supply of use keeping a cateri e ices t . .r.t.i., uckn...

56
M SUPPLY OF USE KEEPING A CATERI E ICES T . . R.T.I., UCKN W OPEN TENDER NO . 04 DTR TI / LKO/ HOUSE KEEP ING / 15-16 ( F. NO . RT IL/A .2 84/ VOL .IV/2015 -16 ) GOVERNMENT OF INDI A MINIST Y OF FINANe DIRECT TAXES REGIONAL TRAINING INSTITUTE (D.T.R .T:!) , "PRAGYA", VIBHUTI KHAND , GOMTI NAGAR , LUCKNOW . 226010 (A D IV IS IO N OF NAT IONAL ACADEMY OF DIRECT TAXES , NA GP U R) Tel: 0522-272062 8(A .O .), 212025 9/ 2720627(Admn.) , 0522-272 0461 / 2 720338 (Fax). Visit us Jt : www.nadt.gov.in 1

Upload: others

Post on 02-Nov-2019

5 views

Category:

Documents


0 download

TRANSCRIPT

M

SUPPLY OF

USE KEEPING ACATERI E ICES T

. .R.T.I., UCKN W

OPEN TENDER NO. 04DTRTI / LKO/ HOUSE KEEP ING/ 15-16(F. NO. RTIL/A.284/ VOL.IV/2015-16)

GOVERNMENT OF INDIAMINIST Y OF FINANe

DIRECT TAXES REGIONAL TRAININGINSTITUTE (D.T.R.T:!),

"PRAGYA", VIBHUTI KHAND,GOMTI NAGAR, LUCKNOW . 226010

(A DIVISION OF NATIONAL ACADEMY OF DIRECT TAXES, NAGPUR)Tel: 0522-2720628(A.O .), 2120259/ 2720627(Admn.) ,

0522-2720461 / 2720338 (Fax).Visit us Jt : www.nadt.gov.in

1

INDEX

I Section- /I3

4-56-1 7

Page No.Description

I Instructions to Bidders: Invitation to bidI Bid Reference

Section- /II

I Section- I

I Section

31-40

18-30Terms & conditions of contract andUndertaking by the Bidder

----------r-I-S-pe-c-if-ic-at-----'ionfo-r-s-er-v-ic-es-t-o-b-e------

rendered sco e of workSection - VI Technical Bid form 41-44Sectlon - VII Financial Bid Form 45-51Annexure -I Profile of the Or an ization 52Annexure- II I Formfor Performance Guarantee 53-54

I Annexure - /II

I Annexure- IV

Format of Tender ComplianceI ReportLetter of Authorization forAttend ing

I Bid 0 enin

55

56

2

DIRECT TAXES REG IONAL TRAINING INSTITUTE,(D.T.R.T.I.), "PRAGYA", VIBHUTI KHAND, GOMTI

NAGAR, LUCKNOW- 226010(A DIVISION OF NATIONAL ACADEMY OF DIRECT TAXES, NAGPUR)

Tel : 0522-2720628(A.O.), 2720259 12720627(Admn .),0522-2720461 /2720338 (Fax).Visit us at: www.nadt.gov.in

SECTION - I

(Bid Reference)

DOMESTIC COMPETITIVE BIDDING

(Through ca ll of open Tenders)

TENDER NO.04 DTRTI/LKOI HOUSE KEEPING 115-16 Dated : 03.12.2015

Name of Work IDescription of Services. Supply of House Keeping Services,

IDirect Taxes Regional Train ing Institute (DTRTI),Lucknow

Date ofAdvertisement 03.12.2015

Period of Saleof Bidd ing Documents 03.12.2015 to 11 .12.2015

Last Date & Time for receipt of Bid 117. 12.2015 at 15:00 HoursI

r

Date and Time of Opening of Bid

Placeof Opening of Bid

Officer fromwhom he tender documen scan be ob ained and towhom they canbe submitted

21 .12.201 5 at 16:00 Hours

-

IConference Hall,2nd Floor, Administrative Block, D.T.R.T.I,"PRAGYA", VIBHUTI KHAND,GOMTI NAGAR,

I LUCKNOW - 226010Administra ive Officer, D.T.R.T.I,"PRAGYA", VI BHUTI KHAND,GOMTI NAGAR,Lucknow - 226010.(Tel: 0522 - 2720628)

3

DIRECT TAXES REGIONAL TRAINING INSTITUTE,

"PRAGYA", VIBHUTI KHAND, GOMTI NAGAR,

LU CKN OW

SECTION -II

INVITATION FOR BID

TENDER NO. 04 DTRTI/LKOI HOUSE KEEPING 115-16 Dated: 03.12.2015

Direct Taxes Regional Training Institute, Lucknow, invi tes sealed bids through openTenders under the two-bid system from reputed contractors for the supply ofhousekeeping services, as specified in the bid document, for a period of one year for itsHos el Block & Administrative Blocks a the DTRTI , Lucknow. The Purchaser and theSupplier, by mutual consent may, however, extend the contract for a further periodof 12 months on the same terms and conditions. The scope of services to be providedis mentioned at Section-V of this bid document and perta ins to runn ing of the mess ,maintenance and house-keeping of the Hostel Block (which includes 22 double BedRooms, 41 Single Bed rooms , 2 VIP Suites, one Yoga room, one recreation room & 1sports room including the corridors, staircases and the areas adjunct to the saidstructu res) as well as services of tea , snacks and lunch etc. to Administrative Block. Itincludes certa in managerial services for managing the services above, including the Mess.

4

2. The bid document alongwith terms & conditions can be obtained on a written request

• with full address Administrative Officer, DTRTI at Administrative Block, DTRTI , "PRAGYA",

Vibhuti Khand, Gomti Nagar, Lucknow from 03.12.2015 to 11.12.2015 between 11.00am to 03.00 pm on all working days on payment of Rs.500j - towards the cost of bid

documents, through demand draft drawn in favour of "Sr. Accounts Officer, ZAO , CBDT,

Lucknow," payable at Lucknow.

3. Sealed quotations along with the Earnest Money Deposit (EMD) of Rs.15,000j - shou ld

be submitted in the office of the Adm inistrative Officer, DTRTI at Administrative Block,

DTRTI, "PRAGYA", Vibhuti Khand, Gomti Nagar, Lucknow latest by 17.12.2015 up to

15:00 hrs. The tenders will be opened on 21.12.2015 at 16:00 hrs. in the Conference

Hall , 2nd floor, Administrative Block, DTRTI , Lucknow. The earnest money deposit of

Rs.15,OOOj - should be remitted through demand draft favouring U Sr. Account Officer,

ZAO, CBDT, Lucknow" payable at Lucknow.

4. The complete bidding document is also ava ilable for viewing at our website:

www.nadt.gov.in

sdj ­Administrative Officer

Direct Taxes Regional Training Institute,Lucknow

5

SECTION -I II

INSTRUCTIONS TO BIDDERS

1. This Invitation for Bids is open to only those contractors who comply with all theminimum eligibility and qualification criteria mentioned below:-

a. The bidder must be a registered company/firm/society/ Department/proprietorsh iphaving appropriate registration certificate, from Competent authorities

b. The biddermustconfirm he is registered under all relevant statutoryacts including but notlimited to Provident Fund Act. A copy of the provident fund registration certificate, EPFcode mustbecalled for along with thetechnical bid.

c. The Applicant contractor Agency should employ the work force with him and all suchworkers should be employed with him. The applicant contractor should have duly verifiedthe character and antecedents of all such workers. The Contractor Agency should beregistered with the authority concerned of State or Central Govern ment, and should havevalid Service Tax and GST Numbers.

d. Bidder should be registered in India and providing Facility services as mentioned in scopeofwork.

e. Bidder shall have at least five years' experience in providing similar services. List ofclients and at leastthree work order should be attached.

f. The bidder should have minimum 25 Lakhs turnover peryear during last three financialyears in this line of business.

g. The biddershould have Service Tax registration number and PANnumber.h. The biddershould have ESI and PFregistration.i. Bidders should beregistered/es tablished in Lucknow.j. DTRTI may consider relaxation of any of the norms mentioned above if the bidders have

exemplary previous record on quality of service from the three existing customers of it.Th is is subject to actual verification of the credentials.

2. The Direct Taxes Regional Training Institute, Lucknow, hereinafter will be referred to asthe "Purchaser" and the successful bidder shall be referred to as the "Supplier"

3. The Bidder is expected to examine all instructions, forms, terms & conditions, andspecifications in the bidding documents. Failure to furnish information required by thebidding document or submission of a bid not substantially responsive to the biddingdocument in every respect will result in rejection of the bid.

4. The bidder is required to fill up the Profile of its Organization in the format given as perAnnexure - I of the Bid Document.

5. At any time prior to the deadline for submission of bids, the Purchaser may, for anyreason, whether at its own initiative or in response to a clarifica tion requested by aprospective bidder, modify the bidding document by a written amendment. Allprospective bidders who have given their mailingaddress at the time of obtaining the biddocuments, will bealso available in the NADT website www.nadt.gov.in.

6

prospective bidder, modify the bidding document by a wri tten amendment. Allprospective bidders who have given their mailing address at the time of obtaining the biddocuments, will be also available in the NADT website www.nadt.gov.in.

