIREMENT EXPECTED FOR MAINTENANCE AND HOUSEKEEPING WORK

Description of Manpower

Nature of work Minimum Number of MANPOWER required

Timings

32

Supervisor 1 Nos

As instructed by the Bank Workers (Male)

12 Nos Workers (Female) 6 Nos NOTE: In general, cleaning work should be completed before 09.30 a.m. and Timing for carrying out work pertaining to the above noted services shall be as advised from time to time by the Authorised Officer.