6. In order to allow prospective bidders reasonable time wi thin which to take theamendment into account in preparing their bids, the Purchaser, at its discretion , may

extend the deadline for the submission of bids.7. The bid prepared by the Bidder, as well as all correspondence and documents shall be

written in English/Hindi language.8. The bids are to be submitted in a sealed main envelop super scribed "Bid for House

keeping Services" two parts in separate sealed envelopes, super scribed "Technical

Bid" and "Financial Bid."9. The Technical Bid prepared by the bidder shall include the following:

(a) Full particulars of organizations where the contractor has supplied such services in thecurrent and three preceding Financial Years. (Self attested copies of the re levant work

orders to be enclosed).(b) Copy of the audited Balance Sheet, Profit and Loss Account of the bidder for the previous

three Financial Years (2013-14 to 2015-16).(c) A Certifiedphoto copy of the PAN card.(d) Copy of Sales Tax Registration Certificate / Service Tax Registration Certificate.(e) Information regarding any litigation, current or during the last five years in which the

bidder was / is involved, the opposite party(s) and the disputed amount.(~ Details regarding any work order that was abandoned at any stage, prematurely

terminated or resulted in inordinate delay along with reasons for the same (copies of

relevant documents to be enclosed).(g) Details ofsupport facilities to execute the order.(h) Information regarding the proceedings for bankruptcy, insolvency or winding up, if any, in

which the bidder is / was involved.

10. The Financial Bid shall comprise the price component for ail the services indicated inthASection- II I of the bid document. The price quoted by the bidders should indicate theamount of all appl icable taxes, wherever applicable. The prices once accepted by thePurchaser shall remain val id till the cu rrency of the contract. The Purchaser shall not

entertain any increase in the prices during the period.

7

11. Rates shall be quoted in Indian rupees only. If on opening the tender, the tendercommittee finds the financial bid envelop is unsealed or improperly sealed the completebid will be rejected and action taken to return the bids without further processing .

12. Overwriting/correction should be duly signed by the bidder a consolidated rate should bequoted along with its break up showing various items of charge. The bidder has tocomply with the provisions of the Minimum wages Act of State or the Centre, whicheveris higher, in respect of all employees engaged. The rates quoted shall be firm and final.The rates should be quoted in figures as well as in words and should be inclusive of allcharges, surcharges, taxes, duties etc. whatsoever. DTRTI holds no liabili ty to increasethe rates after their acceptance due to any reason whatsoever except when wages arerevised statutorily by the Govt. Compliance report of acceptance cl terms and conditionsincluding manpower and material deploymen ma rix are in ANNEXURE- III.

13. Bids shall remain valid for 120 days after he date of bid open ing prescribed by thePurchaser. A bid valid for a shorter period shal l be rejected by the Purchaser asnon-responsive.

14. In exceptional circumstances, the Purchaser may solicit the Bidder's consen for

an extension of the period of valid ity. The request and the responses thereto shall

be made in writing. A Bidder may refuse the request without forfeiting its EMD. ABidder granting he request will not be requ ired nor permitted to modify the bid.

15.Any attempt at influencing the evaluation of the tender will cause the bidder to beexcluded frcrn cons ideration .

'16. The bidder signing the tender should clearly specify whether he is sign ing as soleproprietor, partner, under power of a torney or as director/Manager/Secretary etc. as thecase may be. Copies of the document authorizing the signatory to sign the ender

17. On behalf of such company/firm and persons should be attached with the tender and itshould be established in Lucknow.

18.Seal ing and Marking of Bids:

(8) TilG Technical Bid along w!th EI00 instrument should be placed in one sealedenvelope super-scribed 'Tecnnice! Bid'. The Financial Bid should be kept in aseparate sealed envelope super-scribed 'Financial Bid', Both the envelopesshould then be placed in one single, sealed envelope super-scribed 'Bid forHousekeeping services" and should be addressed to the Administrative OfficerDirect Taxes Regional Training Institute, Lucknow. The bidder's name. telephonenumber and complete mailing address should be indicated on the cover of theouter envelope.

8

(b) Both the inner envelopes super-scribed Techn ical Bid and Financial Bid shouldhave the name and address of the bidder so that if required, they may be returnedto the bidder without opening them.

(c) If the outer and inner envelopes are not sealed and marked as required, thePurchaser will assume no responsibility for the bid's misplacement or prematureopening.

If for any reason, it is found that the Technical Bid reveals the Financial Bid related detailsin any manner whatsoever, or, the Financial Bid is enclosed in the envelope super­scribed, "Technical Bid", the Bid document will be summarily rejected in the firstinstance itself

(d) All the Bid documents submitted should be serially page numbered and containthe table of contents with page numbers.

19. Dead line for Submission of Bids:

(a) Bids must be received by the Purchaser at the address specified not later than thetime and date specified in the Invitation for Bids. In the event of the specified datefor the submission of Bids being declared a holiday for the Purchaser, the Bids willbe received up to the appointed time on the next working day.

(b) The Purchaser may, at its discretion, extend this deadline for submission ofbids byamending the bid documents in which case, all rights and obligations of thePurchaser and Bidders previously subject to the deadline will thereafter be subjectto the deadline as extended.

(c) Any bid received by the Purchaser after the deadline for submission of bidsprescribed by the Purchaser in the bid document will be rejected and returnedunopened.

20. Modifications and Withdrawal of Bids:

(a) The Bidder may modify orwithdraw its bid after the bid's submission, provided thatwritten notice of the modification or withdrawal is received bythe Purchaser prior tothe deadline prescribed for submission ofbids.

(b) The Bidder's modification or withdrawal notice shall be prepared, marked anddispatched in a sealed envelope. A withdrawal notice should be through a signedconfirmation by the bidder. The Purchaser should receive it before the deadline forsubmission ofbids.

(c) Bid withdrawn in the intervening period of the deadline for submission of bids andthe expiry of the period of bid validity specified by the Bidder on the bid form willresult in the Bidder's forfeiture of its EMO.

9

21. Open ing and Evaluation of Techn ical Bids:

(a) The Tender Committee appointed by the Purchaser will open all Technical Bids inthe first instance on the appointed date, time and venue.

(b) During evaluation of the bids, the Purchaser may, at its discretion, ask the Bidderfor clarification of its bid. The request for clarification and response shall be inwriting.

(c) No bidder shall contact the Purchaser on anymatter relating to its bid from the timeof the bid opening to the time the purchase order is placed. If the Bidder wishes tobring additional information to the notice of the Purchaser it should be done inwriting. However, all bidders are strongly advised to furn ish all material informationin the bid itself.

(d) Any effort bya Bidder to influence the Purchaser in its decisions on bid evaluation,bidcomparison orpurchase order decision will result in rejection of the bid.

(e) The results of the evaluation of the Technical Bids along with the date of openingof the Financial Bids will be communicated in writing to the qualifying bidders. Theunsuccessfulbidders will be notified separately.

mthe presence of bidders or their authorized representatives who wish to be present at thetime of opening of bids on due date. Authorization letter to th is effect shall be submittedby the bidder before they are allowed to participate in bid opening (Format is given inANNEXURE·IV) In the event of the date being a closed holiday, the tender wou ld beopened on the next working day at the same time. Unsealed tenders shall neither beopened nor considered

22. Compliance and Deta ils

Compliance Report on all the terms and conditions of the contract must be submitted bythe bidderas per the ANNEXURE·1I1

23. Opening and evaluation of Financial Bids:

(a) The Purchaser will open the Financial Bids of bidders whose technical bids havebeen accepted.

(b) Arithmetical errors will be rectified on the following basis:- If there is a discrepancybetween words and figures, the higher of the two shall be taken as the bid price. Ifthere is any other discrepancy, the figure leading to the determination of the higher

10

_1'

amount shall be adopted. If the bidder does not accept the correction of errors, asaforesaid, its bid will be rejected.

24. The Purchaser shall make the contract payment as per the payment schedulementioned below:

(a) Monthly bills submitted in duplicate by the Supplier for the work executed inthe preceding month, shall be paid within 21 days of submission of billscomplete in all respects. No advance payments shall be made.

(b) The bills submitted by the Supplier should include requisite proforma dulyfilled in, certified by the designated authority, as specified by the Purchaser,stating satisfactory performance of the job, for releasing the payments. TheSupplier will maintain proper record of all statutory payments made by it,and will be required to produce immediately the same to the satisfaction ofPurchaser, whenever asked for.

(c) If at any time during currency of JOB, the SCOPE OF WORK for which thisjob has been awarded is reduced / abandoned, the payment / value of thisjob order shall be reduced on pro-rata basis by the Purchaser and would bebinding on the Supplier.

(d) No escalation of price whatsoever would be allowed during the pendency /currency of the contract.

25. The Purchaser reserves the right to accept or reject any bid , and to annu l the biddingprocess and reject all bids at any time, without thereby incurring any liabili ty to the affectedBidder or Bidders or any obligations to inform the affected Bidder or bidders of thegrounds for the Purchaser's action.

26. The Purchaser will award the contract to the Bidder whose bid has been determined tobe the most responsive to the Bidding Document and who has offered the best-evaluatedbid, with in 30 days of the opening of the Financial Bid .

27. The "bidder" as used in this document shall mean the one who has signed the tenderdocument forms . He may be either the Principal Officer or the duly authorizedrepresentative in which case, the bidder shall submit a certificate of authority. Allcertificates and documents (including any clari fications sought and any subsequent

11

correspondences) shall, be furn ished and signed by such representative or the PrincipalOfficer.

28. The Bidder shall sign its bid with the exact name of the concern to wh ich the contractis to be awarded.

29. The Bid document filed by the bidder shall be typed orwritten in indelible ink.

30. In case the Bid document submitted has deviations from the specifications or termsand conditions prescribed, the Bidder shall describe them in the Technical Bid coversseparately and prominently (even though the deviations may not be material). It must beensured that the price related deviations are not indicated in the Technical Bid cover inany manner. The Purchaser reserves the right to reject the bid having deviations from theprescribed terms and conditions.

31. It will be the sole respons ibility of the bidder alone to execute the entire contract on itsaward .

32. Prior to the submission of Bid, the Bidder I authorised representative shouldpersonally inspect the individual rooms at the Purchaser's premises at Lucknow athis own cost and under prior intimation. Th is is necessary to enable the bidder togather all information so as to facilitate the bidder to accurately prepare the Bid aftertaking into consideration all the relevant factors . Submission of the bid will , therefore, beconsidered as meeting the requ irements of having fu lly read and understood the tenderdocument and the scope of work prescribed therein and expected from the Supplier.

33. The contract shall be deemed to have been concluded in Lucknow for purposes andtherefore, the Courts of India at Lucknow alone will have exclusive jurisdiction todetermine any unresolved dispute in relation to th is contract.

34 . It will be mandatory for all the prospective bidders to bid for all the items specified inSection-V of the bid document.

35. The Purchaser at its discretion may exercise an option to place order on thesuccessful tendered to supply the services in part. The Purchaser shall exercise th is

12

- - - ------ - - - - - - - - - - -----

option not later than 30 days of the open ing of the financial bid. The tendered shall, at hisoption, agree to the above, in writing within 15 days of the wri tten offer by the Purchaser.

36. Making misleading or false representation in the bid document will lead todisqualification of the Bidder atany stage.

37. Where the bid has been signed by the Authorized Representative on behalf of theconcern , the bidder shall submit a letter of authorization for attending Bid open ing formais given in Annexure-1 6. The authorization letter shall be submitted by bidder before theyare allowed to participants in bid opening . Purchaser may outright reject any bid notsupported by such letter of the signatory's authority. Read and accepted.

38. The manpower and materials requirement to carry out the integrated facilitymanagement services have been scient ifically calculated combined withDTRTl 's year long experience in the campus . The same is tabulated in thetechno-financial bid in Annexure-15. In case the bidder's calculation is invariance with this working , then the same will have to be commun icated duringthe pre-bid meeting with proper justification. The bill of quantity, if foundacceptab le, will then be suitably modified and commun icated then and there orbye-mail provided by the bidders .

39. Acceptance of Tender

a. DTRTI is not bound to accept the lowest bid. DTRTI reserves the right toaward the work to more than one agency depend ing upon exigenciesand requirements.

b. DTRTI reserves the rights to accept one or more bids in part or in full orreject all bids without assigning any reasons thereof .

c. DTRTI reserves the right to disqual ify such bidders who have a record ofnot meeting the cont ractual obligations against earlier contracts enteredinto with DTRTI , or with any central or state government.

d. DTRTI reserves the right to award the work on exper imenta l basis for aperiod of not less than 2 weeks and not more than 12 weeks , to see andevaluate the performance of the bidder , before forma l award of thetender. The bidder will do the work as per the terms and conditions ofthe tender.

e. Notwithstanding anything conta ined in DTRTI may award the work orderto the successful bidder immediately on open ing of the Financia l bid.The work order will be issued in writing and commun icated through e­mail as provided by the successfu l bidder and sent by post to theaddress as provided in the tender document.

13

f. The timelines for submission of 'Performance Security' and start ofservice will commence from the date of receipt of communication ofsuccessful bid.

40. Start of services

Start of serv ices shall be made by the successful bidder immediately onreceipt of work order with starting strength and within 10 days with fullstrength of staff from the date of award of contract. The payment duringthis startup period will be based on actual manpower and consumablesemployed .

41 . Relationship with employees

a. Near relatives of all Income Tax Department employees either directlyrecruited or on deputation are prohibited from participation in tenders andexecution of works . In this regard certificate should be given .

b. For the scope of this tender near relations are defined as under

(i) Member of Hindu Undivided Family(ii)They are husband and wife.(iii) The one is related to the other in the manner as father, mother, sons(s) &son's wife (daughter in law), Daughter(s) & daughter's husband (son-in-law),brother (s) & brother's wife, sister (s) & Sister's husband (brother in-law).

42. Delays in Contractor PerformanceStart of services shall be made by the successful bidder in accordance with thetime schedule specified in the work order . In case the service is not started onthe stipulated date as indicated in the work order , DTRTI reserves the right tocance l the work order and/or recover liquidated damage charges . Thecance llation of the work order shall be at the risk and responsibility of thesuccessful bidder and DTRTI reserves the right to award the work at the riskand cost of the defaulting successful bidder.

43. Penalty

In case of breach of any conditions of the contract and for all types of lossescaused by the successful bidder , DTRTI shall levy penalty and makedeductions as deemed suitable or as specified in the contract, and deduct thesame from the bills preferred by the successful bidder.

14

44. Labour Regu lations

The successful bidder shall obtain a valid labour licence under the ContractLabour (R&A) Act 1970 and the Contract Labour (R&A) Centra l Rules 1971,before commencement of the work a copy of which shall be submitted toDTRT !. He shall cont inue to have a valid license unt il the comp letion of work.The contractor shall also abide by and comp ly with the provisions of the ChildLabour (Prohibition and Regulation) Act 1986, Payment of Wages Act 1936,Minimum Wages Act 1948, Employees Liability Act 1938, Workmen'sCompensation Act 1923, Indust rial Dispute Act 1947, Matern ity benefits Act1961 and Apprentices Act , 1961 or the modificat ions thereof or any other lawsrelating thereto and the rules made there under from time to time. Thesuccessful bidder is fully respons ible to observe the above laws as amendedfrom time to time in regard to his employees and compensation and otherbenefits/risks in relation to employees to be engaged by him. Provisions of EPFand Misc. Provisions Act 1952 & Employees Provident Fund Scheme 1952shall be observed by the successfu l bidder in respect of labourers/employeesengaged by them for performing the works of DTRTI .

45. SAFETY REGULATIONS

During the execution of work, unless otherwise spec ified , the success ful biddershall at his own cost provide the materials for and execute all work necessaryfor the stability and safety of all equipment, structures, excavat ions and worksand shall ensure that no damage, injury or loss is caused or is likely to becaused to any person or property. The successful bidder shall be respons ible totake all precautions to ensure the safety of the property whether of public orDTRTI property and shall post such lookout men as may in the opinion of theofficer in charge be requ ired .

46. Extens ion and Termination of Contract

The DTRTI reserves the right to terminate the contract in part or in full at anytime with one month's notice without assigning any reasons thereof for whichno letter of reason/explanation can be sought for by the successful bidder. TheDTRTI will also have the right to extend this contract on the same rates, termsand conditions at one time or in spells of lesser time period up to a cumulativemaximum period of six months or till an alternate arrangement is madewhichever is earlier . Any furthe r extens ion on the same rates, terms andconditions will be mutually agreed upon.

47.Terminat ion for default

15

J

The DTRTI may, without prejud ice to any other remedy for breach of contract,by written notice of defau lt sent to the successful bidder terminate the contract,

a. If the successful bidder fails to provide the services as per the terms andconditio ns of this contract on the dates and on the specified times asrequisitioned by DTRTI.

b. If the successfu l bidder fails to perform any other obligations (s) under thecontract.

c. If the successful bidder, in either of the above circumstances does notremedy his failure within a period as authorized by DTRTI in writing afterreceipt of default notice from DTRTI.

d. In the event of termination of contract in pursuant of above Para-2.21 theDTRTI may take the same services upon such terms and manner as itdeems appropriate and the successful bidder shall be liable to DTRTI forany excess cost for the said service during the remaining period for whichcontract is terminated.

48. Termination for insolvency

DTRTI may at any time terminate the contract by giving written notice to thesuccessfu l bidder without compensation to the successful bidder if thesuccessfu l bidder becomes bankrupt or otherwise insolvent as declared by thecompetent court provided that such termination will not prejudice or affect anyright of action or remedy, which has accrued, or will accrue thereafte r to theDTRTI.

49. Sub-contracting and post agreement conditions

The successfu l bidder shall not be permitted sub-contract any of the services.Relaxation of this clause will be considered only with respect to certainspecialized works . However, without prior written permission of the DTRTI nosuch subcontracting is permissible.

OTHER CONDITIONS

a. It will be the duty of the service provider to bring to notice of the officer in­charge at DTRTI immediately as and when such damages, loss, pilferage ,thefts etc occur and act according to his/her instructions. Failure to bringto the notice of the Officer-in-charge would attract a penalty of RS.1DO/­per day per incident and also recovery of cost of such damaged , lost,pilfered, stolen etc irrespective of who had committed the offence .

16

---------- ---

b. Service provider will be responsible for minor repa ir works to all plumb ingand sewage lines and rect ify such defects on top priority. Cost of anymateri al replacement if any will however be borne by the DTRTI providedprior approval has been obta ined from the Officer in-charge.

c. Complaint Register A comp laint register will necessarily be kept at theReception of hostel & adm in block and canteen for registering comp laintsof the trainees and the DTRTI personnel with regard to any aspect of theserv ice provided by the successful bidder. The compla int register needs tobe signed by the supervisor I manager I receptionist emp loyed by thesuccessful bidde r on daily basis. The complaints shall be attended toimmediately in consultation with the officer in charge.

PERFORMANCE APPRAISAL:

a. The performance shall be reviewed by Officer-in-Charge at DTRTIthrough performance appra isal system once in two months [As perANNEXURE-II. If the performance level reduces below 70%, then theagency's performance shall be reviewed on month ly basis for next 03[Three] months .]

b. On monthly rev iew , if the performance level is not improved forsubsequent TH REE months, then the said contract is liable forCANCELLATION at risk and cost of the serv ice prov ider.

c. The payment to the agency shall be released based on satisfactoryperformance level. However, when it falls below satisfactory perfo rmancelevel , payment shall be released with warn ing to improve theirperformance as per requirement stipulated to achieve satisfactoryperformance level.

Signature and stamp of

Bidder or Authorized Signatory

17

SECTION - IV

TERMS & CONDITIONS OF CONTRACT

1. No alteration shou ld be made in any of the terms and conditions of the biddocument by scoring out. In the submitted bid , no variation in the conditions shallbe admiss ible. Bids not complying with the terms and conditions listed in thissection are liable to be ignored.

2. A sum of Rs.15,OOOI- (Rupees Fifteen Thousand only) must be deposited asEarnest Money Deposit (EMD) through Bank Draft in favour of Sr.Accountofficer,Zonal Account officer,Lucknow &must accompany the technical bid inthe sea led envelope without which the Bid will be rejected. The said amount will beforfeited, if the successful tenderer fa ils within the time fixed by the Purchaser tosign the contract on terms contained in the bid document. The earnest money ofthe successful Bidder will be refunded after the furn ishing of val id PerformanceGuarantee. For the other Bidders, the Earnest money instrument will be returnedwithin 10 days of the completion of the financial evaluation by registered post. Nointerest will be payable on th is deposit.

3. The successfu l bidder will be requ ired to deposit a Performance Bank Guarantee@ 10% of the value of the contract as security for due fu lfi llment of the contract.The Bank guarantee shou ld be executed in the proforma in Annexure-II. It shouldbe valid till the expiry of 14 months period after the date of placing the order by thePurchaser. The bank guarantee must be submitted with in 10 days from date ofissue of supply order. The security shall be liable to forfeiture in the event of anybreach or non-observance of the terms of the contract by the bidder. Thisperformance bank guarantee will be in addition to the security mentioned in para 2above. The performance bank guarantee will be renewed by the Supplier ifcontract is extended.

3A. Every bidder shall also pay Rs . 5001- towards cost of the bid document by way of a

demand draft in favour of "Sr.Account Officer, ZAO, CBDT" Lucknow. All those

bidders who have downloaded the bid from the website shall ensure that the cost of the

bid documents through the demand draft (as specified in section II) is also placed in the

18

cover containing the techn ical bid . Any bid for wh ich the cost of the bid document has not

been paid as mentioned in Section II , shall be summarily rejected.

4. The successful bidder will be required to provide to the Purchaser a documentary

proof of Registration with the Labour Commissioner having jurisdiction over the erritory in

which services are sought to be provided by the Supplier under this contract, along with

any approval /other order of such Labour Commissioner that the Supplier may be

requ ired by any Law or Act in force at the time of the award ing of the contract to the

Supplier. In case the Supplier is exempted from obtain ing such Reg istration or approval or

other order from the Labour Commissioner, it will be requ ired to produce an Affidavit duly

signed by the Principal Officer or the Authorised signatory on behalf of the Supplier that is

it is so exempted or not required to obtain any such Reg istrationor approva l or other order

from the Labour Commissioner having jurisdiction over the territory in which services are

sought to be provided by the Supplier under this contract.

5. No bid will be considered unless and until all the pages / documents comprising he

Bid are properlysigned and stamped by the person/s authorized to do so.

6. In the event of bid being accepted, the quotations will be converted into a contract,

which will be governed by the terms and conditions given in the bid document. The

instructions to bidders shall also form part of the contract.

7. The terms and conditions of contract given in Section-IV along with the

Instructions to Bidders (as given in section III) should be signed and returned in the

envelope marked as 'Technical Bid', otherwise the tender will be rejected.

8. All above conditions will be enforced , unless wri t en order of Purchaser is obtained

relaxing any specific condition in any specific instance.

9. The Purchaser does not bind itself to accept the lowest tender.

19

10. Any change in the constitution of the concern of the Supplier shall be notified

forthwith by the Supplier in writing to the Purchaser and such change shall not relieve any

former member of the concern from any liability under the contract. No new person shall

be accepted into the concern by the Supplier in respect of this contract unless he/they

agree to abide by all the terms and conditions of the contract.

11 . The Supplier acknowledges that he has made himself ful ly acquainted with all the

conditions and circumstances under wh ich the supplies requ ired under the contract will

have to be made or furn ished and the terms , clauses and conditions, specifications and

other details of the contract and the contractor. The Supplier shall not plead ignorance on

any matter as an excuse for deficiently in service or fa ilure to perform or with a view to

asking for increase of any rates agreed to the contract or with a view to evad ing any of his

obligations under the contract.

12. In the event of the Supplier fa iling to fu lfill or committing any breach of any of the

terms and conditions of th is contract; or if the Supplier or his agents or employees are

guilty of fraud in respect of the contract or any other contract entered into by the Supplier

or any of his partners or representatives thereof with the Purchaser; or if the Supplier or

his agents or employees attempt to ordirect or indulge in giving , promising or offering any

bribes, gratu ity, gift, loan perqu isite, reward or advantages pecun iary or otherwise to any

person in the employment of the Purchaser in any way relating to such officers or person

or persons, office or employment; or if the Supplier or any of his partner become insolvent

or applies for relief as insolvent debtor or commence any insolvency proceedings or

makes any composition with his/their cred itors or attempts to do so; or if at any time during

the pendency of the contract, it comes to the notice of the Purchaser, that the Supplier has

misled it by giving fa lse/incorrect info, then without prejudice to the Purchaser's right and

remedies otherwise, Purchaser, shall be entitled to terminate th is contract forthwith , in

cash the bank guarantee and to blacklist the Supplier and purchase or procure or arrange

otherwise at the Supplier's risk and at the absolute discretion of the Purchaser, as regards

20

the manner, place and time of such purchases. The cost of such supplies, together with all

incidental charges or expenses, shall be recoverable from the Supplier on demand.

13. In any question, difference or objection whatsoever that may arise in any way

connected with or arising out of th is instrument or the meaning or operation of any part

thereof, or the rights, duties or liabili ties ofeither party, then , save in so far as the decision

of any such matter as hereinbefore provided for and has been so decided, every such

matter including whether its decision has been otherwise provided for and/or whether i

has been fina lly decided accord ingly or whether the contract shou ld be terminated or has

been rightly terminated in whole or part and as regard the rights and obligations of the

parties as the result of such termination, shall be decided by the Purchaser and the

decision shall be final and binding on the Supplier.

14. The Supplier will be responsible for the conduct of all workers deployed by it and

will be legally liable for any harm or loss arising to any person whomsoever, in whatever

form, from any misconduct or any act of negligence, omission or commission, whether

intentional or otherwise, of the Supplier or any of the workers / subcontrac ors / agents /

any others deployed by the Supplier in the course of providing any services stated in this

contrac , and will bear fu ll responsibility and cost of the same. The Purchaser will not be

liable for any loss or harm to any person with in or outside the DTRTI, Lucknow campus

from any act of omission or commission of any of the workers / subcontractors / agents /

any others deployed by the Supplier in the course of provid ing any services stated in this

contract.

15. The Purchaser shall not be liable for any compensation, claimor damages ec. due

to any accident, injury or harm to any person deployed by the Supplier or death due to

accident or otherwise, which may arise out of any circumstances related or unrelated with

their duties at DTRTI, Lucknow. The Purchaser shall be indemnified by the Supplier for all

such claims.

16. Without prejudice to the preceding term of contract, the Supplier will be liable 0

reimburse the Purchaser of any cost or legal liability / penalty / fine imposed on the21

Purchaser by any authority, because of any misconduct or any act of omission or

commission, whether intentional or otherwise, of the Supplier or any of the workers /

subcontractors / agents / any others deployed by the Supplier in the course of providing

any services stated in this contract

17. After the award of contract, the Supplier shall be on trial for two months,

subject to fortnightly review of performance, and the continuance of the contract

for the remaining period shall be subject to the satisfactory performance during the

trial period.

18. The Supplier shall be solely responsible for compliance with all the statutory

laws/rules/regulations such as those concern ing PF, ESI, Labour laws, Minimum wages ,

etc. The Purchaser shall not be liable for any contravention/non-compliance on the part of

the Supplier. Any contravention/non-compliance on the part of the Supplier wou ld be

construed as a sufficient ground for termination of the contract at the discretion of the

Purchaser. Not wi thstanding this , in the event of the Purchaser visited with any

penal ty/fine etc., by any agency/authority due to the non compl iance/con travention on the

part of the Supplier to any statutory laws/rules/regulations etc., the Purchaser reserves the

righ to recover such fine/penalty etc., from the Supplier by way of recovery from the bills

raised by the Supplier or by any other means.

19. The Supplier will ensure that no person deployed by it indulges in smoking,

drinking alcohol, chewing paan, tobacco etc. or unnecessarily loitering in the premises

without work. If any person deployed by the Supplier is found to be indulging in these

activities , a penalty of RS.1 00 per person per incident will be leviable by the Purchaser,

which will be intimated by the Purchaser to the Supplier within 3 days of the incident, and

deducted fromthe monthly paymentof the Supplier.

20. The Supplier shall promptly replace any person deployed by it, who is found to be

medically unfit, or not maintain ing adequate personal hygiene, or whose behaviour is

found to be not courteous or who is otherwise found to be unfit for working within the

DTRTI Campus or unfit for being deployed for these services by the Purchaser. In case22

Supplier fails to remove or replace such person beyond three days after the request of the

Purchaser to replace him, a penalty of Rs . 100/- per day per such person will be leviable

by the Purchaser, which will be intimated by the Purchaser to the Supplier within 3 days of

the incident, and deducted from the monthly payment of the Supplier.

21 . A penalty of upto Rs. 100/- per day per room / corridor / Lounge will be leviable by

the Purchaser for every incident where cleaning is not done according to the terms and

conditions prescribed in the contract, which will be intimated by the Purchaser to the

Supplier within 3 days of the incident, and deducted from the monthly payment of the

Supplier.

22. The Purchaser may discontinue the contract at any point of time, by giving a notice

at least 30 days before the intended date of discontinuation , and will not be liable to any

additional charges orcompensation payable to the Supplier or any other person.

23. The Supplier may discontinue the contract the contract at any point of time,

by giving a notice at least 60 days before the intended date for discontinuation , but

will forfeit its performance guarantee submitted by it in that case. In case of

discontinuation without a notice or a notice less than 60 days prior to the intended date of

discontinuation, the Purchaser will have the right to claim damages, and recover them

from the payments due to the Supplier or by any other means , in addition of forfeiting the

performance guarantee of the Supplier.

24 . On the expiry of the contract, the supplier shall handover all the articles in good

condition , which were entrusted to it. The Performance Bank Guarantee will be released

by the Purchaser on the expiry of the contract only if the Purchaser is fully satisfied that all

the articles have been handed over to the Purchaser and the equipment and property

under the maintenance of the supplier have not been damaged. In case of any damage to

the articles , equipment or property under the maintenance of the supplier, an amount

equivalent to the damages will be intimated by the Purchaser and will have to be paid by

the Supplier before the Performance Bank Guarantee is released . In case of delay of

23

24

more than 15 days in payments , the Purchaser may, at its discretion, recover the same

amount out the Performance Bank Guarantee furn ished by the Supplier.

25. The supplier or anybody else on his behalf shall not use the premises of the DTRTI

Lucknow, directly or indirectly for any other business or activities related thereto. Any

items required to be moved outside the DTRTI's premises shall be permissible only after

proper gate pass from the prescribed authority has been obtained . Any infringement of

this conditionwill entail penal consequences including the termination of contract.

26. The Contractor shall be duty bound to obtain and possess all the statutory

registrations, licenses, permissions, approvals etc. from the Competent Authorities for

providing required services as per the terms and conditions of the contract and furnish the

copies thereof to the DTRTI as and when required. In case the contractor fails to do so ,

the contract shall be terminated .27 . The contractor agrees and undertakes to bear all taxes , rates , charges, levies or

claims whatsoever as may be imposed by the State/Central Govt. or any local body or any

other authority.28. The Contractor shall be responsible for any damage to the land & buildings,

equipments, furniture & fixtures, vehicles, other items and articles within the DTRTI

premises if such damage in the opinion of the Institute is due to negligence or

carelessness or any fault on part of the contractor or its employees or workers or agents

and Contractor shall be liable to pay to the DTRTI such amount in respect of such damage

as may be assessed by DTRTI .29 . Without prejudice to the preceding term of contract, the contractor will be liable to

reimburse the DTRTI any cost or legal liability I penalty I fine imposed on the DTRTI by

any authority , because of any misconduct or any act of omission or commission of the

contractor or any of the workers / subcontractors / agents / any other persons deployed by

the contractor.30 . The DTRTI shall make the contract payment as per the payment schedule

mentioned below:

(i) Monthly bills complete in all respects submitted by the contractor, will normally be

paid within 30 days ofsubmission. No advance payments shall be made.

(N) Following deductions/adjustments shall be made from the bills before making the

payment:

a. Income Tax deduction atsource as per statutory provisions.b. The amount equivalent to any damages / loss etc. caused to OTRTI which is

attributable to the contractor, andc. Any other charges (penalties and other deductions etc. ).

31. Any change in the constitution or ownership of the concern of he contractor shall

be notified forthwith by the contractor in writing to the DTRTI and such change shall not

relieve any former member of the concern from any liability under the contract. No new

person shall be accepted into the concern by the contractor in respect of this contract

unless he/they agree to abide by all the instructions and terms and conditions of the

contract.

32. Any change in Manage/StafflWorker of the contractor must be informed to the

Administrative Officer of the Institute immediately.

33. The DTRTI reserves the right to reject any particu lar Manager / Staff employed by

the Contractor without assigning any reason thereof. Such staff will have to leave the

campus at short notice and will be replaced by the suitable substitute. The Contrac or

shall furn ish a detailed list of his employees along with their addresses, photo identi ty

proof to the Administrative Officer of the Insti tute.

34. The personnel /other workers of the contractor shall have no right to stay in the

campus beyond their duty hours.

35. The EMD (i. e. Rs.15,OOO/-) submitted by the Contractor wi th the pre-qual ification

bid , wou ld be held by the Institute as Security Deposit and shall be refunded upon

furnishing the performance band guarantee and signing the contract. No interest shall be

payable by the Institute on EMD.

25

----------------- - - - - - - - - - - - - --

36. If the contractor fa ils to deploy requ isite number of employees as per the terms of

the contract or their staff is found missing , the Institute shall impose a penalty of RS .500/­

per person per day for short deploymentofstaff.

37. The Insti tute shall have the right to withhold any reasonable sums from the

amounts payable to the Contractor under th is contract, if the Contractor commits breach of

any of the terms and conditions with regard to payment of all statutory and other dues or

compliance with statutory orother obligations.

38. This agreement shall be in force only for a period of one year from the date of

execution of the contract and may be extended for a further period of maximum twelve

months at a time after a review of Contractor's performance at the sole discretion of the

DTRTI on the same terms and conditions.

39. In the event of instances of the gross misbehavior, theft, burg lary, moral, turpitude,

misuse of the occupied area, breach of contract, unsatisfactory services etc. by the

Contractor or by any staff/agent of the Contractor, the DTRTI may forthwith terminate this

Contract summarily without previous notice to the contractor and Contractor shall have no

claim whatsoever against DTRTI or any of its officers in consequence of such termination.

40. In case the Contractor ass igns or sub-contracts th is contract to some other person

or attempts to do so, the Institute shall have the right to terminate the agreement without

giving any notice to the contractor.

41 . The DTRTI shall have the right to unilaterally terminate the contract without

speci fying or assigning any reasons for the same, by giving one month's notice to the

contractor. In such a case the DTRTI shall retu rn the performance guarantee to the

contractor within ten days after termination of the contract subject to the clearance of any

damages due upon the contractor and vacation of the premises.

42. On termination of contract by the Institute for any reason whatsoever, the Institute

shall be entitled to engage the services ofany other person, agency or Contractor to meet

the requirements without prejudice to its rights including cla im for damages against the

Contractor.26

43. The Performance Bank Guarantee will be released by the DTRTI on the expiry of

the contract only if all the articles have been handed over to the DTRTI and the equ ipment

and property under the security of the Contractor have not been damaged. In case ofany

damage to the articles, equipment or property attributable to contrac or, an amoun

equivalent to the damages will be intimated to the contractor and will have to be paid by

the contractor before the Performance Bank Guarantee is released. In case of delay of

more than 15 days in payments , the DTRTI may, at its discretion, recover the same

amount from the Performance Bank Guarantee.

44. The Contractor shall co-operate with the other Contractors/service providers and

their workers working in the campus .

45. All disputes arising out of this contract shall be subject to the jurisdiction of Courts

of Lucknow District.

46. However, no dispute shall be taken by either of the parties to the contract, to any

court of law without first referring it to an arbitrator, who will be appointed by the Director /

Commissioner, DTRTI Lucknow and any decision of the arbitrator will be final and binding

on both parties , and shall not be appealable in any court of law, except on the grounds of

malafide or perversity.

UNDERTAKING

INVe have read and understood all the terms and conditions in all sections of the bid

document. I/we hereby quote for supply of the house keeping services specified in the

Section-III of the bid document as set forth in the terms and conditions of the contract

wh ich will be binding upon me/us in the event of the acceptance of my/our tender.

27

INVe herewith enclose deposit for a sum of Rs . 15,000/- as earnest money and should

I/we fail to execute an agreement embodying the said conditions and deposit Performance

Guarantee in the proforma given in th is bid document within 10 days of the acceptance of

my/ou r tender, I/we hereby agree that the above sum of earnest money shall be forfeited

by the Purchaser.

Read and accepted.

Signature and stamp of the Bidder

or Authorised signature

Date:

Place:

IN WITNESS THEREOF the parties have here-into set their hands on the dates indicated

below:-

1. (In the case ofa firm)

Signed By The Above Named Firm Of _

Through partner of the firm.

Signature( Name &Address )

28

2. (In the case ofa company)

The seal of the Company, Limited, was affixed by the

virtue of the resolution of the Board No. Dated---------

___ __ the Day of 200_

Secretary's Signature _(i) Date _

(in either case) in the presence of

1. Signature: _

Address : _

Description: _

2. Signature: _

Address: _

Description; _

29

Signed by; _

Signature by: _

On behalf ofCommissioner, DTRTI,Lucknow.

( The Purchaser)

30

SECTION - V

SCOPE OF WORK

Specification of services to be rendered

The scope of services to be provided consists of running of the mess and maintenanceand housekeeping of hostel block which consist of hostel rooms , VIP Suits includingrecreation rooms , attached toilets , lobby, dining hall and kitchen, store room, living areaadjacent to these specified structure. The house keeping services are required on allthe days of calendar month in the Hostel work & Guest House as per the scope of work.It includes certa in managerial service for managing the services above as well asservices provide to Administrative Block.

The services requ ired to be carried out by the Supplier are given in the paragraphsbelow, which are only indicative and not exhaustive. The services expected from hesupplier agency shou ld be of the highest standards as indicated in the followingparagraphs. The Supplier shall have suitable staff deployed for th is purpose, his ownsystemofsupervision and management, and shall have to furn ish the details of he sameto the purchaser on the commencement of the services.

A. Human Resource

1. The following number/qualification/experience of employees will have to bedeployed by the Contractor for Housekeeping Services:, the supplier can deploymore employees it we feels it necessary for rending good qual i y services :-

Category of No. of Minimum Qualif icat ion Exper ienceWorker workerManager 02 3Years Diplomain Hotel Management OR MBA 3 Years

Reception ists 03 High School [working knowledge of 3 YearsEnglish &Hindi lanquaqes].

Cook 02 High School [Diplomain anyfood 3 Yearspreparation Course!

Cook Helper I 03 Class-VIII [having experiencein such kind 1YearAssistant of servicesI

Waiter 06 Class-VIII [having experiencein such kind 1Yearof servicesI

Sweeper 01 High School 1YearSupervisor

31

Sweeper/Cleaner 07 Class- V 1 Year

1. All the employees shou ld be in between 21 to 50 years of age and beargood moral character.

2. The supplier shall provide su itable and clean uniforms (i. e. according towork nature) to all employees engaged by him. It shou ld also be ensuredthat the uniforms are not in worn out condition and are washed and ironeddaily and are clean and tidy.

3. All employees should wear complete uniform accord ing to their work natureand also displaying their identity all the time while on duty.

4. The employees should not smoke or indulge in any unhygienic activities atany public place which is proh ibited under the law.

5. The financial bids will clearly state the total monthly amount to be paid tothepersonnel and such amount shou ld not be less than the min imum wagespayable as per the Minimum Wages Act. The bid quoting less thantheamount of minimum wages will be rejected. The bidder shou ld take carethat the number, rate and amount should be written in such a way thatinterpolation is not poss ible. No blanks shou ld be left wh ich wou ld make thetender liable for rejection.

6. The rates shou ld be inclusive of and in accordance with the statutoryprovisions of Min imum Wages Act, PF Act, ESI , Bonus, Gratuity, Leave etc.

7. The bidder is solely responsible for the payment of Service Tax and all othertaxes and government dues as may be applicable.

8. The bidder shall abide by the provis ions of the Min imum Wages Act,Contract Labour (R&A) Act, 1970 and other Labour Laws applicable.

10.The agency shall also be respons ible for providing all the statutory benefits (as perrelevant laws) , viz, P.F., ESI , Bonus, Gratuity, Leave etc. to elig ible staff employed by it.

11 . The Contractor shall be solely and exclus ively liable and respons ible to its personnelorother workers for the following:

(i) The payment of wages, allowances and other benefits as per provisions of MinimumWages Act or any other applicable act orenactments in force from time to time.

(ii) The payment of compensation under the Workman 's Compensation Act or any otherapplicable acts or enactments in case of injury or death or any of its personnel /otherworker.

32

- -- - ------

(iii) Any other allowances or benefits as admissible under different laws, rules andenactments to employees, including weekly rest / offday's leave, national holidays etc.

b'ft d ith f IIt h Id bt b'dk12 The wor -con rae I amoun s ou e presen e WI o OWInQ I urca Ion:(a) Category Charges per Worker per month (inclusive of Number of Tota l Charges

all amounts legally payable to wor er e,g, PF, Workers to be per MonthESI te.) to be mentioned in clear & specific Employedmanner

Manager

Receptionists

Cook

Cook Helper/ Assistant

Waiter

Sweeper Supervisor

Sweeper/Cleaner

(b) Commission/Service chargesof the concern permonth(c) Total Charges permonth (a +b)

(d) Service Tax &Other Taxes(if applicable)Total Amount to bepaid by the DTRTI permonth,

13. The bid may be rejected if it is not complete in any respect.

14. An affidavit (on the stamp paper of Rs ,1 00/-) is requ ired to be submitted by the bidderregard ing the fact that the persons employed by the contractor for the above work shall bethe employees of the bidder for all intents and purposes and, in no case, shall arelationship of employer employee between the said persons and the Institu te (DirectTaxes Reg ional Train ing Institute, Lucknow) shall accrue implici tly and explicitlyand the bidder shall also be solely responsible for providing all the statutory benefits (asper relevant laws) e.g . P,F., ESI, Bonus, Gratu ity, Leave e c. 0 elig ible Staff employed byit. The affidavit shou ld also contain a declaration that bidder shall make payment ofcompensation under the Worksman Compensation Act or any other applicable Acts orEnactments in case of injury or death of any of its workers. The affidavit should alsocontain a declaration that the bidder shall take care all other statutory liabili ties as well inthe most sincere manner and shall solely be responsible for the same,

33

B. Catering Services

1. Operating the kitchen and din ing halls of the Hostel Block to provide cateringservice and to make available tea , coffee, breakfast, dinner, lunch and snacks tohostel block as well as in Administrative Block on the rates approved by the Hostel /Mess Committee of DTRTI to be provided during the period of the contract.

2. Regular washing and clean ing of kitchen, store, crockery, utensils , equipment andappliances and maintaining themin a hygienic condition.

3. The supplier will have to arrange all raw materials and all food preparing utensils' &fuel (LPG as per ru les) & other appliances. He has also to arrange serving utensilslike cups , plates, bowls, glasses etc. at his own cost.

4. The supplier shall make his own arrangements of transportation to bring rawmaterials, vegetables, fuel, utensils , clean ing / washing materials andconsumable ofstandard quality etc.

5. Preparations shall be made as per rates fixed and approved by the officerin­charge. quality and quantity of the food , snacks, tea / coffee etc, served bythe supplier shall be investigated by the officer-in-charge from time to time,if any discrepancy is found , will be viewed seriously.

6. The supplier has to employ well behaved and well tra ined employees, inproper uniform, for providing catering services in the institute for all daysin amonth as mentioned in clause A above.

7. The supplier shall pay such month ly renta ls for the kitchen, store and otherspace, if any, occupied by him or on his behalf, as may be fixed by thepurchaser.

8. Vegetables, grocery, oils, ingredients of good quality and of brandsapproved by the DTRTI, need to be provided and the same to beinspected by the officer in-charge of the DTRTI before its usage.

9. Day to day stock inventory of all vegetab les, grocery and otheritems used for the preparat ion of food need to be maintained.

10. No usage of any type of artificial colouring agents or essence inpreparat ion of food items. The total meals requirement will begiven one day in advance by the Officer in charge at DTRTI.

11 . Food preparation vessels, freezers, storing and serv ing vesse ls tobe kept clean and in proper hygienic standards.

12. All food items to be stored fully covered in cold storage containers13. Service provider will furn ish list of Food preparing and serving utensils in the

following proforma. All these items should be branded or lSI mark:

34

SI.No. Description of crockery Brand Whether lSI Cost& utensils markor not

c.House Keeping Services

1. Once daily cleaning and wet mopping of the rooms and cleaning of attached toilets(including fittings such as W.C. and washbas ins) and ba lconies before 9.00 a.m.with standard cleaning material conta in ing lSI mark, as per the approved samples.Th is includes collection of garbage from the rooms and specified adjoining areasand its disposal in garbage containers in a hygienic manner. Also dusting, brushingand wiping / clean ing of furn iture daily and as directed by the officer-in-charge fromtime to time.

2. The cleaning/ mopping etc. of rooms occupied by Lady Officers / offic ia ls will bedone preferably by female sweepers.

3. Once daily cleaning and wet mopping of all corridors, staircase and general toilet.No stains orspots shou ld be fou nd on the corridors and the staircase.

4. Cleaning of water coolers, dustbins and buckets kept in the rooms with detergentsat least once a week or as and whenotherwise requ ired during the week.

5. Proper and effective cleaning and washing of toilets , urinals , wash basins , sinks ,san itary fittings and fixtures using good quality detergents, toilet cleaners ,sprinkl ing of phenyl.

6. Weekly obl igation includes - Dusting and proper clean ing of floor carpets &upholstery by vacuum cleaner in the Hostel Block.

7. Weekly Cleaning includes - proper and effective washing, swabbing of all floor,glazed tiles (also in toilets), skirting , proper clean ing of doors, windows panes,blinds pelmets, bars, light / electrical fi ttings etc. in the Hostel Block includes properand effective cleaning of ceiling and dusting / clean ing of cobwebs.

8. Cleaning of immediate surroundings of the Hostel Block. This includes sweeping ofroad at the entrance of Hostel Block, clean ing of area adjoining the kitchenincluding the space adjacently behind the kitchen and hostel block parallely up athe boundary walls and collection / disposal of garbage in containers in a hygienicmanner.

35

9. Communicating with authorities and other service providers , as speci fied by thepurchaser for immediate redressal of complaints relating to civil and electricalworks / air- conditioners / telephone / television etc.

10. Issue and collection of consumable / durables / other items to occupants of theroom or any others , as specified by the purchaser and maintaining records thereof,on behalf of the purchaser.

11 .Preparing the rooms for the guests for occupation , wh ich includes change of linen& blanket covers , towels , toilet paper, supply of mosquito repellents/ roomfresheners , providing fresh drinking water, soaps, shampoo sachets , deodorizeretc. The linen, towel, bedspreads, blankets, pillow covers etc., will be initiallysupplied by DTRTI, which will continue to retain ownership of these and any otherarticles supplied by it for use by guests occupying these rooms , and will replacethe items destroyed by routine wear and tear from use from time to time. All itemsbroken or damaged in any manner by the Supplier or any workers deployed by theSupplier during house-keeping will be replaced by the Supplier at his own costimmediately. Proper inventories in th is regard will be maintained by the supplierand will be furn ished for each quarters of the calendar year.

12. Regu lar change of linen, towel bedspreads, blankets, pillow covers etc after washand replenishment of items like soap, toilet paper, mosquito repellent, (refill)deodorizer, paper - napkins etc. as specified by the Purchaser.

13. Service utensils and other consumable item like tray, jug , crockery, toilet paper,mosquitoes' refi lls / room fresheners , soaps, shampoo should be provided by thesupplier athis own cost.

14. Round the clock al lotment of rooms to the participants and provid ing room service.The room service includes attending the bells / ca lls of the room occupants /providing drinking water / drinks, beverages, meals and other edible items (suppliedby Mess / caterer, as specified by the Purchaser) in a manner specified by thePurchaser.

15. Collecting room-charges from the occupants on behalf of the Purchaser, maintainingproper and accurate records thereof, and depositing the collected amounts withcash ier on weekly basis or any other person as specified by the Purchaser.

16. The rooms in Hostel Block wiil be made available by the supplier only after receipt ofwritten instructions of al lotment. In case any oral instructions in this regard are given ,they have to be ratified in writing on the next working day. Under no circumstancesthe supplier is to allow entry to any person without prior permission ofpurchaser.

36

17. The Supplier shall keep at least one receptionist available at reception counter roundthe clock on all days including holidays. The duties of the receptionist will includewelcoming of all guests, assisting them forchecking in to rooms allotted to them, providing them necessary information,respond ing to their queries, maintaining Hostel' Register and other relevant recordsas specified by the Purchaser, collecting Hostel room charges from the guests onbehalf of the Purchaser, issuing receipts and handing over the collections to cashieror any other person as specified by the Purchaser. The Receptionist will also informthe guests regard ing room allotted to them. Any change of room allotment to bemade onlywith approval ofpurchaser.

18. The Supplier shall employ and make available tra ined room waiters as specified inclause 'A' above, in proper uniform prescribed by the Purchaser, as required forsatisfactory room service for all su ites / rooms , every day including holidays.

19. The room attendants will provide all necessary room service includingcarrying of luggage of the gues s from their vehicles / taxis / bus at the entrance ofthe building , to the rooms allotted to them, and vice versa at the time of theirdeparture.

20. Providing room service round the clock and management of all affairs of the hos elas directed by the officer-in-charge from time to time.

21. Scrubbing the floor areas as and when requ ired.22. Up keeping and removing satisfactorily cobweb on walls and surrounding areas23. Scrubbing of the toilet floor area as and when required.24. Wipe cleaning the office personnel's' workstation tables, classroom tables, display

devices, racks , shelves, almrahs, telephones, computers and fixtures like bulbs, fansetc.

25. Cleaning and refi lling of drinking water in classrooms, official's tables and Hostelrooms when it is under occupation

26. Wipe cleaning of corridor ra iling , glass and glass fixtures, windows and windowshutters, glass doors and internal glass facade, door handles, wall fixtures andsignage boards.

27. Cleaning of basement parking and roof terrace area.28. Report to the Officer in-charge of DTRTI immediately about room occupants who do

not strictlyadhere to waste segregation as and when noticed.29. Changing bed sheeUpillow cover/blanket liner once in three days or on any urgent

requirement.30. Changing towels once in two days or on urgent requ irement if need arises. Hostel

block-Dry Mopping & Wet mopping room and balcony floor; wiping

37

coUchair/table/wardrobe/wardrobe mirrors/door handles, balcony railing ; cleaning teakettle, checking stock provision of Tea/Coffee/Sugar/Milk sachets/drinkingwater/liqu id soap and replen ish ing it; dusting doormats, window sill, cleaning of wallpaintings and telephones.

31. Appropriate signage to be posted towards ensuring pedestrian safety on cleanedsurfaces.

32. Maintaining all toilets in hygienic conditions by cleaning &wiping ofWCseats &flushfittings with speci fied disinfection solution and keeping them odor free, us ingspecified Toilet bowl cleaner daily for admin building and hostel once in a week.

33. Replenish all consumables including hand towels and toilet rolls, liqu id soaps in thedispensers , as requ ired.

34. Cleaning and removing of all chokes/blockages in the water supply and sanitarylines.

35. Display of Inspection card as per Annexure-5, 6, 7 duly signed by the Housekeeperand Supervisor [shall be displayed on the backside of all common toilet door,Bathroom entry door ofall hostel rooms and in kitchen corridor wall]

36. Up keeping of all the roads , footpaths , passages , open areas , signageboards.

37 . Up keeping of all the Build ings and surround ing area .38. Pruning sat isfactorily all ove rgrown tree branches growing on the ove rhead

tank, neighbori ng structures / bu ildings .39 . All dust bins to be washed , dried and wipe cleaned everyday.40. Any other tasks as and when arises or as directed by the Officer in-charge

at DTRTI which are required and fa ll with in the scope of fac ilitymanagem ent

41. Service provider will furn ish list of consumable cleaning items and items to be usedin rooms in the following proforma. All these items shou ld be branded or lSI mark:

SI.No. Description of consumable Brand Whether 151 mark Costcleaning items and items to or notbe used in room

38

D. Gardening Service

1. Watering , pruning , weeding , lawn moving , periodic manuring ofplants, reportingetc.

2. Planting ofplants and trees as per the requirement of the DTRTI.3. Any other tasks as and when arises or as directed by the officer in-charge at

DTRTI wh ich are requ ired and fa ll within the scope ofgardening services .

E. Office Management & Reception Services

1. The services of the Manager will include:

I. Overall management ofall the services detailed in 'B', 'C' & '0' above.II. Supervision and guidance of the Receptionist and all other attendants and workers

providing services on behalf of the supplier.iii. Ensuring adequate quality ofall the services to be supplied bythe supplier.iv. Co-ordination with the Purchaser, receiving Feedback on the services provided by

the supplier and taking necessary corrective action to maintain and improve thequality of services.

2. Ensuring punctual and prompt Room Service including service of tea / coffee,snacks and other ed ible items at the speci fied places as directed by the Purchaseror anyone else on behalf of the Purchaser, as detailed in 'B' & 'C' above, apartfrom the service of these items in the admin istrative block as per requirementsspecified by the Purchaser fromtime to time.

3. Ensuring adequate quality of all the services detailed in 'B' & 'C' above.

39

4. The Manager shall be available at the premises from 7.00 AM to 11 .00 PM on allthe days including holidays. He shall also be available on phone / mobile to thePurchaser and its officers at any time of the day/n ight. He will also supervise thework of all workers including the receptionist and room attendants and ensure thatHostel charges collected by it are timely handed over to cash ier or any otherperson specified by the Purchaser.

5. The Manager shall be responsible for maintenance of key register andmaintenance of key records .

6. Allotment of rooms to the guests as per the room allotment norms issuedfrom time to time by the officer in-charge from DTRTI.

7. Regulate issue and laundry of linen , tea/coffee/sugar/milk sachets [all tobe within the expiry date mentioned thereon] . The supplies must beremoved from vacant rooms to prevent spo ilage and wastage .

8. Keep proper account of damages or pilferages of the DTRTI property bythe room users as and when the event occurs and bring to the notice ofthe off icer in-charge of the DTRT I.

9. Maintenance of data of visitors of the room allottees.10. Maintenance of room comp laint register and taking necessary correct ive

steps based on the complaints in consultation with the officer in charge11. Maintenance of Housekeeping deficiency complaint register and taking

necessary corrective steps based on the complaints in consultation withthe officer in charge .

12. Any other tasks as and when arises or as directed by the officer in­charge at DTRTI which are required and fall within the scope.

40

SECTION-VI

TENDER FORM

(Te c hnic a l Bid)

(On the letterhead of theconcern submitting the bid)

Dated: .12.2015

To

The Director,Direct Taxes Regional Training Institute,"PRAGYA" Vibhuti Khand,Gomti NagarLucknow - 226010

Ref.: Tender No ..

Sir,

IjWe hereby undertake to supply the services as specified in Section III of the

Bid/tender document and agree to hold this offer open for a period of 120 days from the

date of opening of the tender. Ijwe shall be bound by a communication of acceptance

issued by you.

2. Ijwe have understood the Instructions to Bidders and Terms and Conditions of

Contract as enclosed with the invitation to the tender and have thoroughly examined the

specifications of services to be rendered and am/are fully aware of the nature of the

services to be rendered and my/our offer is to supply the services strictly in accordance

with the requirements.

41

3. A crossed Bank Draft No. - Dated__ in favour of the Sr. Accounts

Officer, Zonal Accounts Officer, CBDT, Lucknow, for Rs. 15,000/- (Rupees Fifteen

Thousand only) as Earnest Money Deposit is enclosed. The Draft is drawn on

_______ Bank payable at Lucknow.

4. Certified that the bidder is:

A sale proprietorship firm and the person signing the bid documents is the saleproprietor/constituted attorneyofthesaleproprietor.

OrApartnership firm, and theperson signingthebid document is apartnerofthe firm andhe

hasauthorityto refer to arbitrationdisputes concerning the business ofthepartnership by

virtue ofthepartnership agreement/by virtue ofgeneralpowerofattorney.

Or

A company and theperson signingthedocument is theconstitutedattorney.

(NOTE- Delete whatever is not applicable. All corrections/deletions should invariable be

dulyattestedby theperson authorized tosignthe bid document).

5. Certified that the bidder has the experience of more than years in

providing housekeeping and related services. Certified copies of at leastthree work-orders

pertainingto last three years are enclosed with this bid.

6. Certified that the bidder has a turn-over of over Rs. 25 Lakhs in this line of business

in each of the last two years. Certified copies of the annual statements of accounts

including the Profit& Loss Account and the Balance-sheet are enclosed with this bid.

7. A detailed profile of the organisation as filled in as prescribed in the Annexure-1 of

the bid document is enclosed with this bid. Other details required to be submitted with

this bid as perthe bid document are also enclosed as follows:

42

---- - - - - - - - - - - - - - - - - - - - - - - - - __---.J

(a) Full particulars of organisations where the contractor has supplied such

setvices in the current and two preceding financial years. (Self-attested

copies ofthe relevant work orders to be enclosed).

(b) Copyofthe audited balance sheet, Profit and LossAccount ofthe bidder for

the previous two financialyears (2014-15 to 2015-16).

(c) A CertifiedPhoto copy ofPANcard.

(d) Copy of Sales Tax Registration Certificate / Setvice Tax Registration

Certificate.

(e) Information regarding any litigation, current or during the last five years in

which the bidder was/is involved, the opposite party(s) and the disputed

amount.

(f) Details regarding any work order that was abandoned at any stage,

prematurely terminated or resulted in inordinate delay along with reasons

for the same (copies ofrelevant documents to be enclosed).

(If) Details ofsupport facilities to execute the order.

(h) Information regarding the proceeding for bankruptcy, insolvency or winding

up in which the bidder is / was involved.

(i) The biddershouldprovide theaffidavit that heis not blacklisted.

8. We do hereby undertake that, until a formal notification of award , this bid, together

with your written acceptance thereof shall constitute a binding Order between us.

Yours faithfully,

(Signatureof bidder)

Dated this__ day of of 20.....

Address _

43

L--------- - - ------

Telephone: _

FAX. _

E-mail _

Company Seal

44

SECTION - VII

TENDER FORM

(Fi na nc ia l Bid )

(On the letter head of the concern submitting the bid document)

Dated: ..To

The Director,Direct Taxes Regional Training Institute,"PRAGYA" Vibhuti Khand , Gomti Nagar

Lucknow.22601 0

Ref.: Tender No.........

Sir,

Having examined the bidding documents and having submitted the technical bid for

the same, we , the undersigned , hereby submit the Financial Bid for supply of services as

per the invitation for this and in conformity with the said bidding document at the prices

and rates mentioned in the enclosed offer.

The Price quoted by us for the services detailed in Section V of the bid document is as

below:

S.No.Item of service

Rupees

(per month)

I

1. Items of service as detailed in Subsection 'A' of\

\

45

Section-V of Bid document I

i1(a) The work-contract bid amount should be presented with following bifurcation:

(a) Category Charges per Worker per Number of Tota lmonth (inclusive of all Workers to be Charges peramounts legally payable to Employed Monthworker e.g. PF, ESI etc.) tobe mentioned in clear &specificmanner

Manager

I Receptionists

Cook II

CookHelper / Assistant I I II

I Waiter I I II

I Sweeper Supervisor

Sweeper/Cleaner

(b) Commission/

I Service charges

I of the concern permonth

(c) TotalCharges permonth(a +b)

II(d) Service Tax & II

Other Taxes II

(if applicable)

Total Amount to be paid by the DTRTIpermonth.

I12. Items ofservice as detailed in Subsection IB' of

II

I Section-V of Bid document II

I2 (a) Service provider will furnish list of food preparing and serving utensils in the following proforma:

SI.No. I Description of crockery & utensils Brand Whether lSI Cost

I markor not

II I

I

46

47

- 1-

L-- IL..-

l--

, -

-

-

-

-

I

L--

L-

~

I

,

-

L I I I

-

I I I

'C' fd t 'I d i S bIt3

I I II

III

II

II I

II I

I I

I I

II

III

I I II II

I

III

I II I I

I I

I II I II

I ems 0 serv ice as e al e In u section 0

I I ISect ion - Vof B id document I

I3 (a) Service provider will furnish list of consumable cleaning items and items to be used in rooms in

the following proforma:

SI.No. Description of consumable cleaning Brand Whether lSI Costitems and items to beused in room mark

or not

I I

I

I I I-- ~-- ---- I

I

III II I

48

L

IIII

I

I

II

I

II

II

I

II

! IIIIIII

II

IIII

II

I

I

I I ITOTAL MONTHLY CHARGES

(for all services quoted in Section-V of bid document)

49

TOTAL ANNUAL CHARGES

(for all services quoted in Section V ofbid document)

In figuresI

II

IIn words

I

2. WE do hereby undertake, that, in the event of acceptance of our bid , the supply of

services shall be made as stipu lated in the tender document and that we shall perform all

the incidental services.

3. The price quoted is the final net price of all the services to be provided by us,

inclusive of any incidental services that may need to be provided . We enclose herewith

the complete Financial Bid as required by you . This includes:

(a) Price schedule as per Section-V ofBid document. The word 'No Quotation'is written across any or all of the items in the schedule for which a bidderdoes not wish to tender.

(b) Statement ofdeviation from financial terms and conditions.

4. We agree to abide by our offer for a period of 120 days from the date fixed for

open ing of the bid documents and that we shall remain bound by a communication of

acceptance within that time.

5. We have carefully read and understood the terms and cond itions of bid document

and its implications. We do hereby undertake to supply all the specified items of service.

50

6. Certifiedthat the bidder is:

A sale proprietorship firm and the person signing the bid document is the sale

proprietor/constituted attorney of sole proprietor.

Or

Apartnership firm and the person signing the bid document is a partner of the firm and hehas authority to re fer to arbitrationdisputes concerning the business of the partnership by

virtue of the partnership agreemenUbyvirtue of general power of attorney.

OrAcompany and the person signing the bid document is the constituted attorney.

(NOTE: Delete whatever is not applicable. All corrections /deletions should invariable be

duly attested by the person authorised to sign the bid document .)

7. We dohereby undertake that, until a formal notification of award , this bid , together

with your written acceptance thereof shall constitute a binding order between us .

Yours faithfully ,

(Signature ofbidder)

Datedthis_ - - - day of_--of 20 ....

Address __------

Telephone:

FAX

Email

Company seal

51

ANNEXURE - I

and Qualification Criteria Details for House

Kee in & Caterin Services

1 Name of the concernI

2 ' Complete Address of the concernI (with telephone No., Fax & E-mail)

3 I Complete Names and addresses of thePartnerslDirectors/Proprietor with mobile No. (in of

I firm/company/proprietorship)4. I Contract persons(s) (with mobile number)5. I Whether the concern has experience of at least five : Yes/No

I years in providing House Keeping & Catering Services

II I in reputed organizations. If yes indly provide proof incase of anyone such organization.

6 Please furnish the copy of ISO 9001 certification, if any7 Whether the concern has turnover of at least Rs. 50, . Yes / No I

FYth I t tw fi . IdL ca s per year unng e as o mancia years r.e . ..

I I 2011-12 &2012-13. If yes, attach the certified copies ofI accounts for the years.

8. I Whether the concern possesses all the statutory/non- : Yes / NoI statutory registrations, permissions, approvals etc. fromI he Competent Authorities for providing required house

keeping and catering services.9. I Whether the concern has at least two "Satisfactory

Performance Cer ificates' from reputed organizationswith whom the bidder has Contracts over Rs. 5 lakhsdunng Financial Years 2011-12 &2012-13.

10 Whether the affidavit (on the stamp paper of Rs.100/-) : Yes / Noregarding the fact that the persons employed by thecontractor for the above work shall be the employees ofthe bidder for all intents and purposes is submitted.

11 . I Details of Earnest Money Deposit.12. I PAN13. No.of workers tobedeployed onfull time basis.14 I No of years of experience in sanitation maintenance on

I I contract activities basis,

DECLARATION

I hereby certify that the information furnished above is true and correct to the best of my/ourknowledge and belief. In case any deviation / discrepancy is found in the above statement at any stage,the contract will be terminated immediately and the concern will be blacklisted.

(Signature ofowner orauthorized Signatory with date)52

b

ANNEXURE -II

FORM FOR PERFORMANCE GUARANTEE

To

The President of India

WHEREAS .

(name and address of the Supplier) (hereinafter called "the Supplier") has undertaken , in

pursuance of contract no dated to supply

(description ofgoods and services) (herein after called "the contract") .

AND WHEREAS it has been stipulated by you in the said contract that the Supplier

shall furnish you wi th a bank guarantee by a scheduled commercial recognized by you for the

sum specified therein as security for compliance with its obligations in accordance with the

contract;

AND WHEREAS we have agreed to give the Supplier such a bank guaran ee:

NOW THEREFORE we hereby affirm that we are guarantors and respons ible to

you , on behalf of the Supplier, up to a total of " "

.... ......... ........................................... .. .. (amount of the guarantee in words and figures),

and we under ake to pay you , upon your first written demand declaring the Suppl ier to be in53

I

default under the contract and without cavil or argument, any sum or sums within the limi ts of

(amount ofguarantee) as aforesaid , without your needing to prove or to show grounds or reason

for your demand or the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the suppler

before presenting us with the demand .

We further agree that no change or addition to or other modification of the terms of

he contract to be performed there under orof any of the contract documents which may be made

between you and the Supplier shall in any way release us from any liabili ty under this guarantee

and we hereby waive notice of any such change, addition or modification .

This guarantee shall be valid until the day of , 20 .

'.0 ••0

• • • • • • •• • ' . 0 . 0 • • • • " " " , • •• • • • " , • • •• . •••• • • , , .

(Signature of the authorized officer of the Bank)

• ••• 0 '0 " , • ••• ••• ••• • • • 0 , •• • 0 ••• • • • • • • • • • • •• • •• • •• • " .

Name and designation of the officer

Seal, name & address of the Bank and address of the Branch

(Bank's common seal)

54

ANNEXURE-III

[FORMAT OF TENDER COMPLIANCE REPORn

To

Sub: Regarding tender for provid ing "Integrated Facility Management

Services for DTRTI

Dear Sir,

I have gone through the complete terms and condition of the Tender for

providing House Keep ing Services at Hoste l Block of DTRTI , Lucknow and

accept the same .

Place:Date:

OPENING OFFICER

Signature of Bidder

Name:

SIGNATURE OF THE CONTRACTOR WITH SEAL

55

ANNEXURE-IV

LETTER OF AUTHORISATION FOR ATTENDI NG BID OPE NING

To

The

Sub : Authorization for attending bid open ing on (date)in tile tender of" House Keeping Services at Hostel Block at DTRTI , Lucknow. - Reg .

Following persons are hereby authorized to attend the bid opening for thetend er mentioned above on behalf of (Bidder) in order of pre ferencegiven below:-

.,I

Order of pre ference

I.

II.

Al tern ate Rep resentative

Name Specimen Signature

Signature of bidd erOr Officer authorized to sign the bid Documents on behalf of the bidder

Note:

1. Maximum of two representatives will be permitted to attend bid opening . Incases where it is restr icted to one , first preference will be allowed Alternaterepresentative will be permitted when regular representatives are not able toatte nd.

2. Permiss ion fo r entry to the ha ll where bids are opened may be refused in

case authorizat ion as prescribed above is not rece ived .

56